NHS Supply Chain Co-ordinator
NHS Supply Chain Future Operating Model – Transformation Services to support the creation of an Intelligent Client Co-Ordinator.
United Kingdom-London: Business and management consultancy and related services
2016/S 228-415434
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Skipton House, 80 London Road
London
SE1 6LH
United Kingdom
Contact person: Suzanne Thomas
E-mail: suzanne.thomas@dh.gsi.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NHS Supply Chain Future Operating Model – Transformation Services to support the creation of an Intelligent Client Co-Ordinator.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A current contract with NHS Business Services Authority relating to the procurement and supply chain of goods in the NHS will expire in October 2018. As part of the Future Operating Model (‘FOM’) the Authority is seeking to award a contract for the provision of leadership, resourcing, capacity and expertise to assist in designing, delivering and establishing an Intelligent Client Co-Ordinator (‘ICC’) as a fully functioning and resourced unit within the Authority (or such other third party body as shall be determined by the Authority). The ICC is the central services delivery management function acting on behalf of NHS Trusts and the Authority, and is critical to the success of the FOM. This procurement is to provide services over a two year period with an option to extend the duration of the contract beyond the expiry date by one or more consecutive periods, each for a duration of 2 months or longer provided that the total contract period does not exceed 48 months in total.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
London and other offices of the Authority.
II.2.4)Description of the procurement:
External assistance is required to provide the leadership, resourcing, capacity and expertise required to deliver and establish the Intelligent Client Co-ordinator (ICC) as a fully functioning and resourced unit with the Authority and support other areas of the FOM programme as required by the Authority. By the time the ICC reaches a ‘business as usual’ phase it is expected to have approximately 200 employees. The Supplier is expected to not only review, challenge and develop the plans and models for the ICC and wider FOM programme already prepared by the Authority but, more importantly, to use the Supplier’s expertise, resources and leadership skills effectively to implement and deliver the ICC and the wider FOM programme (subject to the Authority’s overall authority and leadership). The Supplier shall provide a Core Team comprising of fifteen consultants which will be considered Key Personnel within the contract. The Supplier’s Core Team shall comprise 2 groups as below:
1) Supplier’ Senior Leadership Team (‘SLT’) — shall comprise seven (7) experienced consultants to fulfil the following functional roles as described in the ITT: (Performance Management/Customer and Business Development/HR/Finance/IT/Programme Delivery/Transition). The SLT shall provide expert advice and leadership to the Authority’s Leadership Team in all matters as required. The Supplier shall be responsible for leading delivery of the FOM and, in doing so, shall ensure that the SLT works collaboratively with the Authority’s Leadership Team (‘ALT’).
2) Extended Team — The balance of eight (8) consultants shall comprise a common pool of expertise, providing further breadth and capacity for delivery of the services under the direction of the SLT. The composition of the Extended Team shall be maintained throughout the contract period and, as a consequence, the eight consultants forming the Extended Team must have the capability to work in several functions.
Optional Services during the contract period may be required at the Authority’s discretion for the supply of additional resourcing where the requirements of the services necessitate the provision of resource in excess of the Core Team and may be sourced from the Supplier as ‘Optional Services’ or procured on a competitive basis from third party suppliers (depending on achieving best value for money).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The initial contract period will be for twenty-four (24) months. The Authority may elect to extend the duration of the Contract by one or more consecutive periods, each for a duration of two months or longer, provided that the total contract period shall not exceed forty-eight (48) months. The upper cost estimate provided in Section II.2.6 above is the maximum sum available for the full 4 years (inclusive of available extension options and additional optional services — in a scenario where all optional services were to be provided by the Supplier).
The Authority reserves the right to commission additional services, as defined in the ITT, during the contract period as may be required at the Authority’s discretion, for the supply of additional resourcing where the requirements of the services necessitate the provision of resource in excess of the core services and may be sourced from the Supplier as ‘Optional Services’ or procured on a competitive basis from third party suppliers (depending on achieving best value for money).
II.2.13)Information about European Union funds
II.2.14)Additional information
A Supplier Engagement Mtg will be held on 8 Dec 16 (9:30-11:30) — venue to be confirmed but will be in London. If you would like to attend this engagement, please send a message to the ICC Advisory email box (iccadvisory@dh.gsi.gov.uk), stating your intention to attend and the names of those attending by 6 Dec 16. Attendance will be limited to 2 people per organisation.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As stated in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Any questions regarding this ITT must be sent to the Authority using the Questions Template provided within the ITT and sent toiccadvisory@dh.gsi.gov.uk. All questions must be received by the deadline for receipt of clarifications which is 21.12.2016 at 10:00. All answers to questions will be shared by the Authority to potential providers using the Authority’s e-tendering portal. This procurement exercise will be completed via the Authority’s e-tendering portal, the Business Management System (‘BMS’). Potential Providers should visit https://www.gov.uk/government/organisations/department-of-health/about/procurement to register on BMS and download instructions on how to respond to this opportunity. BMS will contain all ITT documentation to download. All final responses must be submitted using BMS. The BMS reference number for this exercise is 60296. If you require assistance, please contact the Supplier Helpdesk on +44 1132545777 or supplier.helpdesk@dh.gsi.gov.uk. This helpdesk is available from 10:00 to 16:00, Monday to Friday excluding Bank Holidays.
Please note the duration specified in II.2 includes the optional extension.
The Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The Authority may, at its sole discretion, modify the ITT by amendments in writing; extend the deadline for receipt of Tender Responses; or open one or more additional rounds of tendering.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts.
In accordance with the Government’s policies on transparency, potential bidders should note that the Authority intends to publish the ITT document on Contracts Finder. The Authority also intends to publish any contract awarded, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/resource-library/guidance-transparency
The costs of responding to the invitation to tender and participation in the procurement will be borne by each applicant.
This procurement is being carried out by the Department of Health and it is anticipated that the Department of Health will initially enter into the contract with the successful provider. The Department of Health, may, during the term of the contract or any extension, assign, novate or otherwise dispose of its rights, liabilities and obligations under the contract to an existing or to be established contracting authority or to a private body where such contracting authority or private body has been designated to perform the functions of the Department of Health in relation to the contract. Such bodies may include but are not limited to the NHS Business Services Authority and shall each be regarded as contracting authorities for the purpose of this procurement.
VI.4.1)Review body
VI.4.3)Review procedure
Precise information on deadline(s) for lodging appeals: The Authority will incorporate a standstill period at the point information about the actual award of the contract is communicated to tenderers.
That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court.
VI.5)Date of dispatch of this notice:
Related Posts
Supply Chains Analysis for Transport Systems Catapult
Procurement Consultancy Tender
Supply of Proposal Writing Services
Procurement Support Contract Charnwood