Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS South Yorkshire ICB
722 Prince of Wales Road
Sheffield
S9 4EU
UK
E-mail: syicb.procurement@nhs.net
NUTS: UKE3
Internet address(es)
Main address: https://www.southyorkshire.icb.nhs.uk
Address of the buyer profile: https://www.southyorkshire.icb.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
NHS SY Integrated Care Board Doncaster Enhanced Mental Health, Physical Health Check Service
II.1.2) Main CPV code
85140000
II.1.3) Type of contract
Services
II.1.4) Short description
The main purpose of the service is to commission an integrated, holistic health-check service for patients on the Mental Health QOF register, which is able to evidence positive impact on health inequality & quality of life outcomes.<br/><br/>The Contract will be for a term of two years with the opportunity to extend for a further two years subject to mutual agreement between the successful Bidder and the Authority. The maximum term of Contract is consequently four years.<br/><br/>The available budget is £473,000 per annum. This figure includes all aspects of the service to be delivered, any bidder including caveats to this service may be considered as submitting a non-compliant bid.<br/><br/>To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.<br/><br/>Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:<br/><br/>Phone: 0800 9956035<br/><br/>E-mail: support-health@atamis.co.uk
II.1.5) Estimated total value
Value excluding VAT:
1 892 000.00
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:
UKE32
Main site or place of performance:
Doncaster, South Yorkshire
II.2.4) Description of the procurement
The service must deliver the following:<br/>• A minimum of 60% of those on the Mental Health QOF register, (estimated at circa. 2443 patients as of November 2023), to have an enhanced physical health assessment<br/>• Delivery within a primary care setting<br/>• Have a co-ordinator and mental health register validation role as part of the model <br/>• Have integrated third sector pathways of support which will (as a minimum):<br/>• Support patients to book and attend PHC appointments <br/>• Support with community-based follow-up (for example, attend weight management sessions, screening appointments etc.)<br/>• Support with access to community wellbeing and support services<br/>• Delivering and demonstrating / recording all aspects of the core and enhanced physical health indicator set as follows:<br/><br/>To deliver a successful service it is imperative that an assertive outreach approach is adopted, particularly when considering the current health inequalities faced by this population group and that they are less likely to engage with services as a result.
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:
1 892 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-032651
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/02/2024
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/02/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
NHS Improvement
Wellington House, 133-155 Waterloo Rd
London
SE1 8UG
UK
Internet address(es)
URL: https://www.england.nhs.uk/london/
VI.5) Date of dispatch of this notice
19/01/2024