Section one: Contracting authority
one.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
Contact
Mr Sharif Danesh
sharif.danesh@cheshireeast.gov.uk
Telephone
+44 1270886592
Country
United Kingdom
Region code
UKD6 - Cheshire
Internet address(es)
Main address
http://www.cheshireeast.gov.uk/
Buyer's address
http://www.cheshireeast.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=2dd7efbf-87b3-ed11-811f-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=2dd7efbf-87b3-ed11-811f-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
23 049 Mental Health Floating Support Services
Reference number
DN657837
two.1.2) Main CPV code
- 85312300 - Guidance and counselling services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited from providers who wish to submit a bid for the provision of Mental Health Floating Support Services.
Cheshire East Council is recommissioning Mental Health Floating Support Services. The provider(s) will deliver a Mental Health Floating Support Service, which will be commissioned as two Lots as a contract covering health Cheshire and Merseyside Place Integrated Commissioning Board (ICB), within the boundaries of the Cheshire East Care Communities. The annual value estimated for this project is £120,000.00 for both lots or £60,000.00 per Lot.
For more please refer to the specification and other supporting documents enclosed to the invitation to tender, which can be accessed via the Chest: www.the-chest.org.uk.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Cheshire East North (Lot 1)
Lot No
1
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
two.2.4) Description of the procurement
Cheshire East Council is recommissioning Mental Health Floating Support Services. The provider will deliver a Mental Health Floating Support Service for the following areas in this lot.
Cheshire East North (Lot 1) – This will cover the CCG Care Communities of Knutsford, Chelford, Handforth, Alderley Edge and Wilmslow, Bollington, Disley and Poynton and Macclesfield, Congleton, and Holmes Chapel
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Presentation / Weighting: 20%
Price - Weighting: 20%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2023
End date
30 November 2027
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: Yes
Description of options
The contract is extendable at the discretion of Cheshire East Council for periods of 2x12 months, until 30th November 2029.
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) Description
two.2.1) Title
Cheshire East South (Lot 2)
Lot No
2
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
two.2.4) Description of the procurement
Cheshire East Council is recommissioning Mental Health Floating Support Services. The provider will deliver a Mental Health Floating Support Service for the following areas in this lot.
Cheshire East South (Lot 2) – This will cover the CCG Care Communities of Sandbach, Middlewich and Alsager, Shavington and Haslington, Crewe, Nantwich and Rural.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Presentation / Weighting: 20%
Price - Weighting: 20%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2023
End date
30 November 2027
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: Yes
Description of options
The contract is extendable at the discretion of Cheshire East Council for periods of 2x12 months until 30th November 2029.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 July 2023
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
5 July 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Social Value: The Council is committed to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, suppliers are required to work with the Council towards achieving such aims.
This procurement process will be undertaken via Cheshire East Council’s electronic Contract &Tender Management System, www.the-chest.org.uk. For organisations to be considered for the contract, they must register an expression of interest & provide the required information via this portal. For technical problems, please Email:ProcontractSuppliers@proactis.com telephone: +44 330 005 0352. The Council gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes/work.
The values given in this notice are only estimations - The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period - any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential providers.
The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process.
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cheshire East Council
Sandbach
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Cheshire East Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to scrutinise the award decision before the contract is entered into. The Public Contracts Regulations 2015 (SI No 102) provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).