Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
Contact
Andrew Clarke
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
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