Published date: 31 March 2017
Last edited date: 31 March 2017
Awarded contract - This means that the contract has been awarded to a supplier.
Contract summary
Industry
Administrative healthcare services - 75122000
Miscellaneous business-related services - 79990000
Health services - 85100000
Location of contract
Any region
Value of contract
£1,500,000 to £2,569,857
Procurement reference
60252/2
Published date
31 March 2017
Closing date
31 October 2016
Contract start date
1 April 2017
Contract end date
31 March 2019
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
The Department of Health (DH) helps people to live better for longer. We lead, shape and fund health and care in England, making sure people have the support, care and treatment they need, with the compassion, respect and dignity they deserve. DH is a ministerial department, supported by 28 agencies and public bodies.
This is notification that the Department is running an Ojeu Open Procurement for the services described. - (for which see ITT ref number 60252). Interested suppliers need to register on the BMS system if they have not done so already. Details of registration can be found on the attached document and link provided.
Requirement summary - Under section 12(2) of the Mental Health Act 1983 ("the MHA") the Secretary of State for Health approves, for the purposes of that section, registered medical practitioners who have "special experience in the diagnosis or treatment of mental disorder"("s12 doctors"). Additionally, under section 145(1) of the MHA, the Secretary of State is to approve persons to act as "an approved clinician for the purposes of the Act" ("Approved Clinicians"). These functions are collectively referred to as 'the Approval functions'. The Approval functions have been vested in the Secretary of State since the enactment of the MHA, but had been delegated by virtue of regulations made under the National Health Service Act 1977 and directions issued under the National Health Service Act 2006, most recently to Strategic Health Authorities ("SHAs"). SHAs ceased to exist when the relevant provisions in the Health and Social Care Act 2012 came into force. The Department of Health became responsible for the Approval functions. Following a review and a procurement exercise the Secretary of State contracted with four approving bodies. These contracts are due to terminate on 31st March 2017. The requirement is for new contracts for the provision of Approval functions, the contract periods are expected to be for two years in length each, with an optional extension of a further 12 months. The proposed Contracts will cover four regions as described in the documentation; being Lot 1, Panel one - North of England. Lot 2, Panel Two - Midlands and East. Lot 3, Panel Three - London. Lot 4, Panel Four - South of England.
Refer to the attached procurement documentation for details of the services required.
The estimated value given includes the optional 12 month extension period. The current expectation is that TUPE will apply and given that the staff expected to be in scope to transfer participate in the NHSPS it is expected that New Fair Deal will apply. DH reserves the right to not proceed to Contract for this requirement.
More information
Previous notice about this procurement
Regional Mental Health Act Approval Panels
- Opportunity
- Published 2 October 2016
Attachments
-
- RMHA panel 2 Schedule One A Fin.docx
- RMHA Panel 2 schedule 1(a)
-
- RMHA panel 1 Schedule One A Fin.docx
- RMHA Panel 1 schedule 1(a)
-
- RMHA panel 3 Schedule One A Fin.docx
- RMHA panel 3 schedule one(a)
-
- Pricing schedule two Panel 2.xlsx
- Pricing schedule two panel 2
-
- BMS e-tendering manual (v1.0 201112).pdf
- BMS user guide
-
- RMHA panel 4 Schedule One A Fin.docx
- RMHA panel 4 schedule 1(a)
-
- Conditions of Contract RMHA Panels 3009.pdf
- Terms and conditions
-
- Pricing schedule two Panel 1.xlsx
- Pricing schedule two panel 1
-
- Pricing schedule two Panel 3.xlsx
- Pricing schedule two panel 3
-
- Participation Instructions.docx
- Participation Instructions
-
- MHA ITT Pack part B Final.docx
- ITT Part B
-
- Pricing schedule two Panel 4.xlsx
- Pricing schedule two panel 4
-
- MHA ITT Pack part A Final.pdf
- ITT Part A
Links
-
- https://www.gov.uk/government/organisations/department-of-health/about/procurement
- Tender notice
- e-tendering (BMS) system link
Additional text
-
*Bids must be submitted via the BMS system as per attached full Instructions*. This procurement exercise will be completed via the DH e-Tendering portal (BMS) and candidates wishing to be considered for this (or any other) DH contract must submit their response via BMS. The BMS reference number for this exercise is 60252.
Suppliers should visit https://www.gov.uk/government/organisations/department-of-health/about/procurement to register and download instructions on how to respond.
If you require assistance, please contact the Supplier Helpdesk on 0113 254 5777 or supplier.helpdesk@dh.gsi.gov.uk . This helpdesk is available 10:00am to 4:00pm, Monday to Friday excluding Bank Holidays.
Transparency:
Potential Bidders should note that, in accordance with the Government's policies on transparency, the Authority intends to publish the Invitation to Tender (ITT), and any Contract awarded, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at the following pages:
http://www.cabinetoffice.gov.uk/resource-library/guidance-transparency
https://www.gov.uk/government/publications/transparency-requirements-for-publishing-on-contracts-finder
General:
The Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. The Contract period shown excludes the optional 12 month extension.
Award information
Awarded date
10 March 2017
Contract start date
1 April 2017
Contract end date
31 March 2019
Total value of contract
£0
This contract was awarded to 4 suppliers.
Tees Esk and Wear Valleys NHS FT
Address
West Park Hospital, Edward Pease Way, Darlington, Co Durham, DL2 2TS
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
Additional details
-
Lot one Panel 1
Rotherham Doncaster and South Humber NHS Foundation Trust
Address
Woodfield House, Tickhill Road Hospital, Tickhill Road, Doncaster, South Yorkshire, DN4 8QN
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
Additional details
-
Lot two panel 2
Central and North West London NHS Foundation Trust
Address
Trust HQ, Stephenson House, 75 Hampstead Road, London, NW1 2PL
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
Additional details
-
lot three panel 3
Winterhead Limited
Address
Hilldean, Manor House, 1 Macaulay Road, Broadstone, Dorset, BH18 8AS
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
Additional details
-
Lot four panel 4
About the buyer
Contact name
Paul Eagleton
Address
Department of Health, Quarry House, Quarry Hill
Leeds
LS2 7UE
England
Share this notice
Closing: 31 October 2016
All content is available under the
