Tender

NHS Sheffield CCG

  • Sheffield CCG

F02: Contract notice

Notice identifier: 2022/S 000-009996

Procurement identifier (OCID): ocds-h6vhtk-032da8

Published 14 April 2022, 9:49am



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

two.1.2) Main CPV code

  • 85312300 - Guidance and counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

The NHS Long Term Plan and the NHS Community Framework for Mental Health for Adults and Older Adults sets out an ambitious scheme of work to radically transform the way in which care, support and treatment are provided. The national strategy covers the period 2021/22 – 2023/24 with a phased incrememental transformation of many existing community mental health services.

Sheffield is committed to working with all stakeholders (primary/secondary care clinicians, service users, carers/families, hospitals, Sheffield City Council, voluntary/charity sector partners and local communities). At the heart of our activities are those who have or had lived experience of mental health needs. The direct lived experience of individuals who have experienced care, support and treatment are a key design principle of our transformational journey.

two.1.5) Estimated total value

Value excluding VAT: £200,000

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

Sheffield, South Yorkshire

two.2.4) Description of the procurement

Aims and objectives of service

Aim:

To ensure that the Sheffield Mental Health has input from individuals with lived experience (IwLE) at the heart of all decision making.

Objectives:

To form and develop the Mental Health Partnership as a dedicated resource to promote, facilitate and embed lived experience at all levels of mental health transformation aimed at achieving improvements in Sheffield.

Provide networking opportunities across the MHS stakeholders/ VCS and IwLE to identify and share best practice, develop toolkits or other actions supporting service transformation, to advise commissoners, service providers and other stakeholders

Provide information, advice and support to mental health boards, delivery groups and wider audiences in relation to supporting a continuous improvement of mental health services in Sheffield.

Utilise wellbeing and whole population approaches considering: housing, education, prevention, social inclusion and determinants of wellbeing to recommend and support improvements to local pathways and service delivery.

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 budget available is £40,000 per annum. The contract value given in this notice is for a 5 year duration.

To access the tender If you have not already done so you should now register as a Supplier on the ‘Health Family Single e-Commercial System’ (Atamis).

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: £200,000

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

Duration in months

36

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

17 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

17 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/