CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
NHS Tower Hamlets Clinical Commissioning Group |
2nd Floor Alderney Building, Mile End Hospital, Bancroft Road |
London |
E1 4DG |
UK |
Tracey Orekoya |
+44 2036882482 |
tracey.orekoya@nelcsu.nhs.uk |
|
www.towerhamletsccg.nhs.uk
www.towerhamletsccg.nhs.uk
https://www.supplying2nhs.com
https://www.supplying2nhs.com
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityMental Health Accommodation ( Short - Term) Based Crisis Support Services. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract25 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKI |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Health and social work services. Health services. Miscellaneous health services. Residential health facilities services. Community health services. Tower Hamlets Clinical Commissioning Group is tendering for a Crisis House to provide short term accommodation based support for people aged 18 and over with mental health problems who are in crisis.
The service will be a key service within the crisis pathway in Tower Hamlets, providing an alternative to admission to hospital for clinically appropriate service users in the community, and support to service users being discharged early from hospital, either in the context of a planned step down from hospital, or in the context of social problems contributing towards a delay in discharge.
The service will work very closely with the existing crisis pathway, in particular the Tower Hamlets Home Treatment Team, but also with Community Mental Health Teams, the Department of Psychological Medicine at the Royal London Hospital, and inpatient services at the Tower Hamlets Centre for Mental Health.
The service will provide a minimum of 10 beds, circa 70% of which will be available for ‘crisis' admissions and circa 30% of which will be available for step down referrals from in-patient services. The service will be provided from suitable premises located in the London Borough of Tower Hamlets. The service will be open 24/7, 365 days a year.
The service will provide person-centred recovery-orientated support in a safe environment, with a range of evidence based psychosocial interventions available to service users. The workforce will be have appropriate skills, knowledge, and personal qualities to work effectively with people in crisis and potentially presenting with risk.
The service will be staffed and run in a manner which is sensitive to the diverse cultural needs of the population of Tower Hamlets.
There is a requirement for clinical services to be provided as part of the service. The provider will ensure that arrangements are in place to secure clinical support for patients and staff at the Crisis House from a suitably qualified provider.
Referrals should be taken from adults of working age resident in Tower Hamlets and should be sourced from a wide range of sources including GPs, secondary care and voluntary sector services. Referrals will be jointly coordinated and assessed by the provider and HTT and may involve other relevant clinical services.
The service will ensure that people over the age of 18 in mental health crisis get the support and services they need at the right time and in the right place, 24 hours a day, 7 days a week, 365 days a year where one or more of the following apply:
— Risk factors require urgent/immediate intensive intervention
— Current support needs significantly greater than those usually required by the service user to remain well within the community and usual residence
— Significant risk of deterioration with the risk of hospital admission if not addressed by referrals to short term accommodation and support
— A short term intensive period of treatment is needed to stabilise deteriorating mental health of a service user under the care of a recovery focused service.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeTower Hamlets Clinical Commissioning Group is tendering for a Crisis House to provide short term accommodation based support for people aged 18 and over with mental health problems who are in crisis.
The service will be a key service within the crisis pathway in Tower Hamlets, providing an alternative to admission to hospital for clinically appropriate service users in the community, and support to service users being discharged early from hospital, either in the context of a planned step down from hospital, or in the context of social problems contributing towards a delay in discharge.
The service will work very closely with the existing crisis pathway, in particular the Tower Hamlets Home Treatment Team, but also with Community Mental Health Teams, the Department of Psychological Medicine at the Royal London Hospital, and inpatient services at the Tower Hamlets Centre for Mental Health.
The service will provide a minimum of 10 beds, circa 70% of which will be available for ‘crisis' admissions and circa 30% of which will be available for step down referrals from in-patient services. The service will be provided from suitable premises located in the London Borough of Tower Hamlets. The service will be open 24/7, 365 days a year.
The service will provide person-centred recovery-orientated support in a safe environment, with a range of evidence based psychosocial interventions available to service users. The workforce will be have appropriate skills, knowledge, and personal qualities to work effectively with people in crisis and potentially presenting with risk.
The service will be staffed and run in a manner which is sensitive to the diverse cultural needs of the population of Tower Hamlets.
There is a requirement for clinical services to be provided as part of the service. The provider will ensure that arrangements are in place to secure clinical support for patients and staff at the Crisis House from a suitably qualified provider.
Referrals should be taken from adults of working age resident in Tower Hamlets and should be sourced from a wide range of sources including GPs, secondary care and voluntary sector services. Referrals will be jointly coordinated and assessed by the provider and HTT and may involve other relevant clinical services.
The service will ensure that people over the age of 18 in mental health crisis get the support and services they need at the right time and in the right place, 24 hours a day, 7 days a week, 365 days a year where one or more of the following apply:
— Risk factors require urgent/immediate intensive intervention
— Current support needs significantly greater than those usually required by the service user to remain well within the community and usual residence
— Significant risk of deterioration with the risk of hospital admission if not addressed by referrals to short term accommodation and support
— A short term intensive period of treatment is needed to stabilise deteriorating mental health of a service user under the care of a recovery focused service. |
|
670 000 GBP |
II.2.2)
|
OptionsEstimated Annual Contract Value up to GBP 670k maximum
The Contract will be for a term of 3 years, with the possibility of extending the term for a further 2 extensions for 12 months each subject to satisfactory performance and by mutual agreement with the Provider. |
|
Provisional timetable for recourse to these options24 |
|
Number of possible renewals2 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts60 |
II.3)
|
Duration of the contract or limit for completion36 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Not Applicable.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Not Applicable.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Not Applicable.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The NHS Standard Contract 2014/15 will be used for the procurement of this service.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
All this is included in the MOI and the online PQQ. You can access this documents by registering on to our e-tendering portal.
Link is https://www.supplying2nhs.com. Once registered, you will be able to access and view all the tender documents.
|
III.2.2)
|
Economic and financial capacity
(a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
All this is included in the MOI and the online PQQ. You can access this documents by registering on to our e-tendering portal.
Link is https://www.supplying2nhs.com. Once registered, you will be able to access and view all the tender documents.
All this is included in the MOI and the online PQQ. You can access this documents by registering on to our e-tendering portal.
Link is https://www.supplying2nhs.com. Once registered, you will be able to access and view all the tender documents.
|
III.2.3)
|
Technical capacity
All this is included in the MOI and the online PQQ. You can access this documents by registering on to our e-tendering portal.
Link is https://www.supplying2nhs.com. Once registered, you will be able to access and view all the tender documents.
All this is included in the MOI and the online PQQ. You can access this documents by registering on to our e-tendering portal.
Link is https://www.supplying2nhs.com. Once registered, you will be able to access and view all the tender documents.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? No |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate6 |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
NELCSU/WELC/TH/TO/2014/00002.
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 14-07-2014
13:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 1-9-2014
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published January 2020. |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Adverts have been placed on OJEU via Delta E-Sourcing and the Contracting Authority's e-tendering system Pro-Contract (https://www.supplying2nhs.com) to encourage responses from as wide a range of organisations as possible. Potential Applicants must register on https://www.supplying2nhs.com and express their interest.
Potential Applicants wishing to participate in the Contracting Authority procurement must submit an Expression of interest via the Pro-Contract e-tendering portal at https://www.supplying2nhs.com
Expression of interest is completed by the submission of a Pre-Qualification Questionnaire (PQQ).
The PQQ will be accessible to all bidders who express an interest for this tender via Pro-contract e-tendering portal (https://www.supplying2nhs.com). All potential bidders wishing to bid for the Mental Health Accommodation (Short Term) Based Crisis Support Service Scheme must respond to the PQQ before the deadline stated in the MOI document. The Contracting Authority reserves the right not to consider any submission received after the specified deadline.
The MOI provides details of the Procurement and should provide potential Applicants with sufficient information on the Procurement process to enable them to make an informed decision about whether they wish submit a PQQ.
A clarification question and answer process will operate during the PQQ stage and will be explained in the PQQ documentation.
The tender process will be conducted entirely via Pro-Contract and the tender documentations will be published on this portal. You will need to register onto https://www.supplying2nhs.com as a supplier and register an interest on this procurement scheme to access the MOI, PQQ, ITT and any other documentations published on the e-tendering portal. If you are already registered, you will not need to register again, simply use your existing username and password. EOI, PQQ and tenders must be submitted via the above e-tendering portal.
The Mental Health Accommodation (Short Term) Based Crisis Support Service as a health service is categorised as a Part B service to the Schedule of the Public Sector Regulations. For Part B services, there is no requirement to follow the formal publication requirements, however as best practice EU procurement principles will be followed in this procurement.
The PQQ provides some further information on the Procurement process, guidance on how to complete the PQQ and a series of questions for potential applicants to answer and details of the scoring methodology to be applied will also be included.
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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=102041867
GO Reference: GO-2014612-PRO-5736481
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Monitor |
House 133-155 Waterloo Road London |
|
SE1 8UG |
UK |
|
|
https://www.gov.uk/government/organisations/monitor |
|
|
|
Body responsible for mediation procedures
Monitor |
House 133-155 Waterloo Road London |
|
SE1 8UG |
|
|
|
https://www.gov.uk/government/organisations/monitor |
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Monitor |
House 133-155 Waterloo Road |
London |
|
UK |
|
|
https://www.gov.uk/government/organisations/monitor |
|
|
VI.5)
|
Dispatch date of this Notice 12-06-2014 |