Published date: 5 October 2018

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 16 September 2018

Contract summary

Industry

  • Business and management consultancy and related services - 79400000

Location of contract

Yorkshire and the Humber

Value of contract

£150,000

Procurement reference

RCRTRPPS(0818)2

Published date

5 October 2018

Closing date

16 September 2018

Contract start date

23 September 2018

Contract end date

18 November 2018

Contract type

Service contract

Procedure type

Open procedure (below threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements below the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


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.


More information

Previous notice about this procurement

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

  • Opportunity
  • Published 29 August 2018

Attachments

Links

Additional text

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 £150,000. 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.


Award information

Awarded date

28 September 2018

Contract start date

1 October 2018

Contract end date

18 November 2018

Total value of contract

£150,000

This contract was awarded to 1 supplier.

MCKINSEY & COMPANY LME LIMITED

Address

NO. 1 JERMYN STREET
SW1Y 4UH
GB

Reference

Companies House number: 08767711

Value of contract

£150,000

Supplier is SME?

No

Supplier is VCSE?

No


About the buyer

Contact name

Brenda Powell

Address

5th Floor, F Mill
Dean Clough Mills
HALIFAX
HX35AX
England

Telephone

01484 464262

Email

brenda.powell@greaterhuddersfieldccg.nhs.uk

Website

www.calderdaleccg.nhs.uk