Contract notice

Information

Published

Expire date: 01/10/2021

External Reference: 2021-508320

FTS Reference: 2021-021359

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

NHS Norfolk and Waveney Clinical Commissioning Group
Lakeside 400, Broadland Business Park
Norwich
NR7 0WG
UK
Contact person: James Savill
NUTS code:  UKH1 -  East Anglia
Internet address(es):
Address of the buyer profile: https://www.ardengemcsu.nhs.uk/

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=39090&B=AGCSU
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

Community Wellbeing Hubs - North and South Norfolk
Reference number:  NW065a
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NHS Norfolk and Waveney Clinical Commissioning Group are seeking to appoint a provider to run community wellbeing Hubs. The Service will support residents of North and South Norfolk who experience mental health difficulties and mental health crisis.
II.1.5)

Estimated total value

Value excluding VAT: 1107500.00  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

NUTS code:  UKH17 -  Breckland and South Norfolk
NUTS code:  UKH16 -  North and West Norfolk
Main site or place of performance:  
North and South Norfolk
II.2.4)

Description of the procurement

The Service will support residents by:
• Offering day-time support for a range of mental health problems and for episodes of mental distress, providing advice and information.
• Delivering a social navigation and enabling approach, to empower people to stay well in their community and at home, rather than employing a more traditional ‘problem-solving’ approach.
• Providing a café function for hub attendees to support social and therapeutic aims, supporting those who feel socially isolated and helping to de-stigmatise mental health and mental distress.
• Providing sanctuary for people experiencing mental ill-health and mental distress, including a calm and safe space, providing practical and emotional support, which can be used as an alternative to admission if appropriate.
• Integrating with the First Response Service (FRS), which is a triage telephone line that will gate keep all crisis referrals to the hub both day and night.
• Working closely with the local Mental Health providers to develop protocols and procedures, ensuring that the Mental Health provider can provide clinical oversight of the hub model, offering advice, support, and formal triage and assessment.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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:  
The contract has the option on a one-year extension. Please see the contract documentation.
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

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

List and brief description of selection criteria:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
Minimum level(s) of standards possibly required:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/10/2021
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:  01/10/2021
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
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK

VI.4.2)

Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Arden and GEM CSU Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK