Contract Overview
The Business Consultancy Solutions and Advisory Services tender exercise was conducted by HealthTrust Europe and designed to support the NHS and other Public Sector Organisations in managing the dynamics of the consultancy market, offering a simple, compliant route for the procurement of a range of expert consultancy services at competitive rates. It offers users the flexibility of allowing both direct call-off and further competition under the provisions of the framework agreement.
Lot 1 of the framework agreement covers for process redesign and improvement including, Organisational and Change Management; Programme and Project Management; and Management Consultancy services.
Free, quick and easy to access
No restriction on contract length or value
Compliant route to market
Competitive, capped rates
A wide range of expertise available
Assigned support
Business Consultancy Solutions and Advisory Services (Lot 1)
- Consultancy and Advisory services for process redesign and improvement;
- Organisational and Change Management;
- Programme and Project Management; and
- Management Consultancy services.
Long term plans of action designed to achieve a particular goal or set of goals or objectives. The Supplier shall help organisations to improve their performance, through the analysis of existing organisational problems and development of plans for improvement and address their most critical challenges, transforming their organisation. The approach may combine insight into the dynamics of companies and markets with close collaboration at all levels of the organisation, ensuring that the organisation achieves a sustainable competitive advantage and secures lasting results. The Lot will also include Organisational and Change Management Services helping Participating Authorities to improve on efficiencies within the organisation, enabling them to achieve and sustain their strategy and vision through the implementation of appropriate structures and supporting infrastructure, processes, systems, values and behaviours. The Lot will also support Programme and Project Management. This Lot will have many elements of other Lots but requirements will not be wholly focused on any particular discipline as other Lots might be. It will also include the provision of Consultancy and Advisory services to include content design, marketing and advertising as well as public relations and advice on corporate social responsibility. The focus for the Supplier will be the management process responsible for identifying, anticipating and satisfying customer requirements and profitability of the organisation. Communications activity is a key driver in public perception of the overall organisation’s performance. The Supplier may assist in developing the organisation’s marketing strategy to reflect the corporate aims and priorities of the organisation. Advice that may be sought by the Participating Authority includes but is not limited to:
- Enterprise Marketing Strategy;
- Online marketing;
- Offline marketing;
- Public Relations;
- Corporate Social Responsibility; and
- Events
The Supplier should, as a minimum, be committed to:
- Creating competitive advantage through unique solutions;
- Building capabilities and mobilising organisations;
- Driving sustainable impact;
- Providing opportunities for personal growth;
- Providing Corporate strategy recommendations;
- Merger and acquisition including integration;
- Customer and market strategy;
- Organisational design not wholly focused on Workforce optimisation;
- Designing the client journey including performance measurement;
- Project portfolio and business benefits;
- Enterprise-wide cost reduction;
- Sustainability for long term objectives;
- Project start-ups;
- Cost and Change control;
- Document management;
- Benefits and performance measurement;
- Enabling informed budget decision making;
- Simplified access to key risks and opportunities;
- Effective project prioritisation;
- Resource management facilitation; and
- Clear and concise visual progress tracking
Acuity Business Solutions Limited
Attain Health Management Services Limited
Catering Consultancy Bureau Limited
Finnamore Limited
Green & Kassab Limited
Liaison Financial Services Limited
North of England Commissioning Support (NECS)
PA Consulting Services Limited
Prederi Limited
Premier Change Consulting Limited
Rider Levett Bucknall UK Limited
RSM UK Tax and Accounting Limited
The Boston Consulting Group UK LLP
The Change Maker Group Limited
The framework can be accessed via direct award or mini-competition. Further information relating to these options is provided below. Direct award A Participating Authority who intends to award a call-off contract using the Direct Award option shall follow the procedure set out below: a) shall identify its requirements which may be either general in nature or a specific requirement; b) identify which Lot/s is relevant to its requirements; c) identify which supplier/s are capable of providing the required services by using the Capability Matrix (available upon request); d) where more than one Supplier is identified using the Capability Matrix, HTE will provide the scoring of the suppliers from the Framework Award Criteria for those suppliers identified to the Participating Authority in order for them to determine the most economically advantageous supplier for its requirements. Once a Participating Authority has identified which Supplier is best able to meet its requirements in accordance with points a-d above, it may award a call-off contract. The Participating Authority may select more than one Framework Supplier should their requirements cover more than one Framework Supplier and the volume level they are able to indicate to each supplier will be calculated accordingly. The following price options are available for direct awards:
- Day Rates (time and materials) – This will be based on the day rates suppliers provided in response to the Framework Agreement.
- Fixed Price – This will be based on an agreed number of hours/days for bandings of the Suppliers personnel for a definite specification of services which is not subject to adjustment unless provisions e.g. contract changes are included in the call-off contract.
- Fixed Price with Milestones – This will be based on an agreed number of hours/days for bandings of the Supplier’s personnel for a definite specification of services which is not subject to adjustment unless provisions, e.g. contract change, are included in the call-off contract. Payment will be made following completion of an agreed set of Milestones, deliverables or performance outcomes. Both parties will agree, prior to contract commencement, the percentage of the fixed fee attached to each Milestone.
- Retainer – a regular payment by a Participating Authority to the supplier to be on ‘stand-by’ or for an agreement provision of service. The payment enables the Participating Authority to access the skills and experience of that supplier on demand, or for a set period of time based on expected requirements. Unused time is ‘lost’, but if the supplier over delivers the supplier will not charge an additional fee unless the over delivery is significant.
- Contingency Fee/Success Fee/Value based saving – where is it is identified that the offering of an alternative Page 7 of 9 financial model would be of benefit to the Participating Authority, the Supplier can propose an alternative model which the Participating Authority can consider. The Participating Authority shall agree to share any financial benefits/gains as a result of the appointment.
Mini Competition
Where the framework criteria does not provide you with sufficient information to identify the supplier offering best value for money, a mini-competition may be carried out.
You should contact your Account Manager if you are an HTE Member or our Customer Care team on 0845 887 5000 or email: customercare@htepg.com if you are an Associate Member for further details and guidance