Tender

Mental Health Pathway

  • Brighton and Hove City Council
  • Brighton and Hove Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2022/S 000-000715

Procurement identifier (OCID): ocds-h6vhtk-030963

Published 11 January 2022, 10:03am



Section one: Contracting authority

one.1) Name and addresses

Brighton and Hove City Council

Hove Town Hall,Norton Road

HOVE

BN33BQ

Contact

Procurement Team

Email

procurement@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

https://www.brighton-hove.gov.uk/

one.1) Name and addresses

Brighton and Hove Clinical Commissioning Group

Town Hall, Norton Rd

Hove

BN3 4AH

Email

procurement@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

https://www.brightonandhoveccg.nhs.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sesharedservices/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Mental Health Pathway

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

Brighton and Hove City Council and the Brighton and Hove Clinical Commissioning Group are seeking bids for the provision of a jointly commissioned Mental Health Pathway.

There are four (4) lots for the tender;-

Lot 1: High and Medium Support Mental Health Supported Accommodation

Lot 2: Medium and Low Support Mental Health Supported Accommodation

Lot 3: Discharge to Assess "D2A" Mental Health Service

Lot 4: Crisis House Mental Health Service

two.1.5) Estimated total value

Value excluding VAT: £13,319,366

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

High and Medium Support Mental Health Supported Accommodation

Lot No

1

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

High and Medium Support Mental Health Supported Accommodation

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,385,323

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: Yes

Description of options

Two Year Extension Available

two.2) Description

two.2.1) Title

Medium and Low Support Mental Health Supported Accommodation

Lot No

2

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Medium and Low Support Mental Health Supported Accommodation

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,310,000

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: Yes

Description of options

Two Year Extension Available

two.2) Description

two.2.1) Title

Discharge to Assess "D2A" Mental Health

Lot No

3

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Discharge to Assess "D2A" Mental Health Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,124,043

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

Duration in months

24

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: Yes

Description of options

One Year Extension Available

two.2) Description

two.2.1) Title

Crisis House Mental Health Service

Lot No

4

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Crisis House Mental Health Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,500,000

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: Yes

Description of options

Two Year Extension Available


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

A complete list of requirements is described in the tender package available at the web address provided.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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.2.2) Time limit for receipt of tenders or requests to participate

Date

2 February 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 February 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Brighton and Hove City Council

Brighton and Hove

Country

United Kingdom