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