Tender

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

NHS SOUTH EAST LONDON CLINICAL COMMISSIONING GROUP

This public procurement record has 2 releases in its history.

Tender

09 Aug 2021 at 17:59

Planning

21 Apr 2021 at 08:47

Summary of the contracting process

The South East London Clinical Commissioning Group (SEL CCG) is actively conducting a tender for the “Provision of Commissioning Support for London CCGs for purchased health care for Continuing Healthcare (CHC)” as part of their procurement process. This tender falls under the services category, specifically addressing administration services as defined by the CPV classification. The procurement aims to establish a comprehensive support service for health care commissioning in care homes and domiciliary care, with a deadline for bid submissions set for 12 noon on 10th September 2021. The tendering process is being facilitated through the open procedure, and the contract is expected to commence by 1st April 2022, with a potential duration of up to four years, valued between £2.31 million and £2.89 million over three years.

This tender presents significant opportunities for businesses, especially those specialising in health care consultancy and commissioning support services. Companies with a proven track record in delivering high-quality healthcare solutions and those familiar with the Any Qualified Provider (AQP) Framework in the NHS will be particularly well-suited to compete for this contract. The engagement allows businesses to tap into a growing market while contributing to the improvement of healthcare services in London, facilitating a more sustainable provision of care through fair pricing and quality standards.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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).

Lot Information

Lot 1

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 (PS2.31-2.89 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.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a85a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019248-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

75100000 - Administration services

79418000 - Procurement consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
£3,853,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Aug 20214 years ago
Submission Deadline
10 Sep 2021Expired
Future Notice Date
29 Jun 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SOUTH EAST LONDON CLINICAL COMMISSIONING GROUP
Additional Buyers

NHS NORTH CENTRAL LONDON CLINICAL COMMISSIONING GROUP

NHS NORTH EAST LONDON CLINICAL COMMISSIONING GROUP

NHS SOUTH WEST LONDON CLINICAL COMMISSIONING GROUP

NORTH WEST LONDON CLINICAL COMMISSIONING GROUP

Contact Name
Mr Tim Odejobi
Contact Email
t.odejobi@nhs.net
Contact Phone
+44 7496510712

Buyer Location

Locality
LONDON
Postcode
SE1 2TZ
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLI London

Local Authority
Southwark
Electoral Ward
London Bridge & West Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-02a85a-2021-08-09T18:59:37+01:00",
    "date": "2021-08-09T18:59:37+01:00",
    "ocid": "ocds-h6vhtk-02a85a",
    "initiationType": "tender",
    "tender": {
        "id": "DN538963",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PRJ979-Provision of Commissioning Support for London CCGs for purchased health care for Continuing Healthcare (CHC) - Procurement",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75100000",
            "description": "Administration services"
        },
        "mainProcurementCategory": "services",
        "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).",
        "lots": [
            {
                "id": "1",
                "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 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 (PS2.31-2.89 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.",
                "hasRenewal": true,
                "renewal": {
                    "description": "The maximum contract term of 4 years (3yrs + 1yr optional extension)."
                },
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "85%"
                        },
                        {
                            "type": "price",
                            "description": "15%"
                        }
                    ]
                },
                "value": {
                    "amount": 3853000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79418000",
                        "description": "Procurement consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-06-30T00:00:00+01:00"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=e2b714fe-8af6-eb11-810d-005056b64545&fromProjectDashboard=True",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-09-10T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-09-10T12:30:00+01:00"
        },
        "bidOpening": {
            "date": "2021-09-10T12:30:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-8787",
            "name": "NHS South East London Clinical Commissioning Group",
            "identifier": {
                "legalName": "NHS South East London Clinical Commissioning Group"
            },
            "address": {
                "streetAddress": "160 Tooley Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE1 2TZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Tim Odejobi",
                "email": "t.odejobi@nhs.net",
                "url": "https://procontract.due-north.com/Advert?advertId=e2b714fe-8af6-eb11-810d-005056b64545&fromProjectDashboard=True",
                "telephone": "+44 7496510712"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://selondonccg.nhs.uk/",
                "buyerProfile": "https://selondonccg.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-24998",
            "name": "North West London Clinical Commissioning Group",
            "identifier": {
                "legalName": "North West London Clinical Commissioning Group"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "t.odejobi@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nwlondonccg.nhs.uk/",
                "buyerProfile": "https://www.nwlondonccg.nhs.uk/"
            }
        },
        {
            "id": "GB-FTS-24999",
            "name": "NHS North Central London Clinical Commissioning Group",
            "identifier": {
                "legalName": "NHS North Central London Clinical Commissioning Group"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "t.odejobi@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://northcentrallondonccg.nhs.uk/",
                "buyerProfile": "https://www.nwlondonccg.nhs.uk/"
            }
        },
        {
            "id": "GB-FTS-25000",
            "name": "NHS North East London Clinical Commissioning Group",
            "identifier": {
                "legalName": "NHS North East London Clinical Commissioning Group"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "t.odejobi@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://northeastlondonccg.nhs.uk/",
                "buyerProfile": "https://www.nwlondonccg.nhs.uk/"
            }
        },
        {
            "id": "GB-FTS-9476",
            "name": "NHS South West London Clinical Commissioning Group",
            "identifier": {
                "legalName": "NHS South West London Clinical Commissioning Group"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "t.odejobi@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://swlondonccg.nhs.uk/",
                "buyerProfile": "https://www.nwlondonccg.nhs.uk/"
            }
        },
        {
            "id": "GB-FTS-25001",
            "name": "NEL CSU",
            "identifier": {
                "legalName": "NEL CSU"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-8787",
        "name": "NHS South East London Clinical Commissioning Group"
    },
    "language": "en"
}