Healthcare Quality Improvement Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Medical and Surgical Clinical Outcome Review Programme |
Notice type: | Contract Notice |
Authority: | Healthcare Quality Improvement Partnership Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The contract will initially be delivered for NHS-funded care in England, Wales, Northern Ireland, and Jersey for a period of 3 years, at a maximum total budget of up to £2,190,000 GBP excluding VAT. Bids exceeding this limit will be rejected. The contract is anticipated to start on 01 April 2025. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables. The contract holder is responsible for all aspects of leadership, governance, stakeholder engagement, design and delivery of the specified project including scope development, data acquisition, analysis, reporting, and stimulation of healthcare improvement. It is expected that the supplier will: •Build strategic partnerships to be able to access existing data quickly for use in a review •Use innovative methods (such as social media) to ensure that the experience of patients and those important to them contribute to the dataset for a review •Avoid the use of paper questionnaires, and of Patient Reported Experience Measures (PREMs)/Patient Reported Outcome Measures (PROMs) •Make use of national patient safety alerts to help design each review. |
Published: | 05/07/2024 11:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Healthcare Quality Improvement Partnership Ltd
27a Harley Place, London, W1G 8LZ, United Kingdom
Tel. +44 07904597971, Email: procurement@hqip.org.uk
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./38K3XW5U34
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-UK-London:-Health-services./38K3XW5U34 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: Medical and Surgical Clinical Outcome Review Programme
Reference Number: HQIP NCA - 864406772
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The contract will initially be delivered for NHS-funded care in England, Wales, Northern Ireland, and Jersey for a period of 3 years, at a maximum total budget of up to £2,190,000 GBP excluding VAT. Bids exceeding this limit will be rejected. The contract is anticipated to start on 01 April 2025.
There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables.
The contract holder is responsible for all aspects of leadership, governance, stakeholder engagement, design and delivery of the specified project including scope development, data acquisition, analysis, reporting, and stimulation of healthcare improvement.
It is expected that the supplier will:
•Build strategic partnerships to be able to access existing data quickly for use in a review
•Use innovative methods (such as social media) to ensure that the experience of patients and those important to them contribute to the dataset for a review
•Avoid the use of paper questionnaires, and of Patient Reported Experience Measures (PREMs)/Patient Reported Outcome Measures (PROMs)
•Make use of national patient safety alerts to help design each review.
II.1.5) Estimated total value:
Value excluding VAT: 7,683,153
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
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 Medical and Surgical Clinical Outcome Review Programme (Med Surg 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 £2,190,000 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of £730,000 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 £7,683,153.
It is anticipated that the new service will commence on 1st April 2025.
The full breakdown of the aspirational 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 5th August 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.
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: 2,190,000
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/38K3XW5U34
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: 05/08/2024 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: 05/08/2024
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: Within 12 months of contract end date
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./38K3XW5U34
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/38K3XW5U34
VI.4) Procedures for review
VI.4.1) Review body:
Healthcare Quality Improvement Partnership Ltd
27a Harley Place, London, W1G 8LZ, United Kingdom
Tel. +44 07904597971
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: 05/07/2024
Annex A