Section one: Contracting authority
one.1) Name and addresses
NHS Herefordshire and Worcestershire Integrated Care Board (ICB)
Kirkham House, John Comyn Drive, Perdiswell
Worcester
WR3 7NS
Contact
Lyle Lloyd, MCIPS, Senior Procurement Officer
Telephone
+44 1432260670
Country
United Kingdom
Region code
UKG - West Midlands (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://health-family.force.com/s/Welcome
Buyer's address
https://herefordshireandworcestershire.icb.nhs.uk/
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS Herefordshire and Worcestershire Integrated Care Board (ICB) Early intervention and preventative emotional wellbeing and mental health services for Children and Young People (CYP) age 0 to 25 years
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Following a virtual Market Engagement Event on 31st July 2024, NHS Midlands and Lancashire Commissioning Support Procurement Unit is issuing this Contract Notice on behalf of NHS Herefordshire and Worcestershire Integrated Care Board (ICB) to inform potential bidding organisations that bids are sought from provider organisations capable of providing early intervention and preventative emotional wellbeing and mental health services for Children and Young People (CYP) age 0 to 25 years, across the counties of Herefordshire and Worcestershire.
The ICB is intending to award two contracts for the above services, divided into two lots i.e., Lot 1 - Herefordshire, Lot 2 - Worcestershire, for a period of 3 years with the option to extend for up to another 2 years at its discretion.
Bidding organisations may submit bids for either lot, or for both lots.
If submitting bids for both lots, bidders must ensure that each bid is independently viable, i.e., if you were the successful bidder for one lot (and therefore not for both) your organisation is capable of delivering the service in one area only.
The contract(s) will mobilise from the 1st April 2025 following a formal Competitive Process in accordance with Regulation 11 of the Health Care Services (Provider Selection Regime) Regulations 2023.
The total estimated lifetime value of the contract is £7,127,600 for the 3 year contract plus the optional extension period of 2 years; this is split to £1,781,900 for Lot 1 (Herefordshire), and £5,345,700 for Lot 2 (Worcestershire). The Commissioner reserves the right to reject Bids where the proposed value exceeds £356,380.00 per annum for Lot 1 Herefordshire and £1,069,140.00 per annum for Lot 2 Worcestershire.
The service is expected to be offered with flexibility to meet local need; some evening and weekend provision will also be required.
The indicative proposed minimum activity levels are 1647 per year for Lot 1 (Herefordshire), and 5022 per year for Lot 2 (Worcestershire).
This notice has been issued subject to the Provider Selection Regime (PSR) regulations 2023 for the Procurement of Healthcare Services.
two.1.5) Estimated total value
Value excluding VAT: £7,127,600
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Herefordshire
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
Main site or place of performance
The County of HEREFORDSHIRE, UK.
two.2.4) Description of the procurement
Interested parties are invited to submit bids within Atamis project C300971 with regards to provision of the above service in Herefordshire.
Details of the service are set out in the Service Specification and accompanying tender documentation which are available to view in the Atamis Documents section of the above project.
NHS Herefordshire and Worcestershire ICB's key priority is the improvement and expansion of Early Intervention and Prevention Emotional Wellbeing and mental health services across the ICB area. This will:
• Increase provision for children and young people to access support and interventions
• Improve equity of provision across both counties
• Extend support at the early intervention and preventative services to children and young adults aged 0-25 (up to the day before their 25th birthday).
• Reduce reliance on schools/colleges to make the referrals and introduce flexibility to reach vulnerable children and young people not currently accessing services due to reasons such as complex needs or not attending school.
The new service will:
• Proactively target those children and young people 0-25 years who do not meet the Specialist CAMHS or adult mental health services thresholds and offer early intervention support to young people who are hard to engage.
• Provide a range of forums and venues to offer children, young people, families and professionals an appropriate first point of contact.
• Work collaboratively with other providers and agencies to continually market the service and ensure the service is universally known about, joined up, whilst working with the targeted vulnerable groups of children and young people.
• Continuous engagement and integration with referral agencies, universal and Early Help services to not only promote the service but ensure pathways are effective.
• Use recognised assessment and evaluation tools and set clear outcome measures with children and young people accessing the service.
The successful provider must be able to submit and flow data successfully to the Mental Health Services Data Set (MHSDS) and provide assurance of this.
There is no fixed view as to what the services will look like. It is advisable for providers to collaborate and offer consistency across Herefordshire and Worcestershire to avoid any gaps/duplication in terms of service provision.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of the contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this notice.
two.2.5) Award criteria
Quality criterion - Name: Section A: Quality and Innovation / Weighting: 45.00%
Quality criterion - Name: Section B: Value / Weighting: Pass/Fail
Quality criterion - Name: Section C: Integration, Collaboration, and Service Sustainability / Weighting: 25.00%
Quality criterion - Name: Section D: Improving access, reducing health inequalities, and facilitating choice / Weighting: 20.00%
Quality criterion - Name: Section E: Social Value / Weighting: 10.00%
Price - Weighting: 0.00%
two.2.6) Estimated value
Value excluding VAT: £1,781,900
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The total estimated lifetime value of the contract is £1,781,900 for Lot 1 (Herefordshire). The indicative proposed minimum activity levels are 1647 per year for Lot 1 (Herefordshire).
two.2) Description
two.2.1) Title
Lot 2 - Worcestershire
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG12 - Worcestershire
Main site or place of performance
The County of WORCESTERSHIRE, UK.
two.2.4) Description of the procurement
Interested parties are invited to submit bids within Atamis project C300971 with regards to provision of the above service in Worcestershire.
Details of the service are set out in the Service Specification and accompanying tender documentation which are available to view in the Atamis Documents section of the above project.
NHS Herefordshire and Worcestershire ICB's key priority is the improvement and expansion of Early Intervention and Prevention Emotional Wellbeing and Mental Health services across the ICB area. This will:
• Increase provision for children and young people to access support and interventions
• Improve equity of provision across both counties
• Extend support at the early intervention and preventative services to children and young adults aged 0-25 (up to the day before their 25th birthday).
• Reduce reliance on schools/colleges to make the referrals and introduce flexibility to reach vulnerable children and young people not currently accessing services due to reasons such as complex needs or not attending school.
The new service will:
• Proactively target those children and young people 0-25 years who do not meet the Specialist CAMHS or adult mental health services thresholds and offer early intervention support to young people who are hard to engage.
• Provide a range of forums and venues to offer children, young people, families and professionals an appropriate first point of contact.
• Work collaboratively with other providers and agencies to continually market the service and ensure the service is universally known about, joined up, whilst working with the targeted vulnerable groups of children and young people.
• Continuous engagement and integration with referral agencies, universal and Early Help services to not only promote the service but ensure pathways are effective.
• Use recognised assessment and evaluation tools and set clear outcome measures with children and young people accessing the service.
The successful provider must be able to submit and flow data successfully to the Mental Health Services Data Set (MHSDS) and provide assurance of this.
There is no fixed view as to what the services will look like. It is advisable for providers to collaborate and offer consistency across Herefordshire and Worcestershire to avoid any gaps/duplication in terms of service provision.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of the contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this notice.
two.2.5) Award criteria
Quality criterion - Name: Section A: Quality and Innovation / Weighting: 45.00%
Quality criterion - Name: Section B: Value / Weighting: Pass/Fail
Quality criterion - Name: Section C: Integration, Collaboration, and Service Sustainability / Weighting: 25.00%
Quality criterion - Name: Section D: Improving access, reducing health inequalities, and facilitating choice / Weighting: 20.00%
Quality criterion - Name: Section E: Social Value / Weighting: 10.00%
Price - Weighting: 0.00%
two.2.6) Estimated value
Value excluding VAT: £5,345,700
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The total estimated lifetime value of the contract is £5,345,700 for Lot 2 (Worcestershire). The indicative proposed minimum activity levels is 5022 per year for Lot 2 (Worcestershire).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-021717
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 October 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 October 2024
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
INSTRUCTIONS ON HOW TO SUBMIT BIDS:
NHS Midlands and Lancashire CSU is conducting this procurement exercise on behalf of NHS Herefordshire and Worcestershire Integrated Care Board with whom the successful bidder(s) will enter into contracts for the supply of the healthcare
services.
The contract conditions will be set out in the Invitation to Tender.
This procurement exercise will be conducted via the Atamis e-tendering portal at:
https://health-family.force.com/s/Welcome
Please search for Atamis Project Reference: C300971.
(i) Candidates should register on the portal at https://health-family.force.com/s/Welcome (registration and use of
the website is free of charge). If your organisation has registered previously, you do not need to reregister;
(ii) Once registered, candidates must submit your bid(s) via the Atamis e-tendering portal by the deadline stated.
Should providers have any queries, or having problems using the portal, you should contact the Atamis Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
six.4) Procedures for review
six.4.1) Review body
NHS Herefordshire and Worcestershire Integrated Care Board
Kirkham House, John Comyn Drive, Perdiswell
Worcester
WR3 7NS
Country
United Kingdom