Award

Clinical Reviewers Framework

NHS ENGLAND

This public procurement record has 2 releases in its history.

Award

14 Apr 2025 at 13:34

Tender

10 Jul 2024 at 09:34

Summary of the contracting process

The NHS England London Region is seeking providers for its "Clinical Reviewers Framework" concerning health services within London's secure estate. The tender aims to establish a framework for conducting clinical reviews when a death in custody occurs. The procurement method is an open procedure under Public Contract Regulations 2015, with submissions managed online via Atamis. Interested parties must express interest and submit their bids by 12:00 Noon on Friday 09 August 2024. Providers will be listed on the framework for four years, with the overall contract value estimated between £180,000 and £200,000 annually, totalling no more than £800,000.

This tender presents substantial growth opportunities for businesses specializing in health services, particularly those capable of conducting detailed clinical reviews in cooperation with the Prisons and Probation Ombudsman. Suitable providers could include small and medium-sized enterprises (SMEs) with expertise in health and social work services. Successful bidders can join either as lead clinical reviewers or supporting team reviewers, fostering collaborative ventures and enhancing their market presence within the healthcare sector. This initiative supports business growth while contributing significantly to public health and safety.

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.

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 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 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

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

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

Supplier Information

Number of Suppliers
7
Supplier Names

HASDOC

LW INDEPENDENT CONSULTANCY

NHS ARDEN & GREATER EAST MIDLANDS COMMISSIONING SUPPORT UNIT

NINA MURPHY ASSOCIATES

NORTH OF ENGLAND COMMISSIONING SUPPORT UNIT

NURTURE HEALTH AND CARE

PSYCHOLOGICAL APPROACHES

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-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
            }
        ]
    }
}