Tender

NHSE External Clinical Evidence Review Provision

  • NHS England

F02: Contract notice

Notice identifier: 2022/S 000-036708

Procurement identifier (OCID): ocds-h6vhtk-039497

Published 30 December 2022, 12:29pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

1st Floor, Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Andrew Powell

Email

andrew.powell14@nhs.net

Telephone

+44 7702433551

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

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

NHSE External Clinical Evidence Review Provision

Reference number

C117752

two.1.2) Main CPV code

  • 72316000 - Data analysis services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of expert knowledge and capacity to undertake clinical evidence reviews, evidence summaries and analytical support for clinical commissioning policy, service specifications and commissioning products for the development of NHS England’s specialised commissioning services.

two.1.5) Estimated total value

Value excluding VAT: £2,100,000

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
  • 72221000 - Business analysis consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 85140000 - Miscellaneous health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The procurement will seek to source a provider to deliver specific reviews, as required, over a three year period, completing end of March 2026. This will enable delivery of the programme objectives to be supported through to March 2026. There is a planned programme of work that delivers reviews, which are based on treatment topics, that are updated on a monthly basis (on-going). The nature of this programme planning makes it essential that a long-term contractual relationship with a specialist provider who can deliver this element of our programme requirement is put into place.

The programme of work underpins the development of the policies and specifications through providing the clinical evidence base on which the proposition is formed and will increase independent expert knowledge and capacity. This proposal supports the delivery of financial balance by commissioning specialised services within the resources available and NHS England’s responsibility to set policy for specialised services.
The proposal also supports NHS England’s objectives to set nationally mandated clinical policy and ensure eligibility for patient care is based on available clinical evidence and with significant stakeholder and clinician involvement. It also ensures:
• Equitable access to effective treatments for patients in England in line with service specifications and clinical policies;
• A reduction in variation in clinical practice and patient outcomes;
• Delivers financial balance by commissioning specialised services within the resources available; and provides a timely development and consideration of clinical commissioning policies and service specifications within a robust governance process – enabling relative prioritisation against available funding and providing clarity to patients and clinicians on routinely funded and not routinely funded specialised care.
The outputs of the proposal will be to increase the independent expert knowledge and capacity to undertake clinical evidence reviews and evidence summaries for clinical commissioning policy and service specification development for specialised commissioning. They support overall objectives by providing national equity and clarity on access to routinely NHS funded specialised care, providing timely access to new treatments and ensuring available funding is increasingly spent on the most clinically and cost-effective treatments.

NHS England may elect to extend or request additional deliverables, such as analytical support, related to this specification.


Interested suppliers should register on the NHS England & Improvement e-procurement system here: https://health-family.force.com/login

• Once logged in click 'Find Opportunities' and search for "C117752 External Clinical Evidence Review Provision"

• Click 'Register Interest'

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: £2,100,000

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

Start date

1 April 2023

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

Subject to supplier performance and internal budgetary and governance approvals and processes there could be an option to extend the contract by 24 months (12 months plus 12 months)

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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 February 2023

Local time

9:00am

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

7 February 2023

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/