Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Development and piloting of quality indicators National Collaborating Centre for Indicator Development

  • First published: 20 January 2022
  • Last modified: 20 January 2022
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
National Institute for Health and Care Excellence
Authority ID:
AA21926
Publication date:
20 January 2022
Deadline date:
21 February 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Indicators published by NICE

There are currently 4 types of indicator on the NICE indicator menu:

• general practice indicators suitable for quality improvement supported by financial incentivisation (suitable for use in the QOF)

• general practice indicators for use outside of the QOF for quality improvement, for example, to support local schemes

• clinical commissioning group indicators

• national library of quality indicators.

Indicators developed or assured by NICE support quality improvement in population health delivering through:

• general practice

• primary care networks (PCNs)

• wider primary care (for example, community pharmacists)

• hospitals

• integrated care systems (ICSs)

• social care organisations.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

National Institute For Health And Care Excellence

2 Redman Place

LONDON

E20 1QJ

UK

Contact person: Barney Wilkinson

Telephone: +44 2070452023

E-mail: Barney.Wilkinson@nice.org.uk

NUTS: UKI5

Internet address(es)

Main address: https://www.nice.org.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.nice.org.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.nice.org.uk/


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

Development and piloting of quality indicators National Collaborating Centre for Indicator Development

Reference number: NICE 0122

II.1.2) Main CPV code

73110000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NICE has managed an independent and transparent process for developing and maintaining Quality and Outcomes Framework (QOF) indicators since April 2009. In 2011 our remit was extended to include Clinical Commissioning Group (CCG) level indicators and in 2019 we were asked to work in partnership with NHS Digital to host and assure the national library of quality indicators

The indicators developed or assured by NICE are added to an indicator menu (https://www.nice.org.uk/Standards-and-Indicators/index). The menu contains 338 indicators on different topics. Some indicators are included in national frameworks, e.g., QOF, CCG Outcome Indicator Set (CCG OIS), NHS System Oversight (CCG SOF). Indicators can also be used by any organisation for use in local or national quality improvement schemes

Whilst NICE's work to date has focused on indicators that operate at general practice level (predominantly indicators suitable for use in the QOF) and CCG indicators for inclusion in national frameworks, NICE anticipates future indicator work will have a wider scope.

Our scope will now extend to development of indicators at a system level to support the newer organisational structures in the NHS including integrated care systems and primary care networks.

The way in which NICE develops indicators has changed over recent years and we continue to look for innovative ways to maintain robust and rigorous processes whilst being responsive and flexible. The cycle of development needs to be flexible to react to emerging priorities identified as the challenges facing the health and social care system change. NICE is also changing how it delivers guidance moving towards living guidelines for learning health and care systems with indicators being fundamental to measurement of outcomes and enabling feedback to NICE which will help influence guidance updates.

The appointed contractor will be expected to work with NICE to deliver this requirement.

The tender documents contain more detail of the work

II.1.5) Estimated total value

Value excluding VAT: 930 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

At the suppliers place of work, offices and facilities

II.2.4) Description of the procurement

Indicators published by NICE

There are currently 4 types of indicator on the NICE indicator menu:

• general practice indicators suitable for quality improvement supported by financial incentivisation (suitable for use in the QOF)

• general practice indicators for use outside of the QOF for quality improvement, for example, to support local schemes

• clinical commissioning group indicators

• national library of quality indicators.

Indicators developed or assured by NICE support quality improvement in population health delivering through:

• general practice

• primary care networks (PCNs)

• wider primary care (for example, community pharmacists)

• hospitals

• integrated care systems (ICSs)

• social care organisations.

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: 930 000.00  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:

two optional 12 month extensions

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: 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

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:

Please see the tender documents available on Contracts Finder

https://www.contractsfinder.service.gov.uk/Notice/8f733546-f2d8-4e13-991c-a98bab68cf28

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.2.3) 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 21/02/2022

Local time: 18:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 2 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 25/02/2022

Local time: 17:00

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

VI.4) Procedures for review

VI.4.1) Review body

National Institute for Health and Care Excellence

London

E20 1QJ

UK

VI.5) Date of dispatch of this notice

19/01/2022

Coding

Commodity categories

ID Title Parent category
73110000 Research services Research and experimental development services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Barney.Wilkinson@nice.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.