Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
UK
Contact person: Daryl Mahabir
E-mail: daryl.mahabir@dhsc.gov.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health-and-social-care
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health-and-social-care
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent 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:
https://health-family.force.com/s/Welcome
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
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DHSC:NIHR Support Services: Public Partnerships and Maximising Research Impact
II.1.2) Main CPV code
79990000
II.1.3) Type of contract
Services
II.1.4) Short description
The National Institute for Health and Care Research (NIHR) is funded by the Department of Health and Social Care and its mission is to improve the health and wealth of the nation through research.<br/>This opportunity is for the re-procurement of NIHR support services to:<br/>- Improve the way partnerships with people and communities in health and care research work (“public partnerships”),<br/>- Improve how NIHR research is disseminated, and knowledge is mobilised to facilitate uptake and adoption of insights from research (“maximising impact”), and<br/>- Act with other NIHR coordinating centres as an integral part of ‘One NIHR’; a co-ordinated, joined-up organisation.
II.1.5) Estimated total value
Value excluding VAT:
19 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
73000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK
II.2.4) Description of the procurement
The Department of Health and Social Care (DHSC) supports Ministers in leading the nation's health and social care to enable everyone to live more independent, healthier lives, for longer. DHSC invests significantly in research and development (R&D) to support the delivery of its objectives, primarily through the National Institute for Health and Care Research (NIHR). Through NIHR, DHSC provides evidence to improve the health of the public and outcomes for patients and inform decisions on the effectiveness, efficiency and safety of the health and care system. <br/><br/>We are seeking to procure services from 1st April 2025 for a period of 7 years (with a five year break clause) to meet the following strategic objectives:<br/>- improve the way partnerships with people and communities in health and care research work (this includes research involvement, participation, and engagement - referred to as ‘public partnerships’)<br/>- improve how NIHR research is disseminated, and knowledge is mobilised to facilitate uptake and adoption of insights from research (referred to as ‘maximising impact’)<br/>- act as an integral part of National Institute for Health Research Coordinating Centre - working collaboratively within NIHRCC and across NIHRCC & Clinical Research Network Coordinating Centre a co-ordinated, joined-up organisation.<br/><br/>The total contract value will be £19,000,000.00 which will be sub-divided as follows: <br/>- £17,100,000.00 for services that form the bulk of the deliverables (including any transition costs).<br/>- £1,900,000 for Authority Emergent Services (unforeseeable services that may emerge throughout the life of the contract).<br/>Further information and instruction may be found in the relevant Tender Documents. <br/><br/>To identify a suitable contractor to deliver the above services, the Authority will be undertaking a 2-stage competitive procedure with negotiation.<br/><br/>Stage 1 will invite potential supplier to complete the Standard Selection Questionnaire and successful suppliers will then be invited to participate in Stage 2. <br/><br/>Stage 2 will invite those suppliers who were successful at Stage 1 to submit an initial tender. Following evaluation of the initial tender, the Authority will invite the three (3) highest scoring suppliers to participate in negotiations. <br/>Following negotiations, suppliers will be required to submit a final tender for evaluation. <br/><br/>A Market Engagement Event was held on 1st August 2023; notes from that event will be made available via the electronic procurement portal.
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:
19 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2032
This contract is subject to renewal: No
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
II.2.14) Additional information
Please note that Authority Emergent Services are, by definition, services that are not foreseen at time of contracting. However, we expect that emergent services could include projects such as conducting stakeholder engagement and producing a report on a topic of emerging importance, producing a website or organising training on an issue, or setting up and arranging an event, but this is not an exhaustive list. We expect the hosting for the services to be largely for staff time but this may include include other costs related to the project (to be determined based on the nature of the project) such as venue hire, server costs, or costs of contracting a third party.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.2.2) Contract performance conditions
As stated in the procurement documentations.
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
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-018601
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/02/2024
Local time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
26/02/2024
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: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.judiciary.uk/courts-and-tribunals/high-court/
VI.4.2) Body responsible for mediation procedures
The High Court
The Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.judiciary.uk/courts-and-tribunals/high-court/
VI.5) Date of dispatch of this notice
19/01/2024