Section one: Contracting authority
one.1) Name and addresses
NHS Kernow Clinical Commissioning Group
Room 210 Cornwall Council offices, 39 Penwinnick Road
St Austell
PL25 5DR
Contact
Gill Beardsmore
Country
United Kingdom
NUTS code
UKK30 - Cornwall and Isles of Scilly
National registration number
11N
Internet address(es)
Main address
one.1) Name and addresses
Cornwall Council
County Hall, Treyew Road
Truro
TR1 4AY
Contact
John Ward
Country
United Kingdom
NUTS code
UKK30 - Cornwall and Isles of Scilly
Internet address(es)
Main address
one.1) Name and addresses
Cornwall Partnership NHS Foundation Trust
Carew House, Beacon Technology Park, Dunmere Road
Bodmin
PL31 2QN
Contact
John Ward
Country
United Kingdom
NUTS code
UKK30 - Cornwall and Isles of Scilly
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.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=NHSSW
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/login.asp?B=NHSSW
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
Application for a Care Home Contract
two.1.2) Main CPV code
- 85144000 - Residential health facilities services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Kernow and the Cornwall Council are pleased to invite care home providers to join the new joint contract for care home services from the 1st April 2021.
The aim of care home service is to ensure people have access to good quality care, support and accommodation that can enable them to meet their health and social care needs and outcomes twenty-four hours a day, 365 days a year.
Services that are within the scope include care homes with or without nursing for a person who is eligible in accordance with:
a) The Care Act 2014;
b) The eligibility criteria for NHS Funded Nursing Care or Continuing Healthcare;
c) Other joint funding responsibilities of the Commissioners.
Cornwall Partnership NHS Foundation Trust may also commission care home services through the new joint contract.
two.1.5) Estimated total value
Value excluding VAT: £355,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85144000 - Residential health facilities services
- 85144100 - Residential nursing care services
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Cornwall
two.2.4) Description of the procurement
NHS Kernow and the Cornwall Council currently operate independent, but aligned, interim contracts for care home services in Cornwall which expire on the 31st March 2021.
The Contracting Authorities which include NHS Kernow, the Cornwall Council and Cornwall Partnership NHS Foundation Trust are required under the Public Contract Regulations (2015) to ensure we use a compliant process for purchasing services.
In order to balance this with our duties under the Patient Choice Regulations (2013) and the Care Act (2014), the Contracting Authorities have developed a straightforward process and invite Care Home Providers to join a new joint contract for Care Home Services that will:
• Not preclude registered providers from joining the joint contract;
• Replace the independent, but aligned, interim contracts that the Contracting Authorities operate;
• Enable the Contracting Authority to transfer existing placements and block contracts on the interim contracts to the new joint Contract;
• Enable the Contracting Authority to commission new Care Home Services (Placements and Block Contracted Arrangements) using the Call Off Process defined in the new joint Contract.
The new joint Contract will be for a term of three (3) years with the option to extend for a further two (2) twelve (12) month period and commence on the 1st April 2021.
Care Home Providers are invited to complete the application form that can be found in the procurement documents, in order to be accepted for a Contract, Care Home Providers are required to self-declare that they are able and willing to comply with the Contracting Authorities minimum standards, which follow:
• Meet the minimum standards set out in Section 2 - Grounds for Mandatory Exclusion and Section 3 - Grounds for Discretionary Exclusion in the Application form; and
• •Deliver a Care Home Service that is registered with the CQC and in accordance with the Service Specification and policies set out in Section 2 of the Commissioner's guidance document; and
• Pay all staff employed in the provision of regulated activities no less than the Living Wage Foundation Rate https://www.livingwage.org.uk ; and
• Sign the Contract for the Services set out in Section 2 of the Commissioner's guidance document; and
• Provide the documents set out in the Conditions Precedent in Schedule 1.A of the Contract by the long-stop date in the Contract.
two.2.6) Estimated value
Value excluding VAT: £355,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2021
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The new joint Contract will be for a term of three (3) years with the option to extend for a further two (2) twelve (12) month period and commence on the 1st April 2021.
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 new joint Contract will be for a term of three (3) years with the option to extend for a further two (2) twelve (12) month period and commence on the 1st April 2021.
Section three. Legal, economic, financial and technical information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Potential Providers who progress to view the advert and accompanying documents (whether they decide to propose a solution or not), at that point are agreeing to keep all information confidential and will not copy, reproduce, distribute or pass the information to any other person at any time.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 expressions of interest
Date
31 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
CEDR
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom