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

Continuing Healthcare Assessment, Review, Case Management and Brokerage Service for Derby and Derbyshire CCG

  • First published: 27 July 2021
  • Last modified: 27 July 2021

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:
Published by:
NHS Derby and Derbyshire Clinical Commissioning Group
Authority ID:
AA78748
Publication date:
27 July 2021
Deadline date:
27 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Derby & Derbyshire CCG wish to commission a Continuing Healthcare Assessment, Review, Case Management and Brokerage Service. This service will include Adult CHC (Continuing Healthcare); Funded Nursing Care; Fast Track; Children and Young People Continuing Care; S117 and Joint Funded and Case Management service for identified cohorts).

Clinical Commissioning Groups (CCGs) have a statutory duty to meet the requirements of the Health and Social Care Act (2012) including the provision of NHS Continuing Healthcare and NHS Funded Nursing Care (October 2018 Revised) and the National Framework for Children and Young People’s Continuing Care (2016). This is undertaken by assessing, reviewing and case managing patients who are their responsibility where they have been identified as likely to be eligible for NHS Continuing Healthcare, Continuing Care, a joint funded package of care or are placed in a nursing home and are eligible for receipt of Funded Nursing Care.

The service is a Schedule 3 Service and is being procured under the Light Touch Regime (LTR) of the Public Contract Regulations (PCR) 2015.

It is envisaged, that during the lifetime of the Specification, a number of system functions and roles will shift focus under the newly formed ICS (Integrated Care Systems), where required the provider will work with the ICS Body to review if delivery can be implemented within current resource, or inform the ICS Body or ICP (Integrated Care Provider) board of any impact or risk to service outcomes . Providers will be expected to work and engage with the ICS/ ICP in developing and piloting innovative services with healthcare providers, which may result in elements of the CHC pathway being delivered through a different model.

The contract will commence on 1st April 2022 and will be awarded for 2 years (with the option to extend for a further 1 year at the discretion of the CCG).

The annual budget for the service is expected to be c.£4.6m per annum plus an annual inflationary uplift. Please note there is a financial threshold applicable to this procurement. Any bids above £4.6m per annum will not be accepted and will be disqualified from the procurement process.

The service specification including tariff information and all associated documentation can be found within the attachments area of the project on EU-Supply.

To access the documentation please visit EU-Supply on the link below and access project 45403 - Continuing Healthcare Assessment, Review, Case Management and Brokerage Service. EU-Supply link = https://uk.eu-supply.com/login.asp?B=agcsu

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Derby and Derbyshire Clinical Commissioning Group

na

Cardinal Square, 1st Floor North Point, 10 Nottingham Road

Derby

DE1 3QT

UK

Contact person: Thomas Greenwood

E-mail: Thomas.greenwood2@nhs.net

NUTS: UKF1

Internet address(es)

Main address: https://www.derbyandderbyshireccg.nhs.uk

Address of the buyer profile: https://www.ardengemcsu.nhs.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://uk.eu-supply.com/login.asp?B=agcsu


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/login.asp?B=agcsu


Tenders or requests to participate must be sent to the abovementioned address


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

Continuing Healthcare Assessment, Review, Case Management and Brokerage Service for Derby and Derbyshire CCG

Reference number: 45403

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Derby & Derbyshire CCG wish to commission a Continuing Healthcare Assessment, Review, Case Management and Brokerage Service. This service will include Adult CHC (Continuing Healthcare); Funded Nursing Care; Fast Track; Children and Young People Continuing Care; S117 and Joint Funded and Case Management service for identified cohorts).

II.1.5) Estimated total value

Value excluding VAT: 13 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKF1


Main site or place of performance:

Derbyshire

II.2.4) Description of the procurement

NHS Derby & Derbyshire CCG wish to commission a Continuing Healthcare Assessment, Review, Case Management and Brokerage Service. This service will include Adult CHC (Continuing Healthcare); Funded Nursing Care; Fast Track; Children and Young People Continuing Care; S117 and Joint Funded and Case Management service for identified cohorts).

Clinical Commissioning Groups (CCGs) have a statutory duty to meet the requirements of the Health and Social Care Act (2012) including the provision of NHS Continuing Healthcare and NHS Funded Nursing Care (October 2018 Revised) and the National Framework for Children and Young People’s Continuing Care (2016). This is undertaken by assessing, reviewing and case managing patients who are their responsibility where they have been identified as likely to be eligible for NHS Continuing Healthcare, Continuing Care, a joint funded package of care or are placed in a nursing home and are eligible for receipt of Funded Nursing Care.

The service is a Schedule 3 Service and is being procured under the Light Touch Regime (LTR) of the Public Contract Regulations (PCR) 2015.

It is envisaged, that during the lifetime of the Specification, a number of system functions and roles will shift focus under the newly formed ICS (Integrated Care Systems), where required the provider will work with the ICS Body to review if delivery can be implemented within current resource, or inform the ICS Body or ICP (Integrated Care Provider) board of any impact or risk to service outcomes . Providers will be expected to work and engage with the ICS/ ICP in developing and piloting innovative services with healthcare providers, which may result in elements of the CHC pathway being delivered through a different model.

The contract will commence on 1st April 2022 and will be awarded for 2 years (with the option to extend for a further 1 year at the discretion of the CCG).

The annual budget for the service is expected to be c.£4.6m per annum plus an annual inflationary uplift. Please note there is a financial threshold applicable to this procurement. Any bids above £4.6m per annum will not be accepted and will be disqualified from the procurement process.

The service specification including tariff information and all associated documentation can be found within the attachments area of the project on EU-Supply.

To access the documentation please visit EU-Supply on the link below and access project 45403 - Continuing Healthcare Assessment, Review, Case Management and Brokerage Service. EU-Supply link = https://uk.eu-supply.com/login.asp?B=agcsu

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: 13 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2022

End: 31/03/2025

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: Yes

Description of options:

As a result of this procurement exercise an agreement will be established with the successful bidder for a period of 2 years with the Commissioner having the option to extend the contract for a further year.

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:

All professional and/or trade registrations is specified within the tender documentation.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 27.4 - Financial Standing


Minimum level(s) of standards required:

Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 27.4 - Financial Standing

III.1.3) Technical and professional ability

List and brief description of selection criteria:

All technical capacity and its evaluation criteria are specified within the tender documentation.


III.2) Conditions related to 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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-013082

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/08/2021

Local time: 17:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 27/08/2021

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Arden & GEM Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

UK

VI.4.2) Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

UK

VI.4.4) Service from which information about the review procedure may be obtained

Arden & GEM Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

UK

VI.5) Date of dispatch of this notice

26/07/2021

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work 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:
Thomas.greenwood2@nhs.net
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.