Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  NHS South Yorkshire ICB
  722 Prince of Wales Road
  Sheffield
  S9 4EU
  UK
  
            E-mail: syicb.procurement@nhs.net
  
            NUTS: UKE3
  Internet address(es)
  
              Main address: https://www.southyorkshire.icb.nhs.uk
  
              Address of the buyer profile: https://www.southyorkshire.icb.nhs.uk
 
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned 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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
NHS South Yorkshire ICB  -Safe Space (Learning Disability / Autism) Service
II.1.2) Main CPV code
  85140000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  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.<br/><br/>The available budget is £775,000 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. <br/><br/>The Contract will be for a term of two years with the opportunity to extend for one year and a further one year subject to mutual agreement between the successful Bidder and the Authority. The maximum term of Contract is consequently 4 years.<br/><br/>To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.<br/><br/>Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:<br/><br/>Phone: 0800 9956035<br/><br/>E-mail: support-health@atamis.co.uk
  II.1.5) Estimated total value
  Value excluding VAT: 
			3 100 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.3) Place of performance
    NUTS code:
    UKE3
    II.2.4) Description of the procurement
    The Service aims to:<br/>•	provide a 24/7 safe space for a maximum of three Service Users facing mental, emotional, or behavioural crises, where enhanced community support hasn't been effective working in a trauma informed way;<br/>•	offer enhanced support to stabilise and de-escalate the crisis and reassess needs rapidly;<br/>•	help individuals find sustainable solutions to avoid mental health detainment and hospital admission;<br/>•	promote independence, self-care, and social routines in the community (e.g., education, employment, leisure);<br/>•	facilitate ongoing support from family/Carers and community health providers during their stay; and<br/>•	support a return to home within a short period.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			3 100 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        No
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              31/05/2024
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.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)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              31/05/2024
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.4) Procedures for review
  VI.4.1) Review body
  
    Centre for Effective Dispute Resolution
    70 Fleet Street
    London
    EC4Y 1EU
    UK
    
            E-mail: info@cedr.com
   
 
VI.5) Date of dispatch of this notice
29/04/2024