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

Somerset CCG — Improving Mental Health and Emotional Wellbeing in Schools Service.

  • First published: 27 September 2016
  • Last modified: 27 September 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 Somerset CCG
Authority ID:
AA21055
Publication date:
27 September 2016
Deadline date:
25 October 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Money has been made available by NHS England for the development of Child and Adolescent Mental Health Services (CAMHS). This includes the intention to support schools and colleges by building on existing links with Education.

The service for Improving Mental Health and Emotional Wellbeing in Schools will be aligned with the priorities in Somerset's Transformation Plan for Children and Young People's Mental Health and Wellbeing (www.somersetccg.nhs.uk/about-us/how-we-do-things/cypcommissioning/), particularly the objective to ‘promote good mental health, build resilience and identify and address emerging mental health difficulties early on.’ The service will be based on the ethos of being ‘children and young-person led’ with the role of the provider being to facilitate children and young-person led projects within schools across Somerset.

It is expected that the service will encompass some training, resilience building programmes and initiatives to reduce the stigma surrounding mental health conditions. Using the children and young-person led approach; it is planned that these projects will be delivered peer to peer in addition to support for parents and teaching staff.

Suppliers that would like to take part in this tender process are invited to Express Interest through the Commissioner's In-Tend e-procurement system, upon which they will be given access to the full tender documentation. The link is as follows: https://in-tendhost.co.uk/scwcsu/aspx/Home

The deadline for submissions of the tender will be 25.10.2016. Please allow sufficient time to make your return as late returns will not be permitted except in exceptional circumstances.

Any questions relating to this tender should be made via correspondence on the In-Tend portal, and can be addressed to the main contact as shown in the details above.

The total budget available is 293 096 GBP per annum inclusive of VAT and contract term is set for 36 months with an option to extension for up to a further 24 months at the commissioner's discretion. The total contract value for the three year contract is 879 288 GBP and the maximum value is 1 465 480 GBP if the extension options are adopted.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Somerset Clinical Comissioning Group

Wynford House, Lufton Way, Lufton

Yeovil

BA22 8HR

UK

https://in-tendhost.co.uk/scwcsu/aspx/Home (NUTs Code UKK23)

Angela Mortley, Senior Clinical Procurement Manager

+44 1935381969

angela.mortley@swcsu.nhs.uk


www.somersetccg.nhs.uk/

https://in-tendhost.co.uk/scwcsu/aspx/Home
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Somerset CCG — Improving Mental Health and Emotional Wellbeing in Schools 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

Somerset.



UKK23

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)

Money has been made available by NHS England for the development of Child and Adolescent Mental Health Services (CAMHS). This includes the intention to support schools and colleges by building on existing links with Education.

The service for Improving Mental Health and Emotional Wellbeing in Schools will be aligned with the priorities in Somerset's Transformation Plan for Children and Young People's Mental Health and Wellbeing (www.somersetccg.nhs.uk/about-us/how-we-do-things/cypcommissioning/), particularly the objective to ‘promote good mental health, build resilience and identify and address emerging mental health difficulties early on.’ The service will be based on the ethos of being ‘children and young-person led’ with the role of the provider being to facilitate children and young-person led projects within schools across Somerset.

It is expected that the service will encompass some training, resilience building programmes and initiatives to reduce the stigma surrounding mental health conditions. Using the children and young-person led approach; it is planned that these projects will be delivered peer to peer in addition to support for parents and teaching staff.

Suppliers that would like to take part in this tender process are invited to Express Interest through the Commissioner's In-Tend e-procurement system, upon which they will be given access to the full tender documentation. The link is as follows: https://in-tendhost.co.uk/scwcsu/aspx/Home

The deadline for submissions of the tender will be 25.10.2016. Please allow sufficient time to make your return as late returns will not be permitted except in exceptional circumstances.

Any questions relating to this tender should be made via correspondence on the In-Tend portal, and can be addressed to the main contact as shown in the details above.

The total budget available is 293 096 GBP per annum inclusive of VAT and contract term is set for 36 months with an option to extension for up to a further 24 months at the commissioner's discretion. The total contract value for the three year contract is 879 288 GBP and the maximum value is 1 465 480 GBP if the extension options are adopted.

II.1.6)

Common Procurement Vocabulary (CPV)

85100000
80000000
80561000

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

Further information and contract documentation can be obtained via the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home

879 2881 465 480
GBP

II.2.2)

Options

Contracts will be for an initial term of 36 months with an option to extension for period(s) up to a further 24 months at the discretion of the Commissioner. Services are planned to commence from 01 April 2017.

Provisional timetable for recourse to these options

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

Parent company and other guarantees may be required in certain circumstances, see the invitation to tender for further details.

III.1.2)

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

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

See the invitation to tender for further details.

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


The Contracting Authority will also be utilising the supplier information database (SID4Gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via In-Tend, candidates are requested to provide or update their profile on the SID4Gov as follows:

a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register.

b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.

c) Suppliers who already have a published profile on SID4Gov must confirm that information is up to date; i) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 (0) 845 299 2994

Please note all responses to OJEU should be made through SCW CSU In-Tend eProcurement systems (https://in-tendhost.co.uk/scwcsu/aspx/Home) — registrations is required on SID4GOV to update or provide company profiles only.

III.2.2)

Economic and financial capacity


As per III 2.1 above.



As per III 2.1 above.


III.2.3)

Technical capacity


As per III 2.1 above.



As per III 2.1 above.


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


Checked box Unchecked 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

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

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

SCW/NHS11XCCG/00000273/2016

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

 21-10-2016  17:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 25-10-2016  12:00

IV.3.5)

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


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





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

To receive more information about this tender, including the tender documentation and any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest into this tender on the following website: https://in-tendhost.co.uk/scwcsu/aspx/Home

Once you have successfully registered your expression of interest you will be issued with the Invitation to Tender (ITT) for completion before the deadline stated within the tender documentation.

The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU of the European Parliament and of the Council (the Directive) and Schedule 3 to the Public Contract Regulations 2015 (the Regulations). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (Open, Restricted, Competitive Procedure with Negotiation, Competitive Dialogue or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracting Regulations 2015. Unsuccessful tenderers and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 22-09-2016

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
85100000 Health services Health and social work services
80561000 Health training services Health and first-aid training 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:
angela.mortley@swcsu.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.