Opportunity

CHC Nursing Home Beds Preferred Provider List- NHS Bedfordshire, Luton and Milton Keynes ICB

  • NHS Bedfordshire, Luton and Milton Keynes ICB

F02: Contract notice

Notice reference: 2022/S 000-019589

Published 18 July 2022, 4:12pm



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

Email

Craig.Stephens@nhs.net

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

https://uk.eu-supply.com

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

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

CHC Nursing Home Beds Preferred Provider List- NHS Bedfordshire, Luton and Milton Keynes ICB

Reference number

56708

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) (formerly CCG) is inviting expressions of interest from suitably qualified providers of CHC Nursing Homes Beds (“the service”), to be delivered across the population of Bedfordshire, Luton and Milton Keynes.

two.1.5) Estimated total value

Value excluding VAT: £1

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) (formerly CCG) is inviting expressions of interest from suitably qualified providers of CHC Nursing Homes Beds (“the service”), to be delivered across the population of Bedfordshire, Luton and Milton Keynes.

The aim of commissioning Continuing Healthcare (CHC) nursing home beds is to provide safe and appropriate care in a formal registered nursing home setting, where this is assessed by the ICB as the most appropriate placement for care that meets the clients’ needs.

Any Qualified Provider (AQP) contracts will be awarded on a zero value, zero volume basis. The total available contract will be for a period of 5 years with an option to extend for up to a further 2 years at the discretion of the commissioner. However, the contract length will be from the point of award until the expiration date of the contract be it 5 years for the initial period or 7 years if the full extension option is invoked. The contract for the initial window will commence 01st April 2023.

The contracts dates (1st April 2023 – 31st March 2030) reflect the full contractual term for these services. Any applications awarded in subsequent windows during the life of the contract will have varying start dates but will all co-terminate on 31st March 2030. Please see Document 11 of the procurement documentation within the attachments area of the project on EU-Supply for full details of the Application Windows and 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 56708 - CHC Nursing Home Beds Preferred Provider List- 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: £1

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

Start date

1 April 2023

End date

31 March 2030

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 total available contract will be for a period of 5 years with an option to extend for up to a further 2 years at the discretion of the commissioner. The contract length will be from the point of award until the expiration date of the contract be it 5 years for the initial period or 7 years if the full extension option is invoked. The contract for the initial window commences 1st April 2023.

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 27.5.1 Financial Standing

Minimum level(s) of standards possibly required

Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 27.5.1 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

28 March 2030

Local time

4:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

28 March 2030

Local time

4:00pm


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