Section one: Contracting authority
one.1) Name and addresses
NHS England
7 and 8 Wellington Place
Leeds
LS1 4AP
Contact
Aida Knight
Country
United Kingdom
Region code
UKI - London
NHS Organisation Data Service
Y56
Internet address(es)
Main address
Buyer's 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
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:
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:
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