Tender

Provision of Funded Nursing Care Assessments to Banes, Swindon and Wiltshire Clinical Commissioning Group

  • Banes, Swindon and Wiltshire Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2021/S 000-022060

Procurement identifier (OCID): ocds-h6vhtk-02dd9b

Published 6 September 2021, 3:08pm



Section one: Contracting authority

one.1) Name and addresses

Banes, Swindon and Wiltshire Clinical Commissioning Group

The Pierre Simonet Building, North Swindon Gateway, North Latham Road

Swindon

SN25 4DL

Contact

Donna Harrington

Email

donnaharrington@nhs.net

Country

United Kingdom

NUTS code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

Internet address(es)

Main address

https://in-tendhost.co.uk/scwcsu/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/scwcsu/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/scwcsu/aspx/Home

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

Provision of Funded Nursing Care Assessments to Banes, Swindon and Wiltshire Clinical Commissioning Group

Reference number

WA11862

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Bath and North East Somerset, Swindon and Wiltshire Clinical Commissioning Group are seeking to commission a provider to carry out Funded Nursing Care ('FNC') Assessments for c670 individuals. The initial FNC assessments will include completion of a CHC Checklist to ascertain if individuals meets the criteria for a full CHC assessment. It is expected that the successful provider will complete the CHC assessment for these individuals and a FNC determination with evidence for those that do not trigger a Positive Checklist. It is estimated that approximately 60% of CHC Checklists will convert to a full consideration of CHC being required.

The successful provider will be expected to:

• Carry out Continuing Health Care (CHC) review in line with the NHS CHC Framework 2018.

• Assess and record robust information and evidence the current level of need individuals.

• Complete the DST 2018 template.

• The provider will ensure effective communication with Nursing Homes, families and social care colleagues to ensure appropriate engagement at all stages.

• All assessments to be booked and coordinated by the successful provider.

• All CHC full assessments to be Framework compliant with relevant Local Authority representation. Contact details will be provided.

• Commitment that a Positive Checklist will have a full CHC assessment and CCG ratified recommendation within 28 days of the date of Checklist.

• A Negative Checklist to have a FNC recommendation ratified by the CCG within 5 days of the date of Checklist.

• All evidence and records used to provide a recommendation of CHC eligibility or FNC recommendation to be uploaded to Caretrack.

• Any amendments required following CCG audit and verification processes to be returned within 5 days whilst being vigilant of the expectation to meet the 28-day process for full CHC assessments.

• The successful provider will use the BSW CCGFNC determination form to record the FNC outcome

• The successful provider will share a weekly report with the CCG which will reflect the KPI achievement as listed above.

The contract will be for 6 months, commencing 4th January 2022 with an approximate total budget of £320,000.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.5) Estimated total value

Value excluding VAT: £320,000

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
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.2.4) Description of the procurement

NA

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: £320,000

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

Duration in months

6

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: No

two.2.14) Additional information

The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.

The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.


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: No

four.2) Administrative information

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

Date

7 October 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

7 October 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.

The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.

six.4) Procedures for review

six.4.1) Review body

Banes, Swindon and Wiltshire CCG

Swindon

Country

United Kingdom