Children & Young Persons Mental Health Service in Swindon

  • NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

F14: Notice for changes or additional information

Notice identifier: 2023/S 000-010374

Procurement identifier (OCID): ocds-h6vhtk-03bdbd

Published 11 April 2023, 3:01pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Jenner House, Unit E3, Langley Park, Avon Way

Chippenham

SN15 1GG

Contact

Donna Harrington

Email

Donnaharrington@nhs.net

Country

United Kingdom

Region code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

NHS Organisation Data Service

QOX

Internet address(es)

Main address

www.bsw.icb.nhs.uk

Buyer's address

https://health-family.force.com/s/Welcome


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Children & Young Persons Mental Health Service in Swindon

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board seeks to commission a Community Mental Health Service for Children and Young People (CYP) within the Swindon locality that delivers a high quality community based support services that are strengths-based, personalised, and that empower CYP to stay well and avoid crisis.

The ICB want to work with providers who are committed to innovation and creativity in delivering good health outcomes.

The scope of this service is to bring together three elements of the mental health pathway under one contract to ensure that services are more streamlined, with increased accessibility, and the need to embed the iThrive model. The three elements as they stand are:

• Targeted and Mental Health Support (TAMHS)

• Mental Health Support Teams (MHST)

• Online/digital counselling

The initial contract term will be for 5 years, with an optional extension of any period up to 2 years. The maximum budget per annum is £2,252,650 and has a total contract value of £11,263,250.

The new service will commence on the 1st October 2023.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2023/S 000-010336


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

II.2.14

Instead of
Text

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

Read
Text

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 87 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations