Section one: Contracting authority
one.1) Name and addresses
Herefordshire and Worcestershire Health & Care NHS Trust
2 Kings Court, Charles Hastings Way
Worcester
WR5 1JR
Contact
Marvin Foolchand
Telephone
+44 1905681926
Country
United Kingdom
Region code
UKG12 - Worcestershire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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
https://health-family.force.com/s/Welcome
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
Voluntary, Community, and Social Enterprise Mental Health Services
Reference number
T.HACW.047
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Herefordshire and Worcestershire Mental Health Collaborative (hosted by Herefordshire and Worcestershire Health and Care NHS Trust) are seeking to engage with the market to enhance the range of locality based community mental health services across the 2 counties.
The Collaborative are seeking Expressions of Interest (EOIs) from providers who want to work on shaping community mental health pathways and have the capability and capacity of delivering mental health interventions in collaboration with statutory sector partners through a population health management approach.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG1 - Herefordshire, Worcestershire and Warwickshire
Main site or place of performance
Worcestershire and Herefordshire
two.2.4) Description of the procurement
The contract will form part of the Herefordshire and Worcestershire Community Mental Health Transformation Model, interventions will be integrated with the Trust’s Neighbourhood Mental Health Teams and the 15 Primary Care Networks across the 2 counties. The model requires strong collaboration to respond to local mental health needs and mental health inequalities including:
• Delivery of therapeutic interventions that support and maintain people's mental health in the community (aged 18 years onwards) and address health inequalities in access, experience and outcomes
• Supporting mental health recovery and rehabilitation
• Linking with broader system and locality-based provision to develop and strengthen community assets for people with mental health conditions
• Supporting the reduction of digital exclusion to enable more mental health clients to access support via digital options where appropriate
• Supporting and contributing to multi-disciplinary team approach and person-centred care planning where appropriate
• In addition to the above, Herefordshire and Worcestershire Mental Health Collaborative will in the course of this engagement consider additional services to be included in this approach.
An initial Market Engagement Event is being held virtually over MS Teams on 5th June 2023 9.30-12pm. To attend this event please formally express interest through the Atamis etender portal as detailed below. Please note that further market engagement activity will be conducted with those providers that have expressed interest in this Notice, so providers should ensure they express interest even if they are unable or uninterested in attending the engagement event on the 5th June 2023.
This PIN as a call for competition is initially published as a notice for expressions of interest and particularly about the market engagement activity being undertaken throughout June 2023. The Commissioners may then choose to proceed directly to a commissioning process with parties who have responded to the notice and there will be no further notice published. EOIs received will be used to help the Commissioners finalise their commissioning and contracting approach for these services.
Interested providers will be able to view this opportunity via the ‘Find Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
If you are not already registered on the system you will need to do so before you can fully access the opportunity.
Should the Commissioners proceed to a procurement process it is anticipated to consist of two stages: (1) Stage 1 shortlisting stage to test the capability and capacity of potential provider collaboratives and to identify whether there is more than one capable provider alliance; (2) Stage 2 will either be: (a) a competitive process (if more than one capable provider alliance is identified at Stage 1), which may involve dialogue and will involve assessment of bids against published evaluation criteria and weightings; or (b) an alliance "Assurance Process" with a single provider, if only one capable provider alliance is identified at Stage 1. Both approaches will involve evidence being considered by subject matter experts and assessed against critical success factors and expected minimum standards.
two.2.5) Award criteria
Quality criterion - Name: As stated in tender documents / Weighting: 100
Cost criterion - Name: As stated in tender documents / Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Three year contract with the option to extend for two further twelve month periods
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 services are health and social care 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". For the avoidance of doubt, the Commissioners 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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in tender documents
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
Competitive procedure with negotiation
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 expressions of interest
Date
5 June 2023
Local time
9:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Herefordshire and Worcestershire Health & Care NHS Trust
2 Kings Court, Charles Hastings Way
Worcester
WR5 1JR
Country
United Kingdom