Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
11 Woodhatch Rd, Cockshot Hill,
Reigate
RH2 8EF
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login
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
SCC GW Supporting Carers of People with Mental Health needs - Pilot
Reference number
RFX1000424
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Surrey County Council are invited providers submit a bid, who can develop and deliver support services for carers of people with mental health needs.
The priorities identified in the joint carers strategy and young carers strategy were developed through further co-design work with carers of people with mental health needs. To deliver these priorities, Surrey County Council in partnership with the NHS are commissioning two services for a period of up to three years (2 years plus 1 extension year) to test out a new approach to improve outcomes for carers of people with mental health needs:
Lot 1: Carer friendly practice co-ordinator service: mental health acute and community settings. The aim of this service is to ensure that Mental Health Services (both acute and in the community) operate using Carer Friendly practice, recognising and identifying carers and linking them in with the carers offer in Surrey.
Lot 2: Psychoeducation and skills training for carers of people with mental health needs. The aim of this service is to address the needs of carers of people with mental health needs, taking a whole family approach to improve the carer’s wellbeing, skills and knowledge around specific mental health conditions.
two.1.5) Estimated total value
Value excluding VAT: £660,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
arer friendly practice co-ordinator service: mental health acute and community settings
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Surrey
two.2.4) Description of the procurement
Lot 1: Carer friendly practice co-ordinator service: mental health acute and community settings. The aim of this service is to ensure that Mental Health Services (both acute and in the community) operate using Carer Friendly practice, recognising and identifying carers and linking them in with the carers offer in Surrey.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: 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
two.2) Description
two.2.1) Title
Psychoeducation and skills training for carers of people with mental health needs
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Lot 2: Psychoeducation and skills training for carers of people with mental health needs. The aim of this service is to address the needs of carers of people with mental health needs, taking a whole family approach to improve the carer’s wellbeing, skills and knowledge around specific mental health conditions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: 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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-018004
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 September 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Selection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com/. The Portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The Portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures Any appeals should be promptly brought to the attention of the Head of Procurement of the Council at the address specified in Section I) above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.