Section one: Contracting authority
one.1) Name and addresses
National Institute For Health And Care Excellence
2 Redman Place
LONDON
E20 1QJ
Contact
Barney Wilkinson
Telephone
+44 2070452023
Country
United Kingdom
NUTS code
UKI5 - Outer London – East and North East
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Development and piloting of quality indicators National Collaborating Centre for Indicator Development
Reference number
NICE 0122
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
NICE has managed an independent and transparent process for developing and maintaining Quality and Outcomes Framework (QOF) indicators since April 2009. In 2011 our remit was extended to include Clinical Commissioning Group (CCG) level indicators and in 2019 we were asked to work in partnership with NHS Digital to host and assure the national library of quality indicators
The indicators developed or assured by NICE are added to an indicator menu (https://www.nice.org.uk/Standards-and-Indicators/index). The menu contains 338 indicators on different topics. Some indicators are included in national frameworks, e.g., QOF, CCG Outcome Indicator Set (CCG OIS), NHS System Oversight (CCG SOF). Indicators can also be used by any organisation for use in local or national quality improvement schemes
Whilst NICE's work to date has focused on indicators that operate at general practice level (predominantly indicators suitable for use in the QOF) and CCG indicators for inclusion in national frameworks, NICE anticipates future indicator work will have a wider scope.
Our scope will now extend to development of indicators at a system level to support the newer organisational structures in the NHS including integrated care systems and primary care networks.
The way in which NICE develops indicators has changed over recent years and we continue to look for innovative ways to maintain robust and rigorous processes whilst being responsive and flexible. The cycle of development needs to be flexible to react to emerging priorities identified as the challenges facing the health and social care system change. NICE is also changing how it delivers guidance moving towards living guidelines for learning health and care systems with indicators being fundamental to measurement of outcomes and enabling feedback to NICE which will help influence guidance updates.
The appointed contractor will be expected to work with NICE to deliver this requirement.
The tender documents contain more detail of the work
two.1.5) Estimated total value
Value excluding VAT: £930,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
At the suppliers place of work, offices and facilities
two.2.4) Description of the procurement
Indicators published by NICE
There are currently 4 types of indicator on the NICE indicator menu:
• general practice indicators suitable for quality improvement supported by financial incentivisation (suitable for use in the QOF)
• general practice indicators for use outside of the QOF for quality improvement, for example, to support local schemes
• clinical commissioning group indicators
• national library of quality indicators.
Indicators developed or assured by NICE support quality improvement in population health delivering through:
• general practice
• primary care networks (PCNs)
• wider primary care (for example, community pharmacists)
• hospitals
• integrated care systems (ICSs)
• social care organisations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £930,000
two.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
two optional 12 month extensions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see the tender documents available on Contracts Finder
https://www.contractsfinder.service.gov.uk/Notice/8f733546-f2d8-4e13-991c-a98bab68cf28
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 February 2022
Local time
6:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 February 2022
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
National Institute for Health and Care Excellence
London
E20 1QJ
Country
United Kingdom