Section one: Contracting authority
one.1) Name and addresses
NHS South Yorkshire ICB
722 Prince of Wales Road
Sheffield
S9 4EU
Country
United Kingdom
Region code
UKE3 - South Yorkshire
Internet address(es)
Main address
https://www.southyorkshire.icb.nhs.uk
Buyer's address
https://www.southyorkshire.icb.nhs.uk
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
NHS South Yorkshire ICB : Safe Space Learning Disability/ Autism Service
Reference number
SYICB/SHEFF/TS/23/112
two.1.2) Main CPV code
- 85140000 - Miscellaneous health services
two.1.3) Type of contract
Services
two.1.4) Short description
The main objective of the Service is to reduce reliance on inpatient care for people who have a learning disability and/or autism, to contribute to the national aim that by March 2024 no more than 30 adults per million will require an inpatient setting at any one time. The Service will support delivery of this objective by:
• improving the quality of care for the individuals who will be supported in the right place by appropriately skilled and experienced staff in the least restrictive environment; and
• improving the quality of life for individuals by ensuring that they remain in their own communities close to their families.
The available budget is £800,800 per annum. This figure includes all aspects of the service to be delivered, any bidder including caveats to this service may be considered as submitting a non-compliant bid.
The Contract will be for a term of two years with the opportunity to extend for a further two years subject to mutual agreement between the successful Bidder and the Authority. The maximum term of Contract is consequently four years.
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
two.1.5) Estimated total value
Value excluding VAT: £3,203,200
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE3 - South Yorkshire
Main site or place of performance
South Yorkshire
two.2.4) Description of the procurement
The Service will offer crisis intervention accommodation and support within the Crisis Support Pathway for individuals with learning disabilities and/or autism. It supports admission avoidance by providing up to 12 weeks of supervision and support in a self-contained, risk-reduced environment for those not requiring acute hospital admission.
The Service aims to:
• provide a 24/7 safe space for a maximum of four Service Users facing mental, emotional, or behavioural crises, where enhanced community support hasn't been effective working in a trauma informed way;
• offer enhanced support to stabilise and de-escalate the crisis and reassess needs rapidly;
• help individuals find sustainable solutions to avoid mental health detainment and hospital admission;
• promote independence, self-care, and social routines in the community (e.g., education, employment, leisure);
• facilitate ongoing support from family/Carers and community health providers during their stay; and
• support a return to home within a short period.
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: £3,203,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 January 2024
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
5 January 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Improvement
Wellington House, 133-155 Waterloo Rd
London
SE1 8UG
Country
United Kingdom