Tender

Acute high dependency and PICU, In area acute beds, and specialist placement beds

  • Norfolk and Suffolk NHS Foundation Trust

F02: Contract notice

Notice identifier: 2023/S 000-036197

Procurement identifier (OCID): ocds-h6vhtk-03ec98

Published 8 December 2023, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Norfolk and Suffolk NHS Foundation Trust

Hellesdon Hospital, Drayton High Road

Norwich

NR6 5BE

Email

steven.worley@nchc.nhs.uk

Telephone

+44 1603785866

Country

United Kingdom

Region code

UKH1 - East Anglia

Internet address(es)

Main address

https://www.nsft.nhs.uk/

Buyer's address

www.norfolkcommunityhealthandcare.nhs.uk

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./QJ5E54H7ED

Additional information can be obtained from the above-mentioned address

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

Acute high dependency and PICU, In area acute beds, and specialist placement beds

Reference number

NSFT/BEDS2023

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Norfolk and Suffolk NHS Foundation Trust (NSFT) wishes to create a bespoke, specialist framework for Acute high dependency and PICU, In area acute beds, and specialist placement beds.

The framework seeks suppliers that are able to provide additional capacity with the intent to appoint one, or multiple, qualified and capable suppliers to a new framework agreement. The aims of these services is to provide high quality, holistic care for service users in the most acute and vulnerable state of their illness. This will be provided in collaboration with service users, carers, and statutory and non-statutory organisations to ensure that any admissions and inpatient episodes are timely and appropriate. These services are to made available 24 hours a day, 7 days a week, all year round.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

One, multiple, or all lots

two.2) Description

two.2.1) Title

Acute High Dependency and PICU

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

East Anglia

two.2.4) Description of the procurement

A service for those who present with an acute mental illness and who cannot be treated in their own homes or in community settings and will have been assessed as at significant risk of an event happening to themselves or others. Often requiring continuous assessment over a 24-hour period. The decision to admit a service user will be made by the provider referred to. The service user may have been assessed under the Mental Health Act (1983) or be admitted voluntarily.

• This service is for adult service users from 18 with an age limit as per each identified Provider unit

• Individuals with a learning disability need where the primary identified need.

• Individuals with a dual diagnosis will be admitted if their presenting Primary issue is their mental state and a medical detoxification programme is no indicated as an initial stage of treatment

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/QJ5E54H7ED

two.2) Description

two.2.1) Title

In Area Acute

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

East Anglia

two.2.4) Description of the procurement

A service for those who present with an acute mental illness and who cannot be treated in their own homes or in community settings and will have been assessed as at significant risk of an event happening to themselves or others. Often requiring continuous assessment over a 24-hour period. The decision to admit a service user will be made by the provider referred to. The service user may have been assessed under the Mental Health Act (1983) or be admitted voluntarily.

• This service is for adult service users from 18 with an age limit as per each identified Provider unit

• Individuals with a learning disability need where the primary identified need.

• Individuals with a dual diagnosis will be admitted if their presenting Primary issue is their mental state and a medical detoxification programme is no indicated as an initial stage of treatment

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

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

two.2) Description

two.2.1) Title

Specialist Placements

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

East Anglia

two.2.4) Description of the procurement

The aims of these services is to provide high quality, holistic care for service users when it has been identified that they have needs above and beyond commissioned services within NSFT. This will be provided in collaboration with service users, carers, statutory and non-statutory organisations, in order to ensure that any specialist placements are timely and appropriate. The key aims are to:

• Provide a variety of psychosocial, psychiatric and therapeutic activities, in line with NICE Guidelines relevant to the presenting need of the service user.

• Provide assessments, treatment and multidisciplinary care, in line with the identified needs.

• Ensure that service users are within the placement for the minimum time necessary, supporting the service user to maintain their links in the community where possible and practical

• Where relevant maintain or create links with primary care to ensure that the service user’s GP is updated on patient care at the time of assessment, admission, care plan review and any changes to care provided, where there is a significant change in a service user’s clinical presentation and/or risk and receives a discharge summary following discharge in line with NSFT’s discharge policy.

• The Provider will ensure that there is a collaborative approach to care planning with NSFT and other care providers including the service users support network as they identify.

• The Provider will operate within the legal frameworks.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

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 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

A list of entry requirements is listed in the tender pack.

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

A list of entry requirements is listed in the tender pack.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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: 2023/S 000-022530

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

Tender must be valid until: 2 February 2024

four.2.7) Conditions for opening of tenders

Date

5 January 2024

Local time

12:01pm


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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./QJ5E54H7ED" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Health-services./QJ5E54H7ED

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/QJ5E54H7ED" target="_blank">https://www.delta-esourcing.com/respond/QJ5E54H7ED

GO Reference: GO-2023128-PRO-24723253

six.4) Procedures for review

six.4.1) Review body

Norfolk Community Health and Care

Bowthorpe Road

Norwich

NR2 3TU

Telephone

+44 1603785866

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Norfolk Community Health and Care

Bowthorpe Road

Norwich

NR2 3TU

Telephone

+44 1603785866

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Norfolk Community Health and Care

Bowthorpe Road

Norwich

NR2 3TU

Telephone

+44 1603785866

Country

United Kingdom