Contract

Mental Health Support Team Wave 12

  • Birmingham Women's and Children's NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2024/S 000-023869

Procurement identifier (OCID): ocds-h6vhtk-045861

Published 31 July 2024, 9:01am



Section one: Contracting authority

one.1) Name and addresses

Birmingham Women's and Children's NHS Foundation Trust

Steelhouse Lane

Birmingham

B4 6NH

Contact

Dasa Kucharkova

Email

dasa.kucharkova@uhb.nhs.uk

Country

United Kingdom

Region code

UKG - West Midlands (England)

Internet address(es)

Main address

https://www.bwc.nhs.uk/

Buyer's address

https://www.bwc.nhs.uk/

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

Mental Health Support Team Wave 12

Reference number

C245918

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Mental Health Support Teams (MHSTs) are designed to support mental health and wellbeing of children and young people (CYP) in and around schools and colleges. The teams were described in Transforming children and young people’s mental health provision: a Green Paper and they are a key element of the ambitions set out in the NHS Long Term Plan. This guidance document sets out the process for selecting where within an ICS footprint MHSTs will be placed in 2024/25 and provides you with all you need to know as you work with your partners to establish and deliver your new MHSTs.

MHSTs will support children and young people (regardless of home address or GP) who attend any of the schools identified and approved as an MHST-supported school. If a young person is identified outside of the school groups and has a Birmingham address and / or GP, the Service will liaise with FTB regarding a plan for the most appropriate service to meet the YPs needs. This will be reviewed and evidenced in BSOL MHST Steering Group, where any transitional difficulties will be raised and resolutions sought
A provider is being sourced for Forward Thinking Birmingham’s Mental Health Service Team (MHST) for the provision of a Mental Health Support Team (MHST) service for a period of three years.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £7,400,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands

two.2.4) Description of the procurement

Mental Health Support Teams (MHSTs) are designed to support mental health and wellbeing of children and young people (CYP) in and around schools and colleges. The teams were described in Transforming children and young people’s mental health provision: a Green Paper and they are a key element of the ambitions set out in the NHS Long Term Plan. This guidance document sets out the process for selecting where within an ICS footprint MHSTs will be placed in 2024/25 and provides you with all you need to know as you work with your partners to establish and deliver your new MHSTs.

MHSTs will support children and young people (regardless of home address or GP) who attend any of the schools identified and approved as an MHST-supported school. If a young person is identified outside of the school groups and has a Birmingham address and / or GP, the Service will liaise with FTB regarding a plan for the most appropriate service to meet the YPs needs. This will be reviewed and evidenced in BSOL MHST Steering Group, where any transitional difficulties will be raised and resolutions sought.

This notice is an intention to award a contract under the competitive process under the Provider selection regime.

The anticipated lifetime value of the contract will be £7,400,000.

Previous contracts for this service in respect of waves 9&10 were awarded in 2023 under PCR2015. The proposed awarded supplier was successfully awarded those contracts.

It is anticipated that the contract will start in January 2025 and run for 3 years.

two.2.5) Award criteria

Quality criterion - Name: The contract award criteria are specified in the procurement documents. / Weighting: 100

Price - Weighting: 0

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-014859


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 July 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Compass - Services to improve health and wellbeing

Suite One, Ground Floor, Marlborough House, Westminster Place, York

York

YO26 6RW

Country

United Kingdom

NUTS code
  • UKE2 - North Yorkshire
National registration number

2054594

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7,400,000

Total value of the contract/lot: £7,400,000


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the date after the publication of this notice. Representations by providers must be made to the relevant authority by 12th August. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

Any representation should be send via email to dasa.kucharkova@uhb.nhs.uk

The award decision-makers:
Rosa Tarry
Sarah-Jane Smith
Arun Sharma
Mishaal Gohil
Claire Rigby
Paul Patterson
Hina Pathak
Joanne Dulson-Cox
Damion Begley
Neil Barnett
Phil Foster

No conflicts of interests have been identified in respect of this award.

The relative importance of the key criteria used for this award are reflected in the evaluation weighting below.

Key criteria weightings:

Criterion 1: Quality and innovation 39%
Criterion 2: Value 17%
Criterion 3: Integration, collaboration, and service sustainability 24%
Criterion 4: Improving access, reducing health inequalities, and facilitating choice. 10%
Criterion 5: Social value and sustainability 10%
TOTAL 100%

The relative importance of the key criteria used for this award are reflected in the evaluation weightings of above.

The proposed provider achieved the highest score in the evaluation against the key criteria.

six.4) Procedures for review

six.4.1) Review body

Independent Choice and Procurement Panel.

Wellington House

London

SE1 8UG

Country

United Kingdom