Improving Access to Psychological Therapies – Southport and Formby
The aim of the service is to improve access to psychological therapies for the populations of Southport and Formby CCG and South Sefton CCG.
United Kingdom-Bootle: Miscellaneous health services
2020/S 018-039642
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: c/o NHS South Sefton CCG, 3rd Floor Merton House, Staney Road
Town: Bootle
NUTS code: UKD73
Postal code: L20 3DL
Country: United Kingdom
E-mail: mlcsu.tendersnorth@nhs.net
Telephone: +44 1513178456
Address of the buyer profile: www.southseftonccg.nhs.uk
I.1)Name and addresses
Postal address: 5 Curzon Road
Town: Southport
NUTS code: UKD73
Postal code: PR8 6PL
Country: United Kingdom
E-mail: mlcsu.tendersnorth@nhs.net
Telephone: +44 1704395785
Address of the buyer profile: www.southportandformbyccg.nhs.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NHS Southport and Formby CCG and NHS South Sefton CCG — Improving Access to Psychological Therapies (IAPT)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The aim of the service is to improve access to psychological therapies for the populations of Southport and Formby CCG and South Sefton CCG and provide timely interventions, delivered from accessible community venues that will improve mental health and wellbeing. The provider will be required to deliver interventions at step 2, 3 of the stepped care model in accordance to NICE guidelines, using validated evidence-based assessment monitoring and outcome tools. Also, as part of a local initiative step 4 will be delivered.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
The CCG areas of:
South Sefton
Southport and Formby
II.2.4)Description of the procurement:
NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is procuring an IAPT service on behalf of NHS Southport and Formby Clinical Commissioning Group and South Sefton Clinical Commissioning Group, who are the contracting authority for this opportunity.
The aim of the service is to improve access to psychological therapies for the populations of Southport and Formby CCG and South Sefton CCG and provide timely interventions, delivered from accessible community venues that will improve mental health and wellbeing. The provider will be required to deliver interventions at step 2, 3 of the stepped care model in accordance to NICE guidelines, using validated evidence-based assessment monitoring and outcome tools. Also, as part of a local initiative step 4 will be delivered.
The delivery of steps 2 and 3 of the stepped-care model as defined in the IAPT Manual which will be delivered by a multi-disciplinary team which will be delivered within the following nationally defined modes of delivery:
1) Core IAPT; and
2) IAPT-LTC (Long Term Conditions).
The contract has been valued at approximately 2 760 000 GBP per year; and the contract duration will be for 3 years with the potential to extend for a further 1 x 2-year period.
Potential suppliers should be aware that clarifications to the selection questionnaire documents should be submitted before 7.2.2020 and selection questionnaire responses should be submitted before 12 p.m. on 14.2.2020.
The CCGs are only seeking interest from providers who are genuinely capable and attracted to this potential opportunity. Please only express an interest if you have the relevant authority to do so on behalf of your provider.
Further information is available from www.contractsfinder.service.gov.uk and https://mlcsu.bravosolution.co.uk
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract duration will be from 1.10.2020 for 3 years with the potential to extend for a further 1 x 2-year period.
II.2.9)Information about the limits on the number of candidates to be invited
As described in the tender documentation.
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.1.2)Economic and financial standing
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This procurement is for social and other specific services which are light touch regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (‘Regulations’) http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made
Accordingly, the contracting authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made
The contracting authority is not voluntarily following any other part of the Regulations.
The only selection for type of procedure was ‘Restricted’ and the contracting authority wishes to clarify that this is not a restricted procedure but ‘Other’ procedure under the light touch regime. The procedure which the contracting authority is following is set out in the procurement documents.
The procedure which the contracting authority is following is set out in the procurement documents.
As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.
Right to cancel: The contracting authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.
The contracting authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this contract notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and the contracting authority reserves the right to change these.
Transparency: The contracting authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.
In addition, and in accordance with the UK Government’s policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the contracting authority.
Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.
Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.
Further details will be made available via documentation and information released during the tender process.
All documentation can be accessed via https://mlcsu.bravosolution.co.uk
For technical support in submitting your selection questionnaire or tender submission, contact the Bravo Solution Help-desk on +44 8003684850 or E-mail: help@bravosolution
VI.4.1)Review body
Postal address: Heron House, 120 Grove Road
Town: Stoke-on-Trent
Postal code: ST4 4LX
Country: United Kingdom
E-mail: mlcsu.tendersnorth@nhs.net
Telephone: +44 1216121500
VI.5)Date of dispatch of this notice: