Operation of Mental Health Helpline
The Authority is seeking to commission the helpline service on its own behalf and on behalf of NHS Coventry and Rugby Clinical Commissioning Group and Coventry Warwickshire Partnership Trust.
United Kingdom-Warwick: Health services
2015/S 239-434217
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Warwickshire County Council
Strategic Procurement Unit, PO Box 3, Shire Hall, Market Square
For the attention of: Manjit Nagra
CV34 4RH Warwick
UNITED KINGDOM
Telephone: +44 1926412026
E-mail: procurement@warwickshire.gov.uk
Internet address(es):
General address of the contracting authority: www.warwickshire.gov.uk
Address of the buyer profile: http://www.warwickshire.gov.uk/procurement
Electronic access to information: http://www.csw-jets.co.uk
Electronic submission of tenders and requests to participate: http://www.csw-jets.co.uk
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Coventry and Warwickshire Partnership NHS Trust
Wayside House, Wilsons Lane
CV6 6NY Coventry
UNITED KINGDOM
NHS Coventry and Rugby Clinical Commissioning Group
Christchurch House, Greyfriars Lane
CV1 2GQ Coventry
UNITED KINGDOM
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
Main site or location of works, place of delivery or of performance: The County Council boundaries of Warwickshire County Council and Coventry City Council.
NUTS code UKG33,UKG13
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 Authority is seeking to commission the helpline service on its own behalf and on behalf of NHS Coventry and Rugby Clinical Commissioning Group (CCG) and Coventry Warwickshire Partnership Trust (CWPT). The Authority will be acting as lead commissioner. The service will provide a helpline and a form of social media/technology for people with mental health needs 24 hours a day 365 days a year across Coventry and Warwickshire. The service will be for adults aged 16 years and over who are, or may be, in need to access emotional support, guidance or information to prevent, reduce and/or delay attendance and admissions into primary and secondary services. Service review of this contract will be held 6 months before the end of the initial period.
The services may be developed and modified during the course of the contract period to meet the changing demands, requirements and needs of the customers, the Authority or the CCG.
This is a notice for social and specific services in accordance with Directive 2014/24/EU Article 74.
II.1.6)Common procurement vocabulary (CPV)
85100000, 85320000, 85323000, 85300000, 85000000, 98000000
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:
The initial contract term will be 2 years with the option to extend the contract by further periods not exceeding 2 years at the discretion of the Authority based on the contract performance of the successful applicant. Warwickshire County Council anticipate spending approximately 80 000 GBP and £67 003 GBP will be allocated from the CCG.
II.2.2)Information about options
Description of these options: The initial contract term will be 2 years with the option to extend the contract by further periods not exceeding 2 years at the discretion of the Authority based on the contract performance of the successful applicant.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
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.1.1)Deposits and guarantees required:
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: The Council will undertake its financial assessment of the tendering organisation (and if considered necessary by the Council any partners within a consortium bid) based on its own evaluation of the Tenderers most recent 3 years accounts (or if 3 years accounts are not available equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report from Creditsafe where this is available. The Council may also impose a bond or performance guarantee on the successful Tenderer.
III.2.3)Technical capacity
Evidence as required as stated in the tender documentation.
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.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 149-275563 of 5.8.2015
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: 8.1.2016 – 11:00
Place:
Warwickshire County Council, Shire Hall, Market Place, Warwick, CV34 4RH.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers of Warwickshire County Council and/or their appointed agents.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is www.csw-jets.co.ukRegistration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSW-JETS correspondence function. If you are having trouble registering with CSW-JETS, please email us at: procurement@warwickshire.gov.uk
Electronic ordering and/or invoicing and/or payment may be used.
VI.5)Date of dispatch of this notice: