Notice Information
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.
Lot Information
Lead Reviewers
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. 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. 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.
Options: Quality 90% Price 10%
Pool team ReviewersNHS 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 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. 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.
Options: For lot 2 a pass/fail criteria was established
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-047c26
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014994-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £800,000 £500K-£1M
Notice Dates
- Publication Date
- 14 Apr 202510 months ago
- Submission Deadline
- 9 Aug 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Jan 20251 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS ENGLAND
- Contact Name
- Aida Knight
- Contact Email
- aida.knight2@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- LEEDS
- Postcode
- LS1 4AP
- Post Town
- Leeds
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE42 Leeds
- Delivery Location
- TLI London
-
- Local Authority
- Leeds
- Electoral Ward
- Hunslet & Riverside
- Westminster Constituency
- Leeds South
Further Information
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-h6vhtk-047c26-2025-04-14T14:34:17+01:00",
"date": "2025-04-14T14:34:17+01:00",
"ocid": "ocds-h6vhtk-047c26",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "PRJ- 2006",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Clinical Reviewers Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"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.",
"lots": [
{
"id": "1",
"title": "Lead Reviewers",
"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. 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. 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.",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"status": "cancelled",
"options": {
"description": "Quality 90% Price 10%"
}
},
{
"id": "2",
"title": "Pool team Reviewers",
"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 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. 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "0"
},
{
"type": "price",
"description": "0"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"status": "cancelled",
"options": {
"description": "For lot 2 a pass/fail criteria was established"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"written"
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-08-09T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-08-09T13:00:00+01:00"
},
"bidOpening": {
"date": "2024-08-09T13:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-NHS-Y56",
"name": "NHS England",
"identifier": {
"legalName": "NHS England",
"id": "Y56",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "7 and 8 Wellington Place",
"locality": "Leeds",
"region": "UKI",
"postalCode": "LS1 4AP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Aida Knight",
"email": "aida.knight2@nhs.net",
"url": "https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr000007QPSNIA4&searchStr=&sortStr=Recently+Published&page=1&filters=&County="
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.england.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
],
"buyerProfile": "https://www.england.nhs.uk/"
}
},
{
"id": "GB-FTS-3717",
"name": "NHS England",
"identifier": {
"legalName": "NHS England"
},
"address": {
"streetAddress": "Quarry House",
"locality": "Leeds",
"postalCode": "LS2 7UE",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-144047",
"name": "Nina Murphy Associates LLP",
"identifier": {
"legalName": "Nina Murphy Associates LLP",
"id": "CO325899",
"schemeEntered": "Nina Murphy Associates LLP, United Kingdom"
},
"address": {
"locality": "London",
"region": "UKJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-09690145",
"name": "Psychological Approaches CIC",
"identifier": {
"legalName": "Psychological Approaches CIC",
"id": "09690145",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-13814716",
"name": "Nurture Health and Care Ltd",
"identifier": {
"legalName": "Nurture Health and Care Ltd",
"id": "13814716",
"scheme": "GB-COH"
},
"address": {
"locality": "Norfolk",
"region": "UKH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-08293957",
"name": "HASDOC Ltd",
"identifier": {
"legalName": "HASDOC Ltd",
"id": "08293957",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-144048",
"name": "LW Independent Consultancy",
"identifier": {
"legalName": "LW Independent Consultancy",
"noIdentifierRationale": "soleTrader"
},
"address": {
"locality": "Chester",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-135117",
"name": "NHS Arden & Greater East Midlands Commissioning Support Unit",
"identifier": {
"legalName": "NHS Arden & Greater East Midlands Commissioning Support Unit",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"locality": "Leicester",
"region": "UKF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-54121",
"name": "North of England Commissioning Support Unit",
"identifier": {
"legalName": "North of England Commissioning Support Unit",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"locality": "Durham",
"region": "UKC",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-144049",
"name": "NHS England",
"identifier": {
"legalName": "NHS England"
},
"address": {
"locality": "Leed",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-NHS-Y56",
"name": "NHS England"
},
"language": "en",
"awards": [
{
"id": "014994-2025-1",
"title": "Lead Reviewer and Pool Team Reviewers",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-144047",
"name": "Nina Murphy Associates LLP"
}
]
},
{
"id": "014994-2025-2",
"title": "Lead Reviewer and Pool Team Reviewers",
"status": "active",
"suppliers": [
{
"id": "GB-COH-09690145",
"name": "Psychological Approaches CIC"
}
]
},
{
"id": "014994-2025-3",
"relatedLots": [
"1"
],
"title": "Lead Reviewer",
"status": "active",
"suppliers": [
{
"id": "GB-COH-13814716",
"name": "Nurture Health and Care Ltd"
}
]
},
{
"id": "014994-2025-4",
"title": "Lead Reviewer and Pool Team Reviewers",
"status": "active",
"suppliers": [
{
"id": "GB-COH-08293957",
"name": "HASDOC Ltd"
}
]
},
{
"id": "014994-2025-5",
"title": "Lead Reviewer and Pool Team Reviewers",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-144048",
"name": "LW Independent Consultancy"
}
]
},
{
"id": "014994-2025-6",
"relatedLots": [
"2"
],
"title": "Pool Team Reviewers",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-135117",
"name": "NHS Arden & Greater East Midlands Commissioning Support Unit"
}
]
},
{
"id": "014994-2025-7",
"relatedLots": [
"2"
],
"title": "Pool Team Reviewers",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-54121",
"name": "North of England Commissioning Support Unit"
}
]
}
],
"contracts": [
{
"id": "014994-2025-1",
"awardID": "014994-2025-1",
"title": "Lead Reviewer and Pool Team Reviewers",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-01-20T00:00:00Z"
},
{
"id": "014994-2025-2",
"awardID": "014994-2025-2",
"title": "Lead Reviewer and Pool Team Reviewers",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-01-17T00:00:00Z"
},
{
"id": "014994-2025-3",
"awardID": "014994-2025-3",
"title": "Lead Reviewer",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-01-17T00:00:00Z"
},
{
"id": "014994-2025-4",
"awardID": "014994-2025-4",
"title": "Lead Reviewer and Pool Team Reviewers",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-01-17T00:00:00Z"
},
{
"id": "014994-2025-5",
"awardID": "014994-2025-5",
"title": "Lead Reviewer and Pool Team Reviewers",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-01-17T00:00:00Z"
},
{
"id": "014994-2025-6",
"awardID": "014994-2025-6",
"title": "Pool Team Reviewers",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-02-06T00:00:00Z"
},
{
"id": "014994-2025-7",
"awardID": "014994-2025-7",
"title": "Pool Team Reviewers",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-02-12T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "8",
"measure": "bids",
"value": 7
},
{
"id": "9",
"measure": "bids",
"value": 7
},
{
"id": "10",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "11",
"measure": "bids",
"value": 7
},
{
"id": "12",
"measure": "bids",
"value": 7
},
{
"id": "13",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "14",
"measure": "bids",
"relatedLot": "2",
"value": 7
}
]
}
}