Contract notice

Information

Published

Expire date: 28/07/2022

External Reference: 2022-559833

FTS Reference: 2022-017645

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
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=48299&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

Short Stay Recovery Houses, Norwich, East and West Norfolk
Reference number:  NE070a
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Norfolk & Waveney has experienced significant numbers of Out of Area Placements; i.e. patients with mental health needs who have not been accommodated within the Norfolk area, often contributing to poor patient experience and poor value for money. It is anticipated that the provision of additional facilities will support a reduction in Out of Area Placements; the short stay facility may also reduce quick re-admissions and support emotional resilience and guidance to tackling wider health demographic challenges that are impacting mental health and wellbeing.
II.1.5)

Estimated total value

Value excluding VAT: 10436250.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Short Stay Recovery Houses, Norwich
Lot No:  1
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  UKH15 -  Norwich and East Norfolk
Main site or place of performance:  
Norwich
II.2.4)

Description of the procurement

The short stay facilities aim to provide a safe, recovery focused supportive and collaborative alternative to acute mental health hospital admission, for people with issues that may affect their mental health. The facility and provider will work closely with the Norfolk and Suffolk Foundation Trust (NSFT)’s Crisis Resolution and Home Treatment (CRHT) teams.
The service aims to support and provide interventions in the least restrictive environment consistent with people’s health and social care, and safety needs. Equity of access to an alternative to admission for people is ensured.
Lot 1 cover the existing location already in place, in Norwich.
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: 3506250.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 85
This contract is subject to renewal: yes
Description of renewals:  
The initial term of contract is for a period of 5 years and 1 month, with an option for up to a further 24 months extension, pending review. The total contract term including extensions is 85 Months.
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)

Description

II.2.1)

Title

Short Stay Recovery Houses, West Norfolk and East Norfolk
Lot No:  2
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  UKH16 -  North and West Norfolk
NUTS code:  UKH15 -  Norwich and East Norfolk
Main site or place of performance:  
West Norfolk and East Norfolk
II.2.4)

Description of the procurement

The short stay facilities aim to provide a safe, recovery focused supportive and collaborative alternative to acute mental health hospital admission, for people with issues that may affect their mental health. The facility and provider will work closely with the Norfolk and Suffolk Foundation Trust (NSFT)’s Crisis Resolution and Home Treatment (CRHT) teams.
The service aims to support and provide interventions in the least restrictive environment consistent with people’s health and social care, and safety needs. Equity of access to an alternative to admission for people is ensured.
This lot is for two new locations for the Service, in Kings Lynn and Great Yarmouth or nearby.
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: 6930000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
The initial term of contract is for a period of 5 years, with an option for up to a further 24 months extension, pending review. The total contract term including extensions is 84 Months.
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

Please note that Lot 2 is for two buildings and therefore each building has an annual total contract value of £495,000. The total contract value for the full term of the contract (including extension options) is £3,465,000 per building. Two buildings equates to a total of £6,930,000 for Lot 2.

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.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2021/S 000-022387
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/07/2022
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:  28/07/2022
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 & GEM Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK