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: 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
Provision of Social, Emotional and Mental Health (SEMH) Cluster Based Support Services
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The purpose of the service is to provide an early intervention therapeutic service for children and young people in the city with social, emotional and mental health needs.
In Leeds, the cluster partnerships offer flexible support for a whole range of family and life circumstance and issues. A multi professional conversation at the cluster support and guidance meeting determines the support for families in their area and children attending their schools.
The objectives for the selected providers are to provide qualified mental health practitioners (up to Band 6) who will deliver a free at the point of use early intervention, short term support to children and young people through and co located with the cluster model of intervention.
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
A core offer in every cluster consists of:
— 1:1 work (Around 6-8 sessions are (up to a maximum of 12 sessions where required),
— staff consultation,
— provide the mental health element of a holistic and integrated approach to assessment and support linked with cluster team that may include capacity to undertake family support work around parenting functioning and relationships.
Depending on local need and decision making, to be negotiated locally, an additional offer of:
— Group work with children and young people on relevant, local topics,
— to provide up to 3 consultation sessions with parents and young people at the beginning of the therapeutic short-term intervention (6-12 sessions).
The contract intended to be offered to any qualified providers at the end of this procurement will be for a duration of 3 years, which is intended to run from 1.9.2020 until 31.8.2023 with the option to extend for up to 2 years, subject to review and agreement between the commissioner and service provider.
As advertised, the anticipated, maximum total contract value for the SEMH services across all the partnership clusters in year 1 will be 800 000 GBP.
In 2018/19 across the cluster partnerships 5 428 referrals were recorded. Within this approximately 1 133 can be identified as those requiring support from commissioned SEMH providers.
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:
01/09/2020
End:
31/08/2023
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for up to 2 years, subject to review and agreement between the commissioner and service provider.
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
II.2.14) Additional information
The services to which this procurement relates falls 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 does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.
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:
The provider organisation must be an accredited service or organisational members of the British Association for Counselling and Psychotherapy (BACP), Health Care and Professionals Council (HCPC), BABCP (British Association for Behavioural and Cognitive Psychotherapies) or other relevant body.
Staff provided must also be mental health practitioners who are accredited members of the relevant organisation.
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/01/2020
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
Tender must be valid until:
01/09/2020
IV.2.7) Conditions for opening of tenders
Date:
31/01/2020
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
17/12/2019