Opportunity

Provision of Memory Support Workers – Older People Service

  • Leeds and York Partnership NHS Foundation Trust

F02: Contract notice

Notice reference: 2021/S 000-031650

Published 17 December 2021, 3:57pm



The closing date and time has been changed to:

28 January 2022 - no time specified

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Leeds and York Partnership NHS Foundation Trust

2150 Century Way, Thorpe Park 

Leeds

LS15 8ZB

Email

procurement@noecpc.nhs.uk

Country

United Kingdom

NUTS code

UKE42 - Leeds

Internet address(es)

Main address

https://www.leedsandyorkpft.nhs.uk

Buyer's address

https://www.leedsandyorkpft.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://health.atamis.co.uk

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

Provision of Memory Support Workers – Older People Service

Reference number

NOEJ.0567

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is for the award of a contract to a sole supplier for the provision of Memory Support Workers.

The Memory Support Worker Team is intended to support people living with dementia, families and carers. It is designed to enable people to access support in a timely way, to help people live with dementia, and to reduce and delay the onset of more complex needs.

This service will work with people who are resident within the Leeds local authority boundary. It will also work with people who have a Leeds GP, which will mean that sometimes people will need to be linked up with provision across borders, e.g., Menston and Bradford. Similarly, if a carer lives in a different local authority they will be signposted to their local carer support services.

Full details of the Authority's requirements are set out in Schedule A-Tender Specification within the Tender Documentation.

two.1.5) Estimated total value

Value excluding VAT: £732,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is for the award of a contract to a sole supplier for the provision of Memory Support Workers.

The Memory Support Worker Team is intended to support people living with dementia, families and carers. It is designed to enable people to access support in a timely way, to help people live with dementia, and to reduce and delay the onset of more complex needs.

This service will work with people who are resident within the Leeds local authority boundary. It will also work with people who have a Leeds GP, which will mean that sometimes people will need to be linked up with provision across borders, e.g., Menston and Bradford. Similarly, if a carer lives in a different local authority they will be signposted to their local carer support services.

Full details of the Authority's requirements are set out in Schedule A-Tender Specification within the Tender Documentation.

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: £732,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

1 x 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login

For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk


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

See SQ/ITT

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See SQ/ITT


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

Originally published as:

Date

21 January 2022

Local time

12:00pm

Changed to:

Date

28 January 2022

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 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.4) Procedures for review

six.4.1) Review body

Leeds and York Partnership NHS Foundation Trust

2150 Century Way

Leeds

LS15 8ZB

Email

procurement@noecpc.nhs.uk

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk

six.4.2) Body responsible for mediation procedures

Leeds and York Partnership NHS Foundation Trust

2150 Century Way, Thorpe Park 

Leeds

LS15 8ZB

Country

United Kingdom

Internet address

https://www.leedsandyorkpft.nhs.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

LYPFT will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.

Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

Bidders should note that the LYPFT retain absolute discretion as to whether to accept any offer following evaluation. The LYPFT is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The LYPFT shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.