Primary Care Mental Health Service.
Contract notice
Services
Section I: Contracting authority
NHS Ipswich and East Suffolk Clinical Commissioning Group
Paper Mill Lane
For the attention of: Jane Garnett
IP8 4DE Ipswich
UNITED KINGDOM
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: www.ipswichandeastsuffolkccg.nhs.uk
Address of the buyer profile: https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
The contracting authority is purchasing on behalf of other contracting authorities: yes
NHS West Suffolk Clinical Commissioning Group and Suffolk County Council
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: The contract will cover the NHS Ipswich and East Suffolk Clinical Commissioning Group and NHS West Suffolk Clinical Commissioning Group localities and all eligible individuals within that locality.
NUTS code UKH14
This new service will follow on from the Suffolk Wellbeing Service. The existing service is already an IAPT+ model with a strong focus on promoting wellbeing and has a strong and positive relationship with a range of third sector providers.
85000000
This new service will follow on from the Suffolk Wellbeing Service. The existing service is already an IAPT+ model with a strong focus on promoting wellbeing and has a strong and positive relationship with a range of third sector providers. Commissioners want to build on the solid foundation of the current service to develop a stepped care primary care mental health service whose core offer ensures that it meets NICE requirements and exceeds national IAPT targets. The service will provide evidence based interventions for those with mental health problems and with early symptoms and offer targeted support to address risk factors.
The local vision is a service that:
- Provides an all age pathway and has a strong family based approach.
- Exceeds national IAPT targets.
- Delivers evidence based interventions (including NICE guidance).
- Offers integrated physical and mental health pathways for people with long term conditions.
- Removes the gaps between primary and secondary care, enabling people to step down from secondary care earlier and reduce demand for referral to secondary care.
- Promotes recovery and community participation.
- Uses an education based approach to delivery.
- Is as accessible as general primary care, offering open access and local services.
- Works in partnership with a wide range of local services and resources that promote wellbeing.
- Provides training and development of the wider workforce in understanding mental health and offering early support to promote emotional wellbeing.
- Provides information and guidance using a range of communication methods.
The Primary Care Mental Health Service Contract will be for a period of five years with the potential for an extension of a further two year period; with an indicative value of GBP 8 000 000 and GBP 10 000 000 per annum; this indicative figure will be clarified further at the Invitation to Tender stage.
The Services to which this contract notice relate, fall within schedule 3 of the Public Contract Regulations 2015 (the #143;Regulations #143;), referred to as the ‘light touch regime’. Neither the inclusion of a Bidder Selection Stage nor the use of the term Invitation to Tender or Competitive Dialogue nor any other indication shall be taken to mean that the CCG intends to hold itself bound by any of the Regulations save those applicable to schedule 3 Services.
The CCGs are utilising an electronic tendering system to manage this procurement and all communication regarding tenders.
Hard copies of tender documents will not be issued and only communication received through the e-portal will be responded to. Please go to the following website to register and take part in this tender opportunity.
https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home
Estimated value excluding VAT:Range: between 40 000 000 and 50 000 000 GBP
Section III: Legal, economic, financial and technical information
Information and formalities necessary for evaluating if the requirements are met: Requirements are outlined within the Pre-Qualification Questionnaire documentation which is available on the following webpage: https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home
Minimum level(s) of standards possibly required: Requirements are outlined within the Pre-Qualification Questionnaire documentation which is available on the following webpage: https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home
Requirements are outlined within the Pre-Qualification Questionnaire documentation which is available on the following webpage: https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home
Minimum level(s) of standards possibly required:Requirements are outlined within the Pre-Qualification Questionnaire documentation which is available on the following webpage: https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Criteria are outlined within the Pre-Qualification Questionnaire documentation which is available on the following webpage: https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home
Section VI: Complementary information
If an appeal regarding the award of contract has not been successfully resolved The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.