Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
UK
Telephone: +44 02033343555
E-mail: MoJProcurement.Off@justice.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/ministry-of-justice
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Early Release on Compassionate Grounds
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
In line with the Early Release on Compassionate Grounds (ERCG) Policy Framework, the Public Protection Casework Section (PPCS), within the Public Protection Group (PPG) in HMPPS, require independent medical advisors to provide a view on ERCG applications for health and social care related cases.
The role of an independent medical advisor is to review and interpret the clinical reports contained within the ERCG application.
A medical advisor must be a qualified doctor with current General Medical Council registration.
This is a crucial and essential part of the application process. The medical advisor will be expected to review the reports, provide a plain English summary, and provide a view on whether the clinical criteria for consideration for ERCG is met. This will be written in a format that is accessible to non-clinical personnel within PPG/HMPPS, to inform their decision making. There may, on occasion, be a requirement for provision of follow up addendums.
The Authority is considering establishment of a Framework of up to 4 Suppliers to deliver this service. The service requires a quick turn-around from application; urgent requests are required within 24 hours, and non-urgent requests are required within 72 hours. The service will be conducted remotely and will be available to all prisons within England and Wales. It is anticipated that there will be approximately 100 applications per annum across the Framework, with work allocated equally across the Framework. This volume estimate is provided for illustrative purposes only and should be treated as a best estimate at the time of publication. The Authority provides no guarantees of volumes, monetary commitment, or future requirements whatsoever.
II.1.5) Estimated total value
Value excluding VAT:
16 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79625000
85121200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
In line with the Early Release on Compassionate Grounds (ERCG) Policy Framework, the Public Protection Casework Section (PPCS), within the Public Protection Group (PPG) in HMPPS, require independent medical advisors to provide a view on ERCG applications for health and social care related cases.
The role of an independent medical advisor is to review and interpret the clinical reports contained within the ERCG application.
A medical advisor must be a qualified doctor with current General Medical Council registration.
This is a crucial and essential part of the application process. The medical advisor will be expected to review the reports, provide a plain English summary, and provide a view on whether the clinical criteria for consideration for ERCG is met. This will be written in a format that is accessible to non-clinical personnel within PPG/HMPPS, to inform their decision making. There may, on occasion, be a requirement for provision of follow up addendums.
The Authority is considering establishment of a Framework of up to 4 Suppliers to deliver this service. The service requires a quick turn-around from application; urgent requests are required within 24 hours, and non-urgent requests are required within 72 hours. The service will be conducted remotely and will be available to all prisons within England and Wales. It is anticipated that there will be approximately 100 applications per annum across the Framework, with work allocated equally across the Framework. This volume estimate is provided for illustrative purposes only and should be treated as a best estimate at the time of publication. The Authority provides no guarantees of volumes, monetary commitment, or future requirements whatsoever.
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:
160 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2x +1 year extensions available
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
2x +1 year extensions available.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
Suppliers must be either a Doctor with current registration to the GMC, or supplying Doctors with current GMC registration to conduct the ERCG Service.
Any Doctor conducting the Service must not be working in HMPPS.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/05/2024
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/04/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
04/04/2024