Mental Health Support Services for Young Offenders
Staffordshire County Council would like to invite service providers who are capable of delivering a high quality and outcome focussed Mental Health and Therapeutic Support Service for children and young people who are engaged with and/or under the supervision of the Staffordshire Youth Offending Service.
United Kingdom-Stafford: Health and social work services
2015/S 168-306831
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Staffordshire County Council
2 Staffordshire Place
Contact point(s): Staffordshire Procurement — People
For the attention of: Michelle Davies
ST16 2DH Stafford
UNITED KINGDOM
Telephone: +44 1785277116
E-mail: michelle.davies@staffordshire.gov.uk
Fax: +44 1785278286
Internet address(es):
General address of the contracting authority: www.staffordshire.gov.uk/business/procurement
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKG24
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The objectives of the Service are to improve the emotional and mental wellbeing of children and young people who are involved in the Youth Justice System or at risk of entering the Criminal Justice System as a consequence of antisocial behaviour or coming to the attention of the Police in local communities. This will include working with families to strengthen relationships and prevent further offending behaviour. It is envisaged that Cognitive Behavioural Therapy (CBT) will be employed as a primary method for working with young people to assist them and their families to understand their behaviour and to work towards having an offence free future. Proposals which include alternative evidence-based interventions will also be considered.
The successful provider will be expected to develop and maintain good and effective working relationships with a range of providers to deliver an integrated service that promotes a whole system approach. This includes providing training and consultation to enhance and improve Staffordshire Youth Offending Service practitioner competence and confidence to work effectively with children and young people and their families through planned interventions relating to emotional and mental health.
We would like to invite organisations interested in this tender opportunity to register, using the above contract reference number for this procurement process on our contracts database http://contracts.staffordshire.gov.uk and E tendering Alito system http://www.staffordshire.alito.co.uk/Once you have registered on Alito you will be able to view and download all the tender documentation.
II.1.6)Common procurement vocabulary (CPV)
85000000, 85312300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 450 000 and 480 000 GBP
II.2.2)Information about options
Description of these options: Initial period is from 1.4.2016 to 31.3.2018 with 2 x 12 options to extend. Therefore options may be taken up from 1.4.2018 to 31.3.2019 and 1.4.2019 to 31.3.2020.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
Financial checks will be undertaken for economic operators using one or more of the Councils current financial assessors; n2check (www.n2check.com), Dun & Bradstreet (www.dnb.co.uk), Experian (www.experian.co.uk). Economic operators will be assessed according to the level of risk stipulated by the financial assessors used. Any economic operator being given an ABOVE AVERAGE/HIGHER THAN AVERAGE RISK rating or poorer, by one or more of the assessors used, may be rejected.Note:
1.
It is the responsibility of the economic operator to ensure that the appropriate accounts have been filed and that the credit information held is correct.
2.
Should economic operators wish other financial information to be taken into account to support the economic and financial check this should be submitted with the response to the ITT. SCC reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
3.
For sole traders/partnerships where third party financial assessments are not available the assessment will be undertaken using a financial spreadsheet detailing trading account data for the last three years.
The organisation should hold as a minimum the following insurance levels or be able to provide with their response, a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
Public Liability 5 000 000 GBP
Employers Liability 5 000 000 GBP
Professional Indemnity 2 000 000 GBP
The organisation should be Care Quality Commission (CQC) registered.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 139-256681 of 22.7.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 28.9.2015 – 14:00
Place:
Staffordshire County Council Offices.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Attendance is limited and members of authorities staff.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Staffordshire Procurement — People
2 Staffordshire Place
ST16 2DH Stafford
UNITED KINGDOM
Body responsible for mediation procedures
Staffordshire Procurement — People
2 Staffordshire Place
ST16 2DH Stafford
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Staffordshire Procurement
2 Staffordshire Place
ST16 2DH Stafford
UNITED KINGDOM
VI.5)Date of dispatch of this notice: