Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Integrated Voluntary and Community Sector (VCS) Support Services

  • First published: 17 January 2024
  • Last modified: 17 January 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04163f
Published by:
Barnet Enfield and Haringey Mental Health Trust
Authority ID:
AA82328
Publication date:
17 January 2024
Deadline date:
11 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Please submit your tender response against the Lot selected for bidding.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Barnet Enfield and Haringey Mental Health Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

UK

Contact person: Dominic Caddle

Telephone: +44 3005551201

E-mail: Procurement@nelft.nhs.uk

NUTS: UKI43

Internet address(es)

Main address: https://www.beh-mht.nhs.uk/

Address of the buyer profile: https://www.beh-mht.nhs.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://health-family.force.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Integrated Voluntary and Community Sector (VCS) Support Services

II.1.2) Main CPV code

85323000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The North London Mental Health Partnership (the “Partnership” comprising Barnet, Enfield and Haringey Mental Health Trust (BEHMHT) and Camden and Islington NHS Foundation Trust (C&I)) wishes to commission a range of mental health integrated voluntary and community sector (VCS) support in three lots for residents aged 18 and over with moderate to severe mental illness for the boroughs of Barnet, Enfield and Haringey. These services will act as a key component in the Partnership’s model for community mental health and wellbeing support. The Partnership is seeking to award three contracts by the way of the following three lots:<br/><br/>• Lot 1: The Barnet Division covering the borough of Barnet; Community Mental Health Integrated Voluntary and Community Sector (VCS) Services<br/>• Lot 2: The Enfield Division covering the borough of Enfield; Community Mental Health Integrated Voluntary and Community Sector (VCS) Services<br/>• Lot 3: The Haringey Division covering the borough of Haringey; Community Mental Health Integrated Voluntary and Community Sector (VCS) Services. <br/><br/>The contracts for the Community Mental Health Integrated Voluntary and Community Sector (VCS) Services with the Partnership will be for 2 years with the option to extend the contracts by 1 year and a further 8 months subject to finances and satisfactory performance by successful provider(s).

II.1.5) Estimated total value

Value excluding VAT: 9 229 700.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: Lot 1

II.2.1) Title

1. Lot 1 - Barnet IVCS

II.2.2) Additional CPV code(s)

85323000

85000000

II.2.3) Place of performance

NUTS code:

UKI71


Main site or place of performance:

St Ann's Hospital, St Ann's Road, London, N15 3TH

II.2.4) Description of the procurement

Please submit your tender response against the Lot selected for bidding.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 885 400.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

2 extension periods available:<br/><br/>Extension 1 (12 months)<br/>Extension 2 (8 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 2

II.2.1) Title

2. Lot 2 - Enfield IVCS

II.2.2) Additional CPV code(s)

85323000

85000000

II.2.3) Place of performance

NUTS code:

UKI54


Main site or place of performance:

St Ann's Hospital, St Ann's Road, London, N15 3TH

II.2.4) Description of the procurement

Please submit your tender response against the Lot selected for bidding.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 740 300.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

2 extension periods available:<br/><br/>Extension 1 (12 months)<br/>Extension 2 (8 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 3

II.2.1) Title

3. Lot 3 - Haringey IVCS

II.2.2) Additional CPV code(s)

85323000

85000000

II.2.3) Place of performance

NUTS code:

UKI43


Main site or place of performance:

St Ann's Hospital, St Ann's Road, London, N15 3TH

II.2.4) Description of the procurement

Please submit your tender response against the Lot selected for bidding.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 604 100.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

2 extension periods available:<br/><br/>Extension 1 (12 months)<br/>Extension 2 (8 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As an important part of the delivery of the Core Community teams, the activity from the VCS will contribute towards the delivery of any reporting metrics that the Partnership are required to report on to commissioners. In these cases, the Partnership will report activity from the agreed Electronic Patient Record System. <br/><br/>The Key Performance Indicators applicable to this service are at attached at Appendix 1. The KPIs are subject to additional reviews on the current productivity and staff/recruitment trackers in place as to comply with all statutory and non-statutory reporting requirements. Performance against these KPIs will be reviewed and managed through the contract performance management process.<br/><br/>Any revisions to the KPIs will be done periodically in line with the changes in the needs of the service and the service model, and agreed via a Contract Variation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-032849

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/03/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 14/05/2024

IV.2.7) Conditions for opening of tenders

Date: 11/03/2024

Local time: 14:00

Place:

Online

Information about authorised persons and opening procedure:

Online download of tender submission conducted by the Procurement Shared Service.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4-5 years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Partnership welcomes innovation and that provider(s) aim(s) set out their ambitions and vision to deliver the services being tendered in line with the specification. However, the Partnership expects the provider(s) work with the Partnership post-contract-award to work to tailor key aspects of the commissioned services to ensure services complement the specific community models of each borough. Provider(s) are reassured that any tailoring will not impact on resources and costs post the contract award. For the re-tendering of this service, we have shifted from an input (number of whole-time equivalents deployed) to an outcome-based approach. Provider(s) will be expected to deliver an Activity Based Plan to demonstrate how we are providing more help to people who need our services. (Appendix 1 - KPIs provides the detail).<br/> <br/>This specification will be reviewed regularly and may need to be amended in response to changes in national policy, identification of changing local need, changes in best practice and changes to financial allocations. Provider(s) must be prepared to enter negotiations if such changes are required and allow for variation of this specification as a result. The aim is to commission an Integrated Voluntary Care Sector (IVCS) service(s) that reflects the local demographic and population requirements. The current Standard Operating Policies (SOPs) for the three boroughs of Barnet, Enfield and Haringey can be found at Appendix 1 and provide the necessary service detail. <br/><br/>Unforeseen situations may emerge which have not been planned for or included within the specification and the provider(s) may need to work beyond the remit of this specification to ensure that people’s needs are fully met. These incidences should be reported to the Partnership to inform any service and specification amendments that may be required.<br/><br/>Working alongside the Partnership’s borough-based Divisions, the provider(s) must deliver a needs-based collaboration across the borough. The provider(s) will be expected to work with the Core teams as part of mobilisation to agree on integrated care delivery.<br/><br/>The VCS services commissioned through this contract will be expected to be innovative and flexible in-service delivery. The provider(s) of these services will be expected to ensure there are good risk assessment processes in place to support delivery. They will embed the use of volunteers and peer support in their service offer to maximise delivery of excellent outcomes.<br/><br/>The services being commissioned under each lot will include 3 main components as part of our new multi-disciplinary blended community mental health model:<br/><br/>• Intensive psycho-social support and key working service<br/>• Targeted support to address health inequalities, including reducing barriers to residents in accessing mental health support. <br/>• Development of new community assets and resources to promote mental wellbeing in our communities.

VI.4) Procedures for review

VI.4.1) Review body

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

UK

Internet address(es)

URL: https://www.nelft.nhs.uk

VI.4.2) Body responsible for mediation procedures

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

UK

Internet address(es)

URL: https://www.nelft.nhs.uk

VI.4.4) Service from which information about the review procedure may be obtained

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

UK

Internet address(es)

URL: https://www.nelft.nhs.uk

VI.5) Date of dispatch of this notice

15/01/2024

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Procurement@nelft.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.