Tender

Clinical Reviewers Framework

N E L COMMISSIONING SUPPORT UNIT

This public procurement record has 2 releases in its history.

Tender

10 Jul 2024 at 09:34

Planning

25 Mar 2024 at 12:07

Summary of the contracting process

The NHS England London Region, through the NHS North East London Commissioning Support Unit, has initiated a procurement process for a "Clinical Reviewers Framework" within the health and social work services category. The procurement stage is currently at the planning phase. The deadline for tender submissions is set for 12:00 Noon on Friday 09 August 2024. The contract period is expected to run from 2025-01-01 to 2028-12-31, and the total estimated contract value for this framework is between £180,000 and £200,000, with a maximum value capped at £800,000.

This tender opportunity presents potential business growth for providers capable of delivering clinical reviews related to deaths in custody within London's secure estate. Businesses, especially those experienced in clinical reviews and health services, who are interested in being listed as lead or team reviewers under the framework for a four-year period should consider participating. The procurement method for this open procedure adheres to the Public Contract Regulations 2015, with NHS London Commercial Hub overseeing the process through the Authority's e-procurement portal. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) organisations are encouraged to engage with the opportunity.

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

Clinical Reviewers Framework

Notice Description

NHS England (hereafter referred to as "The Authority") invites completed Invitation to Tender (ITT) submissions from all suitable providers capable of delivering clinical reviews when a death in custody within London's secure estate occurs. The Authority for this procurement is NHS England London Region. Further information regarding the role and purpose of NHS England is available from this url: https://www.england.nhs.uk/about/about-nhs-england/ The purpose of this procurement is to establish a framework of independent clinical review providers that The Authority can draw down on when a death in custody requires a clinical review to be conducted - one part of a wider Prisons and Probation Ombudsman investigation and a delegated duty from the Secretary of State. The framework is divided into two Lots: Lot 1 - Bidders can bid to be the lead provider of a clinical review, outlining the details of lead clinical reviewers who can conduct all three levels of clinical review. Bidders also have the option of listing team reviewers from their organisation who can support their lead reviewers with subject matter expertise. Lot 2 - Bidders can bid to join a pool of team reviewers capable of supporting lead reviewers with subject matter expertise. Team reviewers will be appointed when a lead provider does not have access to the required subject matter expertise to complete a review. A maximum of five providers will be commissioned for Lot 1, with no limit to the number of providers for Lot 2. Further details of the lotting structure and award process can be found within the ITT guidance document and further details of the service to be delivered within the Service Specification. Providers will be listed on the framework for a period of four years. The total estimated contract value stated for this framework for independent clinical reviewers into Deaths in Custody or Detention is a projected total annual contract value of between PS180,000 and PS200,000. Please note, annual usage of this framework agreement will vary depending on the number of deaths in each year. This would be the total amount paid in a year to all Clinical Reviewers who undertake work under the Framework and not the total sum that may be expected by a single provider of Clinical Reviews. It is expected that the total maximum value for the framework agreement will be no more than PS800,000. Additional information: The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. Interested Organisation must express an interest via Atamis. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below: https://health-family.force.com/s/Welcome Once registered, you can express an interest in this project by clicking the following the link to this specific project: https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr000007QPSNIA4&searchStr=&sortStr=Recently+Published&page=1&filters=&County= Or https://health-family.force.com/s/Welcome (Contract Reference: C268168). Please note that any submission of bids by any other means will not be considered. Bidders are required to complete the online questionnaires and submit their tender bid hosted on the portal prior to the deadline for submission of 12:00 Noon - Friday 09 August 2024. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal. A timetable for the procurement, guidance regarding: process, and supplementary information relating to each contract opportunity is also available from the portal. The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted, based in part on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Services to which the Procurement relate fall are listed within in Schedule 3 and consequently within the scope of Section 7 of the Regulations (74- 77) sometimes referred to as "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other Service Contracts. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. This procurement seeks to establish a multi supplier framework agreement. Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority. The Contracting Authority reserves the right not to award the contract.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c54bf68b-5811-48a3-b3ee-4306615537aa
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/228f7699-9ee1-4a9a-b761-9be0711bb3d1
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£800,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jul 20241 years ago
Submission Deadline
9 Aug 2024Expired
Future Notice Date
12 Apr 2024Expired
Award Date
Not specified
Contract Period
1 Jan 2025 - 31 Dec 2028 4-5 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
N E L COMMISSIONING SUPPORT UNIT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
E15 1DA
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Newham
Electoral Ward
Stratford
Westminster Constituency
Stratford and Bow

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-c54bf68b-5811-48a3-b3ee-4306615537aa-2024-07-10T10:34:23+01:00",
    "date": "2024-07-10T10:34:23+01:00",
    "ocid": "ocds-b5fd17-c54bf68b-5811-48a3-b3ee-4306615537aa",
    "language": "en",
    "initiationType": "tender",
    "title": "Clinical Reviewers Framework",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2024-04-12T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/50b7db62-cbe4-4c44-88c7-608724f7982f",
                "datePublished": "2024-03-25T12:07:31Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "marketStudies",
                "description": "Market Engagement Information Pack",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c74430d0-637a-4aa0-8286-c387217d5b4a",
                "format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
            },
            {
                "id": "3",
                "documentType": "technicalSpecifications",
                "description": "Service Specification",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e7477c87-1ac2-4924-8a7d-9cf5f79c2d66",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "marketStudies",
                "description": "Link to Market Engagement in MS forms",
                "url": "https://forms.office.com/e/6GrhJPBFup"
            }
        ]
    },
    "tender": {
        "id": "PRJ-2006",
        "title": "Clinical Reviewers Framework",
        "description": "NHS England (hereafter referred to as \"The Authority\") invites completed Invitation to Tender (ITT) submissions from all suitable providers capable of delivering clinical reviews when a death in custody within London's secure estate occurs. The Authority for this procurement is NHS England London Region. Further information regarding the role and purpose of NHS England is available from this url: https://www.england.nhs.uk/about/about-nhs-england/ The purpose of this procurement is to establish a framework of independent clinical review providers that The Authority can draw down on when a death in custody requires a clinical review to be conducted - one part of a wider Prisons and Probation Ombudsman investigation and a delegated duty from the Secretary of State. The framework is divided into two Lots: Lot 1 - Bidders can bid to be the lead provider of a clinical review, outlining the details of lead clinical reviewers who can conduct all three levels of clinical review. Bidders also have the option of listing team reviewers from their organisation who can support their lead reviewers with subject matter expertise. Lot 2 - Bidders can bid to join a pool of team reviewers capable of supporting lead reviewers with subject matter expertise. Team reviewers will be appointed when a lead provider does not have access to the required subject matter expertise to complete a review. A maximum of five providers will be commissioned for Lot 1, with no limit to the number of providers for Lot 2. Further details of the lotting structure and award process can be found within the ITT guidance document and further details of the service to be delivered within the Service Specification. Providers will be listed on the framework for a period of four years. The total estimated contract value stated for this framework for independent clinical reviewers into Deaths in Custody or Detention is a projected total annual contract value of between PS180,000 and PS200,000. Please note, annual usage of this framework agreement will vary depending on the number of deaths in each year. This would be the total amount paid in a year to all Clinical Reviewers who undertake work under the Framework and not the total sum that may be expected by a single provider of Clinical Reviews. It is expected that the total maximum value for the framework agreement will be no more than PS800,000. Additional information: The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. Interested Organisation must express an interest via Atamis. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below: https://health-family.force.com/s/Welcome Once registered, you can express an interest in this project by clicking the following the link to this specific project: https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr000007QPSNIA4&searchStr=&sortStr=Recently+Published&page=1&filters=&County= Or https://health-family.force.com/s/Welcome (Contract Reference: C268168). Please note that any submission of bids by any other means will not be considered. Bidders are required to complete the online questionnaires and submit their tender bid hosted on the portal prior to the deadline for submission of 12:00 Noon - Friday 09 August 2024. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal. A timetable for the procurement, guidance regarding: process, and supplementary information relating to each contract opportunity is also available from the portal. The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted, based in part on the Open Procedure under the Public Contract Regulations 2015 (\"the Regulations\" (as amended)). The Services to which the Procurement relate fall are listed within in Schedule 3 and consequently within the scope of Section 7 of the Regulations (74- 77) sometimes referred to as \"Light Touch Regime\" (LTR) governing procurement of Health, Social, Education and Other Service Contracts. None of the references to \"Open procedure\", \"ITT\", the use of the term \"tender process\", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. This procurement seeks to establish a multi supplier framework agreement. Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority. The Contracting Authority reserves the right not to award the contract.",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "datePublished": "2024-07-10T10:34:23+01:00",
        "value": {
            "amount": 800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-08-09T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-01-01T00:00:00Z",
            "endDate": "2028-12-31T23:59:59Z"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/228f7699-9ee1-4a9a-b761-9be0711bb3d1",
                "datePublished": "2024-07-10T10:34:23+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "url": "https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr000007QPSNIA4&searchStr=&sortStr=Recently+Published&page=1&filters=&County="
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/m4hc8Tk6",
            "name": "N E L Commissioning Support Unit",
            "identifier": {
                "legalName": "N E L Commissioning Support Unit",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/m4hc8Tk6"
            },
            "address": {
                "streetAddress": "4th Floor -Unex Tower",
                "locality": "LONDON",
                "postalCode": "E15 1DA",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "aida.knight2@nhs.net",
                "name": "Aida Knight"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/m4hc8Tk6",
        "name": "N E L Commissioning Support Unit"
    }
}