Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk and Waveney Clinical Commissioning Group
Lakeside 400, Broadland Business Park
Norwich
NR7 0WG
Contact
James Savill
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=39090&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=39090&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
Community Wellbeing Hubs - North and South Norfolk
Reference number
NW065a
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Norfolk and Waveney Clinical Commissioning Group are seeking to appoint a provider to run community wellbeing Hubs. The Service will support residents of North and South Norfolk who experience mental health difficulties and mental health crisis.
two.1.5) Estimated total value
Value excluding VAT: £1,107,500
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
- UKH16 - North and West Norfolk
Main site or place of performance
North and South Norfolk
two.2.4) Description of the procurement
The Service will support residents by:
• Offering day-time support for a range of mental health problems and for episodes of mental distress, providing advice and information.
• Delivering a social navigation and enabling approach, to empower people to stay well in their community and at home, rather than employing a more traditional ‘problem-solving’ approach.
• Providing a café function for hub attendees to support social and therapeutic aims, supporting those who feel socially isolated and helping to de-stigmatise mental health and mental distress.
• Providing sanctuary for people experiencing mental ill-health and mental distress, including a calm and safe space, providing practical and emotional support, which can be used as an alternative to admission if appropriate.
• Integrating with the First Response Service (FRS), which is a triage telephone line that will gate keep all crisis referrals to the hub both day and night.
• Working closely with the local Mental Health providers to develop protocols and procedures, ensuring that the Mental Health provider can provide clinical oversight of the hub model, offering advice, support, and formal triage and assessment.
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
60
This contract is subject to renewal
Yes
Description of renewals
The contract has the option on a one-year extension. Please see the contract documentation.
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
1 October 2021
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
1 October 2021
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 and GEM CSU Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
Country
United Kingdom