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 Award Notice

The Provision of Regulator Medical Support Services Framework

  • First published: 14 May 2022
  • Last modified: 14 May 2022

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)

Contents

Summary

OCID:
ocds-h6vhtk-029970
Published by:
Nursing and Midwifery Council
Authority ID:
AA25407
Publication date:
14 May 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71319000 Expert witness services Consultative engineering and construction services
85120000 Medical practice and related services Health services
85121200 Medical specialist services Medical practice services
85145000 Services provided by medical laboratories Miscellaneous health 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:
procurement@nmc-uk.org
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.