Tender

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

NURSING AND MIDWIFERY COUNCIL

This public procurement record has 3 releases in its history.

TenderAmendment

05 Dec 2019 at 08:42

TenderAmendment

05 Dec 2019 at 08:42

Tender

05 Dec 2019 at 08:42

Summary of the contracting process

The Nursing and Midwifery Council (NMC) is currently conducting a tender for the "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." This procurement falls under the services category, specifically focusing on system quality assurance planning and assessment. The tender is at the planning stage, with submissions due by 10th January 2020. The contract duration is expected to start on 20th February 2020 and run until 31st March 2022, with potential impacts extending to various locations, including the UK and overseas territories.

This tender presents an opportunity for businesses that specialise in quality assurance, education, and clinical standards. Companies able to provide robust quality assurance services, particularly in test design and delivery, will find a suitable competitive advantage. Suppliers offering expertise in examination procedures and those with experience in monitoring and improving educational assessments will be well-positioned to respond to this contract, enhancing their contracts in the healthcare sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}