Tender

Population & Health Equity initiatives Evaluation Support

GUY'S AND ST. THOMAS' NHS FOUNDATION TRUST

This public procurement record has 2 releases in its history.

Tender

26 Feb 2024 at 18:23

Tender

26 Feb 2024 at 18:14

Summary of the contracting process

The procurement process is initiated by Guy's and St. Thomas' NHS Foundation Trust for the evaluation support of the Population & Health Equity initiatives. This tender falls under the services category with a contract value of £75,000. The procurement method is a limited competitive quotation, and the tender deadline for submissions is on 7th March 2024. The contract period is scheduled to start on 1st April 2024 and end on 31st August 2024. The opportunity is open to small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise organisations (VCSEs).

This tender presents a business growth opportunity for companies providing evaluation consultancy services. Businesses well-suited to compete are those with expertise in evaluating public health programmes and projects. The evaluation partner(s) selected will need to be adaptable to work on various pilot interventions within the Vital 5 programme. Prospective bidders are encouraged to engage with Meghna Manoharan from Guy's and St. Thomas' NHS Foundation Trust for further details on participating in the competitive bidding process.

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

Population & Health Equity initiatives Evaluation Support

Notice Description

SEL Vital 5 Programme - The Evaluation Ask Context Recently, the South East London Integrated Care Board (ICB) allocated PS4 million to the Vital 5 programme, which is focused on reducing the impact of 5 key risk factors that have a major impact on population health, targeted to those populations who face the greatest health inequity ('Core20Plus5'). The Vital 5 are - Alcohol, Healthy Weight, Hypertension, Mental Health and Tobacco Dependency. A summary overview of the current scope of the programme is included on pages 4 and 5 in the attached document. A review of the Vital 5 programme is underway with the aim of collating learning and insights, understanding potential programme benefits and impact, and developing an overarching framework and methods for implementing a comprehensive evaluation framework. However, in the interim, there are some specific initiatives within the Vital 5 programme that require evaluation expertise is detailed in page 5 of the attached document. Evaluation considerations As many of these interventions are in pilot phase, we require an evaluation partner(s) who can work flexibly with us to design the right type of evaluation support for each project based on its maturity and readiness for evaluation. This will include a mix of: Advice on evaluation readiness: Assessing whether the proposed interventions are ready for evaluation Developing tools/frameworks that may be required to enable evaluation (e.g. logic model or theory of change, evaluation framework incl. data capture and metrics) Evaluation of intervention: Undertaking evaluation in line with agreed scope (e.g. Appropriateness, effectiveness (including cost-effectiveness), efficiency and impact) Identification of challenges and opportunities in scaling beyond pilot phase Evaluation outputs: Evaluation report with summary of findings including tangible actions to improve, scale and sustain initiatives. It is important to note that evaluation outputs from these specific projects will also need to inform the overarching evaluation framework for the Vital 5 programme, which is yet to be developed. Please feel free to contact Meghna Manoharan via the email address provided below for any clarifications or additional information needed. Additional information: To express interest and participate in the competitive bidding, kindly reach out to Meghna Manoharan via email at meghna.manoharan@gstt.nhs.uk.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6d5ab7d3-9d7f-46e0-8499-c27e5f820fd3
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/194f5bc7-f95e-43c4-a2d1-e8c9232fc487
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Competitive quotation (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79419000 - Evaluation consultancy services

Notice Value(s)

Tender Value
£75,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Feb 20241 years ago
Submission Deadline
7 Mar 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2024 - 31 Aug 2024 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GUY'S AND ST. THOMAS' NHS FOUNDATION TRUST
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SE1 9RT
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Southwark
Electoral Ward
London Bridge & West Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

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-b5fd17-6d5ab7d3-9d7f-46e0-8499-c27e5f820fd3-2024-02-26T18:23:01Z",
    "date": "2024-02-26T18:23:01Z",
    "ocid": "ocds-b5fd17-6d5ab7d3-9d7f-46e0-8499-c27e5f820fd3",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-2203600D0O000000rwimUAA",
        "title": "Population & Health Equity initiatives Evaluation Support",
        "description": "SEL Vital 5 Programme - The Evaluation Ask Context Recently, the South East London Integrated Care Board (ICB) allocated PS4 million to the Vital 5 programme, which is focused on reducing the impact of 5 key risk factors that have a major impact on population health, targeted to those populations who face the greatest health inequity ('Core20Plus5'). The Vital 5 are - Alcohol, Healthy Weight, Hypertension, Mental Health and Tobacco Dependency. A summary overview of the current scope of the programme is included on pages 4 and 5 in the attached document. A review of the Vital 5 programme is underway with the aim of collating learning and insights, understanding potential programme benefits and impact, and developing an overarching framework and methods for implementing a comprehensive evaluation framework. However, in the interim, there are some specific initiatives within the Vital 5 programme that require evaluation expertise is detailed in page 5 of the attached document. Evaluation considerations As many of these interventions are in pilot phase, we require an evaluation partner(s) who can work flexibly with us to design the right type of evaluation support for each project based on its maturity and readiness for evaluation. This will include a mix of: Advice on evaluation readiness: Assessing whether the proposed interventions are ready for evaluation Developing tools/frameworks that may be required to enable evaluation (e.g. logic model or theory of change, evaluation framework incl. data capture and metrics) Evaluation of intervention: Undertaking evaluation in line with agreed scope (e.g. Appropriateness, effectiveness (including cost-effectiveness), efficiency and impact) Identification of challenges and opportunities in scaling beyond pilot phase Evaluation outputs: Evaluation report with summary of findings including tangible actions to improve, scale and sustain initiatives. It is important to note that evaluation outputs from these specific projects will also need to inform the overarching evaluation framework for the Vital 5 programme, which is yet to be developed. Please feel free to contact Meghna Manoharan via the email address provided below for any clarifications or additional information needed. Additional information: To express interest and participate in the competitive bidding, kindly reach out to Meghna Manoharan via email at meghna.manoharan@gstt.nhs.uk.",
        "datePublished": "2024-02-26T18:14:09Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79419000",
            "description": "Evaluation consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 65000,
            "currency": "GBP"
        },
        "value": {
            "amount": 75000,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Competitive quotation (below threshold)",
        "tenderPeriod": {
            "endDate": "2024-03-07T17:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2024-04-01T00:00:00+01:00",
            "endDate": "2024-08-31T23:59:59+01:00"
        },
        "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/2b376adb-4203-49bb-a902-5bf724c91611",
                "datePublished": "2024-02-26T18:14:09Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Request for Quotation v1-0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/85a16ec6-c113-42f0-b509-6324b0f51a91",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "description": "Annexure A - Specification",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d42f0498-fecd-4776-b12b-660f1a4eff7b",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "description": "Response Document v1-0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a39838b1-ab02-4321-8b61-dbec1bccbc20",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/194f5bc7-f95e-43c4-a2d1-e8c9232fc487",
                "datePublished": "2024-02-26T18:14:09Z",
                "dateModified": "2024-02-26T18:23:01Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "6",
                "description": "Annexure A - Specification",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3faa185b-cf81-4fd9-b1ba-dfe061444c83",
                "format": "application/pdf"
            },
            {
                "id": "7",
                "description": "Request for Quotation v1-0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/00b38324-9959-4689-9000-c0273c375514",
                "format": "application/pdf"
            },
            {
                "id": "8",
                "description": "Response Document v1-0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bf1d8f11-af8c-4e4c-b53d-b614a8897177",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-273813",
            "name": "Guy's and St. Thomas' NHS Foundation Trust",
            "identifier": {
                "legalName": "Guy's and St. Thomas' NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Counting House",
                "locality": "London",
                "postalCode": "SE1 9RT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Meghna Manoharan",
                "email": "meghna.manoharan@gstt.nhs.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-273813",
        "name": "Guy's and St. Thomas' NHS Foundation Trust"
    }
}