Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Wales Shared Services Partnership
Procurement Services, Cardiff and Vale University Local Health Board, Woodlands House, 2nd Floor, Maes-Y-Coed Road
Cardiff
CF14 4HH
UK
Telephone: +44 02921836450
E-mail: emma.lane@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
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
CAMHS Clinical Assessments and Interventions via a digital platform
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Wales Shared Services Partnership wish to inform the market that they have awarded a contract for CAMHS Clinical Assessments and Interventions via a digital platform
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The Health Board have additional funding to deliver short term increased capacity this financial year to improve the timely access to care for young people suffering with mental health difficulties.
The Health Board require a supplier who can meet the below service criteria whilst delivering 970 mental health assessments in line with the requirements of the Mental Health Measure (2010) – across Primary Mental Health and Specialist CAMHS Services (Tier 2 & Tier 3) and 4430 multi-modal (CBT / Systemic Family Therapy / IPT based), goal and outcome focused interventions for both Primary Mental Health and Specialist CAMHS.
- Clinically led, delivered through an appropriate digital clinical platform
- Staffed by appropriately qualified clinicians who adhere to recognised professional body standards with an appropriate level of practical experience. Staff must hold safeguarding level 3 certification and an enhanced DBS check
- Meet the standards of the current clinical evidence base for interventions as outlined in NICE Guidance
- Allow for flexible access to intervention between 8am – 9pm, 7 days per week
- Have a fully secure platform that allows:
i) Referrals to be easily shared
ii) Service user monitoring metrics including sessions delivered, DNAs etc.
iii) Allow for clinical session information to be shared / downloaded for recording in the Health Board EPR
iv) Ability to produce real time performance reports such as number of interventions completed, safeguarding or risk incidence, achievement of outcomes
v) Collation of information on patient experience.
- Comply with relevant ISO accreditation standards
- Be able to adhere to local policies and procedures, particularly in relation to safeguarding
- Mirror the core services in the management of DNAs and communication of these
- Have a timely onboarding and account activation process, that is completed within 7 days of receipt of the referral
- Have a clear clinical supervision model in place within an appropriate governance
II.2.5) Award criteria
Quality criterion: Qualitative
/ Weighting: 50
Cost criterion: Financial
/ Weighting: 50
II.2.11) Information about options
Options:
Yes
Description of options:
The Health Board may have further funding in the next financial year and therefore, an option to extend at the sole discretion of the Health Board is being included for delivery of assessments and interventions up to the value within this notice.
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
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
As detailed in the VEAT notice.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-028432
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/12/2021
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Healios Limited
Unit 2 Viceroy House, Mountbatten Business Centre, Millbrook Road East
Southampton
SO151HY
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:117006)
VI.4) Procedures for review
VI.4.1) Review body
Cardiff Crown Court
Cardiff
UK
Internet address(es)
URL: http://www.procurement.wales.nhs.uk
VI.5) Date of dispatch of this notice
21/12/2021