Contract

Clinical Reviewers Framework

  • NHS England

F03: Contract award notice

Notice identifier: 2025/S 000-014994

Procurement identifier (OCID): ocds-h6vhtk-047c26 (view related notices)

Published 14 April 2025, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

7 and 8 Wellington Place

Leeds

LS1 4AP

Contact

Aida Knight

Email

aida.knight2@nhs.net

Country

United Kingdom

Region code

UKI - London

NHS Organisation Data Service

Y56

Internet address(es)

Main address

https://www.england.nhs.uk/

Buyer's address

https://www.england.nhs.uk/

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

Clinical Reviewers Framework

Reference number

PRJ- 2006

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England (hereafter referred to as "The Authority") invites completed Invitation to Tender (ITT) submissions from all suitable providers capable of delivering clinical reviews when a death in custody within London's secure estate occurs.   

The Authority for this procurement is NHS England London Region. Further information regarding the role and purpose of NHS England is available from this url: https://www.england.nhs.uk/about/about-nhs-england/

The purpose of this procurement is to establish a framework of independent clinical review providers that The Authority can draw down on when a death in custody requires a clinical review to be conducted - one part of a wider Prisons and Probation Ombudsman investigation and a delegated duty from the Secretary of State.   

The framework is divided into two Lots: 

Lot 1 - Bidders can bid to be the lead provider of a clinical review, outlining the details of lead clinical reviewers who can conduct all three levels of clinical review.  Bidders also have the option of listing team reviewers from their organisation who can support their lead reviewers with subject matter expertise.  

Lot 2 - Bidders can bid to join a pool of team reviewers capable of supporting lead reviewers with subject matter expertise.  Team reviewers will be appointed when a lead provider does not have access to the required subject matter expertise to complete a review. 

A maximum of five providers will be commissioned for Lot 1, with no limit to the number of providers for Lot 2. 

Further details of the lotting structure and award process can be found within the ITT guidance document and further details of the service to be delivered within the Service Specification. 

Providers will be listed on the framework for a period of four years. 

The total estimated contract value stated for this framework for independent clinical reviewers into Deaths in Custody or Detention is a projected total annual contract value of between £180,000 and £200,000. Please note, annual usage of this framework agreement will vary depending on the number of deaths in each year. This would be the total amount paid in a year to all Clinical Reviewers who undertake work under the Framework and not the total sum that may be expected by a single provider of Clinical Reviews.

It is expected that the total maximum value for the framework agreement will be no more than £800,000.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £800,000

two.2) Description

two.2.1) Title

Lead Reviewers

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

NHS England (hereafter referred to as "The Authority") invites completed Invitation to Tender (ITT) submissions from all suitable providers capable of delivering clinical reviews when a death in custody within London's secure estate occurs.   

The Authority for this procurement is NHS England London Region. Further information regarding the role and purpose of NHS England is available from this url: https://www.england.nhs.uk/about/about-nhs-england/

The purpose of this procurement is to establish a framework of independent clinical review providers that The Authority can draw down on when a death in custody requires a clinical review to be conducted - one part of a wider Prisons and Probation Ombudsman investigation and a delegated duty from the Secretary of State.   

The framework is divided into two Lots: 

Lot 1 - Bidders can bid to be the lead provider of a clinical review, outlining the details of lead clinical reviewers who can conduct all three levels of clinical review.  Bidders also have the option of listing team reviewers from their organisation who can support their lead reviewers with subject matter expertise.  

A maximum of five providers will be commissioned for Lot 1, with no limit to the number of providers for Lot 2. 

Further details of the lotting structure and award process can be found within the ITT guidance document and further details of the service to be delivered within the Service Specification. 

Providers will be listed on the framework for a period of four years. 

The total estimated contract value stated for this framework for independent clinical reviewers into Deaths in Custody or Detention is a projected total annual contract value of between £180,000 and £200,000. Please note, annual usage of this framework agreement will vary depending on the number of deaths in each year. This would be the total amount paid in a year to all Clinical Reviewers who undertake work under the Framework and not the total sum that may be expected by a single provider of Clinical Reviews.

It is expected that the total maximum value for the framework agreement will be no more than £800,000.

The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. Interested Organisation must express an interest via Atamis. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below:

https://health-family.force.com/s/Welcome

Once registered, you can express an interest in this project by clicking the following the link to this specific project:

https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr000007QPSNIA4&searchStr=&sortStr=Recently+Published&page=1&filters=&County=

Or

https://health-family.force.com/s/Welcome (Contract Reference: C268168).

Please note that any submission of bids by any other means will not be considered.

Bidders are required to complete the online questionnaires and submit their tender bid hosted on the portal prior to the deadline for submission of 12:00 Noon -  Friday 09 August 2024.  

All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal.  

A timetable for the procurement, guidance regarding: process, and supplementary information relating to each contract opportunity is also available from the portal. 

The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted, based in part on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).

The Services to which the Procurement relate fall are listed within in Schedule 3 and consequently within the scope of Section 7 of the Regulations (74- 77) sometimes referred to as "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other Service Contracts. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.

This procurement seeks to establish a multi supplier framework agreement.

Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority. 

The Contracting Authority reserves the right not to award the contract. 

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

Quality 90%

Price 10%

two.2) Description

two.2.1) Title

Pool team Reviewers

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

NHS England (hereafter referred to as "The Authority") invites completed Invitation to Tender (ITT) submissions from all suitable providers capable of delivering clinical reviews when a death in custody within London's secure estate occurs.   

The Authority for this procurement is NHS England London Region. Further information regarding the role and purpose of NHS England is available from this url: https://www.england.nhs.uk/about/about-nhs-england/

The purpose of this procurement is to establish a framework of independent clinical review providers that The Authority can draw down on when a death in custody requires a clinical review to be conducted - one part of a wider Prisons and Probation Ombudsman investigation and a delegated duty from the Secretary of State.   

The framework is divided into two Lots:

Lot 2 - Bidders can bid to join a pool of team reviewers capable of supporting lead reviewers with subject matter expertise.  Team reviewers will be appointed when a lead provider does not have access to the required subject matter expertise to complete a review. 

A maximum of five providers will be commissioned for Lot 1, with no limit to the number of providers for Lot 2. 

Further details of the lotting structure and award process can be found within the ITT guidance document and further details of the service to be delivered within the Service Specification. 

Providers will be listed on the framework for a period of four years. 

The total estimated contract value stated for this framework for independent clinical reviewers into Deaths in Custody or Detention is a projected total annual contract value of between £180,000 and £200,000. Please note, annual usage of this framework agreement will vary depending on the number of deaths in each year. This would be the total amount paid in a year to all Clinical Reviewers who undertake work under the Framework and not the total sum that may be expected by a single provider of Clinical Reviews.

It is expected that the total maximum value for the framework agreement will be no more than £800,000.

The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. Interested Organisation must express an interest via Atamis. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below:

https://health-family.force.com/s/Welcome

Once registered, you can express an interest in this project by clicking the following the link to this specific project:

https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr000007QPSNIA4&searchStr=&sortStr=Recently+Published&page=1&filters=&County=

Or

https://health-family.force.com/s/Welcome (Contract Reference: C268168).

Please note that any submission of bids by any other means will not be considered.

Bidders are required to complete the online questionnaires and submit their tender bid hosted on the portal prior to the deadline for submission of 12:00 Noon -  Friday 09 August 2024.  

All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal.  

A timetable for the procurement, guidance regarding: process, and supplementary information relating to each contract opportunity is also available from the portal. 

The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted, based in part on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).

The Services to which the Procurement relate fall are listed within in Schedule 3 and consequently within the scope of Section 7 of the Regulations (74- 77) sometimes referred to as "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other Service Contracts. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.

This procurement seeks to establish a multi supplier framework agreement.

Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority. 

The Contracting Authority reserves the right not to award the contract. 

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 0

Price - Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

For lot 2 a pass/fail criteria was established


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-021013


Section five. Award of contract

Lot No

1 and 2

Title

Lead Reviewer and Pool Team Reviewers

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 January 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Nina Murphy Associates LLP

London

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Nina Murphy Associates LLP, United Kingdom

CO325899

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section five. Award of contract

Lot No

1 and 2

Title

Lead Reviewer and Pool Team Reviewers

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 January 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Psychological Approaches CIC

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

09690145

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section five. Award of contract

Lot No

1

Title

Lead Reviewer

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 January 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Nurture Health and Care Ltd

Norfolk

Country

United Kingdom

NUTS code
  • UKH - East of England
Companies House

13814716

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section five. Award of contract

Lot No

1and 2

Title

Lead Reviewer and Pool Team Reviewers

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 January 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

HASDOC Ltd

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

08293957

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section five. Award of contract

Lot No

1 and 2

Title

Lead Reviewer and Pool Team Reviewers

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 January 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

LW Independent Consultancy

Chester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Justification for not providing organisation identifier

Sole trader

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section five. Award of contract

Lot No

2

Title

Pool Team Reviewers

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 February 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

NHS Arden & Greater East Midlands Commissioning Support Unit

Leicester

Country

United Kingdom

NUTS code
  • UKF - East Midlands (England)
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section five. Award of contract

Lot No

2

Title

Pool Team Reviewers

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 February 2025

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

North of England Commissioning Support Unit

Durham

Country

United Kingdom

NUTS code
  • UKC - North East (England)
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NHS England

Leed

Country

United Kingdom