Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North East London NHS Foundation Trust
CEME Centre - West Wing, Marsh Way
Essex
RM13 8GQ
UK
Contact person: Dominic Caddle
Telephone: +44 3005551201
E-mail: Procurement@nelft.nhs.uk
NUTS: UKI52
Internet address(es)
Main address: https://www.nelft.nhs.uk
Address of the buyer profile: https://www.nelft.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://health-family.force.com/s/Welcome
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
Peer & Lived Experience Workforce Strategy
II.1.2) Main CPV code
79633000
II.1.3) Type of contract
Services
II.1.4) Short description
The Partnership would like to secure a 12-month contract with an organisation best placed to support us with the development and implementation of a Lived Experience workforce strategy across the North London Mental Health Partnership (NLMHP) which spans across Barnet, Enfield and Haringey and Camden and Islington. A significant amount of work has already taken place to identify our key areas of work and C&I have also developed a related Peer Workforce strategy <br/>this will be shared with the awarded contractor to supplement the current requirements. <br/><br/>We require the support of a contracted provider to develop the content and implementation of this so that it reflects the status and aspirations of the partnership i.e. ensure BEH and C&I key stakeholders views and feedback are incorporated and we conclude with a co-produced strategy which reflect the Peer & Lived Experience workforce needs of the partnership. We recognise the volume of work associated with the strategy and project to be over a 3–5-year period. We therefore do not expect all aims to be achieved within the 12 months, however, expect the outcomes to be an agreed Partnership Lived Experience Strategy for the BEH; and a co-produced and commenced implementation plan and associated timeline to accompany this.
II.1.5) Estimated total value
Value excluding VAT:
150 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79410000
II.2.3) Place of performance
NUTS code:
UKI31
Main site or place of performance:
4 St. Pancras Way<br/>London<br/>NW1 0PE
II.2.4) Description of the procurement
We require the support of a contracted provider to develop the content and implementation of this so that it reflects the status and aspirations of the partnership i.e. ensure BEH and C&I key stakeholders views and feedback are incorporated and we conclude with a co-produced strategy which reflect the Peer & Lived Experience workforce needs of the partnership. We recognise the volume of work associated with the strategy and project to be over a 3–5-year period. We therefore do not expect all aims to be achieved within the 12 months, however, expect the outcomes to be an agreed Partnership Lived Experience Strategy for the BEH; and a co-produced and commenced implementation plan and associated timeline to accompany this. <br/><br/>AIMS AND OBJECTIVES OF CONTRACT<br/><br/>Aim of the Contract<br/><br/>• To facilitate NLMHP to demonstrate its commitment to the development of a highly skilled, valued and supported Lived Experience workforce.<br/>• To support the creation and ratification of a Partnership Lived Experience Workforce strategy reflective of both BEH and C&I needs co-produced with our key stakeholders and with executive commitment assured.<br/>• An associated implementation plan with timeline of how to achieve the above over a 3–5-year period.<br/><br/><br/>Objectives of the Contract<br/><br/>• To develop clear quality assurance processes in relation to the delivery of the Partnership Lived Experience Workforce Strategy.<br/>• To tap into expertise in relation to lived experience workforce development from within the NCL (North Central London) as well as other sources of excellence within the NHS and external providers such as third sector organisations and research institutions. <br/>• To ensure the developed implementation plan is informed by the HEE Peer competency framework as well as, good practice, national guidance and research associated with peer and lived experience work.<br/><br/><br/>OUTCOMES<br/><br/>The main outcomes of this project are detailed below partnered with further expectations during service delivery:<br/><br/>• A co-produced and ratified Partnership Lived Experience Workforce Strategy<br/>• Associated implementation plan including a timeline over a 3–5-year period.<br/>• Identify improvements needed within the current infrastructure and an increase of engagement and commitment for Lived Experience Workforce Development
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
13/05/2024
End:
12/05/2025
This contract is subject to renewal: No
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
III.2.2) Contract performance conditions
As per Procurement documentation for KPI's.
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:
02/04/2024
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:
27/06/2024
IV.2.7) Conditions for opening of tenders
Date:
02/04/2024
Local time: 13:00
Place:
Atamis eTendering portal
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Barnet Enfield and Haringey Mental Health Trust
CEME Centre - West Wing, Marsh Way
Essex
RM13 8GQ
UK
Internet address(es)
URL: https://www.beh-mht.nhs.uk/
VI.4.2) Body responsible for mediation procedures
North East London NHS Foundation Trust
CEME Centre - West Wing, Marsh Way
Essex
RM13 8GQ
UK
Internet address(es)
URL: https://www.nelft.nhs.uk
VI.4.4) Service from which information about the review procedure may be obtained
North East London NHS Foundation Trust
CEME Centre - West Wing, Marsh Way
Essex
RM13 8GQ
UK
Internet address(es)
URL: https://www.nelft.nhs.uk
VI.5) Date of dispatch of this notice
28/02/2024