Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South London and Maudsley NHS Foundation Trust
Bethlem Royal Hospital
Beckenham
BR3 3BX
UK
Contact person: Bill Martin
Telephone: +44 7906583756
E-mail: bill.martin@gstt.nhs.uk
NUTS: UKI
Internet address(es)
Main address: https://www.slam.nhs.uk
Address of the buyer profile: https://www.health-family.force.com/s/Welcome
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
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Integrated Community Rehabilitation Service
Reference number: ST23-P083
II.1.2) Main CPV code
85312500
II.1.3) Type of contract
Services
II.1.4) Short description
A key objective of the Complex Care Programme (CCP) is to provide outstanding care for people with complex mental health needs as close to home as possible. <br/><br/>To deliver this, the South London Mental Health & Community Partnership wish to commission three integrated community mental health rehabilitation services. These services will form an integrated partnership between clinicians and the voluntary sector and offer specialist rehabilitation intervention. <br/><br/>These services will enable people to receive a community-based offer and avoid admission into a rehabilitation unit. It will also strengthen the level of care and support for service users requiring rehabilitation after their discharge from hospital and will mean they have lower levels of need when they step down into supported living. <br/><br/>This will release NHS inpatient rehabilitation capacity to transition additional service users more quickly from adult acute wards. <br/><br/>1.1. What is being Commissioned<br/>3 integrated clinical / VCS community rehabilitation services with a minimum of 14 units per service, totalling 42 units, with the aim of supporting 54 people per annum. 1 service in each Mental Health Trust footprint. The lots are:<br/><br/>South West London and St George’s NHS Foundation Trust<br/>Lot 2 – South London and Maudsley NHS Foundation Trust<br/>Lot 3 – Oxleas NHS Foundation Trust
II.1.5) Estimated total value
Value excluding VAT:
14 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
85140000
85323000
85312500
85144100
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
A key objective of the Complex Care Programme (CCP) is to provide outstanding care for people with complex mental health needs as close to home as possible. <br/><br/>To deliver this, the South London Mental Health & Community Partnership wish to commission three integrated community mental health rehabilitation services. These services will form an integrated partnership between clinicians and the voluntary sector and offer specialist rehabilitation intervention. <br/><br/>These services will enable people to receive a community-based offer and avoid admission into a rehabilitation unit. It will also strengthen the level of care and support for service users requiring rehabilitation after their discharge from hospital and will mean they have lower levels of need when they step down into supported living. <br/><br/>This will release NHS inpatient rehabilitation capacity to transition additional service users more quickly from adult acute wards. <br/><br/>1.1. What is being Commissioned<br/>3 integrated clinical / VCS community rehabilitation services with a minimum of 14 units per service, totalling 42 units, with the aim of supporting 54 people per annum. 1 service in each Mental Health Trust footprint. The lots are:<br/><br/>Lot 1 – South West London and St George’s NHS Foundation Trust<br/>Lot 2 – South London and Maudsley NHS Foundation Trust<br/>Lot 3 – Oxleas NHS Foundation Trust
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
14 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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:
Yes
Description of options:
Lot 1 – South West London and St George’s NHS Foundation Trust<br/>Lot 2 – South London and Maudsley NHS Foundation Trust<br/>Lot 3 – Oxleas NHS Foundation Trust
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
Please note this requirement is being run under the Light Touch Regime of the Public Contracts Regulations 2015
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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:
04/10/2023
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/08/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Please note this requirement is being run under the Light Touch Regime of the Public Contracts Regulations 2015
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
London
London
UK
Internet address(es)
URL: https://www.justice.gov.uk
VI.5) Date of dispatch of this notice
16/08/2023