Section one: Contracting authority
one.1) Name and addresses
Hertfordshire and West Essex Integrated Care Board
Charter House, Parkway
Welwyn Garden City
AL8 6JL
Country
United Kingdom
Region code
UKH23 - Hertfordshire
Internet address(es)
Main address
https://hertsandwestessex.icb.nhs.uk
Buyer's address
https://hertsandwestessex.icb.nhs.uk
one.1) Name and addresses
NHS Mid and South Essex Integrated Care Board
Phoenix House, Christopher Martin Road
Basildon
SS14 3HG
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
https://midandsouthessex.ics.nhs.uk
one.1) Name and addresses
NHS Suffolk and North East Essex Integrated Care Board
Aspen House, Stephenson Road, Severalls Business Park
Colchester
CO4 9QR
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
https://suffolkandnortheastessex.icb.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://attain.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://attain.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
Children & Young People Crisis Support Service - Hertfordshire and West Essex ICB (Essex-wide)
Reference number
ACE-0667-2023-HWE
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Hertfordshire and West Essex Integrated Care Board (HWE ICB) invites tender responses from suitably qualified providers to deliver a Children & Young People's Crisis Support Service across Southend, Essex and Thurrock. This service is being commissioned by Herts and West Essex ICB as the lead commissioner on behalf of the county and in conjunction with Mid & South Essex integrated Care Board and Suffolk and North East Essex Integrated Care Board as associate commissioners.
The Crisis Support Service provides therapeutic support, based on the provision such as the trauma-informed attachment focussed therapy model, as an example. This will enable parents and carers to adopt and maintain a therapeutic parenting approach.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
Hertfordshire and West Essex Integrated Care Board (HWE ICB) invites tender responses from suitably qualified providers to deliver a Children & Young People's Crisis Support Service across Southend, Essex and Thurrock. This service is being commissioned by Herts and West Essex ICB as the lead commissioner on behalf of the county and in conjunction with Mid & South Essex integrated Care Board and Suffolk and North East Essex Integrated Care Board as associate commissioners.
The Crisis Support Service provides therapeutic support, based on the provision such as the trauma-informed attachment focussed therapy model, as an example. This will enable parents and carers to adopt and maintain a therapeutic parenting approach.
The key outcomes of the service are to:
- Alleviate the stress of social isolation, concerns about managing a CYP with emotional, anxiety or other non-MH crisis related issues
- Support families who are worried, exhausted about their CYP
- Reduce attendances at A&E for crisis
- Reduce the negative impact of life stressors on family life
- Impact measurements for each family
The full scope of the services to be delivered are contained within the Invitation to Tender pack which can be found within the e-Tendering portal.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2023
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
The initial contract is for a period of 3-years with the option to extend for a further 2-years (1st May 2026 - 30th April 2028)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract is for a period of 3-years with the option to extend for a further 2-years (1st May 2026 - 30th April 2028)
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.2.14) Additional information
The total maximum contract value of the 3-year period is £621,339 (excl. VAT). This is the total on which the financial evaluation will be based. The total aggregate value of the contract, including potential extensions is £1,035,565 (excl. VAT). During the life of the contract The Authority may bring in additional services up to a max total aggregate contract value of £1,500,000 (excl. VAT).
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
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
24 February 2023
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: 24 August 2023
four.2.7) Conditions for opening of tenders
Date
24 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The requirement to which this ITT relate, fall within Section 7 of the Public Contract Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) (the "Regulations"). Neither the inclusion of the Bidder Selection Stage nor the use of the terms Invitation to Tender Process Overview, Invitation to Tender, or Invitation to Tender nor any other indication shall be taken to mean that the Authority intend to hold themselves bound by any of the Regulations save those applicable to Public contracts for social and other specific services listed in Schedule 3 of the Regulations (the “Light Touch” Regime).
six.4) Procedures for review
six.4.1) Review body
High Court of Justice England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NHS Hertfordshire and West Essex Integrated Care Board
Charter House, Parkway
Welwyn Garden City
AL8 6JL
Country
United Kingdom