Tender

Integrated Voluntary and Community Sector (VCS) Support Services

  • Barnet Enfield and Haringey Mental Health Trust

F02: Contract notice

Notice identifier: 2024/S 000-001313

Procurement identifier (OCID): ocds-h6vhtk-04163f

Published 15 January 2024, 3:24pm



Section one: Contracting authority

one.1) Name and addresses

Barnet Enfield and Haringey Mental Health Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Contact

Dominic Caddle

Email

Procurement@nelft.nhs.uk

Telephone

+44 3005551201

Country

United Kingdom

Region code

UKI43 - Haringey and Islington

Internet address(es)

Main address

https://www.beh-mht.nhs.uk/

Buyer's address

https://www.beh-mht.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

Tenders or requests to participate must be submitted to the above-mentioned 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

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

Integrated Voluntary and Community Sector (VCS) Support Services

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

The North London Mental Health Partnership (the “Partnership” comprising Barnet, Enfield and Haringey Mental Health Trust (BEHMHT) and Camden and Islington NHS Foundation Trust (C&I)) wishes to commission a range of mental health integrated voluntary and community sector (VCS) support in three lots for residents aged 18 and over with moderate to severe mental illness for the boroughs of Barnet, Enfield and Haringey. These services will act as a key component in the Partnership’s model for community mental health and wellbeing support. The Partnership is seeking to award three contracts by the way of the following three lots:

• Lot 1: The Barnet Division covering the borough of Barnet; Community Mental Health Integrated Voluntary and Community Sector (VCS) Services
• Lot 2: The Enfield Division covering the borough of Enfield; Community Mental Health Integrated Voluntary and Community Sector (VCS) Services
• Lot 3: The Haringey Division covering the borough of Haringey; Community Mental Health Integrated Voluntary and Community Sector (VCS) Services.

The contracts for the Community Mental Health Integrated Voluntary and Community Sector (VCS) Services with the Partnership will be for 2 years with the option to extend the contracts by 1 year and a further 8 months subject to finances and satisfactory performance by successful provider(s).

two.1.5) Estimated total value

Value excluding VAT: £9,229,700

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

1. Lot 1 - Barnet IVCS

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI71 - Barnet
Main site or place of performance

St Ann's Hospital, St Ann's Road, London, N15 3TH

two.2.4) Description of the procurement

Please submit your tender response against the Lot selected for bidding.

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: £2,885,400

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 extension periods available:

Extension 1 (12 months)
Extension 2 (8 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

2. Lot 2 - Enfield IVCS

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield
Main site or place of performance

St Ann's Hospital, St Ann's Road, London, N15 3TH

two.2.4) Description of the procurement

Please submit your tender response against the Lot selected for bidding.

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: £2,740,300

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 extension periods available:

Extension 1 (12 months)
Extension 2 (8 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

3. Lot 3 - Haringey IVCS

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI43 - Haringey and Islington
Main site or place of performance

St Ann's Hospital, St Ann's Road, London, N15 3TH

two.2.4) Description of the procurement

Please submit your tender response against the Lot selected for bidding.

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: £3,604,100

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 extension periods available:

Extension 1 (12 months)
Extension 2 (8 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As an important part of the delivery of the Core Community teams, the activity from the VCS will contribute towards the delivery of any reporting metrics that the Partnership are required to report on to commissioners. In these cases, the Partnership will report activity from the agreed Electronic Patient Record System.

The Key Performance Indicators applicable to this service are at attached at Appendix 1. The KPIs are subject to additional reviews on the current productivity and staff/recruitment trackers in place as to comply with all statutory and non-statutory reporting requirements. Performance against these KPIs will be reviewed and managed through the contract performance management process.

Any revisions to the KPIs will be done periodically in line with the changes in the needs of the service and the service model, and agreed via a Contract Variation.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-032849

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

Date

11 March 2024

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

Tender must be valid until: 14 May 2024

four.2.7) Conditions for opening of tenders

Date

11 March 2024

Local time

2:00pm

Place

Online

Information about authorised persons and opening procedure

Online download of tender submission conducted by the Procurement Shared Service.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4-5 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Partnership welcomes innovation and that provider(s) aim(s) set out their ambitions and vision to deliver the services being tendered in line with the specification. However, the Partnership expects the provider(s) work with the Partnership post-contract-award to work to tailor key aspects of the commissioned services to ensure services complement the specific community models of each borough. Provider(s) are reassured that any tailoring will not impact on resources and costs post the contract award. For the re-tendering of this service, we have shifted from an input (number of whole-time equivalents deployed) to an outcome-based approach. Provider(s) will be expected to deliver an Activity Based Plan to demonstrate how we are providing more help to people who need our services. (Appendix 1 - KPIs provides the detail).

This specification will be reviewed regularly and may need to be amended in response to changes in national policy, identification of changing local need, changes in best practice and changes to financial allocations. Provider(s) must be prepared to enter negotiations if such changes are required and allow for variation of this specification as a result. The aim is to commission an Integrated Voluntary Care Sector (IVCS) service(s) that reflects the local demographic and population requirements. The current Standard Operating Policies (SOPs) for the three boroughs of Barnet, Enfield and Haringey can be found at Appendix 1 and provide the necessary service detail.

Unforeseen situations may emerge which have not been planned for or included within the specification and the provider(s) may need to work beyond the remit of this specification to ensure that people’s needs are fully met. These incidences should be reported to the Partnership to inform any service and specification amendments that may be required.

Working alongside the Partnership’s borough-based Divisions, the provider(s) must deliver a needs-based collaboration across the borough. The provider(s) will be expected to work with the Core teams as part of mobilisation to agree on integrated care delivery.

The VCS services commissioned through this contract will be expected to be innovative and flexible in-service delivery. The provider(s) of these services will be expected to ensure there are good risk assessment processes in place to support delivery. They will embed the use of volunteers and peer support in their service offer to maximise delivery of excellent outcomes.

The services being commissioned under each lot will include 3 main components as part of our new multi-disciplinary blended community mental health model:

• Intensive psycho-social support and key working service
• Targeted support to address health inequalities, including reducing barriers to residents in accessing mental health support.
• Development of new community assets and resources to promote mental wellbeing in our communities.

six.4) Procedures for review

six.4.1) Review body

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Country

United Kingdom

Internet address

https://www.nelft.nhs.uk

six.4.2) Body responsible for mediation procedures

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Country

United Kingdom

Internet address

https://www.nelft.nhs.uk

six.4.4) Service from which information about the review procedure may be obtained

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Country

United Kingdom

Internet address

https://www.nelft.nhs.uk