Section one: Contracting authority
one.1) Name and addresses
Cambridgeshire Community Services NHS Trust
Unit 7/8, Meadow Lane
St Ives
PE27 4LG
Contact
Katherine Jarvis
ccs.ops.procurementisfe@nhs.net
Telephone
+44 7843819358
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
https://www.cambscommunityservices.nhs.uk/
Buyer's address
https://www.cambscommunityservices.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Children's Continuing Care
Reference number
SBS22-123
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Establishment of Framework agreement for the provision of Children's Continuing Care Services within the Milton Keynes, Bedfordshire, and Luton areas by Cambridgeshire Community Services NHS Trust as the Contracting Authority.
two.1.5) Estimated total value
Value excluding VAT: £1,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85141210 - Home medical treatment services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
The Contracting Authority wish to establish a group of qualified providers (the Provider) who can provide consistently high quality, safe, effective, and efficient packages of care for children and young people with continuing care needs who require care in the home or community setting.
This specification has been written to outline the service required to provide appropriate continuing care packages for children and young people within Milton Keynes, Bedfordshire, and Luton. The packages of care should be provided in the setting most appropriate to the child/young person’s needs and social circumstances.
The skill of care required will vary according to the child or young person’s individual needs. This may be personal care or more complex care that requires the care worker to possess additional specialist skills and competencies.
Care and support needs will be identified and commissioned as a Care Package, which will be recorded on the Contracting Authorities representative’s referral documentation at service initiation. This document will be consistent with the requirements of the Service Specification and will form the basis on which the Provider will be expected to meet each child or young person’s care needs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please use below e-procurement portal link to access to the full ITT documents:
https://health-family.force.com/s/Welcome
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 January 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 January 2023
Local time
6:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Shared Business Services Limited
Three Cherry Tree Lane
Hemel Hempstead, Hertfordshire
HP2 7AH
Country
United Kingdom