By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Integrated Older People's Pathway & Adult Community Services

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NHS Cambridgeshire and Peterborough Clinical Commissioning Group
Lockton House, Clarendon Road
Contact point(s): The Strategic Projects Team, NHS Greater East Midlands Commissioning Support Unit, Victoria House, Capital Park, Fulbourn, Cambridge, CB21 5XB
For the attention of: Martin Peat
CB2 8FH Cambridge
UNITED KINGDOM
Telephone: +44 1223597500
E-mail:

Internet address(es):

General address of the contracting authority: http://www.strategicprojectseoe.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Strategic Projects Team
Victoria House, Capital Park, Fulbourn
Contact point(s): The Strategic Projects Team
For the attention of: Martin Peat
CB21 5XB Cambridge
UNITED KINGDOM
Telephone: +44 1223597500
E-mail:
Internet address: https://eoecph.bravosolution.co.uk/web/login.shtml

Tenders or requests to participate must be sent to: The Strategic Projects Team
Victoria House, Capital Park, Fulbourn
Contact point(s): The Strategic Projects Team
For the attention of: Martin Peat
CB21 5XB Cambridge
UNITED KINGDOM
Telephone: +44 1223597500
E-mail:
Internet address: https://eoecph.bravosolution.co.uk/web/login.shtml

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Integrated Older People's Pathway & Adult Community Services
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Cambridgeshire, Peterborough, Northamptonshire and Hertfordshire - UK

NUTS code UKF23,UKH11,UKH12,UKH23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Provision of integrated older people's pathway and community services for adults, principally (but not exclusivley) older people (65 years of age and over; population of c.126 600) the pathway includes but is not limited to the provision of acute hospital unplanned care, community services, older people's mental health services, end of life services, and, possibly, NHS Continuing care, occupational therapy, and intermediate care and re-ablement services.
II.1.6)Common procurement vocabulary (CPV)

85323000, 85110000, 85111000, 85111100, 85111200, 85111400, 85111500, 85111700, 85112200, 85121252, 85121270, 85121292, 85141000, 85141200, 85141210, 85141220, 85142100, 85144100, 85150000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Further details will be provided in the Memorandum of Information (MOI) and in the tender documentation.
Estimated value excluding VAT:
Range: between 700 000 000 and 800 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract is anticipated as being 60 months with an option on the part of the contracting authorities to extend for a further 24 months.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1 - Unplanned hospital care (principally, but not exclusively for people aged 65 and over), community services for older people and adults in the Borderline and Peterborough Local Commissioning Group areas.
1)Short description
Provision of: acute unplanned hospital care, community nursing, rehab & therapy, continence, respiratory, salt, discharge planning, tissue viability, dietics, MSK physiotherapy, podiatry, diabetes, palliative care, Older Peoples Mental Health services, care home LES, named voluntary sector services.
2)Common procurement vocabulary (CPV)

85323000, 85110000, 85111000, 85111100, 85111200, 85111400, 85111500, 85111700, 85112200, 85121252, 85121270, 85121292, 85141000, 85141200, 85141210, 85141220, 85142100, 85144100, 85150000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 175 000 000 and 200 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 - Unplanned hospital care (principally but not exclusively for people aged 65 and over), community services for older people and adults in the Wisbech and Isle of Ely Local Commissioning Group areas, and CCG-wide specialist community servies.
1)Short description
Provison of: acute unplanned hospital care, community nursing, rehab & therapy, continence, respiratory, salt, discharge planning, tissue viability, dietetics, MSK physiotherapy, podiatry, diabetes, palliative care, anti-coagulation, community hospital in-patients, out-patients, minor injuries, radiography, day rehab, older peoples mental health services, care home LES, named voluntary sector services, plus Parkinson's disease, multiple sclerosis, chronic fatigue syndrome (CFS) ME, lymphodema, neuropsychological rehabilitation (Oliver Zangwill Centre)
2)Common procurement vocabulary (CPV)

85323000, 85110000, 85111000, 85111100, 85111200, 85111400, 85111500, 85111700, 85112200, 85121252, 85121270, 85121292, 85141000, 85141200, 85141210, 85141220, 85142100, 85144100, 85150000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 175 000 000 and 200 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Lot 3 - Unplanned Hospital care (pincipally, but not exclusively for people aged 65 and over), community services for older people and adults in the Hunts Health and Hunts Care Partners Local Commissioning Group areas (Huntingdonshire)
1)Short description
Provision of: acute unplanned hospital care, community nursing, rehab & therapy, continence, repiratory, salt, discharge planning, tissue viability, dietetics, MSK physiotherapy, podiatry, diabetes, palliative care, Older Peoples Mental Health Services, care home LES, names voluntary sector services.
2)Common procurement vocabulary (CPV)

85323000, 85110000, 85111000, 85111100, 85111200, 85111400, 85111500, 85111700, 85112200, 85121252, 85121270, 85121292, 85141000, 85141200, 85141210, 85141220, 85142100, 85144100, 85150000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 150 000 000 and 175 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lot 4 - Unplanned hospital care (principally but not exclusively for people aged 65 and over), community services for older people and adults in the CATCH (Cambridgeshire Association to Commission Health) and Cam Health Local Commissioning Group areas.
1)Short description
Provision of: acute unplanned hospital care, community nursing, rehab & therapy, continence, respiratory, salt, discharge planning, tissue viability, dietetics, podiatry, diabetes, palliative care (in-patients beds), Older People's Mental Health services, care home LES, names voluntary sector services.
2)Common procurement vocabulary (CPV)

85323000, 85110000, 85111000, 85111100, 85111200, 85111400, 85111500, 85111700, 85112200, 85121252, 85121270, 85121292, 85141000, 85141200, 85141210, 85141220, 85142100, 85144100, 85150000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 200 000 000 and 225 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Lot 5 - Unplanned Hospital care (principally, but not exclusively for people aged 65 and over), community services for older people and adults in all Local Commissioning Group areas (Borderline, Peterborough, Wisbech, Isle of Ely, Hunts Health, Hunts Care Partners, CATCH and Cam Health), and CCG-wide specialist community services.
1)Short description
Provision of: acute unplanned hospital care, community nursing rehab & therapy, continence, respiratory, salt, discharge planning, tissue viability, dietetics, MSK Physiotherapy, podiatry, diabetes, palliative care, anti-coagulation, community hospital in-patients, out-patients, minor injuries, radiography, day rehab, Older Peoples Mental Health services, care home LES, named voluntary sector services, plus Parkinson's disease, multiple sclerosis, chronic fatigue syndrome (CFS)/ME, lymphodema, neuropsychological rehabilitation (Oliver Zangwill Centre).
2)Common procurement vocabulary (CPV)

85323000, 85110000, 85111000, 85111100, 85111200, 85111400, 85111500, 85111700, 85112200, 85121252, 85121270, 85121292, 85141000, 85141200, 85141210, 85141220, 85142100, 85144100, 85150000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 700 000 000 and 800 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details to be included in the Invitation to Tender (i.e. Inviation to submit outline solutions and/or Invitation to submit final solutions)
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details to be included in the Invitation to Tender (i.e. Inviation to submit outline solutions and/or Invitation to submit final solutions)
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any grouping of suppliers, contractors or service providers to whom the contracts are to be awarded may be required to form a single corporate entity, to put forward a single prime contractor and to subcontract where appropriate, or to assume joint and several liability for contract performance.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: At the same time the contract is performed, the services must be delivered in accordance with all the relevant guidance, standards and regulatory requirements of NHS England, Monitor, the Care Quality Commission (CQC), the Medicines and Healthcare products Regulatory Agency (MHRA)
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the PQQ which is available from the address in Annex AII.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the PQQ which is available from the address in Annex AII.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the PQQ which is available from the address in Annex AII.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: Applicants wishing to be considered for inclusion in the Inviation to Tender process (i.e. Inviation to Submit Outline Solutions) must first complete the return PQQ by the date stipulated therein. The PQQ will be used to determine the applicant's eligibility, economic and financial standing and technical ability in accordance with the Public Contracts Regulations 2006 (as amended) (SI 2006/5). The information provided in the PQQ will be used as the basis for the selection of applicants invited to tender. The criteria specified in the PQQ will be used to make the relevant selection.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.7.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
29.7.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
30.8.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The services being procured are Part B services for the purpose of the UK Public Contracts Regulations 2006 (as amended) and Directive 2004/18/EC. The Authority is therefore placing this OJEU Notice voluntarily in accordance with the provisions of Commission Interpretative Communication on the Community law applicable to contract awards not or not fully subject to the provisions of the Public Procurement Directives (2006/C 179/02) and the Authority hereby confirms that it has no intention to create any rights by placing this advertisement.

Expressions of interest must be by way of a completed PQQ by the closing date and in the format specified therin. Further details of how to apply are available from

Note that the estimated values of services set out insection II.2 and for each lot in Appendix B are based on current expenditure for the services being tendered. These are provided on an indicative basis only, to enable Potential Bidders to understand the scope of the requirement.
Note that as the services being procured are Part B services, the Authority does not intend to run a competitive dialogue process in a manner that adheres to the protocol required for Part A services in every particular, particularly but without limitation in respect of timescales.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court
Royal Courts The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://hmcourt-services.gsi.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will incorporate a standstill period at the point that information about the contract award is communicated to economic operators. The notification will provide full information about the award decision and details of the person to contact should an economic operator have any queries. The standstill period will be a minimum of 10 calendar days to provide time for unsuccessful economic operator to challenge the award decision before the contract is entered into; aggrieved parties may take action in the High Court.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
28.6.2013