Notice Information
Notice Title
Pseudo Dynamic Purchasing System Complex & Non-Complex Domiciliary Care for NHS Mid Essex CCG
Notice Description
NHS Mid Essex CCG is seeking suitably qualified providers for the provision of Complex and Non-Complex Domiciliary Care for Adults. This service will be in Lots, with Lot 1 for Complex and High levels of Domiciliary Care needs and Lot 2 for Non-Complex , Moderate and Low Domiciliary Care needs. This contract is for adult care over the age of 18yrs, complementing a children's Continuing Health Care (CHC) framework that already exists. The decision to have preferred providers, with predetermined consideration for quality and cost, enables the CHC team to find care effectively and in a more timely way for patients and create choice for Patients. The intention is to formally procure this new Pseudo Dynamic Purchasing System with suitably qualified providers to be operational from 30th April 2020for a period of 30 months plus the option to extend for a further 24 months. Organisations are required to submit their Application within the e-tender system by 19th February 2020 at 12:00hrs It is noted that NHS Basildon and Brentwood CCG, NHS Castle Point and Rochford CCG, NHS Southend CCG and NHS Thurrock CCG may join the framework at any point of the duration of the contract. The establishment of this pseudo dynamic purchasing system (PDPS) was intended to procure these services which fall within the light-touch regime (LTR - PCR 2015 Regulations 74-77). The Pseudo DPS will in many respects look and feel like a DPS set up under PCR 2015 Regulation 34, but the flexibility of the LTR will apply. None of the formal procedural rules have any direct application including the requirements of Regulation 34. The contracting authorities make this distinction to avoid implying that they will follow, or be bound by, the full procurement regime under PCR 2015 for this procurement. The total aggregate contract value is PS40,760,000 for the 3 years plus the option to extend for a further 2 years (5 years total) however there is no guaranteed activity within this contract and Providers will receive payment upon actual service delivery. This service is in lots, with Lot 1 for complex and high levels of domiciliary care needs and Lot 2 for non-complex, moderate and low domiciliary care needs. Future opportunities for organisations to express an interest in this framework will be advertised and the service will be reviewed in September 2020. Potential bidders can request to participate by completing a qualification questionnaire to demonstrate how they meet the stated minimum selection criteria. The CCG's reserve the right to make changes or amendments at any point. Any changes or amendments will be made explicit via notices or the e-procurement portal Bravo. The services within this PDPS procurement fall within Section 7 of the Public Contract Regulations 2015 (the 'Regulations'). All relevant documentation can be found on the e-procurement portal Bravo Solutions at https://attain.bravosolution.co.uk. Further information contact the email address in this notice. Additional information: * Lot 1 - Complex Care Complex Care: Clinically requiring continuous 1:1 supervision by a bespoke trained carer. May require immediate intervention for high risk / life threatening needs. EG: Artificial ventilation via a tracheostomy; support during the administration of Parental Nutrition. High Complexity: Clinically requiring continuous 1:1 supervision by a bespoke trained carer. May require immediate intervention for high risk / life threatening needs. EG: unpredictable / frequent & problematic Tracheostomy care; Non artificial airway management; management of frequent episodes of autonomic dysreflexia. Bidders may bid for one or both Lots. There are no guaranteed levels of activity and payment is made based on actual provision of the services. Price is not the only award criterion and all criteria are stated only in the procurement documents. Provision to extend for a further 24 months and to re-procure after. * Lot 2 - Non-Complex Care Low Complexity: Minimum Minimal/routine health care interventions, one or two carers required. No requirement for carer competency in delivery of complex health care interventions. EG: 2:1 care, CPAP non-invasive ventilation, Basic behaviour management. Moderate Complexity: Clinically requiring continuous 1:1 supervision by a bespoke trained carer. Not life threatening, but acute intervention may be required. EG: rescue medication for epilepsy; Oral suctioning; cough assist; BiPaP ventilation; defined behaviour interventions, occasional autonomic dysreflexia. Bidders may bid for one or both Lots. There are no guaranteed levels of activity and payment is made based on actual provision of the services. Price is not the only award criterion and all criteria are stated only in the procurement documents. Provision to extend for a further 24 months. Bidders may bid for one or both Lots. There are no guaranteed levels of activity and payment is made based on actual provision of the services. these services which fall within the light-touch regime (LTR - PCR 2015 Regulations 74-77). The Pseudo DPS will in many respects look and feel like a DPS set up under PCR 2015 Regulation 34, but the flexibility of the LTR will apply. None of the formal procedural rules have any direct application including the requirements of Regulation 34. The contracting authorities make this distinction to avoid implying that they will follow, or be bound by, the full procurement regime under PCR 2015 for this procurement. Future opportunities for organisations to express an interest in this framework will be advertised and the service will be reviewed in September 2020. It should be noted that any dates of the framework opening to bidders are expected dates at the time of issuing this contract notice and may be subject to change. The CCG's reserve the right to make changes or amendments at any point. Any changes or amendments will be made explicit via
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-d4f89a02-fa39-4eed-9247-9259bfe0033d
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/1be58d2e-f2b7-4ead-8f89-939ce126514b
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Dynamic
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £40,760,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Jan 20206 years ago
- Submission Deadline
- 19 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 29 Apr 2020 - 8 Nov 2022 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ATTAIN HEALTH MANAGEMENT SERVICES LTD
- Contact Name
- Cariad Burgess
- Contact Email
- cariad.burgess@attain.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CHELMSFORD
- Postcode
- CM2 5PF
- Post Town
- Chelmsford
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH3 Essex
- Small Region (ITL 3)
- TLH36 Heart of Essex
- Delivery Location
- Not specified
-
- Local Authority
- Chelmsford
- Electoral Ward
- Chelmer Village and Beaulieu Park
- Westminster Constituency
- Chelmsford
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/1be58d2e-f2b7-4ead-8f89-939ce126514b
20th January 2020 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-d4f89a02-fa39-4eed-9247-9259bfe0033d-2020-01-20T18:20:12Z",
"date": "2020-01-20T18:20:12Z",
"ocid": "ocds-b5fd17-d4f89a02-fa39-4eed-9247-9259bfe0033d",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "ACE-0382-2020-ALC",
"title": "Pseudo Dynamic Purchasing System Complex & Non-Complex Domiciliary Care for NHS Mid Essex CCG",
"description": "NHS Mid Essex CCG is seeking suitably qualified providers for the provision of Complex and Non-Complex Domiciliary Care for Adults. This service will be in Lots, with Lot 1 for Complex and High levels of Domiciliary Care needs and Lot 2 for Non-Complex , Moderate and Low Domiciliary Care needs. This contract is for adult care over the age of 18yrs, complementing a children's Continuing Health Care (CHC) framework that already exists. The decision to have preferred providers, with predetermined consideration for quality and cost, enables the CHC team to find care effectively and in a more timely way for patients and create choice for Patients. The intention is to formally procure this new Pseudo Dynamic Purchasing System with suitably qualified providers to be operational from 30th April 2020for a period of 30 months plus the option to extend for a further 24 months. Organisations are required to submit their Application within the e-tender system by 19th February 2020 at 12:00hrs It is noted that NHS Basildon and Brentwood CCG, NHS Castle Point and Rochford CCG, NHS Southend CCG and NHS Thurrock CCG may join the framework at any point of the duration of the contract. The establishment of this pseudo dynamic purchasing system (PDPS) was intended to procure these services which fall within the light-touch regime (LTR - PCR 2015 Regulations 74-77). The Pseudo DPS will in many respects look and feel like a DPS set up under PCR 2015 Regulation 34, but the flexibility of the LTR will apply. None of the formal procedural rules have any direct application including the requirements of Regulation 34. The contracting authorities make this distinction to avoid implying that they will follow, or be bound by, the full procurement regime under PCR 2015 for this procurement. The total aggregate contract value is PS40,760,000 for the 3 years plus the option to extend for a further 2 years (5 years total) however there is no guaranteed activity within this contract and Providers will receive payment upon actual service delivery. This service is in lots, with Lot 1 for complex and high levels of domiciliary care needs and Lot 2 for non-complex, moderate and low domiciliary care needs. Future opportunities for organisations to express an interest in this framework will be advertised and the service will be reviewed in September 2020. Potential bidders can request to participate by completing a qualification questionnaire to demonstrate how they meet the stated minimum selection criteria. The CCG's reserve the right to make changes or amendments at any point. Any changes or amendments will be made explicit via notices or the e-procurement portal Bravo. The services within this PDPS procurement fall within Section 7 of the Public Contract Regulations 2015 (the 'Regulations'). All relevant documentation can be found on the e-procurement portal Bravo Solutions at https://attain.bravosolution.co.uk. Further information contact the email address in this notice. Additional information: * Lot 1 - Complex Care Complex Care: Clinically requiring continuous 1:1 supervision by a bespoke trained carer. May require immediate intervention for high risk / life threatening needs. EG: Artificial ventilation via a tracheostomy; support during the administration of Parental Nutrition. High Complexity: Clinically requiring continuous 1:1 supervision by a bespoke trained carer. May require immediate intervention for high risk / life threatening needs. EG: unpredictable / frequent & problematic Tracheostomy care; Non artificial airway management; management of frequent episodes of autonomic dysreflexia. Bidders may bid for one or both Lots. There are no guaranteed levels of activity and payment is made based on actual provision of the services. Price is not the only award criterion and all criteria are stated only in the procurement documents. Provision to extend for a further 24 months and to re-procure after. * Lot 2 - Non-Complex Care Low Complexity: Minimum Minimal/routine health care interventions, one or two carers required. No requirement for carer competency in delivery of complex health care interventions. EG: 2:1 care, CPAP non-invasive ventilation, Basic behaviour management. Moderate Complexity: Clinically requiring continuous 1:1 supervision by a bespoke trained carer. Not life threatening, but acute intervention may be required. EG: rescue medication for epilepsy; Oral suctioning; cough assist; BiPaP ventilation; defined behaviour interventions, occasional autonomic dysreflexia. Bidders may bid for one or both Lots. There are no guaranteed levels of activity and payment is made based on actual provision of the services. Price is not the only award criterion and all criteria are stated only in the procurement documents. Provision to extend for a further 24 months. Bidders may bid for one or both Lots. There are no guaranteed levels of activity and payment is made based on actual provision of the services. these services which fall within the light-touch regime (LTR - PCR 2015 Regulations 74-77). The Pseudo DPS will in many respects look and feel like a DPS set up under PCR 2015 Regulation 34, but the flexibility of the LTR will apply. None of the formal procedural rules have any direct application including the requirements of Regulation 34. The contracting authorities make this distinction to avoid implying that they will follow, or be bound by, the full procurement regime under PCR 2015 for this procurement. Future opportunities for organisations to express an interest in this framework will be advertised and the service will be reviewed in September 2020. It should be noted that any dates of the framework opening to bidders are expected dates at the time of issuing this contract notice and may be subject to change. The CCG's reserve the right to make changes or amendments at any point. Any changes or amendments will be made explicit via",
"datePublished": "2020-01-20T18:20:12Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "East of England",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 40760000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2020-02-19T23:59:59Z"
},
"contractPeriod": {
"startDate": "2020-04-30T00:00:00+01:00",
"endDate": "2022-11-08T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/1be58d2e-f2b7-4ead-8f89-939ce126514b",
"datePublished": "2020-01-20T18:20:12Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/5zHT2gb5",
"name": "ATTAIN HEALTH MANAGEMENT SERVICES LTD",
"identifier": {
"legalName": "ATTAIN HEALTH MANAGEMENT SERVICES LTD",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/5zHT2gb5"
},
"address": {
"streetAddress": "NHS Mid Essex CCG, Wren House, Hedgerows Business Park,, Colchester Road,",
"locality": "Chelmsford",
"postalCode": "CM2 5PF",
"countryName": "England"
},
"contactPoint": {
"name": "Cariad Burgess",
"email": "Cariad.Burgess@Attain.co.uk"
},
"details": {
"url": "http://www.midessexccg.nhs.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/5zHT2gb5",
"name": "ATTAIN HEALTH MANAGEMENT SERVICES LTD"
}
}