Section one: Contracting authority
one.1) Name and addresses
NHS NORTH EAST LONDON ICB
Unex Tower
LONDON
E15 1DA
Contact
Rotna Rahman
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://northeastlondon.icb.nhs.uk
Buyer's address
https://northeastlondon.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
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
PRJ 2001 NEL ICB Homeless Outreach Service
Reference number
PRJ 2001
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS North East London ICB wish to commission Homeless Outreach Services across Barking, Dagenham, Havering and Redbridge.
The vision of the ICB is for a healthy and well population able to care for itself where possible, with joined up services that work together, provided around the whole person and focused on early intervention and prevention.
Improving health and care outcomes for the homeless population is a key priority of the ICB, the BHR places and Local Authorities. All are committed to addressing inequalities experienced by homeless people and transforming the way in which homeless health and care is delivered locally.
This service specification details the ICB's commissioning intention for a single, integrated, proactive (including outreach), accessible model of care for homeless people, aligned with
the strategies of the ICB and the London Boroughs of Barking & Dagenham, Havering and Redbridge.
The Contract is expected to commence in October 2024 for an initial period of 3 years. The contract contains an annual break-clause. The contract may be extended for an additional period of 2 years at the sole discretion of the Authority.
The maximum contract value is £2,000,000 (annual contract value of £400,000.00).
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
North East London
two.2.4) Description of the procurement
North East London ICB wish to commission Homeless Outreach Services across Barking, Dagenham, Havering and Redbridge.
The vision of the ICB is for a healthy and well population able to care for itself where possible, with joined up services that work together, provided around the whole person and focused on early intervention and prevention.
Improving health and care outcomes for the homeless population is a key priority of the ICB, the BHR places and Local Authorities. All are committed to addressing inequalities experienced by homeless people and transforming the way in which homeless health and care is delivered locally.
This service specification details the ICB's commissioning intention for a single, integrated, proactive (including outreach), accessible model of care for homeless people, aligned with the strategies of the ICB and the London Boroughs of Barking & Dagenham, Havering and Redbridge.
The intention is to commission a multidisciplinary model supporting integrated care. A concept central to effective care because many homeless people present with multiple
health and care needs. Evidence shows using peer advocacy and a partnership approach to addressing health and care needs of homeless people improves the effectiveness of care
delivery. Commissioners are keen to see whether an integrated multi-agency approach can lead to:
• More personalised care delivered in a patient appropriate manner / setting (outreach)
• A joined up service with record collection and information sharing between organisations
• Innovative approaches to the use of social prescribing to help address individual needs
• A focus on early intervention and prevention of ill health and health promotion
• A population health approach to service redesign and the development of new models of
care
• Medicines optimisation and improved availability "right time" "right place"
(practice/outreach)
• Better management of the continuing healthcare process and pathways
• Reduced overall impact on resources of the health and social care system
The Contract is expected to commence in October 2024 for an initial period of 3 years. The contract contains an annual break-clause. The contract may be extended for an additional period of 2 years at the sole discretion of the Authority.
The maximum contract value is £2,000,000 (annual contract value of £400,000.00).
Interested Organisation must express an interest via Atamis e-tendering portal. Bidders needs to register on Atamis if they are not registered already. This can be done by clicking the link below
https://health-family.force.com/s/Welcome
Once registered, you can express an interest in this project by clicking the following the link to this specific project ;
https://health-family.force.com/s/Welcome (Contract Reference: C290279).
Please note that any submission of bids by any other means will not be considered.
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
The contract will be for an initial period of 3 years and may be extended for an additional period of 2 years, at the sole discretion of the Authority.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
18 July 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: 180 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 July 2024
Local time
2:00pm
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
NHS London Commercial Hub
4th Floor, UNEX Tower, 5 Station Street,
London
E15 1DA
Country
United Kingdom