Section one: Contracting authority
one.1) Name and addresses
NHS South Yorkshire ICB
722 Prince of Wales Road
Sheffield
S9 4EU
Contact
Neill Scott
Country
United Kingdom
Region code
UKE3 - South Yorkshire
Internet address(es)
Main address
https://www.southyorkshire.icb.nhs.uk
Buyer's address
https://www.southyorkshire.icb.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
NHS SY ICB - Rotherham Place - Safe Space Service- 2024
Reference number
SYICB/ROTH/NS/24/67
two.1.2) Main CPV code
- 85312320 - Counselling services
two.1.3) Type of contract
Services
two.1.4) Short description
Overarching Aim:
To provide peer-led practical and emotional support in a safe, calming, and non-medical environment for people who are experiencing a mental health crisis or severe emotional distress.
Outcomes:
1. People accessing the Service report that the physical environment is calm and relaxed and that they feel less isolated and have developed connections/friendships.
2. People accessing the Service show positive signs of recovery / Crisis de-escalation.
3. The Service is flexible and responsive, adapting to the individual needs of the person in terms of their circumstances i.e. strengths, level of risk, culture, ethnicity, language, age and disability.
4. The voices of people who access the Service are heard and feedback is used to drive service improvement.
5. Mapping of individuals full care journeys across different services demonstrates the integration and effectiveness of the Service.
6. A resilient workforce who are supported to develop to their full potential.
7. People who access the Service experience compassionate, person centred care and support.
Objectives
1. Create a relaxed and supportive space (virtual and/or physical) where connections with others can help build confidence, reduce isolation, and promote friendship.
2. Deliver lower- level psychological interventions and diversionary/exploratory activities that will stabilise the immediate situation and reduce any imminent risk.
3. Promote the Service and support access for those who experience health inequalities – including but not limited to those with protected characteristics.
4. Ensure that engagement with and involvement of the people who use the Service is embedded within all aspects of Service delivery.
5. Work collaboratively with system partners to embed the Service within the Rotherham Crisis Pathway and connect to the wider Rotherham offer.
6. Build a workforce of volunteer and paid peer support workers (experts by experience) who are supported through the provision of weekly supervision / daily peer facilitation support/buddy arrangements and continued professional development.
two.1.5) Estimated total value
Value excluding VAT: £1,085,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKE3 - South Yorkshire
Main site or place of performance
Rotherham
two.2.4) Description of the procurement
Overarching Aim:
To provide peer-led practical and emotional support in a safe, calming, and non-medical environment for people who are experiencing a mental health crisis or severe emotional distress.
Outcomes:
1. People accessing the Service report that the physical environment is calm and relaxed and that they feel less isolated and have developed connections/friendships.
2. People accessing the Service show positive signs of recovery / Crisis de-escalation.
3. The Service is flexible and responsive, adapting to the individual needs of the person in terms of their circumstances i.e. strengths, level of risk, culture, ethnicity, language, age and disability.
4. The voices of people who access the Service are heard and feedback is used to drive service improvement.
5. Mapping of individuals full care journeys across different services demonstrates the integration and effectiveness of the Service.
6. A resilient workforce who are supported to develop to their full potential.
7. People who access the Service experience compassionate, person centred care and support.
Objectives
1. Create a relaxed and supportive space (virtual and/or physical) where connections with others can help build confidence, reduce isolation, and promote friendship.
2. Deliver lower- level psychological interventions and diversionary/exploratory activities that will stabilise the immediate situation and reduce any imminent risk.
3. Promote the Service and support access for those who experience health inequalities – including but not limited to those with protected characteristics.
4. Ensure that engagement with and involvement of the people who use the Service is embedded within all aspects of Service delivery.
5. Work collaboratively with system partners to embed the Service within the Rotherham Crisis Pathway and connect to the wider Rotherham offer.
6. Build a workforce of volunteer and paid peer support workers (experts by experience) who are supported through the provision of weekly supervision / daily peer facilitation support/buddy arrangements and continued professional development.
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: £1,085,000
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: 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
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
25 March 2024
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 March 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS England
1st Floor, Quarry House, Quarry Hill
Leeds
LS2 7UE
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
NHS England
1st Floor, Quarry House, Quarry Hill
Leeds
LS2 7UE
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
NHS England
1st Floor, Quarry House, Quarry Hill
Leeds
LS2 7UE
Country
United Kingdom