Supply Primary Mental Health Workers
9 Primary Mental Health Workers are required to develop additional capacity for support, guidance and intervention.
United Kingdom-Oldbury: Social work and related services
2016/S 030-048452
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sandwell Metropolitan Borough Council
Sandwell Council House, Freeth Street
Contact point(s): Procurement and Placements
For the attention of: Joanne Jackson
B69 3DB Oldbury
UNITED KINGDOM
Telephone: +44 1215692024
E-mail: joint_commissioning@sandwell.gov.uk
Internet address(es):
General address of the contracting authority: www.sandwell.gov.uk
Address of the buyer profile: www.sandwell.gov.uk
Further information can be obtained from: Sandwell MBC In-Tend Supplier Portal (please see Internet address URL below)
UNITED KINGDOM
Internet address: https://in-tendhost.co.uk/sandwellmbc
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sandwell MBC In-Tend Supplier Portal (please see Internet address URL below)
UNITED KINGDOM
Internet address: https://in-tendhost.co.uk/sandwellmbc
Tenders or requests to participate must be sent to: Sandwell MBC In-Tend Supplier Portal (please see Internet address URL below)
UNITED KINGDOM
Internet address: https://in-tendhost.co.uk/sandwellmbc
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 UKG34
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)
These roles will span all aspects of the service meeting the cross cutting priorities of the children’s services and the public health agenda by creating additional support to children and families and targeted and specialist provisions by providing step up/ down and maintenance but also enabling appropriate redirection of work when being escalated incorrectly.
The Council will be using the In-tend e-Tendering System for this Procurement exercise, please visit: https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal.
From here you will be able to register your company, express an interest in the opportunity and gain immediate access to PQQ’s / ITT’s or other related documents.
In Order To View or Submit a Tender, you will be required to’ Opt-In’.
For a Step by Step user guide to the Sandwell MBC In-tend Supplier Portal, please click on the ‘Guidance for Suppliers’ section of the website. All procurement responses must be carried out via the Sandwell MBC In-tend Supplier Portal.
If you require further assistance in respect of the system, please contact the In-tend support team on 0844 272 8810.
II.1.6)Common procurement vocabulary (CPV)
85300000
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:
II.2.2)Information about options
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:
No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
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: As set out in the tender documentation.
III.2.3)Technical capacity
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out 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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published:
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: