Published date: 25 August 2017
This notice was replaced on 25 January 2018
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 25 January 2018)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Health and social work services - 85000000
Location of contract
South West
Value of contract
£7,668,000 to £15,336,000
Procurement reference
PR002160
Published date
25 August 2017
Closing date
29 September 2017
Contract start date
1 April 2018
Contract end date
31 March 2022
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
NHS England Specialised Commissioning is seeking to commission Community Forensic Child and Adolescent Mental Health Service (including Secure Outreach). The procurement has been split into regional lots:
Lot 1: NHS E - South - South East - Kent and Medway, Surrey and Sussex
Lot 2: NHS E - Midlands & East - West Midlands
Lot 3: NHS E - South - South West - Devon, Cornwall and Somerset
Lot 4: NHS E - South - Wessex - Hampshire, Isle of Wight, Dorset, Berkshire, Oxfordshire, Buckinghamshire
Lot 5: NHS E - Midlands & East - East of England
Lot 6: NHS E - South - South West - Gloucester, Wiltshire, Swindon and Bristol, South Gloucester, BANES, North Somerset
The service is a tertiary referral service for CAMHS teams, CAMHS/Youth Offending Team (YOT) link workers and neurodisability services for young people and other agencies. The team will be accessible to all agencies (e.g. social services, YOTs, prisons, courts, solicitors, education, health commissioners etc.) that may have contact with young people exhibiting risky behaviours or young people in the youth justice system who have mental health difficulties.
The catchment for each service should be 'regional' in the sense that it covers a population and/or geographical area for a total population of about 2.5 million. It is likely that the catchments of some services working either in densely or sparsely populated areas or in areas with particularly high levels of deprivation will need to be organised accordingly.
More information
Additional text
-
Interested providers will be able to view the tender opportunity via the 'current tenders' list on the e-procurement system https://in-tendhost.co.uk/scwcsu/aspx/Home
In order to access the tender documentation you will need to 'express an interest' and register on the system. Bidders are required to respond to Selection & ITT questions directly within the system and attach any requested documents separately to the placeholders provided. The services are healthcare 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 is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.
About the buyer
Contact name
Lisa Chivers
Address
South Plaza
Marlborough Street
Bristol
BS1 3NX
England
Website
Share this notice
All content is available under the
