Section one: Contracting authority
one.1) Name and addresses
NHS Midlands and Lancashire Commissioning Support Unit on behalf of North Staffordshire Combined Healthcare NHS Trust
Heron House, 120 Grove Road
Stoke-on-Trent
ST4 4LX
Contact
Hayley Smith
Telephone
+44 7770493216
Country
United Kingdom
NUTS code
UKG23 - Stoke-on-Trent
Internet address(es)
Main address
https://mlcsu.bravosolution.co.uk
one.1) Name and addresses
North Staffordshire Combined Healthcare NHS Trust
Lawton House, Bellringer Road
Trentham
ST4 8HH
Contact
Hayley Smith
Country
United Kingdom
NUTS code
UKG24 - Staffordshire CC
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://mlcsu.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://mlcsu.bravosolution.co.uk
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
Mental Health Complex Care Rehabilitation and Learning Disabilities and Autism Transforming Care Programme Dynamic Purchasing System
Reference number
S-21-06
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
North Staffordshire Combined Healthcare NHS Trust has a need to appoint suitably qualified organisations to a Dynamic Purchasing System (DPS) to deliver Mental Health Complex Care Rehabilitation and Learning Disabilities and Autism Transforming Care Programme Services.
The Dynamic Purchasing System shall be split into the following categories:
Lot 1) Mental Health Complex Care Rehabilitation Placements
Lot 2) TCP Learning Disabilities and Autism Inpatient Services
Lot 3) TCP Learning Disabilities and Autism Community Services
Lot 4) Mental Health Complex Care Rehabilitation Community Services - Future development lot.
Please note lot 4 is a future development requirement within the DPS and shall be advertised at a later date than lots 1, 2, and 3, however, it is intended that it shall eventually form the 4th lot within the DPS.
The DPS shall be live for an initial period of 4 years. The terms and conditions shall be the prevailing NHS Standard Sub-Contract.
It is envisaged that the DPS shall provide flexibility in ensuring a patient can be provided with personalised care packages, whilst offering value for money.
The DPS shall remain open to innovative practices being introduced by care providers and changes within the health system throughout the life of the DPS.
Please see the below MLCSU Bravo eTendering references:
• PQQ_493 relates to Lot 1 Mental Health Complex Care Rehabilitation Placements.
• PQQ_494 relates to Lot 2 TCP Learning Disabilities and Autism Inpatient Services.
• PQQ_495 relates to Lot 3 TCP Learning Disabilities and Autism Community Services.
two.1.5) Estimated total value
Value excluding VAT: £124,000,000
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
Mental Health Complex Care Rehabilitation Placements
Lot No
1
two.2.2) Additional CPV code(s)
- 85144000 - Residential health facilities services
two.2.3) Place of performance
NUTS codes
- UKG23 - Stoke-on-Trent
- UKG24 - Staffordshire CC
two.2.4) Description of the procurement
Mental Health Complex Care Rehabilitation Placements [Rehab] are provided for people with severe and enduring mental health problems, traditionally for people with a diagnosis of Psychosis, i.e. schizophrenia, schizoaffective disorder or bipolar disorder.
Commissioners have expanded this cohort to include people with other conditions such as Personality Disorder or Severe Depression and with co-morbidities such as Learning Disabilities and Substance Misuse. Rehab is intended to offer further support for people who have required hospital care but have additional complications that prevent their discharge home.
The provider will deliver expert Mental Health Rehabilitation through a Multi-Disciplinary Team with access to, as a minimum, Consultant Psychiatrist, Registered Mental Health Nurses, Psychology and Occupational Therapy.
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
48
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) Description
two.2.1) Title
TCP Learning Disabilities and Autism Inpatient Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85144000 - Residential health facilities services
two.2.3) Place of performance
NUTS codes
- UKG23 - Stoke-on-Trent
- UKG24 - Staffordshire CC
two.2.4) Description of the procurement
The Transforming Care programme (TCP) aims to improve the lives of children, young people and adults with a learning disability and/or autism who display behaviours that challenge, including those with a mental health condition.
The Programme aims to improve the quality of care for people with a learning disability and/or autism. To improve the quality of life for people with a learning disability and/or autism. To enhance the community capacity, thereby reducing inappropriate hospital admissions and length of stay.
The aims of acute learning disability inpatient services are to provide the following three core functions of support:
• Assessment (including for potential mental illness) of the causes of challenging behaviour, where it cannot be safely carried out in the community.
• Treatment of mental illness where this is the cause of challenging behaviour (complemented by other interventions as appropriate), where it cannot be safely carried out in the community.
• Reintegration of the individual back into the community after hospital treatment including provision of support/guidance to families and support providers.
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
48
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) Description
two.2.1) Title
TCP Learning Disabilities and Autism Community Services
Lot No
3
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKG23 - Stoke-on-Trent
- UKG24 - Staffordshire CC
two.2.4) Description of the procurement
The Transforming Care programme (TCP) aims to improve the lives of children, young people, and adults with a learning disability and/or autism who display behaviours that challenge, including those with a mental health condition.
The Programme aims to improve the quality of care for people with a learning disability and/or autism. To enhance the community capacity, thereby reducing inappropriate hospital admissions and length of stay.
The aim of community placements for people with a learning disability and/or autism is reintegration of the individual back into the community after (or as an alternate to) hospital treatment including provision of support/guidance to families and support providers.
The operation of specialist community placements is inherently linked to primary care and other forms of universal and specialist community support from health and social care agencies.
The provider is expected to build, develop, and maintain effective operational relationships with a range of organisations.
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
48
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) Description
two.2.1) Title
Mental Health Complex Care Rehabilitation Community Services
Lot No
4
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKG23 - Stoke-on-Trent
- UKG24 - Staffordshire CC
two.2.4) Description of the procurement
Please note this is a future development requirement within the DPS and shall be advertised at a later date than lots 1, 2, and 3, however, it is intended that it shall eventually form the 4th lot within the DPS.
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
48
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2.2) Contract performance conditions
The Trust reserves the right to remove providers for poor performance or suspend referrals to appointed providers should deficiencies be identified which is a cause for concern for patient safety throughout the life of the DPS. This is not limited to but includes unsatisfactory CQC or Ofsted Inspections, where clear progress against improvement plans has not been demonstrated to the Trust. Patient Safety is of the upmost importance.
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud.
(k) has been the subject of a conviction for money laundering.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-015428
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 September 2021
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: 48 (from the date stated for receipt of tender)
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
six.3) Additional information
NHS Midlands and Lancashire CSU are conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.
The contract conditions will be set out in the Invitation to Tender. Further details will be made available via documentation and information released during the course of the procurement process.
This exercise will be conducted on the Midlands and Lancashire CSU portal at
https://mlcsu.bravosolution.co.uk
(i) Candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). If your organisation has registered previously, you do not need to reregister;
(ii) Once registered, candidates must submit your reply on the website and by email by the deadline stated.
For technical support in submitting your expression of interest contact the Bravo Solution Helpdesk on +448003684850 or E-mail: help@bravosolution.co.uk.
This procurement is for clinical services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ("Regulations"). Accordingly, the Contracting Authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The Contracting Authorities are not voluntarily following any other part of the regulations.
The Trust is a relevant body for the purpose of the National Health Service (procurement, patient choice and competition) (No. 2) Regulations 2013.
six.4) Procedures for review
six.4.1) Review body
North Staffordshire Combined Healthcare NHS Trust
Lawton House, Bellringer Road
Trentham
ST4 8HH
Country
United Kingdom