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

Voluntary, Community, and Social Enterprise Mental Health Services

  • First published: 05 May 2023
  • Last modified: 05 May 2023

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)

Contents

Summary

OCID:
ocds-h6vhtk-03c652
Published by:
Herefordshire and Worcestershire Health & Care NHS Trust
Authority ID:
AA80982
Publication date:
05 May 2023
Deadline date:
05 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contract will form part of the Herefordshire and Worcestershire Community Mental Health Transformation Model, interventions will be integrated with the Trust’s Neighbourhood Mental Health Teams and the 15 Primary Care Networks across the 2 counties. The model requires strong collaboration to respond to local mental health needs and mental health inequalities including:<br/><br/>• Delivery of therapeutic interventions that support and maintain people's mental health in the community (aged 18 years onwards) and address health inequalities in access, experience and outcomes<br/>• Supporting mental health recovery and rehabilitation<br/>• Linking with broader system and locality-based provision to develop and strengthen community assets for people with mental health conditions <br/>• Supporting the reduction of digital exclusion to enable more mental health clients to access support via digital options where appropriate<br/>• Supporting and contributing to multi-disciplinary team approach and person-centred care planning where appropriate<br/>• In addition to the above, Herefordshire and Worcestershire Mental Health Collaborative will in the course of this engagement consider additional services to be included in this approach.<br/><br/>An initial Market Engagement Event is being held virtually over MS Teams on 5th June 2023 9.30-12pm. To attend this event please formally express interest through the Atamis etender portal as detailed below. Please note that further market engagement activity will be conducted with those providers that have expressed interest in this Notice, so providers should ensure they express interest even if they are unable or uninterested in attending the engagement event on the 5th June 2023.<br/><br/>This PIN as a call for competition is initially published as a notice for expressions of interest and particularly about the market engagement activity being undertaken throughout June 2023. The Commissioners may then choose to proceed directly to a commissioning process with parties who have responded to the notice and there will be no further notice published. EOIs received will be used to help the Commissioners finalise their commissioning and contracting approach for these services.<br/><br/>Interested providers will be able to view this opportunity via the ‘Find Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome <br/><br/>If you are not already registered on the system you will need to do so before you can fully access the opportunity. <br/><br/>Should the Commissioners proceed to a procurement process it is anticipated to consist of two stages: (1) Stage 1 shortlisting stage to test the capability and capacity of potential provider collaboratives and to identify whether there is more than one capable provider alliance; (2) Stage 2 will either be: (a) a competitive process (if more than one capable provider alliance is identified at Stage 1), which may involve dialogue and will involve assessment of bids against published evaluation criteria and weightings; or (b) an alliance "Assurance Process" with a single provider, if only one capable provider alliance is identified at Stage 1. Both approaches will involve evidence being considered by subject matter experts and assessed against critical success factors and expected minimum standards.

Full notice text

Prior information notice

This notice is a call for competition

Section I: Contracting authority

I.1) Name and addresses

Herefordshire and Worcestershire Health & Care NHS Trust

2 Kings Court, Charles Hastings Way

Worcester

WR5 1JR

UK

Contact person: Marvin Foolchand

Telephone: +44 1905681926

E-mail: marvin.foolchand1@nhs.net

NUTS: UKG12

Internet address(es)

Main address: https://www.hacw.nhs.uk/

Address of the buyer profile: https://www.hacw.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

Voluntary, Community, and Social Enterprise Mental Health Services

Reference number: T.HACW.047

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Herefordshire and Worcestershire Mental Health Collaborative (hosted by Herefordshire and Worcestershire Health and Care NHS Trust) are seeking to engage with the market to enhance the range of locality based community mental health services across the 2 counties.<br/><br/>The Collaborative are seeking Expressions of Interest (EOIs) from providers who want to work on shaping community mental health pathways and have the capability and capacity of delivering mental health interventions in collaboration with statutory sector partners through a population health management approach.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKG1


Main site or place of performance:

Worcestershire and Herefordshire

II.2.4) Description of the procurement

The contract will form part of the Herefordshire and Worcestershire Community Mental Health Transformation Model, interventions will be integrated with the Trust’s Neighbourhood Mental Health Teams and the 15 Primary Care Networks across the 2 counties. The model requires strong collaboration to respond to local mental health needs and mental health inequalities including:<br/><br/>• Delivery of therapeutic interventions that support and maintain people's mental health in the community (aged 18 years onwards) and address health inequalities in access, experience and outcomes<br/>• Supporting mental health recovery and rehabilitation<br/>• Linking with broader system and locality-based provision to develop and strengthen community assets for people with mental health conditions <br/>• Supporting the reduction of digital exclusion to enable more mental health clients to access support via digital options where appropriate<br/>• Supporting and contributing to multi-disciplinary team approach and person-centred care planning where appropriate<br/>• In addition to the above, Herefordshire and Worcestershire Mental Health Collaborative will in the course of this engagement consider additional services to be included in this approach.<br/><br/>An initial Market Engagement Event is being held virtually over MS Teams on 5th June 2023 9.30-12pm. To attend this event please formally express interest through the Atamis etender portal as detailed below. Please note that further market engagement activity will be conducted with those providers that have expressed interest in this Notice, so providers should ensure they express interest even if they are unable or uninterested in attending the engagement event on the 5th June 2023.<br/><br/>This PIN as a call for competition is initially published as a notice for expressions of interest and particularly about the market engagement activity being undertaken throughout June 2023. The Commissioners may then choose to proceed directly to a commissioning process with parties who have responded to the notice and there will be no further notice published. EOIs received will be used to help the Commissioners finalise their commissioning and contracting approach for these services.<br/><br/>Interested providers will be able to view this opportunity via the ‘Find Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome <br/><br/>If you are not already registered on the system you will need to do so before you can fully access the opportunity. <br/><br/>Should the Commissioners proceed to a procurement process it is anticipated to consist of two stages: (1) Stage 1 shortlisting stage to test the capability and capacity of potential provider collaboratives and to identify whether there is more than one capable provider alliance; (2) Stage 2 will either be: (a) a competitive process (if more than one capable provider alliance is identified at Stage 1), which may involve dialogue and will involve assessment of bids against published evaluation criteria and weightings; or (b) an alliance "Assurance Process" with a single provider, if only one capable provider alliance is identified at Stage 1. Both approaches will involve evidence being considered by subject matter experts and assessed against critical success factors and expected minimum standards.

II.2.5) Award criteria

Criteria below:

Quality criterion: As stated in tender documents / Weighting: 100

Cost criterion: As stated in tender documents / Weighting: 100

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Three year contract with the option to extend for two further twelve month periods

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The services are health and social care services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations but are instead governed by the "Light Touch Regime". For the avoidance of doubt, the Commissioners will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As stated in tender documents

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of expressions of interest

Date: 05/06/2023

Local time: 12:00

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

EN

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Herefordshire and Worcestershire Health and Care NHS Trust

2 Kings Court, Charles Hasting Way,

Worcester

WR5 1JR

UK

Internet address(es)

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

VI.5) Date of dispatch of this notice

04/05/2023

Coding

Commodity categories

ID Title Parent category
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:
marvin.foolchand1@nhs.net
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.