Section one: Contracting authority
one.1) Name and addresses
Healthcare Quality Improvement Partnership Ltd
128 City Road
London
EC1V 2NX
Telephone
+44 7904597971
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./936FYT33EW
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=895078213
Tenders or requests to participate must be submitted to the above-mentioned 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
National Clinical Audit of Perioperative Care
Reference number
HQIP NCA 895077715
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The contract will initially be delivered for NHS-funded care in England, Wales, and Jersey for a period of three years, at a maximum total budget of up to £1,110,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables.
two.1.5) Estimated total value
Value excluding VAT: £5,120,000
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
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The Healthcare Quality Improvement Partnership (HQIP) is seeking to commission an
organisation that will support the delivery of the National Clinical Audit of Perioperative Care (NCAPC)
The programme will initially be delivered for NHS-funded care in England, Wales and Jersey but may later
extend to include Scotland, Northern Ireland, Isle of Man, Guernsey and
other Devolved Nations/ Crown Dependencies.
The total contract value is £1,110,000 excluding VAT for the duration of three years with
potential to extend the contract for up to two additional years at a value of up to £370,000 per year.
The aspirational intent including the core 3 year value, extension value and all other
aspirational intent as defined in section 12 of the specification of this ITT has a potential
ceiling value of up to £5,125,000.00.
Please refer to the specification which outlines the aspirational intent elements, mechanisms for invoking and the minimum and maximum cost ranges.
The Authority is under no obligation to invoke any aspirational intent.
It is anticipated that the new service will commence in August 2025. This procurement is for
clinical services which are part of the 'Public Contract Regulations (PCR2015)' for the
purpose of the Regulations. The commissioner is not voluntarily following any other part of
the Regulations. The process will be similar to an Open Procedure where the Regulations
apply and so reserves the right to depart from that procedure at any point. The procedure
that the Commissioner is following is set out in the Invitation to Tender.
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: £1,110,000
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
An extension may be offered for a period of up to 24 months. The value of any extension period can be found under section 12 of the specification - aspirational intent.
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
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
10 January 2025
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 January 2025
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Within 12 months of contract end date
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./936FYT33EW
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/936FYT33EW
GO Reference: GO-20241024-PRO-28270023
six.4) Procedures for review
six.4.1) Review body
Healthcare Quality Improvement Partnership Ltd
128 City Road
London
EC1V 2NX
Country
United Kingdom