Tender

HCC 11/21 - The Provision of Intensive Enablement Service

  • Hertfordshire Partnership University NHS Foundation Trust (‘The Trust’)

F02: Contract notice

Notice identifier: 2021/S 000-029593

Procurement identifier (OCID): ocds-h6vhtk-02fb0a

Published 29 November 2021, 3:45pm



The closing date and time has been changed to:

24 January 2022, 12:00pm

See the change notice.

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

Email

hpft.connectedlives@nhs.net

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

http://www.hpft.nhs.uk

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