Contract notice

Information

Published

Date of dispatch of this notice: 01/02/2019

Expire date: 08/03/2019

External Reference: 2019-505176

TED Reference: 2019/S 025-055779

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS Sandwell and West Birmingham CCG
Kingston House, 438-450 High Street
West Bromwich
B70 9LD
UK
Contact person: Richard Ward
Telephone: +44 11111111
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=26991&B=OGC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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

Primary Care Mental Health and Talking Therapy Service
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NHS Sandwell and West Birmingham CCG is undertaking a procurement for the provision of a Primary Mental Health & Talking Therapy Service (incorporating Improving Access to Psychological Therapies).
The contract duration will be 2 years (24 months) with an option to extend for a further 1 years (12 months).
II.1.5)

Estimated total value

Value excluding VAT: 9213707.00  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  -  Health services
II.2.4)

Description of the procurement

The aims and objectives of the service are:
• To provide a single gateway for all patients requiring treatment and tailored support for common mental health problems at a primary care level.
• To co-ordinate each person’s journey to recovery through the service by utilising a case management approach.
• To support the implementation of NICE guidelines, using evidence based psychological interventions, in the treatment of anxiety and depression.
• To offer a range of wider non-IAPT based interventions ensuring that both adapts and reflects the needs of a diverse population and compliments the delivery of statutory obligations in the delivery of psychological therapies.
• To offer a diverse range of interventions to include remote, face-to-face, group and guided self-help to ensure greater access and patient choice.
• Elements of the service delivering to people with LTC and/or MUS will be integrated into existing medical pathways and services.
• Services will be co-located with primary care, contingent on local network development.
• Provide individualised support to individuals who may have difficulty accessing the therapeutic elements of the service due to difficulties as a result of wider personal, social or clinical factors, that impact on their potential recovery.
• Provide a tailored service for pre and post-natal women who do not meet the threshold for specialist perinatal mental health services, but may be at an increased risk due to common mental health problems.
• In accordance with the key themes from co-design events the service will:
- provide direct access to a practitioner at the first point of contact.
- provide flexible access (including times) to services so not to exclude individuals in employment or with caring responsibilities.
- effectively assist people who feel they are in crisis and navigate any step up to more specialised services.
- acknowledge and support the role of carers and wider support networks
- link to wider community-based resources
- provide an early intervention to prevent the escalation of a problem.
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: 9213707.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
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

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:  All professional and/or trade registrations is specified within the tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
Minimum level(s) of standards possibly required:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
All technical capacity and its evaluation criteria are specified within the tender documentation.
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 the 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:  04/03/2019
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  04/03/2019
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

NHS Arden & GEM CSU is managing this Procurement in accordance with the Public Contracts Regulations 2015 (as amended) (the 'Regulations'). The Services being procured are Schedule 3 Services and NHS Arden & GEM CSU and the Commissioner it represents are bound only by those parts of the Regulations applying to the procurement of these services commonly referred to as the Light Touch Regime (LTR). Whilst the procurement process is being referred to as an Open Process, Schedule 3 of the Regulations provides the Commissioner with the flexibility to define its own process as long as it complies with the provisions of Regulations 74-76 (inclusive) of the Regulations. The commissioner may require that the provider and/or members of its supply chain provide guarantees, bonds or other instruments of appropriate security for the due and proper performance of its or their obligations, in such forms as may be required by the commissioner or otherwise prescribed for any such purpose. Please see published documentation for further details. The CCG/Commissioner reserves the right not to award the contract in whole or in part and/or to withdraw the procurement at any stage and that it shall not have any liability for any bid costs.
VI.4)

Procedures for review

VI.4.1)

Review body

NHS Arden & GEM CSU
West Bromwich
B70 9LD
UK

VI.4.2)

Body responsible for mediation procedures

NHS Arden & GEM CSU
West Bromwich
B70 9LD
UK

VI.4.4)

Service from which information about the review procedure may be obtained

NHS Arden & GEM CSU
West Bromwich
B70 9LD
UK