Tender

Continuing Healthcare Assessment, Review, Case Management and Brokerage Service for Derby and Derbyshire CCG

  • NHS Derby and Derbyshire Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2021/S 000-017654

Procurement identifier (OCID): ocds-h6vhtk-02ba8b

Published 26 July 2021, 2:08pm



Section one: Contracting authority

one.1) Name and addresses

NHS Derby and Derbyshire Clinical Commissioning Group

Cardinal Square, 1st Floor North Point, 10 Nottingham Road

Derby

DE1 3QT

Contact

Thomas Greenwood

Email

Thomas.greenwood2@nhs.net

Country

United Kingdom

NUTS code

UKF1 - Derbyshire and Nottinghamshire

National registration number

na

Internet address(es)

Main address

https://www.derbyandderbyshireccg.nhs.uk

Buyer's address

https://www.ardengemcsu.nhs.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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=agcsu

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=agcsu

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

Continuing Healthcare Assessment, Review, Case Management and Brokerage Service for Derby and Derbyshire CCG

Reference number

45403

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.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).

two.1.5) Estimated total value

Value excluding VAT: £13,800,000

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

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire
Main site or place of performance

Derbyshire

two.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

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: £13,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

31 March 2025

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: 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.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: 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

All professional and/or trade registrations is specified within the tender documentation.

three.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 possibly required

Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 27.4 - Financial Standing

three.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.


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-013082

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 August 2021

Local time

5:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

27 August 2021

Local time

5:00pm


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

Arden & GEM Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

Country

United Kingdom

six.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

Country

United Kingdom