Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Social, Emotional and Mental Health (SEMH) Cluster Based Support Services

  • First published: 19 December 2019
  • Last modified: 19 December 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Leeds CCG
Authority ID:
AA71098
Publication date:
19 December 2019
Deadline date:
31 January 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
leedsccg.procurement@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.