Contract

MH Advisors Service (Most Suitable Provider process)

  • Surrey County Council

F03: Contract award notice

Notice identifier: 2025/S 000-001894

Procurement identifier (OCID): ocds-h6vhtk-04d4b5

Published 20 January 2025, 3:16pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

Contact

Andrew Clarke

Email

andrew.clarke@sureycc.gov.uk

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

www.surreycc.gov.uk

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

MH Advisors Service (Most Suitable Provider process)

Reference number

DN2722

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Surrey County Council is seeking to procure Mental Health Advisors Service. The service is grant funded for the duration of 2 December 2024 - 31 March 2026 (16 months)

The service will support eligible participants to improve their emotional wellbeing and mental health, as a contributor to maintaining their employment and thriving in work. The service will consist of employing Mental Health Advisors integrated into regional WorkWell multidisciplinary teams, to provide one to one and group mental health support to individuals being supported by the WorkWell programme.

Most suitable Provider process is being used for this procurement.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,347,200

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

The County of Surrey

two.2.4) Description of the procurement

Surrey County Council is seeking to procure Mental Health Advisors Service. The service is grant funded for the duration of 2 December 2024 - 31 March 2026 (16 months)

The service will support eligible participants to improve their emotional wellbeing and mental health, as a contributor to maintaining their employment and thriving in work. The service will consist of employing Mental Health Advisors integrated into regional WorkWell multidisciplinary teams, to provide one to one and group mental health support to individuals being supported by the WorkWell programme.

This notice is an intention to award a contract under the most suitable provider process.

The approximate lifetime value of the Contract is £522,016.00

This is a new service

This is a new provider

The services will be provided from 01/02/2025 to 31/05/2026

two.2.5) Award criteria

Quality criterion - Name: most suitable provider process with regard to the key criteria / Weighting: 100

Price

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this 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 award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by [Add date]. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR'.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

1

Title

MH Advisors Service (Most Suitable Provider process)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 January 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

FEDCAP EMPLOYMENT LIMITED

Cleveland Business Centre, Oak Street

Middlesbrough

TS1 2RQ

Country

United Kingdom

NUTS code
  • UKE2 - North Yorkshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,347,200


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this 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 award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 30 January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’

Written representations should be sent to andrew.clarke@surreycc.gov.uk.

Details of the award decision-makers - Rebecca Brooker, Jack Smith, Jean-Pierre Moore;

- no conflicts or potential conflicts of interests

- key criteria used to make a decision,

key criteria 1. Quality and Innovation

Provider demonstrated clear understanding of regulatory standards and evidenced appropriate clinical oversight.

Operational models were clear and robust.

Provider demonstrated integrated approaches, and a broad support offer for participants.

key criteria 2. Value

Clear offer of 7 hours per participant outlined, including variety of formats and out of hours support.

Plan to provide rapid capacity and respond flexibly to demand and the payment on results model.

Capacity and caseloads reasoned and evidenced.

Demonstrated responsiveness to service user feedback.

Provided examples of how the service would build in nature-based opportunities.

key criteria 3. Integration, collaboration and service sustainability

Provider demonstrated an understanding of existing provision.

Outlined plans to integrate in community settings.

Considered approach to monitoring, and robust metrics proposal.

Reference a range of support formats and a personalised approach.

key criteria 4. Improving Access, reducing health inequalities and facilitating choice

Evidence provider has connected with range of holistic support organisations, and outlined method to identify and signpost participants.

Outlined plans to provdie immediate capacity and rapid scaling of the service.

Demonstrated awareness of the place-based delivery model and flexibility to manage demand across the footprints.

key criteria 5. Social Value

Referred to leveraging supply chain.

Identified activities to support priority neighbourhoods as per Surrey's Health and Wellbeing Strategy.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom