Notice Information
Notice Title
NMC Quality Assurance for the Test of Competence (CBT and OSCE) of the Future Nurse Standards of proficiency necessary for all fields of nursing practice
Notice Description
The Test of Competence Assurance Advisory Group (AAG) The AAG will provide independent advice to the NMC as to the appropriateness of the Test and the extent to which it meets its objectives. It will comprise clinical, education and standards expertise and representation from the patient perspective. They will do this by meeting regularly throughout the year, providing an essential monitoring and advisory service to the NMC and the suppliers involved in this service provision. Key responsibilities of AAG will be to: Receive and consider relevant test and candidate information, performance and assurance reports regarding the design, development and delivery of the Test to advise the NMC as to the extent to which the Test is meeting its objective. Provide recommendations to the NMC on development of the Test to ensure that the examination is set and delivered at the appropriate standard and is reflective of current practice. Support improving consistency between test sites and monitor inter-rate reliability. Provide independent oversight of the test of competence examination outcomes to ensure it is delivered fairly and consistently within agreed processes and timeframes. Monitor and assess the outcomes of appeals and complaints to identify learning and opportunities for improvement to the design, delivery and assessment of the Test. The AAG will also advise on the fairness and impartiality of the appeals processes in place and make recommendations as required. Review reports and updates from our Test partners to monitor implementation of recommendations and where necessary issue improvement notices under the contracts with our Test partners. Scope of Services The QA Partner will provide the necessary assurance to the NMC around all aspects of the test design and delivery of the test by our OSCE and CBT delivery partners, by carrying out a set of appropriate checks which include, but are not limited to: Design The governance processes and controls in place and adopted by Alpha Plus are appropriate and robust The appropriate methodology and approach have been adopted to write test content, trial it and pilot the test fully before it is introduced into the live environment The correct controls are in place to monitor test performance and take action to remedy any poor performing stations /questions where it is appropriate to do so A robust framework is in place to maintain the security and integrity of the examination Delivery The correct equipment is in place at all sites and the application of it is consistent The appropriate processes are in place for test examiners to run the OSCE stations fairly and consistently within, and across, all test sites Moderation activity and processes are fair and consistent within, and across, all test sites Processes regarding appeals and complaints for both OSCE and... Additional information: Is a Recurrent Procurement Type? : No
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-433230e8-bbf5-4193-8bd5-10a06c1cd8fe
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/f61310a9-9089-4936-85ce-c3485dfacd36
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72224200 - System quality assurance planning services
72225000 - System quality assurance assessment and review services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Dec 20196 years ago
- Submission Deadline
- 10 Jan 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 20 Feb 2020 - 31 Mar 2022 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NURSING AND MIDWIFERY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- UNITED KINGDOM
- Postcode
- W1B 1PZ
- Post Town
- West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- Marylebone
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/f61310a9-9089-4936-85ce-c3485dfacd36
5th December 2019 - Opportunity notice on Contracts Finder -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-433230e8-bbf5-4193-8bd5-10a06c1cd8fe-2019-12-05T08:42:57Z",
"date": "2019-12-05T08:42:57Z",
"ocid": "ocds-b5fd17-433230e8-bbf5-4193-8bd5-10a06c1cd8fe",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "NMC-00000221",
"title": "NMC Quality Assurance for the Test of Competence (CBT and OSCE) of the Future Nurse Standards of proficiency necessary for all fields of nursing practice",
"description": "The Test of Competence Assurance Advisory Group (AAG) The AAG will provide independent advice to the NMC as to the appropriateness of the Test and the extent to which it meets its objectives. It will comprise clinical, education and standards expertise and representation from the patient perspective. They will do this by meeting regularly throughout the year, providing an essential monitoring and advisory service to the NMC and the suppliers involved in this service provision. Key responsibilities of AAG will be to: Receive and consider relevant test and candidate information, performance and assurance reports regarding the design, development and delivery of the Test to advise the NMC as to the extent to which the Test is meeting its objective. Provide recommendations to the NMC on development of the Test to ensure that the examination is set and delivered at the appropriate standard and is reflective of current practice. Support improving consistency between test sites and monitor inter-rate reliability. Provide independent oversight of the test of competence examination outcomes to ensure it is delivered fairly and consistently within agreed processes and timeframes. Monitor and assess the outcomes of appeals and complaints to identify learning and opportunities for improvement to the design, delivery and assessment of the Test. The AAG will also advise on the fairness and impartiality of the appeals processes in place and make recommendations as required. Review reports and updates from our Test partners to monitor implementation of recommendations and where necessary issue improvement notices under the contracts with our Test partners. Scope of Services The QA Partner will provide the necessary assurance to the NMC around all aspects of the test design and delivery of the test by our OSCE and CBT delivery partners, by carrying out a set of appropriate checks which include, but are not limited to: Design The governance processes and controls in place and adopted by Alpha Plus are appropriate and robust The appropriate methodology and approach have been adopted to write test content, trial it and pilot the test fully before it is introduced into the live environment The correct controls are in place to monitor test performance and take action to remedy any poor performing stations /questions where it is appropriate to do so A robust framework is in place to maintain the security and integrity of the examination Delivery The correct equipment is in place at all sites and the application of it is consistent The appropriate processes are in place for test examiners to run the OSCE stations fairly and consistently within, and across, all test sites Moderation activity and processes are fair and consistent within, and across, all test sites Processes regarding appeals and complaints for both OSCE and... Additional information: Is a Recurrent Procurement Type? : No",
"datePublished": "2019-12-05T08:42:40Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72224200",
"description": "System quality assurance planning services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72225000",
"description": "System quality assurance assessment and review services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "W1B 1PZ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"postalCode": "W1B 1PZ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"postalCode": "W1B 1PZ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2020-01-10T23:59:59Z"
},
"contractPeriod": {
"startDate": "2020-02-20T00:00:00Z",
"endDate": "2022-03-31T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/f61310a9-9089-4936-85ce-c3485dfacd36",
"datePublished": "2019-12-05T08:42:57Z",
"format": "text/html",
"language": "en",
"dateModified": "2019-12-05T08:42:57Z"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Additional information on how to apply for this contract",
"url": "https://in-tendhost.co.uk/nmc/aspx/"
}
]
},
"parties": [
{
"id": "GB-CFS-132097",
"name": "Nursing and Midwifery Council",
"identifier": {
"legalName": "Nursing and Midwifery Council"
},
"address": {
"streetAddress": "London, London",
"locality": "United Kingdom",
"postalCode": "W1B 1PZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Gabriel Otubambo",
"email": "gabriel.otubambo@nmc-uk.org",
"telephone": "02076815939"
},
"details": {
"url": "http://www.nmc.org.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-132097",
"name": "Nursing and Midwifery Council"
}
}