Tender

NHS South Yorkshire ICB -Safe Space (Learning Disability / Autism) Service

  • NHS South Yorkshire ICB

F02: Contract notice

Notice identifier: 2024/S 000-013782

Procurement identifier (OCID): ocds-h6vhtk-0455e0

Published 29 April 2024, 4:16pm



Section one: Contracting authority

one.1) Name and addresses

NHS South Yorkshire ICB

722 Prince of Wales Road

Sheffield

S9 4EU

Email

syicb.procurement@nhs.net

Country

United Kingdom

Region code

UKE3 - South Yorkshire

Internet address(es)

Main address

https://www.southyorkshire.icb.nhs.uk

Buyer's address

https://www.southyorkshire.icb.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

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

NHS South Yorkshire ICB -Safe Space (Learning Disability / Autism) Service

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Service will offer crisis intervention accommodation and support within the Crisis Support Pathway for individuals with learning disabilities and/or autism. It supports admission avoidance by providing up to 12 weeks of supervision and support in a self-contained, risk-reduced environment for those not requiring acute hospital admission.

The available budget is £775,000 per annum. This figure includes all aspects of the service to be delivered, any bidder including caveats to this service may be considered as submitting a non-compliant bid.

The Contract will be for a term of two years with the opportunity to extend for one year and a further one year subject to mutual agreement between the successful Bidder and the Authority. The maximum term of Contract is consequently 4 years.

To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:

Phone: 0800 9956035

E-mail: support-health@atamis.co.uk

two.1.5) Estimated total value

Value excluding VAT: £3,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE3 - South Yorkshire

two.2.4) Description of the procurement

The Service aims to:
• provide a 24/7 safe space for a maximum of three Service Users facing mental, emotional, or behavioural crises, where enhanced community support hasn't been effective working in a trauma informed way;
• offer enhanced support to stabilise and de-escalate the crisis and reassess needs rapidly;
• help individuals find sustainable solutions to avoid mental health detainment and hospital admission;
• promote independence, self-care, and social routines in the community (e.g., education, employment, leisure);
• facilitate ongoing support from family/Carers and community health providers during their stay; and
• support a return to home within a short period.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 May 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

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

four.2.7) Conditions for opening of tenders

Date

31 May 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Country

United Kingdom