Notice Information
Notice Title
Data Management, Solutions and Associated Services
Notice Description
HQIP is seeking to procure the following services for the National Joint Registry (NJR) for England, Wales, Northern Ireland, the Isle of Man and the States of Guernsey. HQIP invites expressions of interest from suitable providers who are able to develop and provide Data Management, Solutions & Associated Services for the NJR. The Data Management Solutions and associated services contract is for the provision of a fully managed service for capturing and managing information about hip, knee, ankle, elbow and shoulder joint procedures carried out in the geographical locations listed above for both public and private healthcare providers. The NJR currently comprises two core service areas, one of which is the contract stated above. The other contract is for Statistical analysis, support and associated services. Key elements include but are not limited to data collection and management, dataset production, information for patients, surgeons, units and manufacturers, and optional associated services. The Data management, solutions and associated services contractor is required to work and liaise closely with the NJR management team and the NJR Steering committee and NJR sub committees as well as the Statistical analysis, support and associated services contractor. The NJR management team manages both contracts with the Data management, solutions and associated services provider as well as the Statistical analysis, support and associated services contractor on behalf of the NJR Steering Committee. The total contract value is PS5,552,211 for the duration of three years. It is anticipated that the new service will commence 1st August 2022 for a term of 3 years with the option to extend for up to a further 2 years . For the total five year period, the contract value will range from PS5,552,211GBP with a maximum of PS9,253,685 GBP, with a maximum for development over the five year period of PS5,000,000 GBP. It is anticipated that the contractor will deliver an annual development programme specified as part of the NJR annual plan. This may range from PS250k to PS5million for possible cumulative developments over the five period of the Contract. There is no guarantee of any development. It is anticipated that there will be an annual contract variation, based on the NJR's forecast that sets out clearly what the developments will be. Background Joint replacements have become common and highly successful operations that bring many patients improved mobility and relief from pain. Thousands of such operations take place in the UK every year. A wide range of implants can be used in the joint replacement operations and the NJR helps to monitor the performance of these implants and the effectiveness of different types of surgery, improving clinical standards and benefiting patients, clinicians and the orthopaedic industry. Additional information: The contract is for an initial period of 3 years at a maximum total budget of 5,552,211 GBP excluding VAT and bids exceeding this limit may be rejected. For the total five year period, the contract value will range from PS5,552,211GBP with a maximum of PS9,253,685 GBP, with a maximum for development over the five year period of PS5,000,000 GBP. The contract is let initially to be delivered solely for England, Wales, Northern Ireland, Isle of Man and States of Guernsey. However, there is potential to extend the contract for a possible 2 years, subject to the availability of funding and an assessment by the NJR management team at HQIP on the quality of the delivery. The Authority, in the future, may also offer the potential to vary the contract to additionally cover other geographic locations for example Jersey, Scotland and Republic of Ireland and/or to include supporting NHS England's strategic plans to adopt and implement findings from the Cumberlege Report - the Medical Device Safety Programme. However there is no commitment by the Authority at this stage to do so. NB. Bidders should submit their Schedule of Offer based on providing the programme for the initial three years and for England, Wales, Northern Ireland, Isle of Man and States of Guernsey only.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-f96f9891-7fff-4c23-9a35-1a82e4b32cda
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/12d9669c-6be2-4353-b39a-958e812feee6
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Large
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
- £9,253,685 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- £5,552,207 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Feb 20224 years ago
- Submission Deadline
- 29 Sep 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Dec 20214 years ago
- Contract Period
- 31 Jul 2022 - 31 Jul 2025 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HEALTHCARE QUALITY IMPROVEMENT PARTNERSHIP
- 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
- W1G 8LZ
- 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/12d9669c-6be2-4353-b39a-958e812feee6
18th February 2022 - Awarded contract notice on Contracts Finder -
https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx
To access the ITT documents: For a bidder who has already registered themselves on WAX as a supplier: Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) -Click on "Open opportunities"- Find the right opportunity and click on "View Details" - Click on "Log in" For a bidder who has NOT registered themselves on WAX as a supplier: Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) - Click on ''Register Here" - Complete the supplier registration form and Click on "Register" - Activate your account - Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) - Click on "Open opportunities"- Find the right opportunity and click on "View Details" - Click on "Log in"
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-f96f9891-7fff-4c23-9a35-1a82e4b32cda-2022-02-18T10:56:29Z",
"date": "2022-02-18T10:56:29Z",
"ocid": "ocds-b5fd17-f96f9891-7fff-4c23-9a35-1a82e4b32cda",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "HQIP NCA 2110",
"title": "Data Management, Solutions and Associated Services",
"description": "HQIP is seeking to procure the following services for the National Joint Registry (NJR) for England, Wales, Northern Ireland, the Isle of Man and the States of Guernsey. HQIP invites expressions of interest from suitable providers who are able to develop and provide Data Management, Solutions & Associated Services for the NJR. The Data Management Solutions and associated services contract is for the provision of a fully managed service for capturing and managing information about hip, knee, ankle, elbow and shoulder joint procedures carried out in the geographical locations listed above for both public and private healthcare providers. The NJR currently comprises two core service areas, one of which is the contract stated above. The other contract is for Statistical analysis, support and associated services. Key elements include but are not limited to data collection and management, dataset production, information for patients, surgeons, units and manufacturers, and optional associated services. The Data management, solutions and associated services contractor is required to work and liaise closely with the NJR management team and the NJR Steering committee and NJR sub committees as well as the Statistical analysis, support and associated services contractor. The NJR management team manages both contracts with the Data management, solutions and associated services provider as well as the Statistical analysis, support and associated services contractor on behalf of the NJR Steering Committee. The total contract value is PS5,552,211 for the duration of three years. It is anticipated that the new service will commence 1st August 2022 for a term of 3 years with the option to extend for up to a further 2 years . For the total five year period, the contract value will range from PS5,552,211GBP with a maximum of PS9,253,685 GBP, with a maximum for development over the five year period of PS5,000,000 GBP. It is anticipated that the contractor will deliver an annual development programme specified as part of the NJR annual plan. This may range from PS250k to PS5million for possible cumulative developments over the five period of the Contract. There is no guarantee of any development. It is anticipated that there will be an annual contract variation, based on the NJR's forecast that sets out clearly what the developments will be. Background Joint replacements have become common and highly successful operations that bring many patients improved mobility and relief from pain. Thousands of such operations take place in the UK every year. A wide range of implants can be used in the joint replacement operations and the NJR helps to monitor the performance of these implants and the effectiveness of different types of surgery, improving clinical standards and benefiting patients, clinicians and the orthopaedic industry. Additional information: The contract is for an initial period of 3 years at a maximum total budget of 5,552,211 GBP excluding VAT and bids exceeding this limit may be rejected. For the total five year period, the contract value will range from PS5,552,211GBP with a maximum of PS9,253,685 GBP, with a maximum for development over the five year period of PS5,000,000 GBP. The contract is let initially to be delivered solely for England, Wales, Northern Ireland, Isle of Man and States of Guernsey. However, there is potential to extend the contract for a possible 2 years, subject to the availability of funding and an assessment by the NJR management team at HQIP on the quality of the delivery. The Authority, in the future, may also offer the potential to vary the contract to additionally cover other geographic locations for example Jersey, Scotland and Republic of Ireland and/or to include supporting NHS England's strategic plans to adopt and implement findings from the Cumberlege Report - the Medical Device Safety Programme. However there is no commitment by the Authority at this stage to do so. NB. Bidders should submit their Schedule of Offer based on providing the programme for the initial three years and for England, Wales, Northern Ireland, Isle of Man and States of Guernsey only.",
"datePublished": "2021-08-05T18:05:13+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "W1G8LZ"
}
]
}
],
"minValue": {
"amount": 5552207,
"currency": "GBP"
},
"value": {
"amount": 9253685,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2021-09-29T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2022-08-01T00:00:00+01:00",
"endDate": "2025-07-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/c5Kp8S29",
"name": "HEALTHCARE QUALITY IMPROVEMENT PARTNERSHIP",
"identifier": {
"legalName": "HEALTHCARE QUALITY IMPROVEMENT PARTNERSHIP",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/c5Kp8S29"
},
"address": {
"streetAddress": "27a Harley Place",
"locality": "LONDON",
"postalCode": "W1G8LZ",
"countryName": "England"
},
"contactPoint": {
"name": "Bradley Jones",
"email": "procurement@hqip.org.uk"
},
"details": {
"url": "https://www.hqip.org.uk/"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-00968498",
"name": "NEC SOFTWARE SOLUTIONS UK LIMITED",
"identifier": {
"legalName": "NEC SOFTWARE SOLUTIONS UK LIMITED",
"scheme": "GB-COH",
"id": "00968498"
},
"address": {
"streetAddress": "1st Floor,575-599 Maxted Road Imex Centre, Hemel Hempstead Industrial Estate HEMEL HEMPSTEAD Hertfordshire HP2 7DX GB"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/c5Kp8S29",
"name": "HEALTHCARE QUALITY IMPROVEMENT PARTNERSHIP"
},
"awards": [
{
"id": "ocds-b5fd17-f96f9891-7fff-4c23-9a35-1a82e4b32cda-1",
"status": "active",
"date": "2021-12-20T00:00:00Z",
"datePublished": "2022-02-18T10:56:29Z",
"value": {
"amount": 5552207,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-00968498",
"name": "NEC SOFTWARE SOLUTIONS UK LIMITED"
}
],
"contractPeriod": {
"startDate": "2022-08-01T00:00:00+01:00",
"endDate": "2025-07-31T23:59:59+01:00"
},
"description": "The total contract value is 5,552,207 GBP for the duration of three years. It is anticipated that the new service will commence 1st August 2022 for a term of 3 years with the option to extend for up to a further 2 years . For the total five year period, the contract value will range from 5,552,207 GBP with a maximum of 9,253,685 GBP, with a maximum for development over the five year period of 5,000,000 GBP.",
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/12d9669c-6be2-4353-b39a-958e812feee6",
"datePublished": "2022-02-18T10:56:29Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b35e2e33-4a4f-4e11-9713-e83a940fb7b4",
"format": "application/pdf"
},
{
"id": "4",
"documentType": "biddingDocuments",
"description": "To access the ITT documents: For a bidder who has already registered themselves on WAX as a supplier: Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) -Click on \"Open opportunities\"- Find the right opportunity and click on \"View Details\" - Click on \"Log in\" For a bidder who has NOT registered themselves on WAX as a supplier: Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) - Click on ''Register Here\" - Complete the supplier registration form and Click on \"Register\" - Activate your account - Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) - Click on \"Open opportunities\"- Find the right opportunity and click on \"View Details\" - Click on \"Log in\"",
"url": "https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx"
}
]
}
]
}