Section one: Contracting authority
one.1) Name and addresses
Norfolk and Suffolk NHS Foundation Trust
Hellesdon Hospital, Drayton High Road
Norwich
NR6 5BE
Telephone
+44 1603785866
Country
United Kingdom
Region code
UKH1 - East Anglia
Internet address(es)
Main address
Buyer's address
www.norfolkcommunityhealthandcare.nhs.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/respond/PJV356TN92
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Acute high dependency and PICU, In area acute beds, and specialist placement beds
Reference number
NSFT/BEDS2024
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.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.
As outlined in the original procurement process, the Trust wish to open the framework for a secondary round of bidding - to enable access to more suitably qualified and capable providers.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.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
two.2) Description
two.2.1) Title
Acute High Dependency and PICU
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
East Anglia
two.2.4) Description of the 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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/PJV356TN92
two.2) Description
two.2.1) Title
In Area Acute
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
East Anglia
two.2.4) Description of the 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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Specialist Placements
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
East Anglia
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-022530
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 April 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 April 2024
four.2.7) Conditions for opening of tenders
Date
5 April 2024
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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./PJV356TN92" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./PJV356TN92
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PJV356TN92" target="_blank">https://www.delta-esourcing.com/respond/PJV356TN92
GO Reference: GO-2024319-PRO-25538208
six.4) Procedures for review
six.4.1) Review body
Norfolk Community Health and Care
Bowthorpe Road
Norwich
NR2 3TU
Telephone
+44 1603785866
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Norfolk Community Health and Care
Bowthorpe Road
Norwich
NR2 3TU
Telephone
+44 1603785866
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Norfolk Community Health and Care
Bowthorpe Road
Norwich
NR2 3TU
Telephone
+44 1603785866
Country
United Kingdom