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 Mental Health and Wellbeing Workers within General Practices

  • First published: 11 February 2020
  • Last modified: 11 February 2020

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:
Tayside Procurement Consortium
Authority ID:
AA20930
Publication date:
11 February 2020
Deadline date:
12 March 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Angus health and social care partnership area

Dundee Health and Social Care Partnership and Perth and Kinross Health and Social Care Partnership will also be able to utilise the Framework. It should however be noted that the Dundee HSCP and Perth and Kinross HSCP may call off from the framework, via mini-competition exercise.

For the initial competition exercise which is carried out for the Angus HSCP — there will be a maximum of 2 suitably experienced and qualified providers appointed to manage the service (covering all 4 clusters).

TUPE may apply (interim service is currently delivered by Penumbra).

From the specification of requirement:

Background: peer support can be defined as the help and support that people with lived experience of poor mental health and wellbeing can provide for other’s struggling to manage their mental health and wellbeing, built on shared personal experience and empathy. Peer support can be social, emotional or practical support. Peer support focuses on an individual’s strengths and works towards the individual’s wellbeing and recovery. Peer supporters can offer a safe space and utilise strategies and tools to support others to manage their mental health and wellbeing. Peer support can bridge the link between patients and health professional and encourage individuals to seek out clinical and community resources when it is appropriate.

Peer worker key attributes

Essential

— experience of being in a supportive and enabling role,

— personal experience of recovery from mental health problems.

Desirable

— experience working with a person-centred approach,

— experience of working in the mental health field.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Contact person: Julie Thompson

Telephone: +44 1382834024

E-mail: julie.thompson@dundeecity.gov.uk

NUTS: UKM7

Internet address(es)

Main address: http://www.taysideprocurement.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Mental Health and Wellbeing Workers within General Practices

Reference number: TPC/PSUPPMH/20/07

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Mental health peer workers in GP surgeries employed by the successful service provider will provide a sustainable model of peer support at practice or cluster level.

A multi-supplier framework will be established to ensure service coverage at all times.

A multi-provider supply framework will be established to meet the Angus Health and Social Care Partnership’s (AHSCP) requirements. Dundee Health and Social Care Partnership and Perth and Kinross Health and Social Care Partnership may also utilise the framework.

II.1.5) Estimated total value

Value excluding VAT: 4 425 692.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus initially, but potentially across Tayside.

II.2.4) Description of the procurement

Angus health and social care partnership area

Dundee Health and Social Care Partnership and Perth and Kinross Health and Social Care Partnership will also be able to utilise the Framework. It should however be noted that the Dundee HSCP and Perth and Kinross HSCP may call off from the framework, via mini-competition exercise.

For the initial competition exercise which is carried out for the Angus HSCP — there will be a maximum of 2 suitably experienced and qualified providers appointed to manage the service (covering all 4 clusters).

TUPE may apply (interim service is currently delivered by Penumbra).

From the specification of requirement:

Background: peer support can be defined as the help and support that people with lived experience of poor mental health and wellbeing can provide for other’s struggling to manage their mental health and wellbeing, built on shared personal experience and empathy. Peer support can be social, emotional or practical support. Peer support focuses on an individual’s strengths and works towards the individual’s wellbeing and recovery. Peer supporters can offer a safe space and utilise strategies and tools to support others to manage their mental health and wellbeing. Peer support can bridge the link between patients and health professional and encourage individuals to seek out clinical and community resources when it is appropriate.

Peer worker key attributes

Essential

— experience of being in a supportive and enabling role,

— personal experience of recovery from mental health problems.

Desirable

— experience working with a person-centred approach,

— experience of working in the mental health field.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service delivery (service delivery model) / Weighting: 30

Quality criterion: Individual outcomes / Weighting: 25

Quality criterion: Leadership and management and staffing / Weighting: 10

Quality criterion: Leadership and management and staff training / Weighting: 10

Quality criterion: Quality assurance/performance measurement / Weighting: 20

Quality criterion: Community benefits / Weighting: 5

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

After the initial 36 months, there will be option to extend for 12 months.

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

Price/quality split is 30:70

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Tenderers will be required to provide/state the value(s) for the following financial ratio(s):

(i) candidates must demonstrate an average annual turnover of no less than the threshold stated below when considered over the 3 full years’ data which will be available from the 2 years’ audited accounts provided. Candidates should note that unaudited current financial year information will only be taken into account for this purpose if:

— we are satisfied as to its reliability; and

— it relates to a full 12 month period.

For the purposes of this criteria (i) the annual turnover threshold will be 600 000 GBP.

(ii) candidates must also demonstrate that they have revenue reserves at the close of their most recent audited accounts of no less than 10 per cent of the average annual turnover calculated over the same 3 year period as is referred to in criteria (i) above subject to a maximum requirement (i.e. the upper revenue reserves value limit beyond which the stated percentage will not apply) of 1 000 000 GBP;

(iii) unqualified audit report (if an audit is required);

(iv) parent company guarantee — with reference to criteria (i) and (ii) above, the purchaser reserves the right in its sole discretion to waive these minimum requirements in the case of candidates who are able to offer the purchaser adequate substitute surety to our entire satisfaction. By way of example only (but without limitation), adequate substitute surety may be an unqualified guarantee for the performance of the bidder’s entire obligations under the contract to follow on this process by a parent or associated company established in the UK and which parent or associated company does meet the minimum requirements set out in these criteria. The parent company will be required to satisfy the same criteria detailed above.

New businesses: Please see tender documentation for full details.


Minimum level(s) of standards required:

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer's liability: 10 000 000 GBP each and every claim;

Public liability: 5 000 000 GBP each and every claim;

Professional indemnity (if tenderer’s Insurers have assessed that this is necessary): 250 000 GBP, in the aggregate vehicle insurance (provider motor vehicles. Provider responsible to ensuring that motor insurance if staff or volunteers who use their own vehicles have business use insurance covered. If carrying service users includes, includes business use and personal accident cover for passengers.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

From the specification of requirement

ESPD 4C.1.2

Experience of delivering a similar service or related (peer support service)

Background: Peer support can be defined as the help and support that people with lived experience of poor mental health and wellbeing can provide for other’s struggling to manage their mental health and wellbeing, built on shared personal experience and empathy. Peer support can be social, emotional or practical support. Peer support focuses on an individual’s strengths and works towards the individual’s wellbeing and recovery. Peer supporters can offer a safe space and utilise strategies and tools to support others to manage their mental health and wellbeing. Peer support can bridge the link between patients and health professional and encourage individuals to seek out clinical and community resources when it is appropriate.


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Care Inspectorate registration/inspection gradings:

Where the service is required by the care inspectorate to be registered:

The tenderer must evidence their application to the care inspectorate for the registration of the proposed service to be considered/to get a place on the framework. The successful (top scoring provider) must have the necessary registration is in place to be considered for any contract award (it will be a condition of contract award).

If the tenderer does not have an inspection grade of 3 at the time of tendering, they will be given an opportunity to improve this grade through a robust improvement plan agreed with the care inspectorate and the purchaser. Following implementation of the improvement plan or re-attainment of at least grade 3, they will be considered for admission to the framework.

If the tenderer does not have an inspection grade at the time of tendering/framework call off, the tender evaluation panel will treat the Tenderer as if they have the necessary grade.

Where an organisation is responsible for multiple services with multiple registrations across Scotland, the grades awarded to the service which will be operating in the purchaser’s geographical area (e.g. Purchaser Angus HSCP = Angus, Purchaser Dundee HSCP = Dundee area, Perth HSCP = Perth and Kinross area) are the grades which should be submitted.

III.2.2) Contract performance conditions

As per III.2.1) (Care Inspectorate Registration/Gradings).

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 8

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:

2019/S 241-591860

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/03/2020

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: 01/07/2020

IV.2.7) Conditions for opening of tenders

Date: 12/03/2020

Local time: 13:00

Place:

Via PCS-T electronic post-box (Project 15689)

Information about authorised persons and opening procedure:

Commodity Manager, Tayside Procurement Consortium.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

February 2023 or February 2024.

VI.3) Additional information

Bidder exclusion: economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Pre-Tender Engagement Event 13.1.2020. All information shared at this event is included in the PCS-Tender Project (Attachments Area)(Number 15689)

Tender evaluation: the tender evaluation methodology including scoring rate, detailing the criteria and weightings can be found in the PCS-Tender Project (Attachments Area) (number 15689). e-Procurement: The successful framework providers will require to adapt to the HSCP's requirements (electronic ordering/invoices/payment).

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 15689. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Awareness raising

The provider shall undertake ‘Awareness Raising around Mental Health and Wellbeing’ involved in the delivery of the contract as a minimum to the extent specified:

1.1) Specified — 3 per annum (For Angus — 9 total + 3, over 4 year period)

(Bidders are permitted to count ‘work experience placements’ or ‘employment opportunities for new starts’ (which may include apprentices) within the ‘Awareness Raising’ target of 3)

Awareness raising activity may include but is not limited to delivery of:

— community events,

— careers/school events.

1.2) Vacancy sharing and new starts

The provider shall advertise all new employment vacancies created through the contract, including modern apprentice opportunities, through the employability partners including Jobcentre Plus, alongside to any additional advertising or recruitment media that the Provider may choose to apply. Candidates sourced from these sources will be afforded equality of opportunity for those vacancies with candidates sourced from any additional advertising or recruitment media that the provider may choose to apply.

With the agreement of both parties an employment opportunity for a ‘new start’ candidate can be delivered instead of an awareness raising event. A new start candidate is defined as someone who has been previously unemployed at point of referral, made redundant or a leaver from school or a training programme. Support would be provided by the health and social care partnership, the Council’s Community Benefit Officer, or other appropriate officer, to identify appropriate new start candidates.

1.3) Work experience placements/careers awareness

With the agreement of both parties a work experience opportunity can be delivered instead of an awareness raising event. Support would be provided by the health and social care partnership, or community benefit officer or relevant member of staff, to identify suitable candidates for work experience. Work experience candidates can include school pupils, College and University students and employability clients. Specific targets are not provided for this element as there is recognition that due to the nature of the contract, provision of work experience may not be appropriate.

(SC Ref:609213)

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sherriff Court and Justice of the Peace Court

Sheriff Court House, 6 West Bell Street

Dundee

DD1 9AD

UK

VI.4.4) Service from which information about the review procedure may be obtained

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

UK

Telephone: +44 1314443300

E-mail: enquiries@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

07/02/2020

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other 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:
julie.thompson@dundeecity.gov.uk
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.