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

Medway Young Persons' Wellbeing Service.

  • First published: 11 November 2016
  • Last modified: 11 November 2016

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 Medway CCG
Authority ID:
AA34036
Publication date:
11 November 2016
Deadline date:
12 December 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Medway CCG and Medway Council, through their Partnership Commissioning team, are seeking to commission a Young Persons' Wellbeing Service for Medway using the Lead Provider Model and invite suitably qualified CQC registered Providers to submit a tender to meet the requirements set out in the Service Specification.

The scope of this procurement includes Medway's specialist Child and Adolescent Mental Health Services (CAMHS), which are currently provided by Medway Council in partnership with Sussex Partnership NHS Foundation Trust (SPFT) at ‘Tier 2' and by SPFT at ‘Tier 3’ as part of a joint Kent and Medway contract. The successful provider shall provide Primary and Specialist emotional wellbeing and mental health services to young people up to the age of 19 for initial referral and to age 25 for continued support if clinically appropriate and in the best interest of the young person. It is expected that this extended age-range will be phased in during the first year of the contract to enable the provider to work with commissioners and providers of adult services to develop the necessary protocols and pathways.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Medway Clinical Commissioning Group

Fifty Pembroke Court

Chatham

ME4 4EL

UK

Miss Sandra Asiedu

+44 1634337082

sandra.asiedu@medway.gov.uk


http://www.medwayccg.nhs.uk/



https://www.kentbusinessportal.org.uk

https://www.kentbusinessportal.org.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
NHS Medway Clinical Commissioning Group in partnership with Medway Council
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Medway Council

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Medway Young Persons' Wellbeing Service.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance



II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

NHS Medway CCG and Medway Council, through their Partnership Commissioning team, are seeking to commission a Young Persons' Wellbeing Service for Medway using the Lead Provider Model and invite suitably qualified CQC registered Providers to submit a tender to meet the requirements set out in the Service Specification.

The scope of this procurement includes Medway's specialist Child and Adolescent Mental Health Services (CAMHS), which are currently provided by Medway Council in partnership with Sussex Partnership NHS Foundation Trust (SPFT) at ‘Tier 2' and by SPFT at ‘Tier 3’ as part of a joint Kent and Medway contract. The successful provider shall provide Primary and Specialist emotional wellbeing and mental health services to young people up to the age of 19 for initial referral and to age 25 for continued support if clinically appropriate and in the best interest of the young person. It is expected that this extended age-range will be phased in during the first year of the contract to enable the provider to work with commissioners and providers of adult services to develop the necessary protocols and pathways.

II.1.6)

Common Procurement Vocabulary (CPV)

85000000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Lead Provider will be expected to manage, oversee and deliver the following core group of services:

Single Point of Access

Primary Mental Health Service

Specialist Mental Health Service

— Acute and crisis pathway

— Out of hours services

Looked After Children (LAC) and Adopted Children

Care Leavers

Sexual Trauma and Recovery Support

Substance misuse advice, support and recovery service

Online mental health counselling and well-being service

The Lead Provider will also be expected to work in an integrated and multi-disciplinary way across a range of other young person's services and pathways.

It is expected that the Lead Provider will collaborate with the third sector and other specialist providers to support the key service objectives in the service specification. The service specification sets out the key.

17 500 000
GBP

II.2.2)

Options

The initial contract term will be five years with the option to extend for a further two years; the estimated contract value covers the initial and proposed extension period. The contracting authorities reserve the right not to take up the proposed extension to the contract.

Provisional timetable for recourse to these options

24

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As set out in the tender documents accessible via the Kent Business Portal.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the tender documents accessible via the Kent Business Portal.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The contracting authorities may require consortia to assume a specific legal form if awarded the contract, to the extent that a specific legal form is deemed by the authorities as being necessary for the satisfactory performance of the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Potential suppliers must be registered with the Care Quality Commission.

III.2.2)

Economic and financial capacity


As set out in the tender documents accessible via the Kent Business Portal.




III.2.3)

Technical capacity


As set out in the tender documents accessible via the Kent Business Portal.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

5

Objective criteria for choosing the limited number of candidates

The top 5 highest scoring applicants who meet the minimum criteria as set out in the selection questionnaire will be shortlisted and invited to tender.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Quality 70
Price 30

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

ADCE-PCQAUP

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 12-12-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 10-1-2017

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 12-12-2016  12:00

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 09-11-2016

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



NHS Medway Clinical Commissioning Group

Fifty Pembroke Court

Chatham

ME4 4EL

UK

Miss Sandra Asiedu


+44 1634337082

sandra.asiedu@medway.gov.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



NHS Medway Clinical Commissioning Group

Fifty Pembroke Court

Chatham

ME4 4EL

UK

Miss Sandra Asiedu


+44 1634337082

sandra.asiedu@medway.gov.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



NHS Medway Clinical Commissioning Group

Fifty Pembroke Court

Chatham

ME4 4EL

UK

Miss Sandra Asiedu


+44 1634337082

sandra.asiedu@medway.gov.uk

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:
sandra.asiedu@medway.gov.uk
Admin contact:
sandra.asiedu@medway.gov.uk
Technical contact:
N/a
Other contact:
sandra.asiedu@medway.gov.uk

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.