Award

NHS Calderdale CCG - Right Care, Right Time, Right Place - Programme Support

NHS CALDERDALE CCG

This public procurement record has 2 releases in its history.

Award

05 Oct 2018 at 14:09

Tender

29 Aug 2018 at 14:51

Summary of the contracting process

The NHS Calderdale Clinical Commissioning Group (CCG) is seeking bids for the contract titled "Right Care, Right Time, Right Place - Programme Support", which aims to enhance out-of-hospital services in Calderdale and Greater Huddersfield. The procurement, classified under business and management consultancy services, is currently in the award stage, with the deadline for submissions having been set at 09:00 on 17th September 2018. The contract is valued at £150,000 and is expected to commence on 24th September 2018, with a duration of approximately eight weeks, concluding by 18th November 2018. The work will take place within the Yorkshire and the Humber region of England.

This tender presents significant opportunities for businesses specialising in health service consultancy, management consulting, or data-driven analytics in healthcare. Small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) are particularly encouraged to apply, as the procurement framework is designed to support these entities. Businesses with robust data modelling capabilities, experience in health services, and the ability to deliver innovative, measurable outcomes will be well-positioned to compete effectively for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NHS Calderdale CCG - Right Care, Right Time, Right Place - Programme Support

Notice Description

In its report to the Secretary of State regarding the proposed future arrangements for hospital and community health services in Calderdale and Greater Huddersfield, the Independent Reconfiguration Panel (IRP) identified that clarity on the programme of changes in out of hospital services and the likelihood of achieving the targeted reduction in demand for hospital care was required. The report identified that this clarity was required for both hospital capacity planning and to address the question of how in practice, over an extended period of implementation, the delivery of out of hospital care that enables the proposals for changing hospitals will meet the fifth test for service change - that services will be in place before changes to bed numbers are made. Aim: To be able to clearly quantify the impact of interventions in primary and community care on reducing demand in acute settings, by being more rigorous about: which interventions work; how we could standardise their application; and the utilisation of underpinning data driven modelling to give confidence in delivery. Objectives a) Determine the measures/currency to be used to quantify the impact of schemes in relation to the 18% reduction in admissions. b) Confirm the starting activity baseline against which to measure the schemes, identify the projected increase in activity over a five year period, based on national trends and local demographics. c) Group the existing planned schemes in a way that pulls schemes of a similar type together to provide a collective impact across settings of care. d) Identify the potential impact of each scheme, group into categories of hospital avoidance, hospital efficiency and hospital alternative. Provide the underlying analysis and assumptions to support the activity numbers (or estimate within a range) produced. e) Show the likely delivery timescale for each of the schemes over a five year period. Identify the risks and issues that will need to be addressed and potential mitigation. f) Calculate the impact on activity shift over a five year period taking into account the stepped nature of reducing beds in acute settings. Identify any critical pre-requisites that would have to be in place and the expected impact on quality and cost (transition and post-delivery). g) Identify any additional investment that would be required in hospital, primary and community care to enable delivery the schemes h) Identify additional schemes if there is a residual gap between impact of proposed schemes and the reduction in demand required. i) Provide an analysis of the risks should the OOH model not be delivered. Additional information: Interested suppliers are requested to submit their bid in response to this brief by no later than 09:00 on the 17th September. 2018 by uploading their response on NHSSourcing (Bravohealth) reference itt_4575: www.nhssourcing.co.uk. Details required for the tender are: a. Confirmation of your capability to provide the total package. b. Confirmation of your capacity to start the work on 24th September, 2018 and to complete it within the 6-8 week timescale. c. A description of your approach to providing the work and working with the Programme Management Office. d. A description of the relevant experience, skills and capability to meet the requirement. e. Details of which individuals within your organisation would be delivering the support - with guarantees of continuity - indicating their usual level within the organisation, skills and experience. f. . Innovative proposals for measurable skills transfer. g. A price for delivering the support based on fixed costs. The financial envelope for the work is fixed at a maximum of PS150,000. You should provide your best offer within the envelope, detailing how you will use your organisation's skills and resources to best effect. The preferred suppliers will be invited to a face to face meeting at Dean Clough, Halifax prior to confirmation of award of contract. Selection of and recommendation of the preferred supplier for the award of the contract will be completed by close of business on 21st September, 2018. The selected supplier must be available to commence the work on 24th September, 2018.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-1c15a2d6-bea7-4a5a-bf94-f4fd97892f99
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d875b8a4-940e-41a6-88c6-169b209d624d
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79400000 - Business and management consultancy and related services

Notice Value(s)

Tender Value
£150,000 £100K-£500K
Lots Value
Not specified
Awards Value
£150,000 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
5 Oct 20187 years ago
Submission Deadline
16 Sep 2018Expired
Future Notice Date
Not specified
Award Date
27 Sep 20187 years ago
Contract Period
30 Sep 2018 - 18 Nov 2018 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS CALDERDALE CCG
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HALIFAX
Postcode
HX3 5AX
Post Town
Halifax
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE44 Calderdale and Kirklees
Delivery Location
TLE Yorkshire and The Humber

Local Authority
Calderdale
Electoral Ward
Town
Westminster Constituency
Halifax

Supplier Information

Number of Suppliers
1
Supplier Name

MCKINSEY & COMPANY LME

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-1c15a2d6-bea7-4a5a-bf94-f4fd97892f99-2018-10-05T15:09:40+01:00",
    "date": "2018-10-05T15:09:40+01:00",
    "ocid": "ocds-b5fd17-1c15a2d6-bea7-4a5a-bf94-f4fd97892f99",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RCRTRPPS(0818)2",
        "title": "NHS Calderdale CCG - Right Care, Right Time, Right Place - Programme Support",
        "description": "In its report to the Secretary of State regarding the proposed future arrangements for hospital and community health services in Calderdale and Greater Huddersfield, the Independent Reconfiguration Panel (IRP) identified that clarity on the programme of changes in out of hospital services and the likelihood of achieving the targeted reduction in demand for hospital care was required. The report identified that this clarity was required for both hospital capacity planning and to address the question of how in practice, over an extended period of implementation, the delivery of out of hospital care that enables the proposals for changing hospitals will meet the fifth test for service change - that services will be in place before changes to bed numbers are made. Aim: To be able to clearly quantify the impact of interventions in primary and community care on reducing demand in acute settings, by being more rigorous about: which interventions work; how we could standardise their application; and the utilisation of underpinning data driven modelling to give confidence in delivery. Objectives a) Determine the measures/currency to be used to quantify the impact of schemes in relation to the 18% reduction in admissions. b) Confirm the starting activity baseline against which to measure the schemes, identify the projected increase in activity over a five year period, based on national trends and local demographics. c) Group the existing planned schemes in a way that pulls schemes of a similar type together to provide a collective impact across settings of care. d) Identify the potential impact of each scheme, group into categories of hospital avoidance, hospital efficiency and hospital alternative. Provide the underlying analysis and assumptions to support the activity numbers (or estimate within a range) produced. e) Show the likely delivery timescale for each of the schemes over a five year period. Identify the risks and issues that will need to be addressed and potential mitigation. f) Calculate the impact on activity shift over a five year period taking into account the stepped nature of reducing beds in acute settings. Identify any critical pre-requisites that would have to be in place and the expected impact on quality and cost (transition and post-delivery). g) Identify any additional investment that would be required in hospital, primary and community care to enable delivery the schemes h) Identify additional schemes if there is a residual gap between impact of proposed schemes and the reduction in demand required. i) Provide an analysis of the risks should the OOH model not be delivered. Additional information: Interested suppliers are requested to submit their bid in response to this brief by no later than 09:00 on the 17th September. 2018 by uploading their response on NHSSourcing (Bravohealth) reference itt_4575: www.nhssourcing.co.uk. Details required for the tender are: a. Confirmation of your capability to provide the total package. b. Confirmation of your capacity to start the work on 24th September, 2018 and to complete it within the 6-8 week timescale. c. A description of your approach to providing the work and working with the Programme Management Office. d. A description of the relevant experience, skills and capability to meet the requirement. e. Details of which individuals within your organisation would be delivering the support - with guarantees of continuity - indicating their usual level within the organisation, skills and experience. f. . Innovative proposals for measurable skills transfer. g. A price for delivering the support based on fixed costs. The financial envelope for the work is fixed at a maximum of PS150,000. You should provide your best offer within the envelope, detailing how you will use your organisation's skills and resources to best effect. The preferred suppliers will be invited to a face to face meeting at Dean Clough, Halifax prior to confirmation of award of contract. Selection of and recommendation of the preferred supplier for the award of the contract will be completed by close of business on 21st September, 2018. The selected supplier must be available to commence the work on 24th September, 2018.",
        "datePublished": "2018-08-29T15:51:02+01:00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79400000",
            "description": "Business and management consultancy and related services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 150000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2018-09-16T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-09-23T00:00:00+01:00",
            "endDate": "2018-11-18T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/28a1927c-f97f-4dc8-9b9e-4f516d6610ed",
                "datePublished": "2018-08-29T15:51:02+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Specification of Works - (RC,RT,RP) Programme Support",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/94604a9b-c348-44cf-a664-89c174d15c4b",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "e-Procurement portal",
                "url": "http://www.nhssourcing.co.uk"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/WV9C7aTB",
            "name": "Nhs Calderdale Ccg",
            "identifier": {
                "legalName": "Nhs Calderdale Ccg",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/WV9C7aTB"
            },
            "address": {
                "streetAddress": "5th Floor, F Mill, Dean Clough Mills",
                "locality": "HALIFAX",
                "postalCode": "HX35AX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Brenda Powell",
                "email": "brenda.powell@greaterhuddersfieldccg.nhs.uk",
                "telephone": "01484 464262"
            },
            "details": {
                "url": "http://www.calderdaleccg.nhs.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-08767711",
            "name": "MCKINSEY & COMPANY LME LIMITED",
            "identifier": {
                "legalName": "MCKINSEY & COMPANY LME LIMITED",
                "scheme": "GB-COH",
                "id": "08767711"
            },
            "address": {
                "streetAddress": "NO. 1 JERMYN STREET SW1Y 4UH GB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/WV9C7aTB",
        "name": "Nhs Calderdale Ccg"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-1c15a2d6-bea7-4a5a-bf94-f4fd97892f99-1",
            "status": "active",
            "date": "2018-09-28T00:00:00+01:00",
            "datePublished": "2018-10-05T15:09:40+01:00",
            "value": {
                "amount": 150000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-08767711",
                    "name": "MCKINSEY & COMPANY LME LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-10-01T00:00:00+01:00",
                "endDate": "2018-11-18T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/d875b8a4-940e-41a6-88c6-169b209d624d",
                    "datePublished": "2018-10-05T15:09:40+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "tenderNotice",
                    "description": "Specification of Works - (RC,RT,RP) Programme Support",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/94604a9b-c348-44cf-a664-89c174d15c4b",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "documentType": "tenderNotice",
                    "description": "e-Procurement portal",
                    "url": "http://www.nhssourcing.co.uk"
                }
            ]
        }
    ]
}