Management Consultancy Services for NHS Scotland
NES is undergoing significant change, particularly aimed at improving quality and efficiency and releasing savings. There are a number of elements which are particularly relevant to several NES Directorates/Departments.
UK-Edinburgh: Business and management consultancy services
2013/S 113-193207
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Education for Scotland
2nd floor, Westport, 102 Westport
Contact point(s): Finance and Corporate Resources
For the attention of: Margaret McEwan
EH3 9DN Edinburgh
UNITED KINGDOM
Telephone: +44 1316563200
E-mail: tenders@nes.scot.nhs.uk
Fax: +44 1316563201
Internet address(es):
General address of the contracting authority: http://www.nes.scot.nhs.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13002
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
External Support for NES Directorates/Departments to Implement Improvement/Benefit Plans.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 100 000 and 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
NES is undergoing significant change, particularly aimed at improving quality and efficiency and releasing savings. There are a number of elements which are particularly relevant to several NES Directorates/Departments: <<>> NES has been using Activity Based Costing (ABC) to identify how we utilise our staffing resource, to assess issues and opportunities, and to identify areas where quality can be improved, efficiencies can be delivered and savings can be sought. All eleven Directorates have participated in the ABC exercise and this has resulted in a number of recommendations which require to be worked up into a compelling implementation and benefits plan. <<>> The successful bidder(s) will be expected to provide options, solutions and challenge in relation to Improvement Reports. They will also contribute towards significant organisational development within the Directorate/Department, particularly in order to enable the Directorate/Department to develop a shared understanding of new ways of working that will provide enhanced value to NES.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=268136
The awarding authority has indicated that it will accept electronic responses to this notice via a ‘Tender Submission Postbox’ facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=268136
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
NES anticipates the value of this framework to be in the range of 100,000 GBP and 200,000 GBP excluding VAT in the first 24 months. It is the intention of NES that any framework agreement(s) resulting from this Pre-Qualification Questionnaire (PQQ) and subsequent Invitation to Tender (ITT) will commence in October 2013 for a period of 24 months with the option to extend for a further 12 month period thereafter at the discretion of NES.
Estimated value excluding VAT:
Range: between 100 000 and 200 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: It is the intention of NES that any framework agreement(s) resulting from this Pre-Qualification Questionnaire (PQQ) and subsequent Invitation to Tender (ITT) will commence in October 2013 for a period of 24 months with the option to extend for a further 12 month period thereafter at the discretion of NES.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Starting 1.10.2013. Completion 30.9.2015
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Contained in the PQQ.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Contained in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Contained in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: Contained in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
C000958
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
12.7.2013 – 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
24.7.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:268136)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.6.2013