Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
NEL CSU is leading the procurement on behalf of itself and the Elis Group member NHS Commissioning Support Units (CSUs).
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.supplying2nhs.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Elis Group Transformation Change Framework 2.0.
Reference number: NELCSU/ELIS/OO/PRJ 348
II.1.2)Main CPV code
73000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Elis Transformation Change Framework 2.0 anticipates to provide capabilities to cover requirements from NHS Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and academic resources as follows:
1.Lot 1 — Research and Expert Clinical Knowledge.
2.Lot 2 — Organisation and System Development.
3.Lot 3 — Business Intelligence, Information Technology & Technical Expertise
4. Lot 4 — Communications and Engagement.
II.1.5)Estimated total value
Value excluding VAT: 40 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Research and Expert Clinical Knowledge
Lot No: 1
II.2.2)Additional CPV code(s)
73000000
38970000
73100000
73110000
73200000
73210000
73300000
79310000
79311400
79315000
85100000
85140000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:
Lot 1a -Best Practice Research, Academic Research and Expertise
Lot 1b — Health Economics
Lot 1c — Specialist Knowledge (Healthcare).
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework agreement will be extendable for a further period of up to 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.
II.2)Description
II.2.1)Title:
Organisation and System Development
Lot No: 2
II.2.2)Additional CPV code(s)
79996000
98110000
98111000
98112000
98113000
72212920
48440000
48441000
72212440
72212441
72240000
71621000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:
Lot 2a — Organisational and System Leadership and Development.
Lot 2b — Financial Modelling and Analysis.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework agreement will be extendable for a further period of up to 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.
II.2)Description
II.2.1)Title:
Business Intelligence, Information Technology and Technical Expertise
Lot No: 3
II.2.2)Additional CPV code(s)
48482000
72212482
71600000
72221000
72240000
72316000
48810000
72222000
72222100
72222200
72222300
72223000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:
Lot 3a — Business Intelligence.
Lot 3b — Information Management.
Lot 3c — Application Development and Support.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework agreement will be extendable for a further period of up to 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.
II.2)Description
II.2.1)Title:
Communications and Engagement
Lot No: 4
II.2.2)Additional CPV code(s)
48500000
48510000
72212500
72212510
71354100
79416000
79416100
48326100
33195000
48814200
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:
Lot 4a — Public Patient Engagement
Lot 4b — Creative and Digital Services
Lot 4c — Communication Services.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework agreement will be extendable for a further period of up to 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 24/07/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 24/07/2017
Local time: 12:01
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. To participate in this competitive tender, kindly register on the Supplying2nhs.org portal (https://www.supplying2nhs.org) and use any or all the following search words/phrase — ELIS Transformation Change Framework 2.0.
Bidders should note that, in accordance with the UK Government's policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit a Contracting Authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authority.
Further information on transparency can be found at:
http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/ transparency-procurement
The Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. If the Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting authority. The Authority and other contracting authorities utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=263599075
GO Reference: GO-2017615-PRO-10430029.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
NHS North and East London Commissioning Support Unit
Clifton House, 75-77 Worship Street
London
EC2A 2DU
United Kingdom
Telephone: +44 2036881431
VI.5)Date of dispatch of this notice:
15/06/2017