Published date: 10 March 2021

Last edited date: 15 March 2021

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 28 October 2020, 12pm

Contract summary

Industry

  • Health services - 85100000

Location of contract

London

Value of contract

£80,000 to £170,000

Procurement reference

PRJ914 ITT

Published date

10 March 2021

Closing date

28 October 2020

Closing time

12pm

Contract start date

1 January 2021

Contract end date

31 December 2024

Contract type

Service contract

Procedure type

Open procedure (below threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements below the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


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.   

From 1 April 2019, NHS England and NHS Improvement are working together as a new single organisation to better support the NHS to deliver improved care for patients. Further information regarding the role and purpose of NHS England and NHS Improvement 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 £80,000 and £170,000. 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 £650,000.


More information

Previous notice about this procurement

Clinical Reviewers Framework

  • Opportunity
  • Published 5 October 2020

Links

Additional text

The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract).

Interested Applicants wishing to participate in the procurement must register and express an interest by 12:00 Noon - Tuesday 27 October 2020. Failure to complete this important step will mean that you will not be able to submit a bid for this procurement.

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 - Wednesday 28 October 2020.  

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 process is being managed by NEL Commissioning Support Unit, (NEL) on behalf of the Authority, in connection with a competitive procurement exercise that is being conducted in accordance of The National Health Service (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.

The contract value of this procurement is under the threshold for 'Light Touch Regime services' (Health, Social and related services listed under Schedule 3 of Public Contracts Regulations 2015).

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. 


Award information

Awarded date

22 December 2020

Contract start date

1 January 2021

Contract end date

31 December 2024

Total value of contract

£650,000

This contract was awarded to 7 suppliers.

Mind Works

Address

127 Ingram Road, Thornton Heath, Surrey, CR7 8EH

Reference

No reference - partnership

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Please note this provider has been accredited on the framework for Lot 1. When a bidder is accredited on the framework, this does not guarantee any work/income. Contracts will be awarded, in line with the published process, only as and when the requirements arise.

The stated contract state and end date is related to the maximum period a provider will be on the framework agreement, actual contract(s) start and end may differ.

HASDOC Limited

Address

HASDOC Limited
6a, Floor 6,
Vantage London, Brentford,
Brentford, Greater London,
TW8 9AG

Reference

Companies House number: 08293957

Supplier is SME?

Yes

Supplier is VCSE?

No

Additional details

Please note this provider has been accredited on the framework for Lot 1 and Lot 2. When a bidder is accredited on the framework, this does not guarantee any work/income. Contracts will be awarded, in line with the published process, only as and when the requirements arise.

The stated contract state and end date is related to the maximum period a provider will be on the framework agreement, actual contract(s) start and end may differ.

Julie Anne Hughes

Address

Cedar Lodge
Woodhouses,
Yoxall,
Staffordshire
DE13 8NR

Reference

No reference - sole trader

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Please note this provider has been accredited on the framework for Lot 2. When a bidder is accredited on the framework, this does not guarantee any work/income. Contracts will be awarded, in line with the published process, only as and when the requirements arise.

The stated contract state and end date is related to the maximum period a provider will be on the framework agreement, actual contract(s) start and end may differ.

LW Health Consultancy

Address

Post Office Cottage
Knutsford Road
Antrobus
Cheshire
CW96JW

Reference

No reference - sole trader

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Please note this provider has been accredited on the framework for Lot 1 and Lot 2. When a bidder is accredited on the framework, this does not guarantee any work/income. Contracts will be awarded, in line with the published process, only as and when the requirements arise.

The stated contract state and end date is related to the maximum period a provider will be on the framework agreement, actual contract(s) start and end may differ.

MJS Healthcare Management Ltd

Address

3rd Floor Buckingham House,
Buckingham Street,
Aylesbury,
Buckinghamshire,
England,
HP20 2LA

Reference

Companies House number: 09812808

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Please note this provider has been accredited on the framework for Lot 2. When a bidder is accredited on the framework, this does not guarantee any work/income. Contracts will be awarded, in line with the published process, only as and when the requirements arise.

The stated contract state and end date is related to the maximum period a provider will be on the framework agreement, actual contract(s) start and end may differ.

NINA MURPHY ASSOCIATES LLP

Address

1 Bridge Road,
Haslemere,
Surrey,
GU27 2AS

Reference

Companies House number: OC325899

Supplier is SME?

Yes

Supplier is VCSE?

No

Additional details

Please note this provider has been accredited on the framework for Lot 1 and Lot 2. When a bidder is accredited on the framework, this does not guarantee any work/income. Contracts will be awarded, in line with the published process, only as and when the requirements arise.

The stated contract state and end date is related to the maximum period a provider will be on the framework agreement, actual contract(s) start and end may differ.

Psychological Approaches CIC

Address

Kemp House,
152-160 City Road
London EC1V 2NX

Reference

Companies House number: 9690145

Supplier is SME?

Yes

Supplier is VCSE?

Yes

Additional details

Please note this provider has been accredited on the framework for Lot 1 and Lot 2. When a bidder is accredited on the framework, this does not guarantee any work/income. Contracts will be awarded, in line with the published process, only as and when the requirements arise.

The stated contract state and end date is related to the maximum period a provider will be on the framework agreement, actual contract(s) start and end may differ.


About the buyer

Contact name

Khadijah Yasmin

Address

1 LOWER MARSH
LONDON
SE1 7NT
England

Telephone

07960779938

Email

khadijah.yasmin@nhs.net