Norfolk Community Health and Care is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Acute high dependency and PICU, In area acute beds, and specialist placement beds |
Notice type: | Contract Notice |
Authority: | Norfolk Community Health and Care |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Norfolk and Suffolk NHS Foundation Trust (NSFT) wishes to create a bespoke, specialist framework for Acute high dependency and PICU, In area acute beds, and specialist placement beds. The framework seeks suppliers that are able to provide additional capacity with the intent to appoint one, or multiple, qualified and capable suppliers to a new framework agreement. The aims of these services is to provide high quality, holistic care for service users in the most acute and vulnerable state of their illness. This will be provided in collaboration with service users, carers, and statutory and non-statutory organisations to ensure that any admissions and inpatient episodes are timely and appropriate. These services are to made available 24 hours a day, 7 days a week, all year round. |
Published: | 08/12/2023 12:02 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Norfolk and Suffolk NHS Foundation Trust
Hellesdon Hospital, Drayton High Road, Norwich, NR6 5BE, United Kingdom
Tel. +44 1603785866, Email: steven.worley@nchc.nhs.uk
Main Address: https://www.nsft.nhs.uk/, Address of the buyer profile: www.norfolkcommunityhealthandcare.nhs.uk
NUTS Code: UKH1
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./QJ5E54H7ED
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Acute high dependency and PICU, In area acute beds, and specialist placement beds
Reference Number: NSFT/BEDS2023
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Norfolk and Suffolk NHS Foundation Trust (NSFT) wishes to create a bespoke, specialist framework for Acute high dependency and PICU, In area acute beds, and specialist placement beds.
The framework seeks suppliers that are able to provide additional capacity with the intent to appoint one, or multiple, qualified and capable suppliers to a new framework agreement. The aims of these services is to provide high quality, holistic care for service users in the most acute and vulnerable state of their illness. This will be provided in collaboration with service users, carers, and statutory and non-statutory organisations to ensure that any admissions and inpatient episodes are timely and appropriate. These services are to made available 24 hours a day, 7 days a week, all year round.
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: One, multiple, or all lots
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Acute High Dependency and PICU
Lot No: 1
II.2.2) Additional CPV codes:
85100000 - Health services.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: A service for those who present with an acute mental illness and who cannot be treated in their own homes or in community settings and will have been assessed as at significant risk of an event happening to themselves or others. Often requiring continuous assessment over a 24-hour period. The decision to admit a service user will be made by the provider referred to. The service user may have been assessed under the Mental Health Act (1983) or be admitted voluntarily.
• This service is for adult service users from 18 with an age limit as per each identified Provider unit
• Individuals with a learning disability need where the primary identified need.
• Individuals with a dual diagnosis will be admitted if their presenting Primary issue is their mental state and a medical detoxification programme is no indicated as an initial stage of treatment
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/QJ5E54H7ED
II.2) Description Lot No. 2
II.2.1) Title: In Area Acute
Lot No: 2
II.2.2) Additional CPV codes:
85100000 - Health services.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: A service for those who present with an acute mental illness and who cannot be treated in their own homes or in community settings and will have been assessed as at significant risk of an event happening to themselves or others. Often requiring continuous assessment over a 24-hour period. The decision to admit a service user will be made by the provider referred to. The service user may have been assessed under the Mental Health Act (1983) or be admitted voluntarily.
• This service is for adult service users from 18 with an age limit as per each identified Provider unit
• Individuals with a learning disability need where the primary identified need.
• Individuals with a dual diagnosis will be admitted if their presenting Primary issue is their mental state and a medical detoxification programme is no indicated as an initial stage of treatment
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Specialist Placements
Lot No: 3
II.2.2) Additional CPV codes:
85100000 - Health services.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: The aims of these services is to provide high quality, holistic care for service users when it has been identified that they have needs above and beyond commissioned services within NSFT. This will be provided in collaboration with service users, carers, statutory and non-statutory organisations, in order to ensure that any specialist placements are timely and appropriate. The key aims are to:
• Provide a variety of psychosocial, psychiatric and therapeutic activities, in line with NICE Guidelines relevant to the presenting need of the service user.
• Provide assessments, treatment and multidisciplinary care, in line with the identified needs.
• Ensure that service users are within the placement for the minimum time necessary, supporting the service user to maintain their links in the community where possible and practical
• Where relevant maintain or create links with primary care to ensure that the service user’s GP is updated on patient care at the time of assessment, admission, care plan review and any changes to care provided, where there is a significant change in a service user’s clinical presentation and/or risk and receives a discharge summary following discharge in line with NSFT’s discharge policy.
• The Provider will ensure that there is a collaborative approach to care planning with NSFT and other care providers including the service users support network as they identify.
• The Provider will operate within the legal frameworks.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
A list of entry requirements is listed in the tender pack.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
A list of entry requirements is listed in the tender pack.
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2023/S 000 - 022530
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/01/2024 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 02/02/2024
IV.2.7) Conditions for opening of tenders:
Date: 05/01/2024
Time: 12:01
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./QJ5E54H7ED
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QJ5E54H7ED
VI.4) Procedures for review
VI.4.1) Review body:
Norfolk Community Health and Care
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785866
VI.4.2) Body responsible for mediation procedures:
Norfolk Community Health and Care
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785866
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Norfolk Community Health and Care
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785866
VI.5) Date Of Dispatch Of This Notice: 08/12/2023
Annex A