Award

The Central Commissioning Facility (CCF)

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

AwardUpdate

16 Aug 2024 at 15:37

Summary of the contracting process

The Department of Health and Social Care (DHSC) has updated the contract for the Central Commissioning Facility (CCF) which will run until 31st March 2027. The CCF contract, categorised under administrative services of agencies in the services sector, involves essential commissioning, administrative support, and management services for research within the National Institute for Health Research (NIHR). Located in the United Kingdom, with LGC LIMITED as the supplier, the contract started on 1st April 2018 and was initially intended to end by 31st March 2025, but has been extended by two years to ensure continuity. The contract, valued at £146,744,067 GBP, follows the Procurement Contracts Regulations (PCR) 2015 guidelines and aims to uphold high standards in public money spending and equality of opportunity, with various administrative and secretariat responsibilities involved.

This tender presents significant opportunities for businesses specializing in administrative and R&D support services, particularly those with experience in health and care research management. Companies with strong administrative skills, project management capabilities, and understanding of scientific research methodologies will find this tender highly relevant. The need for financially sound and transparent accounting systems, as well as the ability to manage large-scale budgets and complex stakeholder relationships, makes this an attractive opportunity for well-established firms with proven expertise in managing such comprehensive service contracts. Organizations capable of ensuring compliance with intellectual property rights and delivering detailed, timely reports will be especially well-suited to compete.

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

The Central Commissioning Facility (CCF)

Notice Description

Lot Information

Lot 1

* Established processes for commissioning R&D within NIHR and DH were set up to promote probity in spending public money and equality of opportunity. The CCF will be expected to adopt similar standards of commissioning for all its managed programmes. This is an essential requirement and bidders must demonstrate an understanding of the process and the skills required to deliver it which, crucially, include scientific secretariat skills,

* The CCF will be required to provide administrative support to all systems and structures used for research commissioning, monitoring and project management.

* The CCF will provide secretariat support, under the direction of a Programme Director and/or named DH staff, to expert advisory committees to advise on research proposals to be taken forward for funding.

* The CCF will be required to make all necessary arrangements for commissioning and other meetings. For example, the maintenance of committee membership lists, the production and distribution of all papers necessary well in advance of meetings, the taking of minutes of meetings (which will include discussions of science and research methodology) and the prompt circulation of accurate minutes following meetings.

* The CCF will be responsible for the issuing of all project and research infrastructure contracts (standard contract form) which will be sent for final signature to the DH Science, Research and Evidence Directorate (SRED).

* All projects will require a detailed project timetable with milestones. The CCF will monitor projects and report on the programme or individual projects within it as required, ensuring that researchers keep to the timetable and achieve the project's milestones. This will require a basic understanding of the science as well as strong administrative skills.

* The CCF will be responsible for forecasting, profiling and reporting on annual budgets from April 1st to March 31st of each of the years covered, reporting quarterly and monitoring monthly.

* Payments to R&D project and research infrastructure contractors are made by DH normally quarterly in arrears. The CCF will take responsibility for informing SRED when projects/research infrastructure contracts have started in order that scheduled payments may commence, and of alerting SRED of any adverse event necessitating suspension of payments.

* The CCF will be required to set up and run, in liaison with SRED, financially sound and transparent accounting systems. The CCF will be expected to adopt information management systems that are compatible with systems already in use by other parts of NIHR. The CCF contractor will provide progress reports, including financial summaries, in respect of the managed programmes as required. Bidders must be able to demonstrate the necessary skills to deliver this aspect of their bid.

* The CCF will administer the awards/contracts for the NIHR Research Infrastructure. This will involve liaison with the Directors and staff of the infrastructure, taking receipt of annual reports, performance management and making recommendations to DH on proposed changes in the event of performance issues.

* The CCF will provide accurate and timely data and information on the infrastructure awards and research portfolio in response to requests from DH.

* The CCF will take such steps as are necessary to ensure that accurate, well presented, peer reviewed final reports and executive summaries are forthcoming promptly from all projects funded, and that these reports and summaries are entered into appropriate database and library systems.

* The CCF will provide notice and copies of forthcoming publications, press releases etc. arising from funded research at least 28 days prior to publication. Contractors will alert the Department immediately to such forthcoming publications and ensure that it receives advance copies as soon as these are available.

* The CCF will use its best endeavours to ensure, as far as possible, that intellectual property rights (IPR) of value to the NHS are properly protected and managed, and agreements are drawn up to ensure the NHS receives an appropriate share of any earnings from IPR, or ensure that IP is otherwise exploited for public benefit.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-048bce
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026218-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services

98 - Other community, social and personal services


CPV Codes

75120000 - Administrative services of agencies

98113000 - Services furnished by specialist organisations

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£146,744,067 £100M-£1B

Notice Dates

Publication Date
16 Aug 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
17 May 20178 years ago
Contract Period
31 Mar 2018 - 31 Mar 2027 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
Contact Name
Natasha Boreham
Contact Email
natasha.boreham@dhsc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 0EU
Post Town
South 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
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

LGC

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-048bce-2024-08-16T16:37:38+01:00",
    "date": "2024-08-16T16:37:38+01:00",
    "ocid": "ocds-h6vhtk-048bce",
    "description": "The Department intends to re-tender the services at the end of the contract term. The Prior Information Notice can be found here https://www.find-tender.service.gov.uk/Notice/025178-2024",
    "initiationType": "tender",
    "tender": {
        "id": "C0289",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Central Commissioning Facility (CCF)",
        "classification": {
            "scheme": "CPV",
            "id": "75120000",
            "description": "Administrative services of agencies"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "* Established processes for commissioning R&D within NIHR and DH were set up to promote probity in spending public money and equality of opportunity. The CCF will be expected to adopt similar standards of commissioning for all its managed programmes. This is an essential requirement and bidders must demonstrate an understanding of the process and the skills required to deliver it which, crucially, include scientific secretariat skills,<br/><br/>* The CCF will be required to provide administrative support to all systems and structures used for research commissioning, monitoring and project management.<br/><br/>* The CCF will provide secretariat support, under the direction of a Programme Director and/or named DH staff, to expert advisory committees to advise on research proposals to be taken forward for funding.<br/><br/>* The CCF will be required to make all necessary arrangements for commissioning and other meetings. For example, the maintenance of committee membership lists, the production and distribution of all papers necessary well in advance of meetings, the taking of minutes of meetings (which will include discussions of science and research methodology) and the prompt circulation of accurate minutes following meetings.<br/><br/>* The CCF will be responsible for the issuing of all project and research infrastructure contracts (standard contract form) which will be sent for final signature to the DH Science, Research and Evidence Directorate (SRED).<br/><br/>* All projects will require a detailed project timetable with milestones. The CCF will monitor projects and report on the programme or individual projects within it as required, ensuring that researchers keep to the timetable and achieve the project's milestones. This will require a basic understanding of the science as well as strong administrative skills.<br/><br/>* The CCF will be responsible for forecasting, profiling and reporting on annual budgets from April 1st to March 31st of each of the years covered, reporting quarterly and monitoring monthly.<br/><br/>* Payments to R&D project and research infrastructure contractors are made by DH normally quarterly in arrears. The CCF will take responsibility for informing SRED when projects/research infrastructure contracts have started in order that scheduled payments may commence, and of alerting SRED of any adverse event necessitating suspension of payments.<br/><br/>* The CCF will be required to set up and run, in liaison with SRED, financially sound and transparent accounting systems. The CCF will be expected to adopt information management systems that are compatible with systems already in use by other parts of NIHR. The CCF contractor will provide progress reports, including financial summaries, in respect of the managed programmes as required. Bidders must be able to demonstrate the necessary skills to deliver this aspect of their bid.<br/><br/>* The CCF will administer the awards/contracts for the NIHR Research Infrastructure. This will involve liaison with the Directors and staff of the infrastructure, taking receipt of annual reports, performance management and making recommendations to DH on proposed changes in the event of performance issues.<br/><br/>* The CCF will provide accurate and timely data and information on the infrastructure awards and research portfolio in response to requests from DH.<br/><br/>* The CCF will take such steps as are necessary to ensure that accurate, well presented, peer reviewed final reports and executive summaries are forthcoming promptly from all projects funded, and that these reports and summaries are entered into appropriate database and library systems.<br/><br/>* The CCF will provide notice and copies of forthcoming publications, press releases etc. arising from funded research at least 28 days prior to publication. Contractors will alert the Department immediately to such forthcoming publications and ensure that it receives advance copies as soon as these are available.<br/><br/>* The CCF will use its best endeavours to ensure, as far as possible, that intellectual property rights (IPR) of value to the NHS are properly protected and managed, and agreements are drawn up to ensure the NHS receives an appropriate share of any earnings from IPR, or ensure that IP is otherwise exploited for public benefit.",
                "contractPeriod": {
                    "startDate": "2018-04-01T00:00:00+01:00",
                    "endDate": "2025-03-31T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "98113000",
                        "description": "Services furnished by specialist organisations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "relatedLot": "1"
            }
        ],
        "techniques": {
            "frameworkAgreement": {
                "periodRationale": "N/A"
            }
        }
    },
    "awards": [
        {
            "id": "026218-2024-2016/S 208-376509-1",
            "relatedLots": [
                "1"
            ],
            "title": "The Central Commissioning Facility (CCF)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-121777",
                    "name": "LGC LIMITED"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-43",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Natasha Boreham",
                "email": "natasha.boreham@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care"
            }
        },
        {
            "id": "GB-FTS-121777",
            "name": "LGC LIMITED",
            "identifier": {
                "legalName": "LGC LIMITED",
                "id": "02991879"
            },
            "address": {
                "streetAddress": "Queens Road, Teddington, Middlesex",
                "locality": "Teddington",
                "region": "UK",
                "postalCode": "TW11 0LY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.lgcstandards.com/",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-1661",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.judiciary.uk/courts-and-tribunals/high-court/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "contracts": [
        {
            "id": "026218-2024-2016/S 208-376509-1",
            "awardID": "026218-2024-2016/S 208-376509-1",
            "title": "The Central Commissioning Facility (CCF)",
            "status": "active",
            "value": {
                "amount": 146744067,
                "currency": "GBP"
            },
            "dateSigned": "2017-05-18T00:00:00+01:00",
            "period": {
                "startDate": "2018-04-01T00:00:00+01:00",
                "endDate": "2027-03-31T23:59:59+01:00"
            },
            "periodRationale": "A 5-year initial term and an option to extend for 4 years due to need for stability and continuity of services.",
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "75120000",
                        "description": "Administrative services of agencies"
                    },
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "98113000",
                            "description": "Services furnished by specialist organisations"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "deliveryLocation": {
                        "description": "United Kingdom"
                    },
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "This modification extends the existing CCF contract from 31st March 2025 by 2 years to 31st March 2027.<br/><br/>This modification does not change CCF's existing core functions to provide identification, prioritisation, research commissioning and management facilities.<br/><br/>Previous changes to the contract have been made, bringing the current contract value to 103,816,650 GBP (this value excludes this 2-year extension modification.)",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The Authority believes that the modification was permitted under Regulation 72(1)(b) of the PCR 2015 (SI 102) due to the following reasons:<br/><br/>a) the modification was necessary to utilise the option to extend for the final 2 years of the 4-year extension term as permitted in the Contract Award Notice.<br/><br/>b) a change of contractor could not have been made for economic or technical reasons as such additional services required highly specialised, health and care research management expertise, reliance on extensive, established stakeholder relationships and an up-to-date working knowledge of NIHR strategy, policies and systems<br/><br/>c) a change of contractor would have caused significant inconvenience and substantial duplication of costs as a result of:<br/>i)the fragmentation and duplication of existing NIHR research programmes;<br/>ii)significant, increased contractual management costs<br/>iii)significantly higher admin costs"
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:249984-2017:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}