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

Mental Health Service Provider Framework

  • First published: 26 November 2019
  • Last modified: 26 November 2019
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Leeds and York Partnership NHS Foundation Trust
Authority ID:
AA31062
Publication date:
26 November 2019
Deadline date:
24 December 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

General mental health services are accessed by individuals, with mental illness across the range of identified mental illness for example personality disorders, eating disorders, psychosis and others requiring support or interventions within a professional relationship to assist in alleviating mental or emotional illness, symptoms, conditions or disorders.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Leeds and York Partnership NHS Foundation Trust

2150 Century Way

Leeds

LS15 8ZB

UK

E-mail: procurement@noecpc.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://in-tendhost.co.uk/noecpc

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/noecpc


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/noecpc


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://in-tendhost.co.uk/noecpc


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

Mental Health Service Provider Framework

Reference number: CPC 03170

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Leeds and York Partnership NHS Foundation Trust (LYPFT), (the Authority) is issuing this invitation to tender (ITT) in connection with the competitive procurement to establish a framework agreement for Mental Health Service Providers for Leeds, and the North of England. Across NHS providers of mental health services, there is recognition of the value that external organisations (for example, third sector, charitable sector) can offer when treating patients and service users with a wide range of mental health needs. This agreement is seeking to establish a framework of providers who are able to offer services across a geographical area (see Schedule A Specification) and a range of specialisms in order to support the services offered by the NHS.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1A

II.2.1) Title

Leeds General Mental Health Services (including Personality Disorder)

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

II.2.4) Description of the procurement

General mental health services are accessed by individuals, with mental illness across the range of identified mental illness for example personality disorders, eating disorders, psychosis and others requiring support or interventions within a professional relationship to assist in alleviating mental or emotional illness, symptoms, conditions or disorders.

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: 2 000 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

An option to extend the Framework Agreement for a further 2 x 12 month periods to 29th February 2024.

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: Yes

Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of Leeds and York Partnership NHS Foundation Trust include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx NHS Improvement: https://improvement.nhs.uk/ Department of Health: https://www.gov.uk/government/organisations/department-of-health Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/ NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/ CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/ The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services: a) who are a party to any of the following contracts: - General Medical Services (GMS) - Personal Medical Services (PMS) - Alternative Provider Medical Services (APMS) and/or b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/ Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/ Social Enterprise UK: https://www.socialenterprise.org.uk Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland Continued at Section VI.3 Additional Information.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 1B

II.2.1) Title

North of England General Mental Health Services (including Personality Disorder)

II.2.2) Additional CPV code(s)

85100000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A.

II.2.4) Description of the procurement

General mental health services are accessed by individuals, with mental illness across the range of identified mental illness for example personality disorders, eating disorders, psychosis and others requiring support or interventions within a professional relationship to assist in alleviating mental or emotional illness, symptoms, conditions or disorders.

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: 2 000 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A.

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: Yes

Description of options:

Please refer to Lot 1A.

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

Please refer to Lot 1A.

Lot No: 2A

II.2.1) Title

Leeds Crisis Support Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A.

II.2.4) Description of the procurement

Mental Health crisis services are accessed by those experiencing an episode requiring urgent intervention and support. The crisis support service must be able to respond to any mental health crisis occurring, at short notice, with a view to either resolving or offering support during the crisis, which may include (but is not limited to); Suicidal behaviour or intention; Panic attacks or extreme anxiety; Psychotic episodes (hallucinations, hearing voices etc); Other behaviours which may be described as irrational or likely to endanger the patient or others

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: 500 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A.

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: Yes

Description of options:

See Lot 1A

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

Please refer to Lot 1A.

Lot No: 2B

II.2.1) Title

North of England Crisis Support Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

See Lot 1A

II.2.4) Description of the procurement

Mental Health crisis services are accessed by those experiencing an episode requiring urgent intervention and support. The crisis support service must be able to respond to any mental health crisis occurring, at short notice, with a view to either resolving or offering support during the crisis, which may include (but is not limited to); Suicidal behaviour or intention; Panic attacks or extreme anxiety; Psychotic episodes (hallucinations, hearing voices etc); Other behaviours which may be described as irrational or likely to endanger the patient or others

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: 500 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

See Lot 1A

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: Yes

Description of options:

See Lot 1A

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

See Lot 1A

Lot No: 3A

II.2.1) Title

Leeds Self-Harm Support Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please see LOT 1A

II.2.4) Description of the procurement

Self-harm is considered "an act with non-fatal outcome, in which an individual deliberately initiates a non-habitual behaviour that, without intention from others, will cause self-harm, or deliberately ingests a substance in excess of the prescribed or generally recognised therapeutic dosage, and which is aimed at realising changes which the subject desired via the actual or expected physical consequences". The self-harm team will be able to respond, at short notice, to any occurrence of personal distress or self-harm with a view of resolving or providing support.

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: 500 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please see LOT 1A

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: Yes

Description of options:

Please see LOT 1A

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

Please see LOT 1A

Lot No: 3B

II.2.1) Title

North of England Self-Harm Support Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

Self-harm is considered "an act with non-fatal outcome, in which an individual deliberately initiates a non-habitual behaviour that, without intention from others, will cause self-harm, or deliberately ingests a substance in excess of the prescribed or generally recognised therapeutic dosage, and which is aimed at realising changes which the subject desired via the actual or expected physical consequences". The self-harm team will be able to respond, at short notice, to any occurrence of personal distress or self-harm with a view of resolving or providing support.

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: 500 000.00  GBP

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

Start: 01/03/2020

End: 28/03/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Lot No: 4A

II.2.1) Title

Leeds Veterans Support Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

The veteran support workers will provide assistance in helping enable a smooth transition from service to civilian life, assisting individuals with issues like but not limited to post-traumatic stress disorder (PTSD), anxiety and depression

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: 250 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Lot No: 4B

II.2.1) Title

North of England Veterans Support Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

The veteran support workers will provide assistance in helping enable a smooth transition from service to civilian life, assisting individuals with issues like but not limited to post-traumatic stress disorder (PTSD), anxiety and depression

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: 250 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Lot No: 5A

II.2.1) Title

Leeds Children and Young People

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

Child and Adolescent Mental Health Services work with children and young people from the age of 0-18 years old who have difficulties with their emotional or behavioural wellbeing. This service will also support young people aged 18-25 years old where appropriate, eg, for individuals with Learning Disabilities or otherwise in transition. Children and young people may need help with a wide range of issues at different points in their lives. Parents and carers may also need help and advice to deal with behavioural or other problems their child is experiencing. Parents, carers and young people can receive direct support through CAMHS.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Lot No: 5B

II.2.1) Title

North of England Children and Young People

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

Child and Adolescent Mental Health Services work with children and young people from the age of 0-18 years old who have difficulties with their emotional or behavioural wellbeing. This service will also support young people aged 18-25 years old where appropriate, eg, for individuals with Learning Disabilities or otherwise in transition. Children and young people may need help with a wide range of issues at different points in their lives. Parents and carers may also need help and advice to deal with behavioural or other problems their child is experiencing. Parents, carers and young people can receive direct support through CAMHS.

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: 500 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Lot No: 6A

II.2.1) Title

Leeds Older People Support Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

Services for older people are designed for people who are frail or cognitively impaired and cannot easily travel to hospital or other settings, while also supporting individuals with other issues which are related to ageing. Access to the crisis team and other services that are specific to the needs of the individual may also be provided.

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: 500 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Lot No: 6B

II.2.1) Title

North of England Older People Support Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

Services for older people are designed for people who are frail or cognitively impaired and cannot easily travel to hospital or other settings, while also supporting individuals with other issues which are related to ageing. Access to the crisis team and other services that are specific to the needs of the individual may also be provided.

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: 500 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Lot No: 7A

II.2.1) Title

Leeds Gender Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

Gender identity services offer a key role in assisting and supporting children, young people and adults who are experiencing gender dysphoria and who wish to explore and access gender reassignment. People accessing these services will require support as they cope with any distress and other issues associated with gender dysphoria.

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: 250 000.00  GBP

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Lot No: 7B

II.2.1) Title

North of England Gender Services

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

Gender identity services offer a key role in assisting and supporting children, young people and adults who are experiencing gender dysphoria and who wish to explore and access gender reassignment. People accessing these services will require support as they cope with any distress and other issues associated with gender dysphoria.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 01/03/2020

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Lot No: 8A

II.2.1) Title

Leeds Involvement and Advocacy

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A.

II.2.4) Description of the procurement

Involvement and advocacy seeks to ensure that individuals, particularly vulnerable individuals, are able to have their voices, views and concerns heard and their wishes genuinely considered when decisions are being made about them. Advocacy assists individuals in expressing their views and any concerns they have, whilst promoting their rights and responsibilities. An advocacy service will support with accessing information and services by providing support when it is needed, and their services may include, for example, supporting individuals in interviews or meetings or writing letters on behalf of the service user. Involvement and advocacy will not advise the service users as to any course of action, but will independently support and represent their wishes, helping to access services

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: 500 000.00  GBP

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

Start: 01/03/2019

End: 28/02/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A.

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: Yes

Description of options:

Please refer to Lot 1A.

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

Please refer to Lot 1A.

Lot No: 8B

II.2.1) Title

North of England Involvement and Advocacy

II.2.2) Additional CPV code(s)

85100000

85323000

85121270

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Please refer to Lot 1A

II.2.4) Description of the procurement

Involvement and advocacy seeks to ensure that individuals, particularly vulnerable individuals, are able to have their voices, views and concerns heard and their wishes genuinely considered when decisions are being made about them. Advocacy assists individuals in expressing their views and any concerns they have, whilst promoting their rights and responsibilities. An advocacy service will support with accessing information and services by providing support when it is needed, and their services may include, for example, supporting individuals in interviews or meetings or writing letters on behalf of the service user. Involvement and advocacy will not advise the service users as to any course of action, but will independently support and represent their wishes, helping to access services

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: 500 000.00  GBP

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

Start: 01/03/2020

End: 28/03/2022

This contract is subject to renewal: Yes

Description of renewals:

Please refer to Lot 1A

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: Yes

Description of options:

Please refer to Lot 1A

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

Please refer to Lot 1A

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

See SQ/ITT.

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

See SQ/ITT.

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: 104

Justification for any framework agreement duration exceeding 4 years: N/A

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: 24/12/2019

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: 24/12/2019

Local time: 12:00

Place:

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to:

Department of Health and Social Care: https://www.gov.im/about-the-government/departments/health-and-social-care/

The States of Jersey Government and administration including all Government Departments including but not limited to:

Health and Social Services: https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx

The States of Guernsey (Parliament and government) including but not limited to the Committee for Health and Social Care: https://www.gov.gg/article/152954/Health-and-Social-Services-Department

Educational Establishments in England including schools and colleges: https://get-information-schools.service.gov.uk/

Schools in Wales: http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en

Further Education and 6th Form Colleges in the UK: http://findfe.com/

Higher Education Recognised or listed bodies in the UK offering degree-level courses: https://www.gov.uk/check-a-university-is-officially-recognised

Schools in Scotland including primary, secondary and special schools: https://education.gov.scot/parentzone/

Educational Establishments in Scotland: http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments

Schools and Educational Establishments in Northern Ireland: https://www.education-ni.gov.uk/services/schools-plus

Higher Education Universities and Colleges in Northern Ireland: https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland

UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces. https://www.police.uk/forces/

England Fire and Rescue Services http://www.fire.org.uk/fire-brigades.html

Scottish Fire and Rescue Services http://www.firescotland.gov.uk/your-area.aspx

Welsh Fire and Rescue Services http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en

Northern Ireland Fire and Rescue Service https://www.nifrs.org/areas-districts/

UK Maritime and Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening

Registered charities in England and Wales: https://www.gov.uk/find-charity-information

Registered charities in Scotland: https://www.oscr.org.uk/charities

Registered charities in Northern Ireland: http://www.charitycommissionni.org.uk/charity-search/

Ministry of Defence (MOD): https://www.gov.uk/government/organisations/ministry-of-defence

Registered social landlords, government funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives.

England: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Scotland: http://directory.scottishhousingregulator.gov.uk/pages/default.aspx

Wales: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

Northern Ireland: https://www.nidirect.gov.uk/contacts/housing-associations

Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.

VI.4) Procedures for review

VI.4.1) Review body

Leeds and York Partnership NHS Foundation Trust

2150 Century Way

Leeds

LS15 8ZB

UK

E-mail: procurement@noecpc.nhs.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

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

Leeds and York Partnership NHS Foundation Trust

2150 Century Way

Leeds

LS15 8ZB

UK

E-mail: procurement@noecpc.nhs.uk

VI.5) Date of dispatch of this notice

22/11/2019

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85100000 Health services Health and social work services
85121270 Psychiatrist or psychologist services Medical practice 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:
procurement@noecpc.nhs.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.