Tender

Short Stay Recovery Houses, Norwich, East and West Norfolk

  • NHS Norfolk and Waveney Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2022/S 000-017645

Procurement identifier (OCID): ocds-h6vhtk-02dee2

Published 28 June 2022, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

NHS Norfolk and Waveney Clinical Commissioning Group

Lakeside 400, Broadland Business Park

Norwich

NR7 0WG

Email

agem.norfolkprocurement@nhs.net

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

https://www.norfolkandwaveneyccg.nhs.uk/

Buyer's address

https://www.ardengemcsu.nhs.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=48299&B=AGCSU

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

Short Stay Recovery Houses, Norwich, East and West Norfolk

Reference number

NE070a

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £10,436,250

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Short Stay Recovery Houses, Norwich

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

Norwich

two.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.

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: £3,506,250

two.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.

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

Short Stay Recovery Houses, West Norfolk and East Norfolk

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

West Norfolk and East Norfolk

two.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.

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: £6,930,000

two.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.

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

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 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

All professional and/or trade registrations is specified within the tender documentation.

three.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

three.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.


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-022387

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

Date

28 July 2022

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

28 July 2022

Local time

5:00pm


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

Arden & GEM Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

Country

United Kingdom

six.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

Country

United Kingdom