Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NURSING AND MIDWIFERY COUNCIL
23 Portland Place
LONDON
W1B1PZ
UK
E-mail: procurement@nmc-uk.org
NUTS: UKI32
Internet address(es)
Main address: https://www.nmc.org.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Healthcare Regulator
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of Regulator Medical Support Services Framework
Reference number: 2021/S 000-004607
II.1.2) Main CPV code
85120000
II.1.3) Type of contract
Services
II.1.4) Short description
The NMC in collaboration with the other UK healthcare regulators, wishes to appoint a provider(s) to undertake Toxicology services where there is complaint about a registrant's health or misconduct. In addition, we wish to appoint a provider(s) to undertake medical examiner services for our registration and fitness to practise proceedings. Lastly, we (the NMC) wish to appoint a provider(s) of nursing and midwifery experts who are trained and able to provide independent opinion regarding care provided by registrants who receive complaints about their fitness to practise.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
6 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Toxicology Services
II.2.2) Additional CPV code(s)
85121200
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKM
UKN
Main site or place of performance:
London
II.2.4) Description of the procurement
Blood, hair and nail samples are to be taken locally across the UK with a secure transportation service to the provider's laboratory.
On request of the NMC, the provider will be responsible for arranging appointments with individuals on our register, or those applying to join our register, for samples to be taken for drug and/or alcohol testing.
The provider will be responsible for testing the samples and providing a comprehensive report to the NMC which explains the results, within agreed timeframes.
The provider must be able to carry out more than one method of sample testing, and be able to test for a variety of substances.
The samples and testing must be carried out in a manner that complies with chain of custody and with ISO standards ISO/IEC 17025:2017
II.2.5) Award criteria
Quality criterion: Method Statement Questions
/ Weighting: 60
Price
/ Weighting:
40
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
Lot No: 2
II.2.1) Title
Provision of Medical Examiner Services
II.2.2) Additional CPV code(s)
85145000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKM
UKN
Main site or place of performance:
London
II.2.4) Description of the procurement
The provider will be the point of contact between the NMC case teams and Medical Examiners.
The provider will need to have a pool of Medical Examiners available to conduct examinations, provide independent reports and attend NMC hearings to give evidence. The pool of examiners will need to contain a range of expertise in psychiatry, occupational health, substance misuse and general medicine.
When requested, the provider will need to source the appropriate Medical Examiner, within the contract price, and provide them with the necessary medical records, which the provider will need to source (consent would have already been obtained).
The provider is responsible for the quality of the reports, as well as feeding back any issues with reports or performance concerns, and is responsible for the timeliness of reports provided to the NMC.
The provider will be responsible for handling data in line with GDPR and in strict adherence to agreed timeframes.
Our Registrations team review applications for admission or renewal to the NMC register and as part of this assess whether the applicant is capable of safe and effective practise. In certain circumstances the Registrar may require a report from a medical examiner on the applicant's health. The Registrar will make an assessment based solely on the paperwork provided.
If the Registrar rejects an application, the applicant may appeal. An appeal hearing will be held before a panel with the parties able to attend to give live evidence.
Medical examiners may be required to attend appeal hearings to present the findings of their report and may be required to provide ongoing monitoring and updated reports.
Our Fitness to Practise teams arrange and co-ordinate a number of specific panels and committees, to hear evidence relating to allegations about individual registrants' fitness to practise.
Where concerns have been raised about a registrant's fitness to practise by reason of their physical or mental health they may be asked to undergo an examination by a medical examiner who will provide a comprehensive report to the NMC. Medical examiners are also required to attend hearings to present the findings of their report and may be required to provide ongoing monitoring and updated reports.
Some panels meet to hear evidence relating to the substantive case, which may lead to removal from the register, suspension, a caution, or the application of conditions of practice order.
Other panels will meet to consider whether an individual practitioner is safe to practise whilst a case is under investigation, and may impose an interim suspension or interim conditions of practice order. Preliminary meetings and hearings may be necessary to clarify issues and eliminate problems prior to the substantive hearing. Panels will hear cases relating to health issues in private.
The panels will also hear any cases relating to applications for restoration to the register or termination of suspension.
Examiners will usually be scheduled to attend in half-day units or multiples thereof, although on some occasions an hourly rate may also apply.
II.2.5) Award criteria
Quality criterion: Method Statement Questions
/ Weighting: 60
Price
/ Weighting:
40
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
Lot No: 3
II.2.1) Title
Provision of expert witness services
II.2.2) Additional CPV code(s)
71319000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKM
UKN
Main site or place of performance:
London
II.2.4) Description of the procurement
The provider will be the expert witness' point of contact, and will liaise with the NMC case teams for all arrangements of hearing attendance.
The provider will need to have a pool of, or be able to source, expert witnesses to conduct reviews of evidence, provide independent reports and attend NMC hearings to give evidence. The experts will need to contain a range of expertise in nursing and midwifery.
The provider will be responsible for the quality of the report and making sure it is provided within the agreed timescales and contracted prices
We sometimes need help to understand the basic facts of what happened, and whether it was serious enough to cause concerns about the registrant's (or applicant's) fitness to practise. We can usually discuss these issues with professionals at a local level who have the qualifications and technical expertise to help us with these issues.
Sometimes, however, we'll need the opinion of an independent expert during our investigation, and because of the issues involved.
We'll usually do this if we need:
• specialised knowledge or expertise that we cannot obtain locally
• an independent opinion
• evidence to help us decide whether the registrant's (or applicant's) actions were directly responsible for patient death or serious harm
When we investigate what caused the death or serious harm of a patient, we always need to think about the kind of evidence we'll need to explore.
The expert will need to consider whether there is evidence that clearly shows that the fault on the part of the nurse or midwife:
• led to the outcome
• made those outcomes more likely, or
• cost the patient a chance of survival.
II.2.5) Award criteria
Quality criterion: Method Statement Questions
/ Weighting: 60
Price
/ Weighting:
40
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 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
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:
2021/S 000-004607
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Provision of toxicology services (drug and alcohol testing)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Cansford Laboratories
Pentwyn Business Centre 1A Wharfedale Rd, Pentwyn
Cardiff Glamorgan
CF23 7HB
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 2
Title: Provision of toxicology services (drug and alcohol testing)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DNA Legal
Unit G1, Frome Business Park, Manor Road Frome
Somerset
BA11 4FN
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 3
Title: Provision of toxicology services (drug and alcohol testing)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Heales Health Services
29 Bridge Street,
Hitchin
SG5 2DF
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 4
Title: Provision of medical examiner services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Heales Health Services
29 Bridge Street,
Hitchin
SG5 2DF
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 5
Title: Provision of medical examiner services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ID Medical Group Limited
1 Mill Square, Featherstone Road,
Milton Keynes
MK12 5ZD
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 6
Title: Provision of medical examiner services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
UK Independent Medical Services Ltd
Brenner House,
Rainton Bridge Business Park
DH4 5RA
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 7
Title: Provision of expert witness services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Heales Health Services
29 Bridge Street,
Hitchin
SG5 2DF
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 8
Title: Provision of expert witness services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ID Medical Group Limited
1 Mill Square, Featherstone Road,
Milton Keynes,
MK12 5ZD
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 9
Title: Provision of expert witness services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/07/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Somek and Associates Limited
9 Chess Business Park Moor Road
Chesham Bucks
HP5 1SD
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract Notice reference 2021/S 000-004607
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
The Strand
London
WC2 2LL
UK
VI.5) Date of dispatch of this notice
13/05/2022