Section one: Contracting authority
one.1) Name and addresses
NHS Bedfordshire, Luton and Milton Keynes ICB
3rd Floor Arndale House, The Mall
Luton
LU1 2LJ
Contact
Craig Stephens
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://bedfordshirelutonandmiltonkeynes.icb.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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Step Down Beds Framework - NHS Bedfordshire, Luton and Milton Keynes ICB
Reference number
56730
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (BLMK ICB) is inviting expressions of interest from suitably qualified providers D2A Step-down (“the service”), to be delivered across the population of Bedfordshire, Luton and Milton Keynes.
two.1.5) Estimated total value
Value excluding VAT: £36,000,000
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
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Bedfordshire, Luton and Milton Keynes
two.2.4) Description of the procurement
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (BLMK ICB) is inviting expressions of interest from suitably qualified providers D2A Step-down (“the service”), to be delivered across the population of Bedfordshire, Luton and Milton Keynes.
The aim of commissioning step down beds is to provide a community bed for patients who have had an acute inpatient episode, but who are not yet ready to go home, and who need a period of recouperation and recovery. This cohort will also include people who may require a residential long-term placement.
This may be because they need a further period of recovery before being able to engage in active rehabilitation; they may need some additional rehabilitation therapy before being able to return
home: or it may be that they have yet to complete their Continuing Healthcare or Social Care Assessments for their long-term care needs prior to discharge home or to a long-term placement.
Contracts will be awarded on a framework agreement with multiple providers. The total number of providers within the framework will be based on the capacity of providers however it is expected to be between 10-15 based on the minimum capacity levels identified. Providers will be able to supply beds across multiple sites and localities however each site must meet the required minimum capacity levels.
The contract will be for an initial period of 3 years from 1st April 2023 to 31st March 2026, with an option to extend for up to a further two years until 31st March 2028 at the discretion of the commissioner.
The Commissioner reserves the right to open future windows at their discretion for additional providers if increased capacity is required. These windows may be opened at any time subject to the need and discretion of the Commissioner.
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 56730 - Step Down Beds Framework - NHS Bedfordshire, Luton and Milton Keynes ICB. EU-Supply link: https://uk.eu-supply.com/login.asp?B=UK
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: £36,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
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
The contract will be for an initial period of 3 years from 1st April 2023 to 31st March 2026, with an option to extend for up to a further two years until 31st March 2028 at the discretion of the commissioner.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 August 2022
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
17 August 2022
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