II.2.2) Additional CPV code(s)
85121270
85312300
II.2.3) Place of performance
NUTS code:
UKH3
II.2.4) Description of the procurement
North East Essex Clinical Commissioning Group wishes to invite suitably qualified and experienced providers to submit tenders for the provision of an Improving access to psychological therapies (IAPT) service in North East Essex. The successful bidder will be accountable for the provision of all services within the scope of the service.
The overarching aim of the service is to provide adults with a high quality, safe and efficient service which improves individuals common mental health problems demonstrated by clear outcomes, making best use of available resources.
The future service model will be in line with national guidance for an IAPT service following a stepped care evidence based therapeutic model of care with some additional elements namely:
— integrated care pathways: system wide working ensuring seamless pathways and transitions taking a holistic approach to care linked into primary care and community environments,
— long term conditions: working as a system to address both physical and mental health needs,
— counselling service provision,
— ASD diagnosis service provision,
— perinatal service provision aligned to the serving the mild and moderate needs,
— support time and recovery workers aiding the promotion of independence and recovery,
— psychosexual therapy services.
Within the CCG, North East Essex Health and Well-being Alliance is a collaboration between the health and social care commissioners and providers and Council and voluntary sector partners within NEE. Whilst this service provision is based on a lead provider model, it is the expectation that any service delivery encompasses an alliance working approach.
The contract duration is 7 years with the option to extend for a further 3 years. To access and download the procurement documentation including the service specification, potential bidders are invited to login to the electronic procurement portal https://attain.bravosolution.co.uk/web/login.html
Click on ‘Register’ and follow the on screen instructions. The deadline for ITT responses is 12.00 noon on 8.10.2019.
Please note that the services and associated specification and prices, commissioned within this contract may be subject to review and change. Any changes to the contract shall be subject to discussion with the provider to reach agreement on the scope of service change and local price in accordance with these provisions and relevant contract variation would be completed. The provider will be asked to participate in the development and redesign of relevant pathways that may result from this development.
The rationale for a future review may include:
(a) the CCG’s intention is to work closer with the CCGs within the Suffolk and NEE STP/ICS footprint. Therefore the scope of the possible changes to be made to this contract shall relate to the potential introduction of a larger population to support the STP/ICS footprint (i.e. the contract and specification may be amended to also deliver an IAPT service to the Ipswich and East Suffolk and West Suffolk CCG populations), through a variation to the contract in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015;
(b) the contract being amended in terms of the original services supplied (in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015, where following assessment of the reasonable alignment of out of hospital services it is identified that it is logical for additional services to be delivered in conjunction with this contract.
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:
59 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2020
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
Service reviews will be undertaken regularly, in order to determine any relevant renewal.
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:
Option to extend by up to 3 years. Other options as described above and within the procurement documents.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No