Tender for Physical Health Checks Service – Haringey, London
1) completion of physical health check assessments; 2) follow up: delivery of or referral to NICE-recommended interventions.
United Kingdom-London: Health services
2020/S 051-122388
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: River Park House, Level 4 225 High Road
Town: London
NUTS code: UKI
Postal code: N22 8HQ
Country: United Kingdom
Contact person: Mr Odezi Stephen Ivuerah
E-mail: nelcsu.clinical-procurement@nhs.net
Telephone: +44 2030495843Internet address(es):Main address: https://www.haringeyccg.nhs.uk/
Address of the buyer profile: https://www.haringeyccg.nhs.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PRJ-926 Haringey CCG SMI Physical Health Checks Service
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Haringey Clinical Commissioning Group wishes to commission high-quality support services that addresses the significant health inequalities faced by for people living with severe mental illness in the borough as a result of long-term physical health conditions.
The Primary Care SMI Service will be expected to provide a comprehensive range of physical health checks to patients on the SMI register in line with the NHSE Physical health check and follow up interventions for people with severe mental illness.
This will include amongst others:
1) completion of physical health check assessments;
2) follow up: delivery of or referral to NICE-recommended interventions;
3) follow up: personalised care planning, engagement and psycho-social support;
4) signpost and support the patient to relevant NHS screening programmes including cervical, breast and Bowel cancer.
In addition,
5) collating, recording and reporting of all service activity on the EMIS/Vision system.
This specification looks to provide focus and address the below six areas.
• ensuring clarity about the required elements of a physical health assessment for someone with an SMI.
Ensuring the provision of follow up interventions to address identified health risks such as a lack of physical exercise
• ensuring sufficient capacity in primary care to develop and deliver personalised support plans and provide navigation to ensure that people have access to the right resources and services;
• clarifying roles and responsibilities across primary and secondary care teams in relation to the physical health of people with SMI;
• improving communications and collaboration between primary and secondary care;
• developing confidence and competence within the primary care workforce to deliver good physical healthcare for people with SMI.
The financial envelope available for this work is within the range of GBP 230 000-GBP 259 128 per annum. The indicative budget for the total duration of the contract (initial term of 2 years plus the potential extension period of 2 years) is within the range of GBP 920 000-GBP 1 036 512.
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The service would provide and facilitate strong clinical leadership to champion physical healthcare of people with SMI and embed a proactive culture of addressing the needs of this population group amongst generalist and physical health services. This will include
• completion of physical health check assessments;
• follow up: delivery of or referral to NICE-recommended interventions through community, acute and mental health services in collaboration with the GP;
• follow up: personalised care planning, engagement and psycho-social support including referral to the Haringey Mind Well-being Network and other services as required by the patient.
The service will
• deliver comprehensive cardio-metabolic health checks to no less than 60 % of the SMI population in Haringey in line with the national expectation;
• deliver additional testing, e.g. spirometry, prolactin, ECG;
• check Ensure onward referral, follow ups and recalls are undertaken for those with abnormalities or requiring further investigation/treatment;
• support General Practice in the diagnosis, treatment and management of patients with SMI and Long Term Conditions;
• support patients with SMI to improve their self-management through behaviour change and motivation techniques, psycho-education and personalised care planning;
• offer personalised recovery plans using evidenced tools to support patients with self-management of lifestyle risk factors and mental health relapse factors;
• apply a multi-disciplinary approach in partnership with the GP, community and mental health services as well as the voluntary sector including but not limited to the Mind in Haringey Well-being Network, IAPT, Crisis Hub etc. to ensure that the holistic needs of the patient are addressed;
• recognise the important role carers play in supporting patients and will involve them in the process of service delivery upon securing the consent of the patient.
The provider will be expected to operate as a borough-wide service with presence across the localities or Primary care Networks (PCN).
It will also play a significant role in improving mental health care within primary care networks through working in a purposefully holistic way to address multiple health and well-being risk factors
The provider will ensure that they advertise this service to their patients. Services need to be accessible, appropriate and sensitive to the needs of all service users.
No-one should be excluded or experience difficulty in accessing and effectively using the service due to their race, gender, disability, sexual orientation, religion and/or age.
Interested parties are invited to submit tenders by 14.00 on 30 March 2020. You must register on our e-tendering portal (https://procontract.due-north.com). Once registered and logged in, you can access the tender documents attached to the Pro contract Advert. Further instructions on how to access the project are at https://supplierhelp.due-north.com/Opportunities1.html.
II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Form of procedure
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.5)Date of dispatch of this notice: