Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk and Waveney Clinical Commissioning Group
Lakeside 400, Broadland Business Park
Norwich
NR7 0WG
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