Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
Daiga Allen
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health-and-social-care
Buyer's address
https://www.gov.uk/government/organisations/department-of-health-and-social-care
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
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DHSC Research Delivery Network Coordinating Centre
Reference number
C81414
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Procurement of NIHR Research Delivery Network Coordinating Centre by running a procurement via Competitive Procedure with Negotiation to award a contract for 5 years for core, operational and optional services (further explained in detail below in Section II.2.4.1) with an option to extend further for up to 4 years.
The Authority reserves the right to award the Contract based on the evaluation of Initial Tenders without negotiation.
two.1.5) Estimated total value
Value excluding VAT: £303,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73210000 - Research consultancy services
- 73210000 - Research consultancy services
- 79994000 - Contract administration services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
UKI
two.2.4) Description of the procurement
The Department of Health and Social Care (DHSC), the Authority, is looking to procure a single Supplier to provide services for the National Institute for Health and Care Research (NIHR) Research Delivery Network Coordinating Centre (RDNCC). The Supplier will replace or continue services currently provided by the NIHR Clinical Research Network Coordinating Centre (CRNCC). The contract with the current suppliers is scheduled to expire on 31 March 2024.
A brief description of the Core, Operational, and Optional services required from the potential service provider is as follows:
• Operational Services – overheads including office space, facilities, equipment, ICT, and Human Resources services for all Supplier Personnel
• Core Services –include the Study Support Service, Performance management of studies, Information and Communications Technology systems, Financial management and assurance, Governance, Clinical Specialties, Workforce learning and organisational development, Business development and marketing, Business intelligence, Communications, Patient and public involvement and engagement
• Optional Services – the Authority may require the Supplier to deliver under this contract specific projects or additional services for which the need is unpredictable at the start of the contract. Any additional optional services will need to be agreed with the supplier and subject to approval (including assessment of affordability and value for money) by DHSC.
The Selection Questionnaire (SQ) is made available by the Authority, on behalf of the Secretary of State for Health and Social Care, to Applicants wishing to express an interest in providing services described in the Specification. The SQ has been produced to enable the Authority to assess the economic and financial standing and the technical and professional ability of Applicants who wish to be considered for participation in this procurement.
At the initial (selection) stage, Applicants will be required to respond to the SQ by the timelines set out in the SQ Guidance Document and Draft Procurement Documents, made available via the Authority’s e-tendering portal.
After the receipt of the Applicant’s response to the SQ, the Authority intends to limit the number of candidates meeting the selection criteria to be invited to submit the Initial Tender to three. The Applicants/suppliers will then be invited to submit ONE complete Initial Tender capable of being taken forward to the Negotiation Stage by the Authority.
After the review of the Initial Tenders submitted by the deadline, the Negotiation Stage will commence.
The Authority reserves the right to award the contract based on the evaluation of Initial Tenders without Negotiation.
The initial term of the Contract, once awarded, will (subject to the Contract’s early termination in accordance with its terms) be five years. The term may be extended for (unless the Contract terminates early in accordance with its terms) an additional period of up to four years on the 24 months + further 24 months basis. With the extension the total contract duration could reach nine (9) years in total.
The total expected contract value is £303,200,000. This comprises of £160,900,000 (or £193,080,000 inclusive of VAT) for the 5-year contract period. The anticipated value for any extensions awarded (which are subject to approval) is £142,300,000 for any extensions. The total value is inclusive of any transitional phase required, Operational Services, Core Services, and Optional Services at 20% of the total contract value. Tenders should set out proposals to provide Operational and Core Services only; Optional Services are unanticipated additions that will arise over the lifetime of the award.
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: £303,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The Contract (in accordance with its terms) will be for an initial term of five years and may be extended for a period of up to four years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to procurement documents, especially draft Contract.
https://health-family.force.com/s/Welcome
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
12 December 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 January 2023
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 24 months prior to the end of the current contract.
six.3) Additional information
This Tender process will be issued by in accordance with the Public Contract Regulations 2015 ( as amended). Competitive Procedure with Negotiation will be used for this procurement.
The Authority reserves the right not to negotiate according to Regulation 29(15).
The opportunity will be available on the Authority's e-Sourcing Portal. Select this link to access and register your organisation to the Authority's e-Sourcing Portal: https://health-family.force.com/s/Welcome, if you have not already done so.
To find this opportunity in the e-Sourcing system, select “Find Opportunities” and then search by project number or title. Once you have found the Opportunity, press the ‘Register Interest’ button to register your interest. This will make the project to appear on ‘My proposals and quotes’. From there you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunity. For full details on the instruction for the selection stage, please refer to the SQ Guidance Document.
Earlier this year a PIN was issued relating to this procurement, as an early market engagement only. The link is as follows: https://www.find-tender.service.gov.uk/Notice/010082-2022.
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom