Section one: Contracting authority
one.1) Name and addresses
Barnsley Clinical Commissioning Group
49/51 Gawber Road
Barnsley
S75 2PY
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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