Section one: Contracting authority
one.1) Name and addresses
NHS Devon Integrated Care Board
County Hall, Topsham Road
Exeter
EX2 4QD
Contact
Garry Mitchell, Deputy Director of Procurement, South, Central and West Commissioning Support Unit
scwcsu.clinical.procurement@nhs.net
Country
United Kingdom
Region code
UKK4 - Devon
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
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
NHS Devon - Provision of a Safe Bus for Plymouth City Centre and Torquay Town Centre
Reference number
C220064
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 Devon ICB has successfully run the Safe Bus in Plymouth City and Torquay Town center to support people and providers within the nighttime economy, with the aim of reducing ambulance and Emergency Department (ED) attendances.
To support the continued pressure on the health system and to support the nighttime economy the service is commissioned to operate 2200-0400 during nights of high footfall to ensure maximum impact.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK41 - Plymouth
- UKK42 - Torbay
Main site or place of performance
Plymouth City Centre and Torquay Town Centre.
two.2.4) Description of the procurement
NHS Devon ICB has successfully run the Safe Bus in Plymouth City and Torquay Town center to support people and providers within the nighttime economy, with the aim of reducing ambulance and Emergency Department (ED) attendances.
To support the continued pressure on the health system and to support the nighttime economy the service is commissioned to operate 2200-0400 during nights of high footfall to ensure maximum impact.
During the operational months (23/04/22 - 05/08/23, Appendix 1) the Safe Bus in Plymouth has dealt with 482 patients over 84 deployments, with only a 9% onward referral to ED.
In Plymouth the Safe Bus has been run on consistently on Saturday nights with additional deployments on night which are anticipated to be busy in the NTE, such as the world cup, freshers week, Halloween etc.
A night bus / safe space pilot has been running in Torquay since July 2023 to test the need and meet seasonal demand. During the first 6 nights (July 2023), the team had 41 medical and welfare contacts and the service avoided 11 ambulances and 17 attendances at ED.
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
24
two.2.14) Additional information
The Contract will be for an initial term of 2 years, with an option to extend for any period up to a further 12 months, at the sole discretion of the Commissioner. Services are scheduled to commence on 1st April 2024
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 November 2023
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.
Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.
The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 87 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations
six.4) Procedures for review
six.4.1) Review body
High Court in London
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.