Section one: Contracting authority
one.1) Name and addresses
Hertfordshire County Council
Pegs Lane
HERTFORD
SG13 8DE
Contact
Strategic Procurement Group
anita.shipman@hertfordshire.gov.uk
Telephone
+44 01707292601
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
https://www.hertfordshire.gov.uk
Buyer's address
http://www.supplyhertfordshire.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.supplyhertfordshire.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.supplyhertfordshire.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
HCC Oct 2021 - The Provision of CAMHS Early Help Services
Reference number
HCC2113112
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Hertfordshire County Council (the ‘Council’) is currently out to procurement for the provision of CAMHS Early Help Services. Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field (OJEU Contract Notice refers). Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
two.1.5) Estimated total value
Value excluding VAT: £3,200,000
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
CAMHS Early Help Digital Intervention Service
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 80400000 - Adult and other education services
- 80500000 - Training services
- 98000000 - Other community, social and personal services
- 85140000 - Miscellaneous health services
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
This tender is for the provision of a Children and Young People’s Mental Health Early Help Service’s to deliver a consistent Hertfordshire-wide community based early intervention and prevention services that focuses’ on the needs of Children and Young People(CYP) and their families/carers, adopting a holistic and integrated approach. It is for Tenderers to propose an innovative service model in which all elements and outcomes detailed in the Service Specification are delivered. The model should embed the THRIVE Principles.The Service’s will be a free and confidential and provide a range of early intervention and prevention services for CYP and their families/carers registered with a Hertfordshire GP, including an online offer. The Council will be using a Contract with three Lots for this tender. For the avoidance of doubt, Lot 1 - CAMHS Early Help Digital Intervention Service, the maximum annual value is £400,000.00It is the Council’s intention to award contracts to one provider per Lot. The Council will be awarding two different types of contracts dependant on the successful providers. Any NHS provider who bids and is successful will be awarded an NHS standard contract (Particulars, Service Conditions & General Conditions), any non NHS provider who bids and is successful will be awarded a Hertfordshire County Council contract. The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions and for all Lots. The Contract will be awarded for an initial term of two years, with the option to extend the Contract up to two further years at the Council's discretion.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed (lots 1 and 2). Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.Full details are in the tender document set.
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: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Contract will be reviewed at the end of the Contract period.
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
CAMHS Early Help Eating Disorder Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85140000 - Miscellaneous health services
- 80500000 - Training services
- 98000000 - Other community, social and personal services
- 80400000 - Adult and other education services
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
This tender is for the provision of a Children and Young People’s Mental Health Early Help Service’s to deliver a consistent Hertfordshire-wide community based early intervention and prevention services that focuses’ on the needs of Children and Young People(CYP) and their families/carers, adopting a holistic and integrated approach. It is for Tenderers to propose an innovative service model in which all elements and outcomes detailed in the Service Specification are delivered. The model should embed the THRIVE Principles.The Service’s will be a free and confidential and provide a range of early intervention and prevention services for CYP and their families/carers registered with a Hertfordshire GP, including an online offer. The Council will be using a Contract with three Lots for this tender. For the avoidance of doubt, Lot 1 - CAMHS Early Help Eating Disorder Service, the maximum annual value is £250,000.00It is the Council’s intention to award contracts to one provider per Lot. The Council will be awarding two different types of contracts dependant on the successful providers. Any NHS provider who bids and is successful will be awarded an NHS standard contract (Particulars, Service Conditions & General Conditions), any non NHS provider who bids and is successful will be awarded a Hertfordshire County Council contract. The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions and for all Lots. The Contract will be awarded for an initial term of two years, with the option to extend the Contract up to two further years at the Council's discretion.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed (lots 1 and 2). Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.Full details are in the tender document set.
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
This Contract will be reviewed at the end of the Contract period.
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
CAMHS Early Help Parenting Support Service
Lot No
3
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85140000 - Miscellaneous health services
- 80500000 - Training services
- 98000000 - Other community, social and personal services
- 80400000 - Adult and other education services
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
This tender is for the provision of a Children and Young People’s Mental Health Early Help Service’s to deliver a consistent Hertfordshire-wide community based early intervention and prevention services that focuses’ on the needs of Children and Young People(CYP) and their families/carers, adopting a holistic and integrated approach. It is for Tenderers to propose an innovative service model in which all elements and outcomes detailed in the Service Specification are delivered. The model should embed the THRIVE Principles.The Service’s will be a free and confidential and provide a range of early intervention and prevention services for CYP and their families/carers registered with a Hertfordshire GP, including an online offer. The Council will be using a Contract with three Lots for this tender. For the avoidance of doubt, Lot 2 CAMHS Early Help Parenting Support Service, the maximum annual value is £50,000.00It is the Council’s intention to award contracts to one provider per Lot. The Council will be awarding two different types of contracts dependant on the successful providers. Any NHS provider who bids and is successful will be awarded an NHS standard contract (Particulars, Service Conditions & General Conditions), any non NHS provider who bids and is successful will be awarded a Hertfordshire County Council contract. The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions and for all Lots. The Contract will be awarded for an initial term of two years, with the option to extend the Contract up to two further years at the Council's discretion.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed (lots 1 and 2). Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.Full details are in the tender document set.
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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Contract will be reviewed at the end of the Contract period.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 2021
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 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract.The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and the contracting authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that will apply to the services is specified in the procurement documents accordingly.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court, Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.
six.4.4) Service from which information about the review procedure may be obtained
Chief Legal Officer, Hertfordshire County Council
Pegs Lane
Hertford
SG13 8DE
Country
United Kingdom