Tender

NHS Barnsley CCG : Barnsley Safe Space Service

  • Barnsley Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2022/S 000-007469

Procurement identifier (OCID): ocds-h6vhtk-0323c7

Published 18 March 2022, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

Barnsley Clinical Commissioning Group

49/51 Gawber Road

Barnsley

S75 2PY

Email

t.squires@nhs.net

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

https://www.barnsleyccg.nhs.uk/

Buyer's address

https://www.barnsleyccg.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.co.uk

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 Barnsley CCG : Barnsley Safe Space Service

Reference number

SYPS/BARN/TS/22/55

two.1.2) Main CPV code

  • 85312300 - Guidance and counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

Developing alternative crisis provision within Barnsley is a key priority of Barnsley’s Mental Health Partnership Board to provide a more positive and appropriate experience for those people experiencing a mental health crisis. The availability of alternative crisis provision would also complement other potential service improvements, such as Mental Health Response Vehicles operating within the Borough and mental health practitioners being located within the Ambulance Services Emergency Operating Centre.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Barnsley, South Yorkshire

two.2.4) Description of the procurement

The service will provide to:

People contacting Single Point of Access where triage has assessed that they are appropriate to access a community-based / virtual solution to managing the initial crisis. Many of these people will have identifiable triggers such as relationship break down etc, or people known to services that are experiencing a decline in mood and mental wellbeing

People presenting at A&E that are assessed as not requiring detention through the Mental Health Act but do require a level of support and assistance to manage the presenting crisis

People known to mental health services where the care team has identified a decline in wellbeing and would benefit from additional evening / weekend support to assist with the crisis period to reduce the risk of admission

People presenting to services with low level mental health decline but requiring support to prevent escalation

The criteria for referral needs to be clear on maintaining its focus to support the people identified. Clarity needs to be established on the limitations of the service from the outset

The priority inequality cohorts in Barnsley are:

Males

BAME (Black Asian and Minority Ethnic) Community

People in the most deprived areas of Barnsley (e.g., Dearne Valley, Central)

Isolated Adults

Full details of the Authority's requirements are set out in the Specification in Document 2.

The Contract will be for a term of 3 years with the opportunity to extend for a further 2 years subject to mutual agreement between the successful Bidder and the Authority. The maximum term of the Contract is consequently 5 years. The annual budget is £160,000. The value stated in this notice is for the full 5 year contract duration.

This tender is being run via the ‘Health Family Single e-Commercial System’ (Atamis).

If you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register.

If you have not already done so you should now register as a Supplier on the shared system.

You can register here: https://health-family.force.com/s/Welcome
If you find you do need advice or support in registering please contact the Atamis helpdesk using the following details:

Phone: 0800 9956035
E-mail: support-health@atamis.co.uk

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: £800,000

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

19 April 2022

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 April 2022

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 Improvement

Wellington House, 133-155 Waterloo Rd

London

SE1 8UG

Country

United Kingdom

Internet address

https://www.england.nhs.uk/london/