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
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