Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Leeds CCG
15F
Suites 2 - 4 WIRA House
Leeds
LS16 6EB
UK
E-mail: leedsccg.procurement@nhs.net
NUTS: UKE42
Internet address(es)
Main address: https://www.leedsccg.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://nhssourcing.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://nhssourcing.co.uk
Tenders or requests to participate must be sent 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
Young Person's Social Emotional and Mental Health Service
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Leeds CCG is inviting tenders for a Young Person's Social Emotional and Mental Health service. There is a need for the provision of social emotional mental health services that address the specific needs of adolescents and young adults.
II.1.5) Estimated total value
Value excluding VAT:
2 250 505.00
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:
UKE42
II.2.4) Description of the procurement
NHS Leeds CCG is inviting tenders for a Young Person's Social Emotional and Mental Health service. There is a need for the provision of social emotional mental health services that address the specific needs of adolescents and young adults. It is widely accepted that particular groups within this age range do not engage well with statutory mental health services (and that often these are the most vulnerable young people) and also require services that are accessible in terms of the location, the environment and the approach used.
The provider must (as a minimum) have access to a venue, which is within close proximity of the city centre. Ideally the provider will also have access to satellite sites which will better enable young people to access services independently and enable sustainable exit planning into their local community. Access to services must be appropriate to age, i.e. outside formal learning hours where young people are of statutory school age. The environment will be informal and non-stigmatising, and staff must be experienced in working with this age range (11- 17 year olds up to 25 years old in the case of disability or learning disability or if they are a care leaver). The provider must be able to offer a range of social emotional mental health services in order to supplement those provided by statutory services. There must also be scope for negotiated referral to statutory services.
Future in Mind (2015) considered the ways to make it easier for children, young people, parents and carers to access help and support when needed. It also looked at improving how children and young people’s mental health services are provided, commissioned and organised. The themes bring together the core principles and requirements which are considered to be important to ensuring there is a system which properly supports the emotional wellbeing and mental health of children and young people.
Full details of the Service are provided within the Service Specification (see ‘Service Specification Contract and other Relevant Information’ within ITT Document 2), providing some helpful supplementary information about the commissioning intentions of the Contracting Authority.
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). As such, the procurement of the Services is being run as a bespoke, single-stage application process akin to the Open Procedure. NHS Leeds CCG does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 services. This opportunity is also being advertised on Contracts Finder.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/07/2019
End:
30/06/2022
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by up to a further 2 years
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:
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 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:
24/01/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/01/2019
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
06/12/2018