Healthcare Quality Improvement Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | National Clinical Audit of Perioperative Care |
Notice type: | Contract Notice |
Authority: | Healthcare Quality Improvement Partnership Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The contract will initially be delivered for NHS-funded care in England, Wales, and Jersey for a period of three years, at a maximum total budget of up to £1,110,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables. |
Published: | 24/10/2024 12:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Healthcare Quality Improvement Partnership Ltd
128 City Road, London, EC1V 2NX, United Kingdom
Tel. +44 7904597971, Email: procurement@hqip.org.uk
Main Address: www.hqip.org.uk, Address of the buyer profile: www.hqip.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./936FYT33EW
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=895078213 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: National Clinical Audit of Perioperative Care
Reference Number: HQIP NCA 895077715
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The contract will initially be delivered for NHS-funded care in England, Wales, and Jersey for a period of three years, at a maximum total budget of up to £1,110,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables.
II.1.5) Estimated total value:
Value excluding VAT: 5,120,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Healthcare Quality Improvement Partnership (HQIP) is seeking to commission an
organisation that will support the delivery of the National Clinical Audit of Perioperative Care (NCAPC)
The programme will initially be delivered for NHS-funded care in England, Wales and Jersey but may later
extend to include Scotland, Northern Ireland, Isle of Man, Guernsey and
other Devolved Nations/ Crown Dependencies.
The total contract value is £1,110,000 excluding VAT for the duration of three years with
potential to extend the contract for up to two additional years at a value of up to £370,000 per year.
The aspirational intent including the core 3 year value, extension value and all other
aspirational intent as defined in section 12 of the specification of this ITT has a potential
ceiling value of up to £5,125,000.00.
Please refer to the specification which outlines the aspirational intent elements, mechanisms for invoking and the minimum and maximum cost ranges.
The Authority is under no obligation to invoke any aspirational intent.
It is anticipated that the new service will commence in August 2025. This procurement is for
clinical services which are part of the 'Public Contract Regulations (PCR2015)' for the
purpose of the Regulations. The commissioner is not voluntarily following any other part of
the Regulations. The process will be similar to an Open Procedure where the Regulations
apply and so reserves the right to depart from that procedure at any point. The procedure
that the Commissioner is following is set out in the Invitation to Tender.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,110,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: An extension may be offered for a period of up to 24 months. The value of any extension period can be found under section 12 of the specification - aspirational intent.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/01/2025 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 10/01/2025
Time: 12:01
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Within 12 months of contract end date
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./936FYT33EW
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/936FYT33EW
VI.4) Procedures for review
VI.4.1) Review body:
Healthcare Quality Improvement Partnership Ltd
128 City Road, London, EC1V 2NX, United Kingdom
Email: procurement@hqip.org.uk
Internet address: www.hqip.org.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/10/2024
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Healthcare Quality Improvement Partnership Ltd
128 City Road, London, EC1V 2NX, United Kingdom
Tel. +44 7904597971, Email: procurement@hqip.org.uk
Main Address: www.hqip.org.uk, Address of the buyer profile: www.hqip.org.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: National Clinical Audit of Perioperative Care Reference number: HQIP NCA 895077715
II.1.2) Main CPV code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The contract will initially be delivered for NHS-funded care in England, Wales, and Jersey for a period of three years, at a maximum total budget of up to £1,110,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 03/12/2024
VI.6) Original notice reference:
Notice Reference: 2024 - 711177
Notice number in OJ S: 2024/S 000 - 034488
Date of dispatch of the original notice: 24/10/2024
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.4
Lot No: Not provided
Place of text to be modified: The contract will initially be delivered for NHS-funded care in England, Wales, and Jersey
Instead of: The contract will initially be delivered for NHS-funded care in England, Wales and Jersey
Read: The contract will initially be delivered for NHS-funded care in England and Wales, and publicly funded care in Jersey
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./936FYT33EW
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/936FYT33EW