Section one: Contracting authority
one.1) Name and addresses
Sheffield CCG
722 Prince of Wales Road
Sheffield
S9 4EU
Country
United Kingdom
NUTS code
UKE32 - Sheffield
Internet address(es)
Main address
https://www.sheffieldccg.nhs.uk
Buyer's address
https://www.sheffieldccg.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 Sheffield CCG : Sheffield Crisis Cafe Service
Reference number
SYPS/SHEFF/TS/22/84
two.1.2) Main CPV code
- 85312300 - Guidance and counselling services
two.1.3) Type of contract
Services
two.1.4) Short description
Evidence shows that when crisis cafés work efficiently, they reduce patient distress as well as A&E attendance and inpatient stays. The NHS Long Term Plan (2019) identifies the development of mental health community services as a key priority acknowledging that “…crisis cafes provide a more suitable alternative to A&E for many people experiencing mental health crisis …”
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE32 - Sheffield
Main site or place of performance
Sheffield, South Yorkshire
two.2.4) Description of the procurement
Local defined outcomes
Reduction in the number of people attending A&E in a mental health crisis, including repeat attendance and Walk In Centre mental health presentations
Reduction in the number of admissions to a mental health acute in-patient bed due to de-escalation and improved management of the crisis
Reduction in the use of Section 136 by the Police due to a safe and supportive place being available that people with an impending crisis or distress can be taken to.
Reduction in emotional and psychological distress for people experiencing a mental health crisis.
Reduction in overall number of people presenting to local Emergency Departments in mental health crisis
Reduction in referrals to Crisis Resolution Home Treatment Team
Reduction in subsequent use of emergency services by those accessing the café
Improved user experience of access, response and intervention from services when in crisis
Increase in people better able to self- manage their mental health and avoid further incidence of crisis
Support for carers in or supporting people through a mental health crisis
Provide a therapeutic alternative environment to support individuals
The available budget is in the range of £250,000 to £300,000 per annum. This figure includes all aspects of the service to be delivered, any bidder including caveats to this service may be considered as submitting a non-compliant bid.
The Contract will be for a term of 2 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 4 years
To access the tender please 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: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
3 May 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
3 May 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/
six.4.4) Service from which information about the review procedure may be obtained
NHS Improvement
Wellington House, 133-155 Waterloo Rd
London
SE1 8UG
Country
United Kingdom