Opportunity

Care Homes Services for Cambridgeshire and Peterborough Clinical Commissioning Group

  • ADAM HTT LIMITED

F02: Contract notice

Notice reference: 2021/S 000-002882

Published 12 February 2021, 11:22am



Section one: Contracting authority

one.1) Name and addresses

ADAM HTT LIMITED

THE PINNACLE,170 MIDSUMMER BOULEVARD

MILTON KEYNES

MK91BP

Email

supplychains@useadam.co.uk

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

http://demand.sproc.net

one.3) Communication

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

http://demand.sproc.net

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sproc.net

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

Care Homes Services for Cambridgeshire and Peterborough Clinical Commissioning Group

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Cambridgeshire and Peterborough CCG is inviting suitably qualified Providers of Care Homes services to submit an indicative tender to be included in a Dynamic Purchasing System (DPS) for the management and service provision of Patients newly requiring NHS

Continuing Healthcare. It is the intention of the commissioner that the service be split into the following lots:

- Fast Track (End of Life)

- Learning Disability

- Mental Health

- Challenging Behaviour

- Dementia

- Physical Disability

- ABI Rehabilitation

- Brain Injury

- General Nursing Care

- Younger Persons

- Funded Nursing Care

The service requirement covers patients registered with a Cambridgeshire and Peterborough GP Practice.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

Cambridgeshire and Peterborough CCG is inviting suitably qualified Providers of Care Homes services to submit an indicative tender to be included in a Dynamic Purchasing System (DPS) for the management and service provision of Patients newly requiring NHS

Continuing Healthcare. It is the intention of the commissioner that the service be split into the following lots:

- Fast Track (End of Life)

- Learning Disability

- Mental Health

- Challenging Behaviour

- Dementia

- Physical Disability

- ABI Rehabilitation

- Brain Injury

- General Nursing Care

- Younger Persons

- Funded Nursing Care

The service requirement covers patients registered with a Cambridgeshire and Peterborough GP Practice.

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

4 year contract, plus an option to extend for another 2 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

Selection criteria as stated in the 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

5 April 2025

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

If and when this requirement is offered to tender, this will be done via electronic means, and may also be through the medium of an electronic reverse auction. Any other public sector body wishing to access the contract may do so only with permission from the contracting NHS body. The contract conditions will be set out in the indicative tender documents. Further details will be made available via documentation released during the course of the tender process. Details of the DPS, together with full instructions are provided in the indicative tender documents available to download from http://demand.sproc.net. Interested parties must register their organisation and then download the indicative tender documents from the supplier contract management system https://www.sproc.net. Applications for inclusion in this Notice can be submitted at any time throughout the 4-year duration of the DPS.

By applying for inclusion in the Notice, and subject to meeting the minimum entry standards as set out in the indicative tender documentation, Providers will be invited to submit tenders. The CCG will issue requests for tenders to Providers admitted to the DPS as and when a requirement arises and will not be subject to a Simplified OJEU Notice. The Award Criteria for the service provision will be stipulated in the tender documentation. Cambridgeshire and Peterborough CCG reserve the right to vary the Award Criteria, including, the use of historical performance as stipulated in the tender documentation. Details of the DPS, together with full instructions are provided in the indicative tender documents available to download from http://demand.sproc.net. The estimated total value of services to be purchased for the entire duration of the DPS is purely indicative and cannot be guaranteed by the CCG. The services to which this advertisement relates are for Health Services and therefore remain within the scope of Section 7 of the Public Contract Regulations 2015. Neither placement of this advertisement nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any Regulations, save those applicable to Light Touch Regime Services (Section 7).

By applying for inclusion in the Notice, and subject to meeting the minimum entry standards as set out in the indicative tender documentation, Providers will be invited to submit tenders. The CCG will issue requests for tenders to Providers admitted to the DPS as and when a requirement arises and will not be subject to a Simplified OJEU Notice. The Award Criteria for the service provision will be stipulated in the tender documentation. Cambridgeshire and Peterborough CCG reserve the right to vary the Award Criteria, including, the use of historical performance as stipulated in the tender documentation. Details of the DPS, together with full instructions are provided in the indicative tender documents available to download from http://demand.sproc.net. The estimated total value of services to be purchased for the entire duration of the DPS is purely indicative and cannot be guaranteed by the CCG. The services to which this advertisement relates are for Health Services and therefore remain within the scope of Section 7 of the Public Contract Regulations 2015. Neither placement of this advertisement nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any Regulations, save those applicable to Light Touch Regime Services (Section 7).

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

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

adam HTT Limited

The Pinnacle, 170 Midsummer Boulevard

Milton Keynes

MK9 1BP

Email

supplychains@useadam.co.uk

Country

United Kingdom

Internet address

http://demand.sproc.net