Tender

Mental Health Approvals Function Services 25-30

  • Department of Health and Social Care

F02: Contract notice

Notice identifier: 2024/S 000-027861

Procurement identifier (OCID): ocds-h6vhtk-047e28

Published 2 September 2024, 9:24am



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Ms Julia Estruga

Email

ccsinbox@dhsc.gov.uk

Telephone

+44 01132045540

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

Buyer's address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Mental Health Approvals Function Services 25-30

Reference number

C286329

two.1.2) Main CPV code

  • 75122000 - Administrative healthcare services

two.1.3) Type of contract

Services

two.1.4) Short description

Th Department of Health and Social Care is looking to appoint suitable providers for the delivery of the approval functions of Section 12 doctors and Approved Clinicians.

two.1.5) Estimated total value

Value excluding VAT: £5,977,820

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

Under the Mental Health Act, the Secretary of State for Health and Social Care is responsible for the approval of Section 12 doctors and Approved Clinicians, roles with specific responsibilities under the Act relating to the assessment for detention and to the treatment of patients. These functions are collectively referred to as 'the Approval functions'.
The Approval functions have been vested in the Secretary of State since the enactment of the MHA but can be delegated by virtue of regulations made under the National Health Service Act 1977 and directions issued under the National Health Service Act 2006.
Th Department of Health and Social Care is looking to appoint suitable providers for the delivery of the approval functions of Section 12 doctors and Approved Clinicians.
Contract Project Reference: C286329
Lots and value: The total value of the contract for the 5 year is £5,977,820. The contract will be divided into 4 lots that correspond with clear geographical areas: (J38370_NHS_England_ICS_England_Map_Web_May22_v4)

• Lot 1: the area covered by NHS England North East and Yorkshire and North West. Total value - £1,421,020
• Lot 2: the area covered by NHS England Midlands and East of England. Total value - £1,545,600
• Lot 3: London. Total value - £1,621,000
• Lot 4: the area covered by NHS England South East and South West. Total value - £1,390,200.
Total budget available for each lot and each year is set out in the specifications.
Contract term: Initial period of two years (from 1st April 2025 to 31st March 2027). The authority at its own discretion may extend the initial term of the contract for additional periods of up to 3 years (2 +1). The total duration of the contract, including all extensions, cannot exceed 5 years.

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: £5,977,820

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

Initial period of two years (from 1st April 2025 to 31st March 2027). The authority at its own discretion may extend the initial term of the contract for additional periods of up to 3 years (2 +1). The total duration of the contract, including all extensions, cannot exceed 5 years.

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 contracting authority considers that this future opportunity may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The procurement exercise is undertaken via Atamis system. Select this link to access and register your organisation to the Atamis system https://health-family.force.com/s/Welcome, if you have not already done so. Registration is free of any charge.
To find this opportunity select “Find Opportunities” and then search by project number or title. Once you have found the Opportunity press the ‘Register Interest’ button to register your interest. This will make the project to appear on ‘My proposals and quotes’. From there you can review documents, send clarification messages, submit the tender documents, or decline to respond, if you decide not to participate in the procurement. Note that as there will be 3 separate procurements the project reference for each procurement will be quoted at the time of contract notice.


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-022090

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 October 2024

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 October 2024

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

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.2) Body responsible for mediation procedures

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.4) Service from which information about the review procedure may be obtained

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/