Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Rotherham NHS Foundation Trust
Moorgate Road
Rotherham
S60 2UD
UK
Contact person: Paul Ralston
E-mail: paul.ralston@nhs.net
NUTS: UKE31
Internet address(es)
Main address: https://www.therotherhamft.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/workingtogethernhs/aspx/home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/workingtogethernhs/aspx/home
Tenders or requests to participate must be sent to the abovementioned address
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
Intermediate Care — Nursing and Assessment
Reference number: TRFT 03056
II.1.2) Main CPV code
85140000
II.1.3) Type of contract
Services
II.1.4) Short description
The authority is looking to work with a capable provider who will work with provider partners as part of intermediate care community based services, to provide nursing and therapeutic input for individuals who require 24 hour supervision during their rehabilitation and reablement programme. The requirement is that the individual therapy programme will be formulated with the person, to achieve the following objectives:
— return home at the earliest opportunity, and/or
— increase or maintain independence, choice and control and/or,
— Instigate planned treatment and care to manage deterioration in health and well-being.
II.1.5) Estimated total value
Value excluding VAT:
2 100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85144100
II.2.3) Place of performance
NUTS code:
UKE31
Main site or place of performance:
Rotherham.
II.2.4) Description of the procurement
The services to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the 'Regulations'). As such, the procurement of the services is being run as a bespoke, single stage application process akin to the open procedure, involving a number of stages which are outlined within the suite of procurement documents. The authority does not intend to hold itself bound by any of the regulations, save those applicable to Schedule 3 services. This procurement is being voluntarily undertaken as a light touch regime procurement. The Trust is adopting a fair and transparent process to enable prospective suppliers to provide a written submission using the documentation included in the tendering portal identified in this advert. We are conducting a single stage where all potential bidders will be assessed against the criteria included in the tender documentation. It is the intention of the Authority to award a contract to a single provider where they can demonstrate the capacity to meet all of our requirements. If it is not possible to award a single contract to a single provider the authority reserves the right to award a contract to multiple providers offering to ensure the capacity required is met.
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:
2 100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Option of 1 x 12-month renewal subject to satisfactory provision of services and the development of the Rotherham place plan during 2020.
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
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
CQC registration of each premises to be used is a requirement.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/09/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
13/09/2019
Local time: 12:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The services to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the 'Regulations'). As such, the procurement of the services is being run as a bespoke, single stage application process akin to the open procedure, involving a number of stages which are outlined within the suite of procurement documents. The authority does not intend to hold itself bound by any of the regulations, save those applicable to Schedule 3 services. The initial contract period is for 12 months and it is estimated that start date will be the 18.11.2019 to the 17.11.2020. We have included a potential option to extend for an additional 12 months meaning a potential final end date of 17.11.2021. The value of the contract is estimated to be 936 000 GBP per annum based on a set market rate of a weekly bed cost.
VI.4) Procedures for review
VI.4.1) Review body
The Rotherham NHS Foundation Trust
Moorgate Road
Rotherham
S60 2UD
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
09/08/2019