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