Contract notice

Information

Published

Date of dispatch of this notice: 16/04/2019

Expire date: 26/06/2019

External Reference: 2019-534214

TED Reference: 2019/S 078-186774

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS North Norfolk Clinical Commissioning Group
na
Lakeside400, Broadland Business Park
Norwich
NR7 0WG
UK
Contact person: James Savill
Telephone: +44 1603595895
Internet address(es):
NHS South Norfolk Clinical Commissioning Group
Lakeside400, Broadland Business Park
Norwich
NR7 0WG
UK
Internet address(es):
NHS Norwich Clinical Commissioning Group
Norwich
NR7 0WG
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=27724&B=OGC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Central Norfolk Community Wellbeing Hub
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of North Norfolk, Norwich and South Norfolk Clinical Commissioning Groups (CCGs) are seeking to engage with potential providers and the clinical community regarding a Community Wellbeing Hub. The service will start in January 2020.
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

Main site or place of performance:  
Churchman House, Norwich
II.2.4)

Description of the procurement

The Community Hub will have the following service functions:
Daytime Hub, which will offer day time support for a range of mental health problems and for episodes of mental distress. It will be based in a static facility, providing a range of activities, advice, information and support. It will use a navigation and enabling approach, to empower people to stay well in their community and at home.
Evening Hub, which will offer sanctuary for people experiencing mental ill-health and mental distress. It will offer a calm and safe space, providing practical and emotional support, which can be used as an alternative to admission if appropriate.
Community Café; the hub will establish a community café to support those who feel distressed and/or socially isolated and will aim to help de-stigmatise mental health for those people using this feature.
Triage telephone line, and intensive support packages, offering a 6-8 week course of support, with a combination of advice, support and information, as well as group support. This will include light-touch follow up support for an agreed period of time.
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: 800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
Up to two additional years
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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
II.2.14)

Additional information

Interested parties will be asked to present outline models for delivery of the community wellbeing hub on 14th may 2019.

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:  All professional and/or trade registrations is specified within the tender documentation.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
All technical capacity and its evaluation criteria are specified within the tender documentation.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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: 2018/S 187-422532
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/06/2019
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  26/06/2019
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Arden & GEM Commissioning Support Unit
Lakesde400, Broadland Business Park
Norwich
NR7 0WG
UK

VI.4.2)

Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit
Lakeside400, Broadland Business Park
Norwich
NR7 OWG
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Arden & GEM Commissioning Support Unit
Lakeside400, Broadland Business Park
Norwich
NR7 0WG
UK