Mental Health Rehabilitation Framework Lancashire
Open Framework to provide specialist, hospital based, time limited support to deliver effective mental health rehabilitation and recovery.
United Kingdom-Stoke-on-Trent: Health and social work services
2016/S 231-420923
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Heron House, 120 Grove Road
Stoke-on-Trent
ST4 4LX
United Kingdom
Telephone: +44 1772214209
E-mail: rachel.roocroft@nhs.net
NUTS code: UKD
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Pan Lancashire Independent Sector Mental Health Rehabilitation Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Open Framework to provide specialist, hospital based, time limited support to deliver effective mental health rehabilitation and recovery. The focus of the service must be firmly on addressing clinical needs, promoting mental health rehabilitation and recovery, choice, control, independent living as part of a recovery/ rehabilitation pathway. Also to provide appropriate care and support to those with a serious and enduring mental health condition deemed as not currently suitable for a recovery and rehabilitation pathway.
This Open procurement exercise is intended to establish an open framework with multiple providers. As and when requirements arise, a further competition tender will be issued to those organisations accepted to the framework.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lancashire & South Cumbria STP area.
II.2.4)Description of the procurement:
The intention of the 9 Lancashire CCGs is to lead a procurement process for NHS funded independent mental hospital service provision. This provision will be predominantly for those people requiring mental health recovery and rehabilitation, it is also for the provision of longer term mental health placements for those patients with a current limited recovery potential.
The Commissioning Organisations for this procurement are:
— NHS Blackburn with Darwen Clinical Commissioning Group (CCG)
— NHS Blackpool CCG
— NHS Chorley & South Ribble CCG
— NHS East Lancashire CCG
— NHS Fylde & Wyre CCG
— NHS Greater Preston CCG
— NHS Lancashire North CCG
— NHS West Lancashire CCG
— NHS Cumbria CCG
— Lancashire County Council
— Blackburn with Darwen Borough Council
— Blackpool Borough Council
— Cumbria County Council
And Midlands and Lancashire Commissioning Support Unit (acting as the agent for the above).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met:
Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for the declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.1.2)Economic and financial standing
Information and formalities necessary for evaluating if the requirements are met: The following may be requested in assessing potential bidders’ economic and financial capacity:
(a) appropriate statements from bank sor, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 2 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Please refer to the tender documentation for specific requirements.
III.1.3)Technical and professional ability
Information and formalities necessary for evaluating if the requirements are met. https://mlcsu.bravosolution.co.uk Please refer to Section IV.2) below for additional information.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
6 months.
VI.4.1)Review body
Blackburn
United KingdomInternet address:www.blackburnwithdarwenccg.nhs.uk
VI.4.2)Body responsible for mediation procedures
Blackburn
United KingdomInternet address:www.blackburnwithdarwenccg.nhs.uk
VI.5)Date of dispatch of this notice:
Related Posts
Contracts for Delivery of Improving Access to Psychological Therapy
Mindfulness Training Contract London
Mental Health Link Programme for Schools in Cheshire
Sexual Violence Counselling Services Stoke-on-Trent
Provide Emotional Health and Wellbeing Service in London