Section one: Contracting authority
one.1) Name and addresses
NHS Leeds CCG
Suites 2-4, Wira Business Park
Leeds
LS16 6EB
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
National registration number
15F
Internet address(es)
Main address
https://nhsleedsccg.app.jaggaer.com/web/login.html
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhsleedsccg.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhsleedsccg.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
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
Primary Care support for discharge to assess service at LTHT
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Leeds Clinical Commissioning Group (the “Contracting Authority”) is offering a contract to the successful
Bidder to provide a Locally Enhanced Service for Primary Care Clinical Service to support the discharge to assess service at Leeds Teaching Hospitals NHS Trust. The overarching aim of the service is to lead a multi- disciplinary team to develop a proactive approach to assessment and recovery and to develop links between the service and other partners and ensure patients are appropriately assessed, their functions are optimised and they are discharged in a timely manner to the most appropriate community services or long term care. This will be for a period of approximately 2 years with the option to extend for up to a further 2 years
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
two.2.4) Description of the procurement
The Assessment and Rehabilitation Bed provision is a maximum of 48 patients being cared for across 2 wards at Wharfedale Hospital and 94 patients being cared for across 3 wards at St James’s Hospital that are providing a discharge to assess service.
The CCG Partnership is interested in a lead/single provider model to provide a primary care clinical service to the patients being cared for by the discharge to assess service at these facilities for a period of approximately 2 years with the option to extend up to a further 2 years.
The service provider will be expected to work closely with several other partners; ARB provider and their staff, therapy and nursing teams, relevant Neighbourhood Teams, Adult Social Care, community pharmacy, community geriatricians, other GP practices with an interest in the patient/ service and Out of Hour Providers; for younger patients, advice and support will be provided through relevant system partners depending on their presenting conditions.
The planned start date is 14th April 2021 with an end date of 31st March 2023 with an option to extend by up to 2 years
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
14 April 2021
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to 2 years
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
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015
(the ‘Regulations’). As such, the procurement of the Services is being run as a bespoke, single-stage application process akin to the Open Procedure. NHS Leeds CCG does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 services
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2021
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 February 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
Strand
London
WC2A 2LL
Country
United Kingdom