Section one: Contracting authority
one.1) Name and addresses
The Nursing and Midwifery Council
23 Portland Place
London
W1B 1PZ
Contact
Gabriel Otubambo
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
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 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