Section one: Contracting authority
one.1) Name and addresses
Kent and Medway NHS and Social Care Partnership Trust
Unit D, New Hythe Business Park, Magnitude House, New Hythe Lane
Aylesford
ME20 6WT
Contact
Procurement Team
Country
United Kingdom
NUTS code
UKJ44 - East Kent
Internet address(es)
Main address
Buyer's address
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
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
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
KMPT Psychiatric Intensive Care Unit (PICU) Bed Provision
two.1.2) Main CPV code
- 85111500 - Psychiatric hospital services
two.1.3) Type of contract
Services
two.1.4) Short description
Kent and Medway NHS and Social Care Partnership Trust (KMPT) is inviting tenders for the provision of Psychiatric Intensive Care Unit (PICU) beds to meet the identified needs for the population in the Kent and Medway area. The Trust estimates that the total contract value p.a. may range from £1.3 million to £2 million; however, this is an estimation only, and the actual value will be subject to demand.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85112000 - Hospital support services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Kent and Medway
two.2.4) Description of the procurement
Kent and Medway NHS and Social Care Partnership Trust (KMPT) is inviting tenders for the provision of Psychiatric Intensive Care Unit (PICU) beds to meet the identified needs for the population in the Kent and Medway area.
Data shows that KMPT has a need to provide for up to 7 female PICU beds at any one time; for patients who meet the core napicu criteria. This includes:
• 5 Female PICU Block Booked Beds - required 365 days per year
• 2 On-Demand Female PICU beds – required on an ad hoc basis
On occasion the Trust may also require Acute beds to assist the Trust with peak demand during winter pressure or for example when Ward refurbishment takes place.
The Commencement Date for the delivery of the services is scheduled to be on 1st April 2023 at 00:00 hours. The Contract will be awarded for a period of 2 years until 31st March 2025, with an option to extend for a further period/s of up to 2-years subject to performance and the absolute discretion of the Trust.
The Trust is procuring this contract following the Light Touch Procedure under the UK Public Contract Regulations 2015 and the Trust’s Standing Financial Instructions. The Trust will be awarding one Contract for the provision of all services detailed in the Specification. The Trust will be utilising the NHS Standard Terms & Conditions for Services Contract.
The Trust is seeking to contract with an organisation that will manage the Services to the highest levels of satisfaction, professional standards and cost effectiveness.
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The Contract will be awarded for a period of 2 years until 31st March 2025, with an option to extend for a further period/s of up to 2 years subject to performance and the absolute discretion of the Trust.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2023
Local time
12:00pm
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
16 January 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The value provided in Section II.1.5) represents the Trust's estimate of the total value of the contract opportunity over the entire contract period including any possible extensions (4 years). The Information for Bidders document contains the mandatory selection criteria which must be met by the potential candidates. All tenders must be submitted through the Health Family Single eCommercial System, details of which can be found at https://health-family.force.com/s/Welcome. The Trust expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; ii. to make whatever changes it may see fit to the content and structure of the requirements during the tender phase ; and in no circumstances will be liable for any costs incurred by the candidates. Further information about the contract opportunity can be found in the Information for Bidders document which will be made available via the portal to bidders registering their interest in this procurement.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
royalcourtsofjustice.jc@gov.uk
Country
United Kingdom