Section one: Contracting authority
one.1) Name and addresses
HEALTHCARE QUALITY IMPROVEMENT PARTNERSHIP
27a Harley Place
LONDON
W1G8LZ
Contact
Ruth Onofeghare
Telephone
+44 7947542324
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
https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx
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
Maternal Newborn and Infant Clinical Outcome Review
Reference number
HQIP NCA 2141
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Healthcare Quality Improvement Partnership (HQIP) is seeking to commission an organisation that will support the delivery of the Maternal, Newborn and Infant Clinical Outcome Review Programme. The programme will initially be delivered for NHS-funded care in England, Wales, Scotland, Northern Ireland, Jersey, Guernsey and Isle of Man.
two.1.5) Estimated total value
Value excluding VAT: £2,670,000
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
two.2.4) Description of the procurement
Clinical Outcome Review Programmes (previously known as confidential enquiries) are designed to help assess the quality of healthcare, and stimulate improvement in safety and effectiveness by systematically enabling clinicians, managers and policy makers to learn from adverse events and other relevant data. The programmes aim to complement and contribute to the work of other agencies such as National Institute for Health and Care Excellence (NICE), the Care Quality Commission (CQC), the Royal Colleges and academic research studies with the aim of supporting changes that can help improve the quality and safety of healthcare delivery.
Clinical outcome review programmes are expected to:
a. Assess the quality and safety of health services
b. Better understanding and reporting on the causal pathways to serious morbidity and death, so as to identify remedial factors and routes to prevention
c. Support improvements in service quality through local and national learning
d. Produce evidence-based recommendations and good practice points
e. Influence clinical practice, commissioning, service provision, policy and education by helping understand opportunities to improve outcomes for patients
f. Achieve and maintain close alignment with relevant national guidelines and quality standards throughout the programme, as appropriate
g. Ensure robust methodological and statistical input at all stages
h. Identify from the outset the full range of audiences for the reports and other programme outputs, and plan and tailor them accordingly
i. Utilise strong and effective project and programme management to deliver programme outputs on time and within budget
j. Develop and maintain strong engagement with local clinicians, networks, commissioners, parents and their families and carers and charity and community support groups in order to drive improvements in services
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: £2,670,000
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
Extension of up to 2 years
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 March 2022
Local time
12:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 March 2022
Local time
1:00pm
Place
Electronically opening on Source2Contract (Wax Digital platform)
Information about authorised persons and opening procedure
Bids remain closed until the deadline and opening will be led by the procurement lead
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
HQIP
27A Harley Place
London
W1G 8LZ
Country
United Kingdom