Tender

Maternal Newborn and Infant Clinical Outcome Review

  • HEALTHCARE QUALITY IMPROVEMENT PARTNERSHIP

F02: Contract notice

Notice identifier: 2022/S 000-005383

Procurement identifier (OCID): ocds-h6vhtk-031ba3

Published 28 February 2022, 10:44am



Section one: Contracting authority

one.1) Name and addresses

HEALTHCARE QUALITY IMPROVEMENT PARTNERSHIP

27a Harley Place

LONDON

W1G8LZ

Contact

Ruth Onofeghare

Email

ruth.onofeghare@hqip.org.uk

Telephone

+44 7947542324

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.hqip.org.uk/

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

Email

procurement@hqip.org.uk

Country

United Kingdom