Tender

NHS Sheffield CCG : Sheffield Crisis Cafe Service

  • Sheffield CCG

F02: Contract notice

Notice identifier: 2022/S 000-008725

Procurement identifier (OCID): ocds-h6vhtk-0328b0

Published 31 March 2022, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

Sheffield CCG

722 Prince of Wales Road

Sheffield

S9 4EU

Email

t.squires@nhs.net

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

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 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

Internet address

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