Mutuals in Health – Pathfinder Programme
2. The Pathfinder Programme, which is targeted at the health sector — including the acute health sector – has been designed to support NHS Foundation Trusts (FTs) and NHS Trusts to explore the viability and potential benefits of the mutual model for the entire Trust or significant parts of the Trust’s services.
United Kingdom-London: Business and management consultancy and related services
2014/S 202-357345
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cabinet Office
1 Horse Guards Road
Contact point(s): Agent (for the purpose of this procurement only)
SW1A 2HQ London
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: supplier@ccs.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://ccs.cabinetoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
2. The Pathfinder Programme, which is targeted at the health sector — including the acute health sector – has been designed to support NHS Foundation Trusts (FTs) and NHS Trusts to explore the viability and potential benefits of the mutual model for the entire Trust or significant parts of the Trust’s services.
3. The Programme will support 9 pioneering Pathfinder Trusts, either individually or in partnership, through the provision of bespoke advisory support (purchased through this procurement).
4. This Procurement has been split into 9 Lots to deliver bespoke professional support to the 9 Pathfinder Trusts. The Services are further described in Invitation to Tender (ITT) documentation. Potential Providers have the opportunity to bid for all or any combination of the 9 Lots. However in order to ensure the Mutuals in Health: Pathfinder Programme benefits from a wide range of ideas from a diverse range of providers, successful Suppliers may only be awarded a maximum of 2 Lots.
4. The 9 selected Pathfinder Trusts, participating in the Mutuals in Health: Pathfinder Programme are:
Lot 1 — Norfolk and Norwich University Hospitals NHS Foundation Trust (Acute Trust)
Lot 2 — Oxleas NHS Foundation Trust (Mental health and learning disability Trust)
Lot 3 — Surrey and Sussex Healthcare NHS Trust (Acute Trust)
Lot 4 — Tameside Hospital NHS Foundation Trust (Acute Trust)
Lot 5 — Cheshire and Wirral Partnership NHS Foundation Trust (Mental health and learning disability Trust)
Lot 6 — Moorfields Eye Hospital NHS Foundation Trust (Specialist Trust)
Lot 7 — Norfolk and Suffolk NHS Foundation Trust (Mental health and learning disability Trust)
Lot 8 — University Hospitals of Leicester NHS Trust (Acute Trust)
Lot 9 — Liverpool Heart and Chest Hospital NHS Foundation Trust (Acute Specialist)
5. A detailed description of the Services that the Potential Provider will be required to supply within each Lot is set out in full at Attachment 2 — Statement of Requirements of the Invitation to Tender.
II.1.6)Common procurement vocabulary (CPV)
79400000, 66171000, 66519600, 66523000, 79100000, 79110000, 79111000, 79112000, 79112100, 79221000, 79410000, 79411000, 79411100,79412000, 79414000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 700 000 and 900 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Norfolk and Norwich University Hospitals NHS Foundation Trust (Acute Trust)
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 1 is set out in full at Annex 1, Attachment 2a — Statement of Requirements of the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79110000, 79221000, 79112100, 66171000, 79411100, 79112000, 66523000, 79414000, 79111000, 79412000, 79411000, 79410000,79100000, 66519600
3)Quantity or scope
Range: between 100 000 and 120 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Oxleas NHS Foundation Trust (Mental health and learning disability)
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 2 is set out in full at Annex 2, Attachment 2b — Statement of Requirements of the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79110000, 79111000, 66171000, 79112100, 79412000, 79411100, 79411000, 66523000, 79100000, 79112000, 79221000, 79414000,66519600, 79410000
3)Quantity or scope
Range: between 80 000 and 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3Lot title: Surrey and Sussex Healthcare NHS Trust (Acute Trust)
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 3 is set out in full at Annex 3, Attachment 2c — Statement of Requirements of the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79411100, 79410000, 79412000, 79110000, 79112100, 66171000, 79411000, 79100000, 79414000, 66519600, 66523000, 79111000,79221000, 79112000
3)Quantity or scope
Range: between 80 000 and 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4Lot title: Tameside Hospital NHS Foundation Trust (Acute Trust).
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 4 is set out in full at Annex 4, Attachment 2d — Statement of Requirements of the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79111000, 79112000, 79411100, 66519600, 79100000, 66523000, 79221000, 79112100, 79411000, 79414000, 79412000, 66171000,79110000, 79410000
3)Quantity or scope
Range: between 70 000 and 90 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5Lot title: Cheshire and Wirral Partnership NHS Foundation Trust (Mental health and learning disability)
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 5 is set out in full at Annex 5, Attachment 2e — Statement of Requirements of the the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79111000, 79221000, 79112000, 66523000, 79412000, 79414000, 79100000, 66171000, 66519600, 79411000, 79410000, 79411100,79112100, 79110000
3)Quantity or scope
Range: between 70 000 and 90 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6Lot title: Moorfields Eye Hospital NHS Foundation Trust (Specialist Trust).
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 6 is set out in full at Annex 6, Attachment 2f — Statement of Requirements of the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79411100, 66171000, 79412000, 79100000, 79112000, 66523000, 66519600, 79411000, 79410000, 79221000, 79110000, 79112100,79414000, 79111000
3)Quantity or scope
Range: between 70 000 and 90 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7Lot title: Norfolk and Suffolk NHS Foundation Trust (Mental health and learning disability)
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 7 is set out in full at Annex 7, Attachment 2g within — Statement of Requirements of the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79111000, 79411000, 66171000, 79112100, 79412000, 79410000, 79414000, 79100000, 66523000, 79110000, 79221000, 79112000,66519600, 79411100
3)Quantity or scope
Range: between 80 000 and 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8Lot title: University Hospitals of Leicester NHS Trust (Acute Trust)
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 8 is set out in full at Annex 8, Attachment 2h — Statement of Requirements of the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79412000, 79111000, 79414000, 66523000, 66171000, 79411000, 79100000, 79112000, 79221000, 79410000, 79110000, 79411100,66519600, 79112100
3)Quantity or scope
Range: between 100 000 and 120 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9Lot title: Liverpool Heart and Chest Hospital NHS Foundation Trust (Acute Specialist)
1)Short description
A detailed description of the Services that the Potential Provider will be required to supply for Lot 9 is set out in full at Annex 9, Attachment 2j — Statement of Requirements of the Invitation to Tender.
2)Common procurement vocabulary (CPV)
79400000, 79112100, 66519600, 79411000, 79412000, 79410000, 79411100, 66171000, 79112000, 79111000, 79414000, 66523000, 79110000,79100000, 79221000
3)Quantity or scope
Range: between 70 000 and 90 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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
Description of particular conditions: Potential Providers have the opportunity to bid for all or any combination of the 9 Lots. However in order to ensure the Mutuals in Health programme benefits from a wide range of ideas from a diverse range of providers, successful Suppliers may only be awarded a maximum of 2 Lots.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Agents e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done on-line at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by e-mailingexpressionofinterest@ccs.gsi.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Crown Commercial Service will process the email and then enable the supplier to access the procurement on-line via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Help-desk email: eenablement@ccs.gsi.gov.uk
Responses must be published by the date in IV.3.4
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
III.2.3)Technical capacity
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Contracting Authority may have regard to any of the following means in its assessment:
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(f) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(g) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
of 20.8.2014
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 7.11.2014 – 10:00
Place:
Electronically, via web-based portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Any contracts awarded under this Procurement will be between the successful Suppliers and the Contracting Authority not the Agent.
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Contract will also permit a public sector contracting authority, awarding a contract under this Contract, 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:
The Agent expressly reserves the right (i) not to award the 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 Agent or the Contracting Authority be liable for any costs incurred by the Potential Providers. If the Contracting Authority decides to enter into a Contract 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 duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate.
From 2.4.2014 the Government introduced its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk web site provides information on the new GSC:
https://www.gov.uk/government/publications/government-security-classifications
Please refer to the GPS/CCS web site:
for information about how complaints are handled during the procurement process.
Further information on the Mutuals in Health programme is available to Potential Providers at: https://www.gov.uk/government/publications/mutuals-in-health-pathfinder-programme
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: