London: market research services
Range: between 25 000 000,00 and 60 000 000,00 GBP. 5 suppliers required over 5 year period.
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Department of Health as lead authority on behalf of contracting authorities as stated in Annex A
Skipton House, 80 London Road
Contact point(s): Procurement Centre of Expertise (PCoE)
For the attention of: Paul J Davies
SE1 6LH London
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.dh.gov.uk
Address of the buyer profile: http://www.dh.gov.uk/en/Aboutus/Procurementandproposals/BMS/index.htm
Electronic access to information: http://www.dh.gov.uk/en/Aboutus/Procurementandproposals/BMS/index.htm
Electronic submission of tenders and requests to participate: http://www.dh.gov.uk/en/Aboutus/Procurementandproposals/BMS/index.htm
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Department of Health’s Arms Length Bodies
See VI.3 Additional Information
UNITED KINGDOM
Health Service Bodies identified under Section 9 of the NHS Act 2006 (as amended)
See VI.3 Additional Information
UNITED KINGDOM
Any other organisations or bodies providing NHS Funded services
See VI.3 Additional Information
UNITED KINGDOM
Monitor Regulator created under section 31 of the NHS Act 2006
4 Matthew Parker Street
SW1H 9NL London
UNITED KINGDOM
NHS Commissioning Board Special Health Authority (established October 2011)
1st Floor, Quarry House, Quarry Hill
LS2 7UE Leeds
UNITED KINGDOM
Section II: Object of the contract
Service category No 10: Market research and public opinion polling services
NUTS code UK
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreementDuration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 25 000 000,00 and 60 000 000,00 GBP
The DH envisages two Lots to be called off under this framework:
Lot 1: Patient Reported Outcome Measures (PROMs) – a means of collecting information on the clinical quality of care delivered to NHS patients as perceived by the patients themselves. The collection of these data will fill a gap in the set of information available on the care delivered to NHS-funded patients and complement existing information on the clinical quality of care and on patient experience. PROMs comprise repeated surveying of patients and are administered pre-operatively (the “Q1” questionnaire) and post-operatively (the “Q2” questionnaire) within defined intervals and to preset standards for their administration.
Lot 2: Other Patient Questionnaires – comprise any Questionnaire instrument administered to patients pre- or post-operatively, using any sampling (or census) methodology as specified by the framework user. Other patient Questionnaires will be similar in question format and length to the PROMs Questionnaires. These may be just one part of the PROMs survey which may include either a Q1, Q2 or both.
Potential suppliers must be able to demonstrate that they have the capacity and experience of providing a flexible, quality service which meets the general requirements, and will be capable of meeting anticipated changes in demand during the operating period of the framework agreement. The Department will encourage SME’s to collaborate or submit responses to this contract notice and PQQ.
The framework will enable framework users to call-off services to support the collection and reporting of data through the administration of patient questionnaires to patients in receipt of NHS-funded care. The intention is for the collection of these questionnaires to be expanded to an increasing number of NHS funded patients and there is expected to be an increase in patient numbers within scope over the lifetime of the Framework Agreement.
The Contracting Authority reserves the right to discontinue the tendering process at any time and not award the contract.
Supplier Briefing Day (for urgent attention).
The Authority intends to hold a supplier briefing day on either the 13th or 14th of December 2011 to give an overview of the PQF procurement and the key requirements for potential suppliers, as detailed in the PQQ documentation. This event will be held in London (it is intended that the venue will be confirmed by 9th December 2011).
If you are interested in attending this event please respond via the BMS messaging system by Friday the 9th of December 2011. Please do not formally express an interest at this stage, as this function within BMS is for the submission of PQQ responses.
79310000, 79320000, 79311000, 79311100, 79311200, 79311210, 79311300, 79313000, 79315000, 79314000, 79330000, 85148000, 79342310, 72316000, 72317000, 72312000, 72312100, 79342311
Tenders may be submitted for all lots
Range: between 25 000 000,00 and 60 000 000,00 GBP
Information about lots
Lot No: 1 Lot title: Patient Reported Outcome Measures (PROMs)
(a) Patient Reported Outcome Measures (PROMs), is the primary intended use of this framework agreement.
(b) PROMs is a means of collecting information on the clinical quality of care delivered to NHS patients as perceived by the patients themselves. The collection of these data will fill a gap in the set of information available on the care delivered to NHS funded patients and complement existing information on the clinical quality of care and on patient experience.
(c) PROMs comprise repeated surveying of patients and are administered pre-operatively (the “Q1” questionnaire) and post-operatively (the “Q2” questionnaire) within defined intervals and to preset standards for their administration.
(d) It is envisaged that the requirements for this would be set out by the DH in guidance (the Guidance) on PROMs which framework users would be expected to comply with. The Guidance will be amended from time to time by the DH to set out any new requirements in respect of PROMs. Any new requirements as set out in the Guidance would be expected to come into force from the start of the next Financial Year, provided that at least 3 months notice has been given, or the subsequent Financial Year, if at least 3 months notice hasn’t been given to framework users.
(e) Framework users may choose to use the Patient Questionnaire Framework for ancilliary services associated with the Lot 1 services. These could include analysis of response rates and presentation and management reporting of surveying performance. Where ancilliary related services are required these would be set out in the call offs. Ancilliary services will not include questionnaire development, clinical analysis or Other Patient Questionnaires as defined in Lot 2.
(f) The volumes for the 4 procedures published for the 2009/10 PROMs in total were:
239 000 eligible patients,
158 000 Q1s completed,
121 000 Q2s returned http://www.hesonline.nhs.uk/Ease/servlet/ContentServer?siteID=1937&categoryID=1583.
79310000, 79320000, 79311000, 79311100, 79311200, 79311210, 79311300, 79313000, 79315000, 79314000, 79330000, 85148000, 79342310, 72316000, 72317000, 72312000, 72312100
Range: between 15 000 000,00 and 40 000 000,00 GBP
(b) The Other Patient Questionnaires Lot will enable Providers to use the Patient Questionnaire Framework for Patient Questionnaires other than PROMs as outlined in Lot 1.
(c) The content of the questionnaire will be provided by the framework user at the call-off stage. This will be in a format that can be printed by the Supplier and used for the Survey.
(d) This Other Patient Questionnaires Lot is differentiated from the PROMs Lot (Lot 1) to permit framework user flexibility to use the framework beyond the PROMs specification. The scope and specification for Other Patient Questionnaires are unknown at this point. Therefore no description or specification is provided in this document. It is envisaged that these will be similar in question format and length to the PROMs questionnaires.
The Other Patient Questionnaire Lot could be employed in certain circumstances to facilitate the collection of additional PROMs questionnaires to patients to different timelines. For example, a second post-operative questionnaire (“Q3”) could be administered to patients who have already completed a Q1 and a Q2 using the Other Patient Questionnaires element of the Framework agreement.
The requirements of the Other Patient Questionnaires Lot, if called off, would be set out in the mini-competition specification and may be locally specified services as required by a specific framework user or groups of framework users or, like PROMs, be required of all framework users across the country.
79310000, 79320000, 79311000, 79311100, 79311200, 79311210, 79311300, 79313000, 79315000, 79314000, 79330000, 85148000, 79342310, 72316000, 72317000, 72312000, 72312100
Range: between 10 000 000,00 and 20 000 000,00 GBP
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: Please refer to PQQ document.
Please refer to PQQ document.
Minimum level(s) of standards possibly required:
Please refer to PQQ document.
Section IV: Procedure
Prior information notice
Notice number in the OJEU: 2011/S 720-134537 of 27.9.2011
Section VI: Complementary information
Department of Health reserves the right to discontinue the tendering process and not to award the contract.
The Contracting Authority wishes to establish this Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Ministry or any other national or federal authority or their successors, including their regional or local sub-divisions, specifically referring to:
Department of Health.
Health and Social Care Information Centre.
Monitor Regulator created under section 31 of the NHS Act 2006.
NHS Commissioning Board Special Health Authority (established October 2011) and other Department of Health Arms Length Bodies (ALBs) and any NHS body as defined in S9 of the NHS Act
2006, or any other body providing NHS services.
Arms Length Bodies:
NHS Blood and Transplant.
Medicines and Healthcare products Regulatory Agency.
Care Quality Commission.
Human Fertilisation and Embryology Authority.
Human Tissue Authority.
NHS Business Services Authority.
NHS Litigation Authority.
For any body providing NHS funded services please refer to the following website which provides a list of all NHS providers. Only Connecting for Health registered organisations are allowed to be represented on this site. http://www.nhs.uk/servicedirectories/Pages/ServiceSearch.aspx.Transparency:
Potential suppliers should note that, in accordance with Government’s policies on transparency, DH intends to publish the Pre-Qualification Questionnaire (PQQ), the Invitation to Tender (ITT) document, and the text of any Framework Agreement/Contract awarded, subject to possible redactions at the discretion of DH. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awaiting 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://www.cabinetoffice.gov.uk/ content/transparency-overview.
Accessing the PQQ.
Note: the following link will take you to the guidance documentation for using the Department’s BMS system (etendering portal). http://www.dh.gov.uk/en/Aboutus/Procurementandproposals/BMS/index.htm.
Instructions for/Conditions of Participation.
All participants must complete a Pre Qualification Questionnaire (PQQ) which covers Economic and Financial capacity and Technical capacity.
This procurement exercise will be conducted on the DH eTendering portal at http://www.dh.gov.uk/en/Aboutus/Procurementandproposals/BMS/index.htm.
We call this system BMS (Business Management System).
Candidates wishing to be considered for this contract must register their Expression of Interest and download and complete an PQQ through the DH eTendering portal (BMS).
Registration is a simple one-step process;
The supplier must register as a company/organisation; then each employee who may undertake a tendering exercise must then register as an individual.
Once this stage is completed, it is then possible to register expression of interest for this tender.
Note: Standard BMS functionality will only acknowledge one recipient per supplier for each individual tender.
If you require the tender to be seen by multiple users we suggest using a centralised e-mail address [dhtenders@example.com].
Log on instructions are as follows:
Stage 1 – New suppliers.
Those who have not previously contracted with DH will first need to ensure that their company details are registered in the system.
a) Go to the link above
b) Click on ‘New Supplier’
c) Complete and send the details in the automated e-mail that appears
d) Within 3 working days, you will receive an e-mail with your login information; a unique username and password.
Note: Standard BMS functionality requires the registered e-mail address to function as individual’s username.
Post Registration.
Once registered, candidates must express interest as follows.
a) go to the link above,
b) select ‘login into e-tendering system’,
c) select sourcing home page and enter expression of interest (pqq) number 58306 in search field provided,
d) select radio button and click on quick link to express interest, review documentation and upload your response,
e) you must then publish your reply using the publish button.
For any support in submitting your PQQ, please contact the eTendering Help-desk at +44 1132545777.
This helpdesk is available 9:00am to 4:00pm, Monday to Friday (except Bank Holidays).
Please Note: Registration on the DH secure portal is not entering onto a preferred supplier list. Registration is solely to be able to interact with the Department electronically.
The High Court of Justice of England and Wales
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476336
Fax: +44 2079476807
VI.5)Date of dispatch of this notice:7.12.2011