Integrated Child Psychological Service – West Sussex
Integrated child psychological services brings together a number of psychological services currently operated under different contracts but also including some additional services.
United Kingdom-Chichester: Psychiatrist or psychologist services
2018/S 221-505938
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, West Street
Chichester
PO19 1RG
United Kingdom
Contact person: Linda Jones
Telephone: +44 3302228559
E-mail: linda.jones@westsussex.gov.uk
NUTS code: UKJ2
Address of the buyer profile: http://www.westsussex.gov.uk/default.aspx
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:
WSCC — LJ Integrated Child Psychological Service — ICPS
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Integrated child psychological services brings together a number of psychological services currently operated under different contracts but also including some additional services. The total service comprises the following:
Service element (a): Child and Adolescent Mental Health Permanency Service (CAMHS PS) – services for looked after, special guardianship and adopted children;
Service element (b): Consultation, Assessment and treatment Service (CATS) — for Children with harmful, sexualised behaviour;
Service element (c): Unaccompanied Asylum Seeking Children (UASC) – primary mental health service for Unaccompanied Asylum Seeking Children;
Service element (d): Risk Assessment Service (RAS)
Service element (e): Complex High Risk Adolescents (CHRAS) — specific psychologist services to support this work;
Service element (f): Children and Family Intervention Service (CFIS) – specific psychologist and mental health worker services to support this work.
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
West Sussex
II.2.4)Description of the procurement:
3.1) The Council is seeking a service provider to provide a range of psychological support services which provide therapeutic interventions to vulnerable children and young people who are engaged with children’s social care, across the county of West Sussex.
3.2) Currently there are a number of separate contracts in place for the provision of these psychological support services all of which will expire on 31.3.2019. The aim is to combine these under one service umbrella and to add two additional services. The total service comprises the following:
Service element (a): Child and Adolescent Mental Health Permanency Service (CAMHS PS) –services for looked after, special guardianship and adopted children;
Service element (b): Consultation, Assessment and treatment Service (CATS) – for Children with harmful, sexualised behaviour;
Service element (c): Unaccompanied Asylum Seeking Children (UASC) – primary mental health service for Unaccompanied Asylum Seeking Children
Service element (d): Risk Assessment Service (RAS);
Service element (e): Complex High Risk Adolescents (CHRAS) – specific psychologist services to support this work;
Service element (f): Children and Family Intervention Service (CFIS) – specific psychologist and mental health worker services to support this work.
3.3) The services under the contract are described in detail in Document 02 the Service Specification.
4) Value of the services
4.1) The anticipated value of the services is estimated 1 164 000 GBP per annum, with a total approximate value of 5 820 000 GBP over the maximum 5 year period.
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
II.2.14)Additional information
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
3.1) The Council is seeking a service provider to provide a range of psychological support services which provide therapeutic interventions to vulnerable children and young people who are engaged with children’s social care, across the county of West Sussex.
3.2) Currently there are a number of separate contracts in place for the provision of these psychological support services all of which will expire on 31.3.2019. The aim is to combine these under one service umbrella and to add two additional services. The total service comprises the following:
Service element (a): Child and Adolescent Mental Health Permanency Service (CAMHS PS) – services for looked after, special guardianship and adopted children
Service element (b): Consultation, Assessment and treatment Service (CATS) – for Children with harmful, sexualised behaviour
Service element (c): Unaccompanied Asylum Seeking Children (UASC) – primary mental health service for Unaccompanied Asylum Seeking Children
Service element (d): Risk Assessment Service (RAS);
Service element (e): Complex High Risk Adolescents (CHRAS) – specific psychologist services to support this work;
Service element (f): Children and Family Intervention Service (CFIS) – specific psychologist and mental health worker services to support this work.
3.3) The services under the contract are described in detail in Document 02 the Service Specification.
4) Value of the services
4.1) The anticipated value of the Services is estimated 1 164 000 GBP per annum, with a total approximate value of 5 820 000 GBP over the maximum 5 year period.
VI.4.1)Review body
Chichester
PO19 1RG
United Kingdom
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: