Tender

NHS Rotherham CCG : Community Mental Health Lived Experience

  • Rotherham Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2022/S 000-009503

Procurement identifier (OCID): ocds-h6vhtk-032bba

Published 8 April 2022, 1:57pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Clinical Commissioning Group

Oakhouse Moorhead Way

Rotherham

S66 1YY

Contact

T. Squires

Email

t.squires@nhs.net

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

https://www.rotherhamccg.nhs.uk/

Buyer's address

https://www.rotherhamccg.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 Rotherham CCG : Community Mental Health Lived Experience

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The NHS Long Term Plan (and implementation framework) outlines that by 2023/24 New and integrated models of primary and community mental health care will give 370,000 adults and older adults with severe mental illnesses greater choice and control over their care and support them to live well in their communities by 2023/24.
The Community Mental Health Framework for adults and older adults identifies the need to reframe the delivery, functions, and commissioning of community mental health services as community-based support, care and treatment. Including enabling people with mental health problems to become active participants in making positive changes rather than passive recipients of disjointed, inconsistent and episodic care.

two.1.5) Estimated total value

Value excluding VAT: £171,708

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

Rotherham, South Yorkshire

two.2.4) Description of the procurement

Lived experience is part of a broader recovery agenda which places more emphasis on person-centred outcomes, such as social inclusion and empowerment, rather than traditional clinical outcomes. It is broader than an experience of illness and encompasses an understanding of marginalisation, oppression and discrimination. Underpinning lived experience perspectives include shared understanding of loss or changes to social status/inclusion; relationships; employment and concepts of self.
People with severe mental illness (SMI) face health inequalities and live on average 15 to 20 years less than the general population. They are less likely to have their physical health needs met, including identification of health concerns and appropriate, timely screening and treatment.

This opportunity is available via the Health Family Single e-Commercial System’ (Atamis).

• 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: £171,708

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

21

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

20 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

20 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/