Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Derby and Derbyshire Clinical Commissioning Group
Cardinal Square, 10 Nottingham Road
Derby
DE13QT
UK
Contact person: Tom Greenwood
E-mail: thomas.Greenwood2@nhs.net
NUTS: UKF11
Internet address(es)
Main address: https://www.derbyandderbyshireccg.nhs.uk
Address of the buyer profile: https://www.ardengemcsu.nhs.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com
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
Request for Quotation - Derby Safe Haven
Reference number: 53583
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Derby & Derbyshire Clinical Commissioning Group (CCG) are seeking to commission a Derby Safe Haven service to be delivered across the population of Derby and Derbyshire. It should be noted that as of 01st July 2022 the CCG will cease to exist therefore any contract will novate over to the CCG successor body.
II.1.5) Estimated total value
Value excluding VAT:
600 000.00
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:
UKF1
II.2.4) Description of the procurement
NHS Derby & Derbyshire Clinical Commissioning Group (CCG) are seeking to commission a Derby Safe Haven service to be delivered across the population of Derby and Derbyshire. It should be noted that as of 01st July 2022 the CCG will cease to exist therefore any contract will novate over to the CCG successor body.
The overall aim of the Derby Safe Haven is to establish a safe, non-clinical environment whereby people with urgent mental health needs - who would otherwise require or seek support from Accident and Emergency secondary or acute mental health services - can receive support and de-escalation.
The service will be situated in Derby in a fixed and accessible location that maximises access across not only within Derby City, but for people across the rest of the Derbyshire footprint also.
The service contract is for 2 years with the option to extend for a further 12 months. It is recognised that the service and the system will need to learn and adapt to the dynamic needs of the population throughout the duration of the service, and collaborative working between provider and commissioners will be critical to success. The service will need to be operational by 01st November 2022.
Please note there is a financial threshold associated with this procurement. Any bids received exceeding £200,000 per annum over the term of the contract will be excluded from evaluation and disqualified from the process. No bids over £200,000 per annum will be accepted.
To access the Request for Quotation (RFQ) Document and Service Specification and express your interest in delivering this service please visit EU-Supply using the following link (https://uk.eu-supply.com/login.asp?) and select project 53583 - Request for Quotation - Derby Safe Haven. If you are interested in quoting for this requirement, please complete the Quotation response template contained within the Derby Safe Haven RFQ - Annex C, no later than 06th June 2022 at 12:00pm (midday) setting out how your organisation meets the criteria. No late submissions will be accepted.
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:
600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/11/2022
End:
31/10/2025
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:
As a result of this procurement exercise an agreement will be established with the successful Bidder for a period of 2 years with the Commissioner having the option to extend the Contract for up to a further 1 year.
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/06/2022
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:
06/06/2022
Local time: 12:01
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
Arden & GEM Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK
VI.4.2) Body responsible for mediation procedures
Arden & GEM Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK
VI.4.4) Service from which information about the review procedure may be obtained
Arden & GEM Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK
VI.5) Date of dispatch of this notice
20/05/2022