Section one: Contracting authority
one.1) Name and addresses
Hertfordshire Partnership University NHS Foundation Trust (‘The Trust’)
First Floor, Forest House Annexe, Kingsley Green Site. Harper Lane
Radlett
WD7 9HQ
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
http://www.supplyhertfordshire.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.supplyhertfordshire.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.supplyhertfordshire.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
HCC 11/21 - The Provision of Intensive Enablement Service
Reference number
11/21
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Hertfordshire County Council on behalf of Hertfordshire Partnership University NHS Foundation Trust (HPFT) is currently out to procurement for the Provision of Intensive Enablement Service. Further information with regards to this opportunity can be found in II.2.4). Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. To be considered as a bidder, you must complete and submit a bid by the deadline of 12 noon on 17/01/22.Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
two.1.5) Estimated total value
Value excluding VAT: £3,876,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The purpose of this tender is to identify a provider who will manage the Intensive Enablement services at Midpoint, and Intensive Enablement services at The Stewarts. As outlined below, Intensive Enablement services refers to Intensive Enablement beds, Discharge to Assess beds, and Crisis beds. The Trust is seeking one provider to deliver services from both sites.Midpoint has an Intensive Enablement and Discharge to Assess Service currently being run in a building located in Stevenage with 14 beds. For the purposes of evaluation for the Stewarts, prices should be submitted based on 14 beds. We expect there to be 14 beds at The Stewarts, however the exact number of beds to be provided will be confirmed once the refurbishment is complete. Should the number of actual beds required be more or less than 14, costs for the service will be based on a cost per place as defined within the pricing schedule. Both buildings are/will be owned by Hertfordshire County Council.It is expected that the successful care service provider will commence support at Midpoint initially from an expected date of 1st July 2022, and then at The Stewarts once ready to launch. We currently envisage the Stewarts being available for service delivery from an estimated period of 6 months after the contract start date. It is HPFT’s intention to set up the Intensive Enablement Service at The Stewarts within the contract duration for Midpoint, however this is not guaranteed. Timescales for the development of The Stewarts will be confirmed to the successful tenderer as soon as they are known.The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term and also includes the approximate value for extensions. For the avoidance of doubt, the estimated annual value of the Contract will be approximately £646,000 for both properties. The maximum value over the maximum 6 year period is £3,876,000.The Contract Period for this Contract is an initial period of three (3) years with the option to extend up to a further three (3) years on three (3) separate occasions, up to a maximum of six (6) years (3+1+1+1). Therefore, the maximum duration of this Contract could be six (6) years.The maximum contract value of £3,876,000 is for the maximum six year duration for both properties.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.TUPE will apply to the services operating from Midpoint. The Stewarts is a new service, and therefore TUPE will not be applicable to that service.
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: £3,876,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Trust will review its options towards the end of the Contract period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
option to extend for up to a further three (3) yeas (1 +1+1)
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.1.2) 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.2.1) Previous publication concerning this procedure
Notice number: 2018/S 234-534908
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 January 2022
Local time
12:00pm
Changed to:
Date
24 January 2022
Local time
12:00pm
See the change notice.
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
Tender must be valid until: 17 July 2022
four.2.7) Conditions for opening of tenders
Date
17 January 2022
Local time
12:00pm
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
Electronic payment will be used
six.3) Additional information
Hertfordshire County Council are publishing this Contract Notice on Behalf of Hertfordshire Partnership University NHS Foundation Trust.Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contract Regulations 2015, the procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Trust reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Trust takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Trust undertakes to hold confidential any information provided in the proposal submitted, subject to the Trust's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Trust will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Trust reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Trust's requirements and remain financially viable to fulfil the requirements under the Contract.The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Trust and the contracting authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that will apply to the services is specified in the procurement documents accordingly.
six.4) Procedures for review
six.4.1) Review body
High Court,
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court,
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Trust will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court,
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom