By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Primary Care Mental Health Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities

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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Primary Care Mental Health Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Ipswich and East Suffolk and West Suffolk CCGs will be working with Suffolk County Council to commission a primary care mental health service, to start in July 2016.
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.
II.1.6)Common procurement vocabulary (CPV)

85000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Ipswich and East Suffolk and West Suffolk CCGs are working with Suffolk County Council to commission a primary care mental health service, to start in July 2016. This service will provide evidence based interventions for people with common mental health problems such as anxiety and depression.
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
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Participants will be advised if this is necessary during the procurement.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Participants will be advised if this is necessary during the procurement.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability

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

III.2.3)Technical capacity
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

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate

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

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
WSCCG - 00000018
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
29.7.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
NHS Ipswich and East Suffolk Clinical Commissioning Group incorporates a minimum 10 calendar day standstill period from the point at which information on the award of contract is communicated to the tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.
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.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.6.2015

Other interesting websites