Scope
Reference
HQIP NCA 981820427
Description
The contract will initially be delivered for NHS-funded care in England, Wales, and publicly funded care in Jersey for a period of 3 years, at a maximum total budget of up to £1,262,160 GBP including VAT, £1,051,800 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years.
All pricing submissions must be in regard to this 'core' value, and not inclusive of any extension costs or aspirational intent costs, i.e. Please only submit a cost schedule up to the maximum core value of £1,262,160 GBP including VAT, £1,051,800 GBP excluding VAT.
The maximum budget 'core' value is £1,262,160 GBP including VAT, £1,051,800 GBP excluding VAT excludes the potential two year extension and aspirational intent as described in section 14 of Annex A - Service Specification.
Please note, there is no commitment by the Authority at this stage to include any aspirational intent measures. Taking the total of this aspirational intent into account, as well as the possibility that a contract extension may be offered for an additional two years, the potential ceiling value is £9,737,980 GBP including VAT, £8,114,983 GBP excluding VAT.
The role of a national clinical audit is to stimulate healthcare improvement through the provision of high quality information on the organisation, delivery and outcomes of healthcare, together with tools and support to enable healthcare providers and other audiences to make best use of this information. Outcomes are benchmarked against national guidance and standards e.g. quality standards from the National Institute for Health and Care Excellence (NICE), and those from other established professional and patient sources. Successful national audits are those where the individuals providing the data are also in a position to improve the system, and there is a shared understanding of what good care looks like.
The overarching aim is to stimulate improvements in care for children and young people receiving care for seizures and epilepsies by measuring variations in quality, experience and outcomes of NHS care in England and Wales. During this contract period, the successful tenderer will need to build on the achievements of the audit to date and enhance the ability for the audit to be used for healthcare improvement.
Data is most useful locally for healthcare improvement when its provision to clinical teams is timely, the data is refreshed regularly and appropriate tools, support and guidance accompany the data outputs. The intent is for all of these features of the audit to be implemented and improved during the period of this contract.
The audit supplier will work with commissioners and funders to create a coherent strategy for how improvement goals will support the organisations in the CYP epilepsy care pathway to try and achieve them.
This audit programme is expected to:
O develop a robust, high quality audit designed around key quality indicators likely to best support local and national quality improvement
O achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the audit, as appropriate
O enable improvements through the provision of timely, high quality data that compares providers of healthcare, and comprises an integrated mixture of named Trust or Health Board, commissioner, MDT, possibly consultant or clinical team level and other levels of reporting
O engage CYP, carers and families in a meaningful way, achieving a strong patient voice which informs and contributes to the design, functioning, outputs and direction of the audit
O consider the value and feasibility of linking data at an individual patient level to other relevant national datasets either from the outset or in the future, and plan for these linkages from the inception of the contract
O ensure robust methodological and statistical input at all stages of the audit
O identify from the outset the full range of audiences for the reports and other audit outputs, and plan and tailor them accordingly
O provide audit results in a timely, accessible and meaningful manner to support quality improvements, minimising the reporting delay and providing continual access to each unit for their own data
O utilise strong and effective project and programme management to deliver audit outputs on time and within budget; and
O develop and maintain strong engagement with local clinicians, networks, commissioners, CYP, their families and carers, and charity and community support groups, in order to drive improvements in services for CYP.
Further details of the existing audit can be found at: https://www.rcpch.ac.uk/work-we-do/clinical-audits/epilepsy12
To respond to this opportunity, please visit https://www.delta-esourcing.com/respond/CUF939U663
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=998895267
Total value (estimated)
- £8,114,983 excluding VAT
- £9,737,980 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2027 to 1 April 2030
- Possible extension to 31 March 2032
- 5 years
Description of possible extension:
Up to 24 month extension at the Authority's sole discretion
Main procurement category
Services
CPV classifications
- 85100000 - Health services
Contract locations
- UK - United Kingdom
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
23 January 2026, 12:00pm
Tender submission deadline
6 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
10 June 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| STIMULATING HEALTHCARE QUALITY IMPROVEMENT | Quality | 12% |
| DATA ACQUISITION STRATEGY AND BURDEN | Quality | 12% |
| DATA QUALITY ANALYSIS | Quality | 12% |
| USES OF THE DATA | Quality | 12% |
| PROGRAMME GOVERNANCE AND DELIVERY PLAN | Quality | 12% |
| SOCIAL VALUE | Quality | 10% |
| ENGAGING AND INVOLVING PATIENTS, CARERS AND THE PUBLIC | Quality | 8% |
| HEALTHCARE PROVIDER ENGAGEMENT, PARTICIPATION AND SUPPORT | Quality | 5% |
| COST AND ALLOCATION OF BUDGET | Price | 5% |
| LEADERSHIP | Quality | 4% |
| INFORMATION GOVERNANCE | Quality | 4% |
| RISK MANAGEMENT | Quality | 4% |
Other information
Description of risks to contract performance
The following are the potential modifications that will be invoked during the contract period. The requirement to invoke these measures will be driven by either political and legislative changes, or requirements from our funders which did not have allocated funding at point of tender.
All the below values are exclusive of VAT and are a total maximum value (as opposed to per annum)
Full descriptive details of these measures, as well as the mechanisms for invoking them can be found in Annex A - Service Specification.
1. Up to 24 month extension - £701,200
2. Inclusion of additional clinical audits and/or clinical Outcome Review Programmes (CORP) - £1,200,000
3. Transition to different models of data collection/outputs &/or operational methods/processes for the audit/CORP. This may include implementing new ways of working where opportunities emerge to leverage artificial intelligence tools to drive efficiency and reduce burden - £525,900
4. Extending specific service coverage to include privately funded care - £300,000
5. Additions or enhancements to the service delivery of the project - £1,000,000
6. Additional quality improvement initiatives either related to or linked with the project - £300,000
7. Changes in line with national policy - £1,000,000
8. Introduction of Patient-Reported Outcome Measures (PROMs) and Patient-Reported Experience Measures (PREMs) - £150,000
9. Additional data collection of educational outcomes - £300,000
10. Strengthened data linkage and interoperability - £300,000
11. Enhanced measurement of transition readiness and outcomes - £300,000
12. Development fees for onboarding new devolved nation / crown dependencies - £80,000
HQIP also allow additional devolved nations / crown dependencies (not listed in the service specification) to join programmes. The below figures are based off the Barnett formula, and are the maximum values exclusive of VAT.
Scotland - £649,443
Northern Ireland - £238,105
Guernsey - £7,842
Isle of Man - £10,693
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
Annex L - Epilepsy SDM 29-10-2025 PME Minutes.pdf
Notes and presentations from the premarket engagement event held on 22/09/2025
Contracting authority
Healthcare Quality Improvement Partnership Ltd
- Public Procurement Organisation Number: PVVQ-6113-CJWD
128 City Road
London
EC1V 2NX
United Kingdom
Telephone: 0000000000
Email: procurement@hqip.org.uk
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government