Tender

The Provision of Regulator Medical Support Services Framework

  • The Nursing and Midwifery Council

F02: Contract notice

Notice identifier: 2021/S 000-004607

Procurement identifier (OCID): ocds-h6vhtk-029970

Published 8 March 2021, 2:39pm



Section one: Contracting authority

one.1) Name and addresses

The Nursing and Midwifery Council

23 Portland Place

London

W1B 1PZ

Contact

Gabriel Otubambo

Email

gabriel.otubambo@nmc-uk.org

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.nmc.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/nmc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

The Provision of Regulator Medical Support Services Framework

Reference number

NMC-00000304

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The NMC in collaboration with the other UK healthcare regulators, wishes to appoint a provider(s) to undertake Toxicology services where there is complaint about a registrant’s health or misconduct. In addition, we wish to appoint a provider(s) to undertake medical examiner services for our registration and fitness to practise proceedings. Lastly, we (the NMC) wish to appoint a provider(s) of nursing and midwifery experts who are trained and able to provide independent opinion regarding care provided by registrants who receive complaints about their fitness to practise.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Provision of Toxicology Services (Drug and Alcohol Testing)

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85145000 - Services provided by medical laboratories

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
  • UKM - SCOTLAND
  • UKN - NORTHERN IRELAND
  • UKL - WALES

two.2.4) Description of the procurement

On request of the NMC, the provider will be responsible for arranging appointments with individuals on our register, or those applying to join our register, for samples to be taken for drug and/or alcohol testing. The provider will be responsible for testing the samples and providing a comprehensive report to the NMC which explains the results, within agreed timeframes. The provider must be able to carry out more than one method of sample testing, and be able to test for a variety of substances.The samples and testing must be carried out in a manner that complies with chain of custody and with ISO standards ISO/IEC 17025:2017

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Provision of Medical Examiner Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85121200 - Medical specialist services
  • 80320000 - Medical education services
  • 85120000 - Medical practice and related services
  • 85148000 - Medical analysis services

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
  • UKM - SCOTLAND
  • UKN - NORTHERN IRELAND
  • UKL - WALES

two.2.4) Description of the procurement

The provider will be the point of contact between the NMC case teams and Medical Examiners.The provider will need to have a pool of Medical Examiners available to conduct examinations, provide independent reports and attend NMC hearings to give evidence. The pool of examiners will need to contain a range of expertise in psychiatry, occupational health, substance misuse and general medicine. When requested, the provider will need to source the appropriate Medical Examiner, within the contract price, and provide them with the necessary medical records, which the provider will need to source (consent would have already been obtained).The provider is responsible for the quality of the reports, as well as feeding back any issues with reports or performance concerns, and is responsible for the timeliness of reports provided to the NMC.The provider will be responsible for handling data in line with GDPR and in strict adherence to agreed timeframes.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Provision of Expert Witness Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71319000 - Expert witness services

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
  • UKM - SCOTLAND
  • UKN - NORTHERN IRELAND
  • UKL - WALES

two.2.4) Description of the procurement

The provider will be the expert witness’ point of contact, and will liaise with the NMC case teams for all arrangements of hearing attendance. The provider will need to have a pool of, or be able to source, expert witnesses to conduct reviews of evidence, provide independent reports and attend NMC hearings to give evidence. The experts will need to contain a range of expertise in nursing and midwifery. The provider will be responsible for the quality of the report and making sure it is provided within the agreed timescales and contracted prices

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 April 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

9 April 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Strand

London

WC2 2LL

Country

United Kingdom