- 1. West Essex Clinical Commissioning Group
- 2. NHS Basildon and Brentwood Clinical Commissioning Group
- 3. NHS Castle Point and Rochford Clinical Commissioning Group
- 4. NHS Southend Clinical Commissioning Group
- 5. NHS Thurrock Clinical Commissioning Group
- 6. NHS Mid Essex Clinical Commissioning Group
- 7. NHS North East Essex Clinical Commissioning Group
- 8. Essex County Council
- 9. Southend Borough Council
- 10. Thurrock Borough Council
Section one: Contracting authority
one.1) Name and addresses
West Essex Clinical Commissioning Group
Building 4 Spencer Close, St Margret's Hospital, The Plain
Epping
CM16 6TN
Contact
Sarah Beaumont
Country
United Kingdom
NUTS code
UKH35 - West Essex
Internet address(es)
Main address
one.1) Name and addresses
NHS Basildon and Brentwood Clinical Commissioning Group
Phoenix House, Christopher Martin Road
Basildon
Country
United Kingdom
NUTS code
UKH36 - Heart of Essex
Internet address(es)
Main address
www.basildonandbrentwoodccg.nhs.uk
one.1) Name and addresses
NHS Castle Point and Rochford Clinical Commissioning Group
Pearl House, 12 Castle Road,
Rayleigh
SS6 7QF
Country
United Kingdom
NUTS code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
www.castlepointandrochfordccg.nhs.uk
one.1) Name and addresses
NHS Southend Clinical Commissioning Group
6th Floor, Civic Centre, Victoria Avenue
Southend-on-Sea
SS1 9SB
Country
United Kingdom
NUTS code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
one.1) Name and addresses
NHS Thurrock Clinical Commissioning Group
Civic Offices, 2nd Floor, New Road
Grays
RM17 6SL
Contact
Sarah Beaumont
Country
United Kingdom
NUTS code
UKH32 - Thurrock
Internet address(es)
Main address
one.1) Name and addresses
NHS Mid Essex Clinical Commissioning Group
Wren House, Colchester Road
Chelmsford
CM2 5PF
Contact
Sarah Beaumont
Country
United Kingdom
NUTS code
UKH36 - Heart of Essex
Internet address(es)
Main address
one.1) Name and addresses
NHS North East Essex Clinical Commissioning Group
Severalls Business Park, Aspen House, Stephenson Road
Colchester
CO4 9QR
Contact
Sarah Beaumont
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Sarah Beaumont
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
one.1) Name and addresses
Southend Borough Council
Civic Centre, Victoria Avenue
Southend-on-Sea
SS2 6ER
Contact
Sarah Beaumont
Country
United Kingdom
NUTS code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
one.1) Name and addresses
Thurrock Borough Council
Civic Offices, New Road
Grays
RM17 6SL
Contact
Sarah Beaumont
Country
United Kingdom
NUTS code
UKH32 - Thurrock
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.attain.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.attain.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
Children and Young People's Mental Health Services (CAMHS) for Southend, Essex and Thurrock
Reference number
ACE-0392-2020-Essex
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Southend, Essex and Thurrock collaborative partners wishes to invite suitably qualified and capable providers to submit a bid in response to the tender opportunity to provide Children and Young People's Mental Health Services across the County of Essex.
West Essex Clinical Commissioning Group are the lead commissioner on behalf of the 10 commissioning partners within the Southend, Essex and Thurrock collaborative as described within this Notice.
two.1.5) Estimated total value
Value excluding VAT: £450,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
The Southend, Essex and Thurrock (SET) collaborative partners wishes to invite suitably qualified and capable providers to submit a bid in response to the tender opportunity to provide Children and Young People's Mental Health Services (CAMHS) across the County of Essex.
West Essex Clinical Commissioning Group are the lead commissioner on behalf of the 10 commissioning partners within the Southend, Essex and Thurrock collaborative as described within this Notice.
The Thrive Model has been developed nationally. This has been endorsed by the 'Future in Mind' report, it is therefore the intention to replicate a version of the Thrive Model in delivering the new service. The model is a blend of Tier 2 and Tier 3 services with a seamless progression up or down for the service user.
All children and families will receive support and services which are appropriate to their needs. For many children this is likely to be community based, and should be easily and quickly accessible. Most young people requiring CAMHS will present with mental health problems that are causing significant impairments in their day-to-day lives. These presentations can result in both the need for scheduled and/or unscheduled care.
CAMHS will be available for all children and young people who are aged 0 - 18 (25 if SEND), and who meet the agreed CAMHS referral criteria. The eligibility criteria is set out within the service specification. The current service has in place the following teams, which are expected to be replicated in this new service:
- 7 Community Hub Teams
- 3 Intensive Support Teams (crisis teams)
- 1 Eating Disorder Service
- 1 Learning Disability with MH Service
- 1 Single point of access (SPA) service
- 1 out of hours service (out of hours SPA)
The service will also include the provision of the following:
- Eating disorder including ARFID & FREED
- Crisis care/Home treatment team
- CAMHS with LD and CAMHS with ASD Service
- Youth offending provision (there will be a requirement to work connectively with the POWER programme)
- There will be a comprehensive 0-25 support offer that reaches across mental health services for CYP and adults in all STPs/ICSs, the expectation is that this contract will fulfil this up to age 18 and will work connectively with our adult providers
- CYP IAPT
- Expansion of the single point of access to field more enquiries from GP, schools and other professionals
- Inclusion onto the AMHP rota for qualified professionals
And locally agreed care pathways for:
- LAC Service (for CYP who are placed in local authority and have a diagnosable mental health condition, some of which will be placed in Essex from other areas)
- Early intervention in psychosis in conjunction with the current EIP provider
- information and advice at a minimum for emotional wellbeing and mental health referrals
- Mental Health Schools Team (links between the teams and the service)
- Community Learning Disability Team (provided by another provider) for those with a requirement for MH input
- Paediatric pathways such as tics, Tourette’s, ASD, PDA
As a part of the contract North East Essex Clinical Commissioning Group are commissioning an additional Children and Young People's Mental Health Early Intervention Service (CYP EIS). The aims and objectives of this service are to provide:
• An easy to access early intervention service for Children and Young people from age 10-18 years of age (up to 25 years of age if SEND) who meet the scope of this service
• Mental and emotional support through a range of interventions suited to the need and patient centred requirement of the service user
• Informal non-statutory advocacy when required to all young people supported by this service and who do not meet criteria for Independent Mental Health Advocacy service.
• An early intervention disordered eating service
• Seamless transitions of care
• Partnerships with relevant stakeholders to improve outcomes for people using this service.
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: £450,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2029
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: Yes
Description of options
The contract may be extended for a further 36 months subject to agreement by all parties (extension period - 1st April 2029 - 31st March 2032).
The Authority may wish to introduce additional and/or expand the scope of services during the lifetime of the contract (“Contract modification(s)”). Such contract modifications will be contemplated where additional requirements are similar and or complementary to the services already included in the Specification, at any given time. Such expansion would be by the addition of services commissioned by the Authority and / or other Contracting Authorities, as named in the Contract Notice. To this end, the Bidder should be aware that after the award of contract, there is a possibility that the successful Bidder may be offered a variation to the contract to include the services set out in this section in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).
NEE – EIS The services and associated specification and prices, commissioned within this contract may be subject to review and change. Moving forward it is the CCG’s intention to work closer with the CCGs within the Suffolk and north east Essex ICS footprint. Therefore the scope of the possible changes to be made to this contract shall relate to the potential introduction of a larger population to support the STP footprint (i.e. the contract and specification may be amended to the Ipswich & East Suffolk and West Suffolk CCG populations), through a variation to the contract in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015.
Mental Health Support Teams – Mid and South Essex CCGs are developing a multi-year trajectory and a regional plan for the future MHST Waves (Waves 5 to 10) from 2021/22 to 2023/24 in accordance with NHS Englands ‘Transforming Children and Young People’s Mental Health Provision Green Paper’. the Mental Health Support Teams are services which are designed to support the mental health and wellbeing of children and young people in and around schools and colleges. This is an existing service delivered by North East London NHS Foundation Trust (NELFT), but may be included within the main CAMHS Contract when this arrangement ends. It may also be that this service covers all 7 Essex CCGs as well as the Mid and South Essex CCGs.
NHS Long Term Plan - It is also recognised that the NHS Long Term Plan made a renewed commitment that mental health services will grow faster than the overall NHS budget, creating a new national ringfenced investment fund worth overall at least £2.3bn a year by 2023/24. This is to enable further service expansion and faster access to community crisis and mental health services for both adults and particularly children and young people amongst growing visibility and concern about areas of longstanding unmet health need, such as in young people’s mental health services. This means that during the life of the contract, the budget is likely to grow and the scope of the services being delivered as a part of this contract will increase. There may be additions to the scope that are unknown at the time of tender. Such modifications may be made where the additional requirements are complementary to, or align with the scope of services and reflect longer term aspirations both locally, regionally and nationally in delivery of the strategy.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value contained within this Notice is a maximum limit which is inclusive of all options, extensions and potential additional services which may be introduced within this contract during its life.
The maximum financial envelope for the contract at commencement is £22,126,568 per annum, equating to a total contract value over the 7-year period of £154,885,976.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
11 June 2021
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
Tender must be valid until: 17 December 2021
four.2.7) Conditions for opening of tenders
Date
11 June 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended by the Public Procurement (EU Exit) Regulations 2020) (the “Regulations”). As such, the procurement of the Services is being run as a bespoke, single stage application process akin to the Open procedure, involving a number of stages which are outlined within the suite of procurement documents. The Contracting Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice for England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
West Essex Clinical Commissioning Group
Building 4 Spencer Close, St Margaret's Hospital, The Plain
Epping
CM16 6TN
Country
United Kingdom