Tender

NHS Rotherham Clinical Commissioning Group : Rotherham Safe Space Service

  • NHS Rotherham CCG

F02: Contract notice

Notice identifier: 2021/S 000-026584

Procurement identifier (OCID): ocds-h6vhtk-02ef45

Published 22 October 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Rotherham CCG

Oak House, Moorhead Way

Rotherham

S66 1YY

Email

t.squires@nhs.net

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

www.rotherhamccg.nhs.uk

Buyer's address

https://www.nhssourcing.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.nhssourcing.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.nhssourcing.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

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

NHS Rotherham Clinical Commissioning Group : Rotherham Safe Space Service

Reference number

SYPS/ROTH/TS/21/48

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.1.4) Short description

In September 2020 NHS England published the advancing-mental-health-equalities-strategy which reiterates that :

• Different groups access services differently, with underrepresentation in some services and overrepresentation in others. This is an inequality in access.

• Different groups report having different levels of satisfaction with the healthcare they receive. This is an inequality in experience.

• Different groups receiving the same treatment also have different recovery outcomes. This is an inequality in outcomes.

Local

The Rotherham Place Plan Reset: Assessment of Priorities (June 2021) has identified the following key priority:

MH/LD20: Develop at least one alternative crisis service to hospital admission.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Rotherham, South Yorkshire

two.2.4) Description of the procurement

The following local outcomes have been identified in relation to this Service:

• Reduced risk of deteriorating wellness.

• Reconnection to neighbourhood support, peers, friends.

• Reduced social isolation.

• Increase access to mental health support for underserved groups.

• Build trust, self-worth, and a practical recovery pathway.

• Facilitate and capture patient voice to drive service improvement.

• Supporting communities to enhance skills and knowledge to identify deteriorating mental health

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

14

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.2.14) Additional information

The available budget not to be exceeded is for the initial 14 months: In 2021/22 funding available to establish the model £25,000 – please note this is not recurrent funding. In 2022/23 funding available is £134,062 for staffing and delivery of the model. For 23/24 only available if option to extend is taken is £134,062.


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.2.2) 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.2.6) 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

22 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS Improvement

London

Country

United Kingdom