DHSC Research Delivery Network Coordinating Centre

A Tender Notice
by DEPARTMENT OF HEALTH AND SOCIAL CARE

Source
Find a Tender
Type
Contract (Services)
Duration
9 year
Value
£303M
Sector
PROFESSIONAL
Published
11 Nov 2022
Delivery
To 26 Oct 2031 (est.)
Deadline
12 Dec 2022 12:00

Concepts

Location

London: UKI

Geochart for 1 buyers and 0 suppliers

Description

Procurement of NIHR Research Delivery Network Coordinating Centre by running a procurement via Competitive Procedure with Negotiation to award a contract for 5 years for core, operational and optional services (further explained in detail below in Section II.2.4.1) with an option to extend further for up to 4 years. The Authority reserves the right to award the Contract based on the evaluation of Initial Tenders without negotiation.

Total Quantity or Scope

The Department of Health and Social Care (DHSC), the Authority, is looking to procure a single Supplier to provide services for the National Institute for Health and Care Research (NIHR) Research Delivery Network Coordinating Centre (RDNCC). The Supplier will replace or continue services currently provided by the NIHR Clinical Research Network Coordinating Centre (CRNCC). The contract with the current suppliers is scheduled to expire on 31 March 2024.A brief description of the Core, Operational, and Optional services required from the potential service provider is as follows:• Operational Services – overheads including office space, facilities, equipment, ICT, and Human Resources services for all Supplier Personnel• Core Services –include the Study Support Service, Performance management of studies, Information and Communications Technology systems, Financial management and assurance, Governance, Clinical Specialties, Workforce learning and organisational development, Business development and marketing, Business intelligence, Communications, Patient and public involvement and engagement• Optional Services – the Authority may require the Supplier to deliver under this contract specific projects or additional services for which the need is unpredictable at the start of the contract. Any additional optional services will need to be agreed with the supplier and subject to approval (including assessment of affordability and value for money) by DHSC.The Selection Questionnaire (SQ) is made available by the Authority, on behalf of the Secretary of State for Health and Social Care, to Applicants wishing to express an interest in providing services described in the Specification. The SQ has been produced to enable the Authority to assess the economic and financial standing and the technical and professional ability of Applicants who wish to be considered for participation in this procurement.At the initial (selection) stage, Applicants will be required to respond to the SQ by the timelines set out in the SQ Guidance Document and Draft Procurement Documents, made available via the Authority’s e-tendering portal.After the receipt of the Applicant’s response to the SQ, the Authority intends to limit the number of candidates meeting the selection criteria to be invited to submit the Initial Tender to three. The Applicants/suppliers will then be invited to submit ONE complete Initial Tender capable of being taken forward to the Negotiation Stage by the Authority.After the review of the Initial Tenders submitted by the deadline, the Negotiation Stage will commence.The Authority reserves the right to award the contract based on the evaluation of Initial Tenders without Negotiation.The initial term of the Contract, once awarded, will (subject to the Contract’s early termination in accordance with its terms) be five years. The term may be extended for (unless the Contract terminates early in accordance with its terms) an additional period of up to four years on the 24 months + further 24 months basis. With the extension the total contract duration could reach nine (9) years in total.The total expected contract value is £303,200,000. This comprises of £160,900,000 (or £193,080,000 inclusive of VAT) for the 5-year contract period. The anticipated value for any extensions awarded (which are subject to approval) is £142,300,000 for any extensions. The total value is inclusive of any transitional phase required, Operational Services, Core Services, and Optional Services at 20% of the total contract value. Tenders should set out proposals to provide Operational and Core Services only; Optional Services are unanticipated additions that will arise over the lifetime of the award.

Renewal Options

The Contract (in accordance with its terms) will be for an initial term of five years and may be extended for a period of up to four years.

CPV Codes

  • 73000000 - Research and development services and related consultancy services
  • 73210000 - Research consultancy services
  • 79994000 - Contract administration services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services

Indicators

  • This is a recurring contract.
  • Renewals are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** This Tender process will be issued by in accordance with the Public Contract Regulations 2015 ( as amended). Competitive Procedure with Negotiation will be used for this procurement.The Authority reserves the right not to negotiate according to Regulation 29(15).The opportunity will be available on the Authority's e-Sourcing Portal. Select this link to access and register your organisation to the Authority's e-Sourcing Portal: https://health-family.force.com/s/Welcome, if you have not already done so.To find this opportunity in the e-Sourcing system, select “Find Opportunities” and then search by project number or title. Once you have found the Opportunity, press the ‘Register Interest’ button to register your interest. This will make the project to appear on ‘My proposals and quotes’. From there you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunity. For full details on the instruction for the selection stage, please refer to the SQ Guidance Document. Earlier this year a PIN was issued relating to this procurement, as an early market engagement only. The link is as follows: https://www.find-tender.service.gov.uk/Notice/010082-2022.

Reference

Domains