Healthcare Quality Improvement Partnership Ltd: Child Health Clinical Outcome Review Programme

  Healthcare Quality Improvement Partnership Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Child Health Clinical Outcome Review Programme
Notice type: Contract Notice
Authority: Healthcare Quality Improvement Partnership Ltd
Nature of contract: Services
Procedure: Open
Short Description: The supplier will build on the last five years of the Child Health Clinical Outcome Programme. The overarching aims of this contract are to: a)Understand the way care is delivered against a range of topics selected according to the process outlined in section 3.3 of the specification, and b)Drive improvements in the quality, experience, and outcomes of care for children and young people in connection to those topics. c)Complement and contribute to the work of other healthcare organisations, such as the National Institute for Health and Care Excellence (NICE), the Care Quality Commission (CQC), The Royal College of Paediatrics and Child Health, academia, and the Department for Education
Published: 20/05/2024 09:21
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Health services.
Section I: Contracting Authority
      I.1) Name and addresses
             Healthcare Quality Improvement Partnership (HQIP), United Kingdom
             27A Harley place, London, W1G 8LZ, United Kingdom
             Tel. +44 7904597971, Email: procurement@hqip.org.uk
             Contact: Jonathan Williams
             Main Address: www.hqip.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./TX4G368766
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/TX4G368766 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Child Health Clinical Outcome Review Programme       
      Reference Number: HQIP NCA 859436950
      II.1.2) Main CPV Code:
      85100000 - Health services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The supplier will build on the last five years of the Child Health Clinical Outcome Programme. The overarching aims of this contract are to:
a)Understand the way care is delivered against a range of topics selected according to the process outlined in section 3.3 of the specification, and
b)Drive improvements in the quality, experience, and outcomes of care for children and young people in connection to those topics.
c)Complement and contribute to the work of other healthcare organisations, such as the National Institute for Health and Care Excellence (NICE), the Care Quality Commission (CQC), The Royal College of Paediatrics and Child Health, academia, and the Department for Education       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,745,454       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      85100000 - Health services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The Healthcare Quality Improvement Partnership (HQIP) is seeking to commission an organisation that will support the delivery of the Child Health Clinical Outcome Review Programme (CH CORP).
The programme will initially be delivered for NHS-funded care in England, Wales, Northern Ireland and Jersey but may later extend to include Guernsey, Scotland Isle of Man and other Devolved Nations/ Crown Dependencies.
The total contract value is £1,095,000 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of £365,000 per year.
The ceiling value including the core 3 year value, extension value and all other aspirational intent as defined in section 12 of the specification of this ITT has a potential value of up to £3,745,454.
It is anticipated that the new service will commence in January 2025.
The full breakdown of the aspiration intent and mechanisms for invoking these elements can be found in section 12 of Annex A - Service Specification.
This procurement is for clinical services which are part of the 'Public Contract Regulations (PCR2015)' for the purpose of the Regulations. The commissioner is not voluntarily following any other part of the Regulations. The process will be similar to an Open Procedure where the Regulations apply and so reserves the right to depart from that procedure at any point.
The procedure that the Commissioner is following is set out in the Invitation to Tender.
To access the ITT documents, please follow the access link defined above in this notice.
Bidders must respond to all questions. The deadline for the submission of the tender is 12 noon on Thursday 20th June 2024.
Please note that any communication from HQIP regarding this tender will be via the Delta messaging board. Bidders must use the Delta messaging board
for their communications with HQIP regarding this procurement.
Bidders should note that HQIP does not accept requests to amend the published Terms and Conditions of Contract after bid submission or prior to contract signature.
Bidders must sign the Form of Tender to indicate acceptance of these Terms and Conditions of Contract. Failure to sign the Form of Tender will make your bid submission non compliant and subject to disqualification.
In rare cases where a bidder wishes to raise a potential legal implication to agreeing to the terms and conditions, this must be raised during the published bidder clarification time window via the messaging module within the e-tendering portal so that it can be addressed via the standard process for all bidder clarifications.
HQIP would like to bring to the attention of bidders that the qualitative response section of this tender now includes question 8.20 - Social Value.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 3,745,454       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Up to 24 months extension
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/TX4G368766       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/06/2024 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 20/06/2024
         Time: 12:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 3-5 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./TX4G368766

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TX4G368766
   VI.4) Procedures for review
   VI.4.1) Review body:
             Healthcare Quality Improvement Partnership Ltd
       27a Harley Place, London, W1G 8LZ, United Kingdom
       Email: procurement@hqip.org.uk
       Internet address: www.hqip.org.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 20/05/2024

Annex A


View any Notice Addenda

View Award Notice

UK-London: Health services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Healthcare Quality Improvement Partnership (HQIP), United Kingdom
       27A Harley place, London, W1G 8LZ, United Kingdom
       Tel. +44 7904597971, Email: procurement@hqip.org.uk
       Contact: Jonathan Williams
       Main Address: www.hqip.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Child Health Clinical Outcome Review Programme            
      Reference number: HQIP NCA 859436950

      II.1.2) Main CPV code:
         85100000 - Health services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The supplier will build on the last five years of the Child Health Clinical Outcome Programme. The overarching aims of this contract are to:
a)Understand the way care is delivered against a range of topics selected according to the process outlined in section 3.3 of the specification, and
b)Drive improvements in the quality, experience, and outcomes of care for children and young people in connection to those topics.
c)Complement and contribute to the work of other healthcare organisations, such as the National Institute for Health and Care Excellence (NICE), the Care Quality Commission (CQC), The Royal College of Paediatrics and Child Health, academia, and the Department for Education

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,095,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            85100000 - Health services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Healthcare Quality Improvement Partnership (HQIP) is seeking to commission an organisation that will support the delivery of the Child Health Clinical Outcome Review Programme (CH CORP).
The programme will initially be delivered for NHS-funded care in England, Wales, Northern Ireland and Jersey but may later extend to include Guernsey, Scotland Isle of Man and other Devolved Nations/ Crown Dependencies.
The total contract value is £1,095,000 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of £365,000 per year.
The ceiling value including the core 3 year value, extension value and all other aspirational intent as defined in section 12 of the specification of this ITT has a potential value of up to £3,745,454.
It is anticipated that the new service will commence in January 2025.
The full breakdown of the aspiration intent and mechanisms for invoking these elements can be found in section 12 of Annex A - Service Specification.
This procurement is for clinical services which are part of the 'Public Contract Regulations (PCR2015)' for the purpose of the Regulations. The commissioner is not voluntarily following any other part of the Regulations. The process will be similar to an Open Procedure where the Regulations apply and so reserves the right to depart from that procedure at any point.
The procedure that the Commissioner is following is set out in the Invitation to Tender.
To access the ITT documents, please follow the access link defined above in this notice.
Bidders must respond to all questions. The deadline for the submission of the tender is 12 noon on Thursday 20th June 2024.
Please note that any communication from HQIP regarding this tender will be via the Delta messaging board. Bidders must use the Delta messaging board
for their communications with HQIP regarding this procurement.
Bidders should note that HQIP does not accept requests to amend the published Terms and Conditions of Contract after bid submission or prior to contract signature.
Bidders must sign the Form of Tender to indicate acceptance of these Terms and Conditions of Contract. Failure to sign the Form of Tender will make your bid submission non compliant and subject to disqualification.
In rare cases where a bidder wishes to raise a potential legal implication to agreeing to the terms and conditions, this must be raised during the published bidder clarification time window via the messaging module within the e-tendering portal so that it can be addressed via the standard process for all bidder clarifications.
HQIP would like to bring to the attention of bidders that the qualitative response section of this tender now includes question 8.20 - Social Value.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/TX4G368766


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-015798
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/11/2024

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             National Confidential Enquiry into Patient Outcome and Death, 03019382
             Ground Floor, Abbey House, 74-76 St John Street, London, EC1M 4DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,095,000          
         Total value of the contract/lot: 1,095,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=905268826

   VI.4) Procedures for review

      VI.4.1) Review body
          Healthcare Quality Improvement Partnership Ltd
          27a Harley Place, London, W1G 8LZ, United Kingdom
          Email: procurement@hqip.org.uk
          Internet address: www.hqip.org.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 25/11/2024