Opportunity

PRJ979-Provision of Commissioning Support for London CCGs for purchased health care for Continuing Healthcare (CHC) - Procurement

  • NHS South East London Clinical Commissioning Group
  • North West London Clinical Commissioning Group
  • NHS North Central London Clinical Commissioning Group
  • NHS North East London Clinical Commissioning Group
  • NHS South West London Clinical Commissioning Group

F02: Contract notice

Notice reference: 2021/S 000-019248

Published 9 August 2021, 6:59pm



Section one: Contracting authority

one.1) Name and addresses

NHS South East London Clinical Commissioning Group

160 Tooley Street

London

SE1 2TZ

Contact

Mr Tim Odejobi

Email

t.odejobi@nhs.net

Telephone

+44 7496510712

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://selondonccg.nhs.uk/

Buyer's address

https://selondonccg.nhs.uk/

one.1) Name and addresses

North West London Clinical Commissioning Group

London

Email

t.odejobi@nhs.net

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.nwlondonccg.nhs.uk/

Buyer's address

https://www.nwlondonccg.nhs.uk/

one.1) Name and addresses

NHS North Central London Clinical Commissioning Group

London

Email

t.odejobi@nhs.net

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://northcentrallondonccg.nhs.uk/

Buyer's address

https://www.nwlondonccg.nhs.uk/

one.1) Name and addresses

NHS North East London Clinical Commissioning Group

London

Email

t.odejobi@nhs.net

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://northeastlondonccg.nhs.uk/

Buyer's address

https://www.nwlondonccg.nhs.uk/

one.1) Name and addresses

NHS South West London Clinical Commissioning Group

London

Email

t.odejobi@nhs.net

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://swlondonccg.nhs.uk/

Buyer's address

https://www.nwlondonccg.nhs.uk/

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://procontract.due-north.com/Advert?advertId=e2b714fe-8af6-eb11-810d-005056b64545&fromProjectDashboard=True

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=e2b714fe-8af6-eb11-810d-005056b64545&fromProjectDashboard=True

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

PRJ979-Provision of Commissioning Support for London CCGs for purchased health care for Continuing Healthcare (CHC) - Procurement

Reference number

DN538963

two.1.2) Main CPV code

  • 75100000 - Administration services

two.1.3) Type of contract

Services

two.1.4) Short description

South East London Clinical Commissioning Group (on behalf of all London CCGs) have stated their intention to commission a provider to provide a comprehensive end-to-end commissioning support service to London CCGs for purchased health care for Continuing Healthcare in Care Homes and Domiciliary Care. Both services will be commissioned under a single contract.

The AQP is in place to provide a consistent approach for CCGs to manage the market for care home beds providing a price which is fair and equitable, allowing for a more sustainable provision both financially and non-financially including quality of provision.

NHS CHC refers to a package of on-going care that is arranged and funded by the NHS where a person has a “primary health need” - this care takes the form of a care home placement. Individuals are assessed according to their needs (not on their condition or diagnosis) and if eligible the NHS fund all the health and ‘social care’/personal care costs.

London CCGs uses an Any Qualified Provider (AQP) Framework to place individuals eligible for continuing healthcare who have standard Continuing Healthcare needs. The Framework does not cover specialist providers. The Framework has been successful in delivering improvements in quality and achieving savings for standard CHC packages of care. The AQP Framework is supported by an online quality monitoring and capacity management system (CMS).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79418000 - Procurement consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

South East London Clinical Commissioning Group (on behalf of all London CCGs) have stated their intention to commission a provider to provide a comprehensive end-to-end commissioning support service to London CCGs for purchased health care for Continuing Healthcare in Care Homes and Domiciliary Care. Both services will be commissioned under a single contract.

The current AQP is in place to provide a consistent approach for CCGs to manage the market for care home beds providing a price which is fair and equitable, allowing for a more sustainable provision both financially and non-financially including quality of provision.

NHS CHC refers to a package of on-going care that is arranged and funded by the NHS where a person has a “primary health need” - this care takes the form of a care home placement. Individuals are assessed according to their needs (not on their condition or diagnosis) and if eligible the NHS fund all the health and ‘social care’/personal care costs.

London CCGs use an Any Qualified Provider (AQP) Framework to place individuals eligible for continuing healthcare who have standard Continuing Healthcare needs. The Framework does not cover specialist providers. The Framework has been successful in delivering improvements in quality and achieving savings for standard CHC packages of care. The AQP Framework is supported by an online quality monitoring and capacity management system (CMS).

The CCGs are seeking bids from suitably qualified and experienced continuing healthcare commissioning support service providers who can provide demonstrable evidence of a record of accomplishment in delivering high quality and effective continuing healthcare commissioning support services.

Both services under the new contract must be operational by the 1st of April 2022.

The maximum contract term is 4 years (3yrs + 1yr optional extension), the indicative value over the initial 3-year contract period is (£2.31-2.89 million). The values stated are inclusive of irrecoverable VAT.

Interested Bidders must access the ITT documentation via the link provided and submit a ITT response via the online questionnaires on the e-Tendering portal 'ProContract' before the submission deadline stipulated. See the procurement documentation (ITT Document 1 - Guidance Document) for more details.

Please see the ITT Document pack available via the tender portal for more information.

Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential service providers. In such circumstances, and in any event, the CCG or its advisors shall not be liable for any costs or loss of expenses whatsoever incurred by the respondent and company, agent, subsidiary or organisation may have contributed to any response submitted to this notice. The ITT reference for this tender is PRJ979.

Interested parties wishing to participate must register on ProContract https://procontract.due-north.com/ as a supplier and register an interest in this Procurement. (If you are already registered as a supplier, you will not need to register again, simply use your existing username and password to log into ProContract to register an interest).

All completed bids must be submitted by 12 noon on Friday 10th September 2021. The Procurement process is facilitated entirely online via the stated e-procurement portal ProContract (the Portal). Interested Bidders must access the ITT documentation via the link provided and submit a ITT response via the online questionnaires on the e-Tendering portal 'ProContract' before the submission deadline. See the procurement documentation for more details. The ITT can be found at https://procontract.due-north.com/Login. The CCGs will adopt the Open for this procurement, and the tendering process will be conducted in accordance with the requirements of the Public Contracts Regulations 2015.

In line with the Health and Care Bill it is envisaged that CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to CCGs as Contracting Authorities in this procurement should be interpreted as referring to the ICBs that will take their place in due course.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 85%

Price - Weighting: 15%

two.2.6) Estimated value

Value excluding VAT: £3,853,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The maximum contract term of 4 years (3yrs + 1yr optional extension).

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


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 000-008425

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

Date

10 September 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

10 September 2021

Local time

12:30pm


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

NEL CSU

London

Country

United Kingdom