Section one: Contracting authority
one.1) Name and addresses
Healthcare Quality Improvement Partnership (HQIP)
27A Harley place
London
W1G 8LZ
Contact
Jonathan Williams
Telephone
+44 7904597971
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
United Kingdom
Internet address(es)
Main 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
Child Health Clinical Outcome Review Programme
Reference number
HQIP NCA 859436950
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The supplier will build on the last five years of the Child Health Clinical Outcome Programme. The overarching aims of this contract are to:
a)Understand the way care is delivered against a range of topics selected according to the process outlined in section 3.3 of the specification, and
b)Drive improvements in the quality, experience, and outcomes of care for children and young people in connection to those topics.
c)Complement and contribute to the work of other healthcare organisations, such as the National Institute for Health and Care Excellence (NICE), the Care Quality Commission (CQC), The Royal College of Paediatrics and Child Health, academia, and the Department for Education
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,095,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
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 Child Health Clinical Outcome Review Programme (CH CORP).
The programme will initially be delivered for NHS-funded care in England, Wales, Northern Ireland and Jersey but may later extend to include Guernsey, Scotland Isle of Man and other Devolved Nations/ Crown Dependencies.
The total contract value is £1,095,000 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of £365,000 per year.
The ceiling value 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 value of up to £3,745,454.
It is anticipated that the new service will commence in January 2025.
The full breakdown of the aspiration intent and mechanisms for invoking these elements can be found in section 12 of Annex A - Service Specification.
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.
To access the ITT documents, please follow the access link defined above in this notice.
Bidders must respond to all questions. The deadline for the submission of the tender is 12 noon on Thursday 20th June 2024.
Please note that any communication from HQIP regarding this tender will be via the Delta messaging board. Bidders must use the Delta messaging board
for their communications with HQIP regarding this procurement.
Bidders should note that HQIP does not accept requests to amend the published Terms and Conditions of Contract after bid submission or prior to contract signature.
Bidders must sign the Form of Tender to indicate acceptance of these Terms and Conditions of Contract. Failure to sign the Form of Tender will make your bid submission non compliant and subject to disqualification.
In rare cases where a bidder wishes to raise a potential legal implication to agreeing to the terms and conditions, this must be raised during the published bidder clarification time window via the messaging module within the e-tendering portal so that it can be addressed via the standard process for all bidder clarifications.
HQIP would like to bring to the attention of bidders that the qualitative response section of this tender now includes question 8.20 - Social Value.
two.2.5) Award criteria
Price
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
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/TX4G368766
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 000-015798
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 November 2024
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
National Confidential Enquiry into Patient Outcome and Death
Ground Floor, Abbey House, 74-76 St John Street
London
EC1M 4DZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03019382
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,095,000
Total value of the contract/lot: £1,095,000
Section six. Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=905268826
GO Reference: GO-20241125-PRO-28644292
six.4) Procedures for review
six.4.1) Review body
Healthcare Quality Improvement Partnership Ltd
27a Harley Place
London
W1G 8LZ
Country
United Kingdom