Tender

SCC GW Supporting Carers of People with Mental Health needs - Pilot

  • Surrey County Council

F02: Contract notice

Notice identifier: 2023/S 000-024817

Procurement identifier (OCID): ocds-h6vhtk-03dc30

Published 23 August 2023, 2:42pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

11 Woodhatch Rd, Cockshot Hill,

Reigate

RH2 8EF

Email

gemma.wallace@surreycc.gov.uk

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://www.surreycc.gov.uk/

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.