Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/d875b8a4-940e-41a6-88c6-169b209d624d
5th October 2018 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/28a1927c-f97f-4dc8-9b9e-4f516d6610ed
29th August 2018 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/94604a9b-c348-44cf-a664-89c174d15c4b
Specification of Works - (RC,RT,RP) Programme Support -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}
]
}