Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS South Yorkshire ICB
722 Prince of Wales Road
Sheffield
S9 4EU
UK
Contact person: Neill Scott
Telephone: +44 1143051485
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 ICB - Rotherham Place - Mental Health Peer Support Service
Reference number: SYICB/ROTH/NS/24/66
II.1.2) Main CPV code
85312300
II.1.3) Type of contract
Services
II.1.4) Short description
The Commissioner would want the Service to co-produce meaningful outcomes measures with the people accessing the Service. However, the Commissioner would anticipate outcomes to be demonstrated in the following broad areas: <br/>• Improved access to local community support for people with a Severe Mental Health illness that experience barriers to engagement or access to mental health services in Rotherham.<br/><br/>• Improved emotional wellbeing and mental health providing additional support to those at higher risk of poor mental health due to their environment, individual risk factors or specific life events.<br/><br/>• Flexible and responsive Service provision, adapting to the individual needs of patients in terms of their circumstance i.e. strengths, level of risk, culture, ethnicity, language and disability.<br/><br/>• People are supported to engage and influence Community Mental Health pathways and wider Service development offer, leading to improved responsiveness in mental health services - making services more person-centred.<br/><br/>• Opportunities to connect and share are capitalised upon to create self-sustaining support networks, leading to a reduction of the feelings of stigma and isolation that people can experience with mental illness. <br/><br/>• Increased confidence of peer support/lived experience workers who use their expertise to help guide, inform and instruct others going through the same thing. <br/><br/>• Improved recovery through practical and emotional support, positive self-disclosure, promoting hope, empowerment, self-efficacy, and expanding social networks.
II.1.5) Estimated total value
Value excluding VAT:
241 600.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UKE3
Main site or place of performance:
Rotherham
II.2.4) Description of the procurement
The Commissioner would want the Service to co-produce meaningful outcomes measures with the people accessing the Service. However, the Commissioner would anticipate outcomes to be demonstrated in the following broad areas: <br/>• Improved access to local community support for people with a Severe Mental Health illness that experience barriers to engagement or access to mental health services in Rotherham.<br/><br/>• Improved emotional wellbeing and mental health providing additional support to those at higher risk of poor mental health due to their environment, individual risk factors or specific life events.<br/><br/>• Flexible and responsive Service provision, adapting to the individual needs of patients in terms of their circumstance i.e. strengths, level of risk, culture, ethnicity, language and disability.<br/><br/>• People are supported to engage and influence Community Mental Health pathways and wider Service development offer, leading to improved responsiveness in mental health services - making services more person-centred.<br/><br/>• Opportunities to connect and share are capitalised upon to create self-sustaining support networks, leading to a reduction of the feelings of stigma and isolation that people can experience with mental illness. <br/><br/>• Increased confidence of peer support/lived experience workers who use their expertise to help guide, inform and instruct others going through the same thing. <br/><br/>• Improved recovery through practical and emotional support, positive self-disclosure, promoting hope, empowerment, self-efficacy, and expanding social networks.
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:
241 600.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
1 Year contract with the option to extend for a further 1 year period. Please note that the annual budget for this contract will be £115,600 with a £10,000 set up fee, (note: set up costs are non-recurrent in the first 12 months of the lifetime of the Contract)
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
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
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:
26/02/2024
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
Tender must be valid until:
27/05/2024
IV.2.7) Conditions for opening of tenders
Date:
26/02/2024
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 England
1st Floor, Quarry House, Quarry Hill
Leeds
LS2 7UE
UK
Internet address(es)
URL: https://www.england.nhs.uk//
VI.4.2) Body responsible for mediation procedures
NHS England
1st Floor, Quarry House, Quarry Hill
Leeds
LS2 7UE
UK
Internet address(es)
URL: https://www.england.nhs.uk//
VI.4.4) Service from which information about the review procedure may be obtained
NHS England
1st Floor, Quarry House, Quarry Hill
Leeds
LS2 7UE
UK
Internet address(es)
URL: https://www.england.nhs.uk//
VI.5) Date of dispatch of this notice
25/01/2024