Tender

Clinical oversight and stakeholder management

  • NHS England

F02: Contract notice

Notice identifier: 2022/S 000-022501

Procurement identifier (OCID): ocds-h6vhtk-035e92

Published 15 August 2022, 5:25pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Skipton House, 80 London Road

London

SE1 6LH

Email

england.commercialqueries@nhs.net

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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 oversight and stakeholder management

Reference number

C99576

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of clinical oversight and stakeholder management for the national Diagnostics Programme

two.1.5) Estimated total value

Value excluding VAT: £292,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI3 - Inner London – West

two.2.4) Description of the procurement

Diagnostics play a part in every patient pathway and enable a wide range of the NHS Long Term Plans. Diagnostic service recovery is fundamental to overall NHS recovery. The strategic context behind the case for change has its origin in the NHS Long Term Plan (LTP).
This is further supported by Richard’s Review Diagnostics: Recovery & Renewal and a need for rapid elective recovery post pandemic as set out in the NHS Elective Recovery Plan. The Richards Review demonstrates the low NHS capital asset base compared to OECD averages and sets out that if NHS diagnostic capacity is to keep pace with demand, significant investment in new and replacement equipment and a transformation of the current diagnostics model is required.
Provision of clinical oversight and stakeholder management requires a very specialised skill set to ensure credibility – clinical expertise, an understanding of the range of diagnostic provision, issues face and opportunities for transformation, systems and strategic knowledge, alongside experience of senior leadership and engagement in an NHS Organisation.
The provision of clinical oversight and stakeholder management for the National Diagnostics Programme will include:
• Clinical leadership to provide strategic oversight, advice and direction to the National Diagnostics Programme, including chairing monthly Clinical Advisory Group meetings and attending the NHS England and NHS Improvement Diagnostics Programme Board.
• Stakeholder management across the wide range of internal and external stakeholders in diagnostics, including the wide range of professional bodies and colleges representing the diagnostic disciplines (imaging, endoscopy, physiological measurements. Genomics); system level partners (commissioners and providers); the independent sector; patients and the public.

More information can be found at https://www.atamis.co.uk/

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

30

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

14 September 2022

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 September 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

Email

website.enquiries@judiciary.gsi.gov.uk

Country

United Kingdom

Internet address

https://www.justice.gov.uk/