Section one: Contracting authority
one.1) Name and addresses
Sheffield Teaching Hospitals NHS Foundation Trust
Royal Hallamshire Hospital, Glossop Road
Sheffield
S10 2JF
Contact
James Tomlinson
Country
United Kingdom
NUTS code
UKE32 - Sheffield
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://health-family.force.com/ProSpend__eSourcing_Community_Registration?locale=uk
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/ProSpend__eSourcing_Community_Registration?locale=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
Intermediate Care Beds
Reference number
TBC
two.1.2) Main CPV code
- 75122000 - Administrative healthcare services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision Intermediate Care Beds within the Sheffield Region to improve the patient pathway.The Trust has a requirement for IC Beds, Bariatric Beds and EMI beds. Full details will be included within the ITT when advertised. This PIN intends to serve as a call for competition.TUPE will apply to this contract
two.1.5) Estimated total value
Value excluding VAT: £23,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKE3 - South Yorkshire
Main site or place of performance
Sheffield Teaching Hospitals
two.2.4) Description of the procurement
A light touch regime procurement exercise to identify provider(s) for the delivery of the bed-based element of Sheffield’s intermediate care services offering. A general overview of the process will be:-Publish PIN as a call for competition and to try to identify as many providers in the market as possible.ITT Stage - Mandatory Questions Financial checksOnly bidders who confirm acceptance to the mandatory criteria and who's finances are not deemed as a risk to the Trust will be taken through to the next stage.Stage 2 will see bidders scored against the responses to the scored criteria and commercial elements.Site visits will be performed by the Trust to confirm the responses provided. This includes the mandatory question set. All bid scores will be moderated accordingly.Once the site visit has taken place and the final score allocated against each response is 'confirmed' The quality and commercial scores for each bidder will be built in to provide a final outcome. Further conversations may be required as the Trust has a specified number of beds it needs in Summer, and again in Winter. The ITT will provide a full process, specification and timeline - you are advised to express your interest to james.tomlinson5@nhs.netThis is required before the deadline of Friday 29th October 21 at 5pm to give complete assurance that your response is not missed. The Trust want as many local providers as possible to bid for this contract, so to demonstrate value for money.Only providers who can provide the service locally (within the Sheffield region) will be considered due to the nature of the requirements. Please note it states to perform the services, not for the office headquarters to be based in Sheffield.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Cost criterion - Name: Price / Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £23,250,000
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
This contract will be for an initial 3 years, with an extension option for a further 2 years. Renewal would be required at the end of the initial 3 year period, or at the end of the total 5 year period - dependant on performance of the appointed provider(s)
two.2.11) Information about options
Options: Yes
Description of options
Due to the nature of the requirements. The bidders will be able to feed in proposed options via the ITT. There will be minimal requirements that cannot be varied. All options will be made clear within the advertised ITT when available. You will be asked for the minimum number of beds that you can provide whilst being financially viable, and again the maximum number of beds you can provide due to capacity The relationship between the Trust and the appointed provider(s) will be close. The Trust wants to work with the appointed provider(s) to maximise the value that can be driven from this contract, especially in relation to patient care.
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 contact:-james.tomlinson5@nhs.net with you expression of interest.
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
The Provider must maintain care standards within the unit commensurate with statutory regulatory and best practice requirements.The Provider must be registered with the Care Quality Commission (CQC) for all regulated activities to operate and must meet all CQC essential standards of Quality and Safety in conjunction with this specification.The Provider must ensure that the commissioner is informed of any change in the Registered Manager status of the unit.The Provider must focus on providing a holistic assessment of the patients’ needs and develop appropriate care plans, setting achievable goals with each individual patient. The Provider must provide the patient with access to their Care Plan.You must be able to provide the service within the Sheffield region
three.1.2) Economic and financial standing
List and brief description of selection criteria
These will be confirmed on the publishing of the ITT
Minimum level(s) of standards possibly required
Financially solvent
three.1.3) Technical and professional ability
List and brief description of selection criteria
To be confirmed on the publishing of the ITT
Minimum level(s) of standards possibly required
To be confirmed at ITT Stage
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.2) Time limit for receipt of expressions of interest
Date
29 October 2021
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This PIN is a call for competition, and forms part of the legal requirement when utilising the Light Touch Procurement Regime option. We are not seeking to restrict this to only those that express and interest, but ideally, to identify as many providers as possible within the Sheffield locality, who can perform the requirements, so to present them with the opportunity to tender for the opportunity.
six.4) Procedures for review
six.4.1) Review body
The NHS Commissioning Board (operating under the name of NHS England)
2nd Floor, Rutland House
Runcorn
WA7 2ES
Country
United Kingdom