Tender

National Framework Agreement for the provision of Mental Health and Wellbeing Services

  • COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-013977

Procurement identifier (OCID): ocds-h6vhtk-04ffb2

Published 9 April 2025, 1:52pm



Scope

Reference

F/102/MHWS/25/SB

Description

The level of demand for mental health services continues to grow. Data from the Mental Health Services Data Set (MHSDS) shows there were 600,000 more adults in contact with secondary mental health services in June 2024 than there were in June 2019. This reflects a 45% increase in 5 years, which cannot be accounted for by population growth alone. The number of children and young people in contact with mental health services increased by 29% from June 2022 to June 2024.

While the NHS mental health workforce has grown, demand for mental health services exceeds NHS capacity. Relevant Authorities are seeking additional providers of mental health and wellbeing services to supplement or support NHS provision. This Framework Agreement will provide a quick and compliant route to contract for these services.

The overall aim of the Framework Agreement is to provide Mental Health and Wellbeing services for young people, adults or both. The Framework intends to cover a range of services that fall within the scope of Mental Health and Wellbeing services, delivered either virtually or in person.

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 and he Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.

"Relevant authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of that Act, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006.

For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework Agreement.

The Term of this Framework Agreement shall be four (4) years from the Commencement Date.

The Framework will be open to new Providers, and existing Providers looking to expand their service offering, throughout the term of the Framework under Regulation 13 of the Health Care Services (Provider Selection Regime) Regulations 2023.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £135,000,000 excluding VAT
  • £162,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 August 2025 to 31 July 2029
  • 4 years

Main procurement category

Services

CPV classifications

  • 85100000 - Health services
  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 85312330 - Family-planning services
  • 85312400 - Welfare services not delivered through residential institutions
  • 85312500 - Rehabilitation services
  • 85312510 - Vocational rehabilitation services
  • 85320000 - Social services

Contract locations

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

Justification for not using lots

A single Lot will allow for simpler contracting for Organisations looking to award a contract for more than one service.


Framework

Open framework scheme end date (estimated)

31 July 2029

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Framework operation description

The Framework will be a multi-Provider agreement. Award of Call-off Contracts will either be by direct award following a catalogue call off process, or by following a further competition process.

Award without further competition:

Where the call-off terms do not require amendment or any supplementary terms and conditions other than those permitted by and in accordance with the procurement regulations and the NHS Terms and Conditions for the Provision of Services then direct award will be permitted;

OR

In the event that there is only one Provider appointed to the Framework, Call-off Contracts will be awarded within the limits laid down in the Framework Agreement and, for the award of those Call-off Contracts, Participating Authorities may consult the Provider in writing, requesting it to supplement its tender as necessary;

OR

In the event that a participating Authority is satisfied, that there is only one Provider that is capable of delivering the Participating Authority's requirement, Call-off Contracts will be awarded within the limits laid down in the Framework Agreement.

Following the award of a Call-off Contract called off from the Framework without further competition the Participating Authority will publish a Contract Award Notice (Confirmation) on the Find a Tender Service. (Participating Authorities that are subject to The Health Services (Provider Selection Regime) (Wales) Regulations 2025 will follow the process set out in Regulation 21 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025)

Where these conditions are not met, the Participating Authority will follow the Call for Competition Procedure.

Award following further competition

If Participating Authorities want to allow Providers to develop proposals or a solution in respect of their requirement; and/or they need to amend or refine the terms of the Call-off Contract to reflect their requirements (to the extent permitted by and in accordance with the procurement regulations and the NHS Terms and Conditions for the Provision of Services, a further competition will be required.

To award a Call-off Contract under the Framework through a further competition Participating Authorities should:

1. Develop a statement of requirements

2. Amend or refine the template call-off form and call-off terms to reflect the services required.

3. Refine the evaluation criteria and develop a scoring methodology.

4. Develop an invitation to tender pack, along with award criteria and further competition process.

5. Identify the Framework Providers capable of providing the services.

6. Invite all capable Framework Providers to tender by conducting a further competition in accordance with the regulations.

7. Evaluate tenders, score and provide feedback to bidders.

8. Sign the call-off form with the successful Provider including any supplementary terms or schedules identified in the tender.

9. Publish Contract Award Notice (Intention to Award) on the Find a Tender Service and follow the mandated standstill period.

10. At the conclusion of the standstill period, publish a Corrigendum to the Contract Award Notice (intention to award) declaring that the contract has now been awarded.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

"Relevant authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of that Act, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006.

For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework Agreement.

Contracting authority location restrictions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

Participation

Legal and financial capacity conditions of participation

Basic Selection Requirements and Mandatory and Discretionary Exclusion Grounds

Bidders must meet all the basic selection requirements of Regulation 19 and in Schedule 16, and exclusions as set out in Regulation 20, as listed in the Selection Criteria Questionnaire. Bidders who certify that they meet all of the requirements (or who have "Self-Cleansed" where applicable) will "Pass" this section of the SQ.

Suppliers must meet the minimum level of economic & financial standing of the SQ.

Suppliers must certify that they meet the environmental management measures by completing and publishing a Carbon Reduction Plan which meets the required reporting standard and certify that they are publicly committed to achieving Net Zero by 2050.

We will apply the assessment criteria set out in the table at Annex 1: "Examples of supplier response scenarios and exceptional circumstances" of the document NHS England » Carbon reduction plan and net zero commitment requirements for the procurement of NHS goods, services and works

The outcomes shown in the table against each criterion will be applied as published in the NHS England document referenced above.

Where Suppliers have an acceptable reason for being unable to gather emissions data, they can provide a CRP with the carbon emissions they have available and include the explanation why, if applicable, any data is not available. For example, where appropriate, SMEs or VCSEs with acceptable reasons may use this provision.

Explanations will be assessed on a case-by-case basis by the contracting authority. Suppliers are also required to provide the steps they will take to improve the data.

Suppliers that are assessed as a PASS against the criteria as published in the NHS England document referenced above will achieve a PASS for Carbon Reduction Plan Requirements.

Suppliers that are assessed as a FAIL against the criteria as published in the NHS England document referenced above will achieve a FAIL for Carbon Reduction Plan Requirements, their Tender will not be evaluated further, and the Supplier will be informed of their rejection at this stage.

Suppliers must confirm whether they already have, or can commit to obtain, prior to the commencement of the Framework, the levels of insurance cover indicated in Schedule C - Selection Questionnaire. Suppliers that self-certify that they already have, or can commit to obtain, prior to the commencement of the Framework Agreement, the levels of insurance cover indicated will achieve a PASS for insurance.

Suppliers that are unable to self-certify that they already have, or can commit to obtain, prior to the commencement of the Framework Agreement, the levels of insurance cover indicated will achieve a FAIL for insurance their Tender will not be evaluated further, and the Supplier will be informed of their rejection at this stage.

Suppliers must confirm that they have in place, or that they will have in place by Framework award, the human and technical resources to perform Call-off Contracts to ensure compliance with the General Data Protection Regulations and to ensure the protection of the rights of data subjects.

Suppliers that self-certify that they already have, or can commit to obtain, prior to the commencement of the Framework Agreement, the human and technical resources to perform Call-off Contracts to ensure compliance with the General Data Protection Regulations and to ensure the protection of the rights of data subjects will achieve a PASS for Data Protection.

Suppliers that are unable to self-certify that they already have, or can commit to obtain, prior to the commencement of the Framework Agreement, the human and technical resources to perform Call-off Contracts to ensure compliance with the General Data Protection Regulations and to ensure the protection of the rights of data subjects will achieve a FAIL for Data Protection, their Tender will not be evaluated further, and the Supplier will be informed of their rejection at this stage.

Tackling Modern Slavery in Supply Chains

If you are a relevant commercial organisation subject to Section 54 of the Modern Slavery Act 2015 ("the Act"), and if your latest statement is available electronically please provide:

• the web address,

• precise reference of the documents.

If your latest statement is not available electronically, please provide a copy.

If you are not a relevant commercial organisation subject to Section 54 of the Modern Slavery Act 2015 (for example if your turnover is less than £36 million or you do not carry on your business, or part of your business, in the UK), please provide the above information in relation of any published statements on modern slavery or other relevant documents containing information of a similar type/level.

Any modern slavery statement or other statement or document should contain at least the following information:

a. the organisation's structure, its business and its supply chains;

b. its policies in relation to slavery and human trafficking;

c. its due diligence processes in relation to slavery and human trafficking in its business and supply chains;

d. the parts of its business and supply chains where there is a risk of slavery and human trafficking taking place, and the steps it has taken to assess and manage that risk;

e. its effectiveness in ensuring that slavery and human trafficking is not taking place in its business or supply chains, measured against such performance indicators as it considers appropriate;

f. the training and capacity building about slavery and human trafficking available to its staff; or

If all of this information is not included in your modern slavery statement or other statement or documents, please provide an explanation as to why not and/or assurances that it will be included before contract award.

For the Framework, if the bidders score is over 10, bidders will pass this section.

If the "Risk of business failure" score is 9 or lower, we will assess a financial guarantor (if provided), or ask for a copy of their audited accounts for the most recent two years and/or one or more of the following:

• a statement of turnover, profit and loss account/income statement, balance sheet/statement of financial position and statement of cash flow for the most recent year of trading;

• a statement of cash flow forecast for the current year and a bank letter outlining the current cash and credit position; and/or

• an alternative means of demonstrating financial status.

If the financial risk is acceptable, the bidder will pass this section.

If, after evaluating all the information provided, the level of financial risk is still deemed unacceptable, or where it has not been provided, then the bidder will fail this section of the SQ and their bid will not be evaluated further.

We will undertake the steps as detailed above in respect of the proposed financial guarantor. If a financial guarantor cannot be provided and the level of risk remains unacceptable, then the Group of Economic Operators will be excluded from further involvement in this Procurement.

If we require clarification or further information, or explanations, we will send a message to the Bidder through the NHS sourcing messaging system. Bidders must respond to these requests within timeframes set in the individual messages.

Participating Authorities awarding contracts under the framework will be advised to review economic and financial standing as part of their call off process as scope and risk tolerance will vary between authorities.

Technical ability conditions of participation

The following requirements will be included:

• Do you hold (or commit to obtain, prior to commencement of the Framework Agreement if awarded) Cyber Essentials accreditation?

• Suppliers must maintain the DPST "Standards Met" or "Standards exceeded" level for the appropriate organisation type by completing the Data Security and Protection Toolkit assessment. Do you hold (or commit to obtain, prior to commencement of the Framework Agreement if awarded) this accreditation? Suppliers may have access to and/or manage sensitive and/or personal data. DPST provides assurance that necessary data protection systems are in place. This will also support the endorsement of the framework by meeting a relevant PTOM requirement.

• Can you provide , prior to commencement of the Framework Agreement if awarded) a copy of the defined and documented quality management system for your services?

• Do you operate a defined and documented project management process?

• If relevant to the services you provide, are you registered with (or do you commit to register, prior to commencement of the Framework Agreement if awarded) the Care Quality Commission (CQC), Health Inspectorate Wales (HIW) or Health Inspectorate Scotland (HIS)? - Bidders will NOT be providing services that require CQC will be able to select 'N/A' for this question as it does not apply to them.

• Please can you confirm that you comply with the DBS regulations and the requirement that all staff have been checked in accordance with the regulations and you have appropriate policy/guidance in place if you become aware of a criminal conviction?

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Tender submission deadline

15 May 2025, 11:59pm

Submission address and any special instructions

Offers must be written in English and submitted via the Framework Host's e-sourcing portal at https://health-family.force.com/s/Welcome

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

23 July 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Key Criteria Quality 80%
Social Value Quality 10%
Value Key Criteria Cost 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

There is no requirement under PSR to publish a notice for preliminary market engagement


Contracting authority

COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST

  • NHS Organisation Data Service: RJR
  • Public Procurement Organisation Number: PGCG-2135-TXWL

Liverpool Road

Chester

CH2 1UL

United Kingdom

Region: UKD63 - Cheshire West and Chester

Organisation type: Public authority - central government