Contract notice

Information

Published

Date of dispatch of this notice: 16/12/2020

Expire date: 15/01/2021

External Reference: 2020-559448

TED Reference: 2020/S 248-619102

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Norfolk and Waveney CCG
Lakeside 400, Old Chapel Way, Broadland Business Park, Thorpe St Andrew,
Norwich
NR7 0WG
UK
Contact person: Susan Graham
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=33728&B=UK
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

East and West Norfolk Community Wellbeing Hub
Reference number:  0AQ/ANGPROC/20/001
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

• An evening hub model at the heart of the community - operates in a safe and friendly environment in both locations. The environment shall be psychologically informed in-line with Psychologically Informed Environment (PIE) principles.
• Use a social navigation and enabling approach, to empower people to stay well in their community and home, rather than employing a more traditional ‘problem-solving’ approach.
• A community café, where not otherwise provided, to support those socially isolated - aim to help de-stigmatise mental health/ distress. The cafe should be open to the public and aimed at whole population.
• Offer sanctuary for people experiencing mental ill-health/ distress - include a calm and safe space, providing practical and emotional support, which can be used as an alternative to admission if appropriate.
• Offer courses of support, with advice, support and information, as well as group support - including light-touch follow up support for an agreed period of time.
II.1.5)

Estimated total value

Value excluding VAT: 1075000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

Main site or place of performance:  
East and West Norfolk
II.2.4)

Description of the procurement

The Procurement Process is described within the documentation published. This Procurement has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).
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: 1075000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend contract for further 24 months
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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 are specified within the tender documentation.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/01/2021
Local time:  15:00
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

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/01/2021
Local time:  15:00

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
Derby
UK

VI.4.2)

Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit
St John's House, East Street,
Leicester
LE1 6NB
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Arden & GEM Commissioning Support Unit
Derby
UK