Tender

NHS Morecambe Bay CCG - Mental Health Support Teams in Schools

  • NHS Midlands and Lancashire CSU

F02: Contract notice

Notice identifier: 2021/S 000-030750

Procurement identifier (OCID): ocds-h6vhtk-02ff95

Published 9 December 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Midlands and Lancashire CSU

Heron House, 120 Grove Road

Stoke on Trent

ST4 4LX

Email

mlcsu.tendersnorth@nhs.net

Telephone

+44 1772214000

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

https://mlcsu.bravosolution.co.uk

one.3) Communication

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

https://mlcsu.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://mlcsu.bravosolution.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 Morecambe Bay CCG - Mental Health Support Teams in Schools

Reference number

L21-16

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Midlands & Lancashire Commissioning Support Unit (CSU) is working on behalf of NHS Morecambe Bay CCG. This invitation to tender is for three Mental Health Support Teams in schools, in the Morecambe Bay area.

The objective of this procurement is to identify a provider who will run the existing MHST service currently within Morecambe Bay with one MHST covering Morecambe and Heysham school system and a further team covering the Barrow Peninsular High Schools. To also further establish one new MHST within Morecambe Bay working across High Schools. New services are required to be fully operational within 12 months of the Education Mental Health Practitioners (EMHPs) commencing training that is scheduled to start September 2022 for Wave 7, the new team is expected to be fully operational by the end of September 2023.

The population covered by the service includes all children and young people aged 5-18 years who are on roll at an educational setting that has signed up to take part in the programme. It also includes those children within the geography covered by the MHSTs whether or not they are on a school roll.

The teams will provide extra capacity for early intervention and ongoing help within educational settings.

The ITT will be live on Friday 10th December 2021 on the MLCSU Bravo portal (see below) & it will have a deadline for submissions on Friday 14th January 2022 12:00pm.

The total value of the contract is a maximum £5,327,590 over 5 years (£911,590 for 3 teams from 1/9/2022-31/8/2023, then £1,104,000 per year until 31/8/2027)

two.1.5) Estimated total value

Value excluding VAT: £5,327,590

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

Morecambe Bay

two.2.4) Description of the procurement

The objective of this procurement is to identify a provider who will run the existing MHST service currently within Morecambe Bay with one MHST covering Morecambe and Heysham school system and a further team covering the Barrow Peninsular High Schools. To also further establish one new MHST within Morecambe Bay working across High Schools. New services are required to be fully operational within 12 months of the Education Mental Health Practitioners (EMHPs) commencing training that is scheduled to start September 2022 for Wave 7, the new team is expected to be fully operational by the end of September 2023.

The teams will provide extra capacity for early intervention and ongoing help within educational settings.

The population covered by the service includes all children and young people aged 5-18 years who are on roll at an educational setting that has signed up to take part in the programme. It also includes those children within the geography covered by the MHSTs whether or not they are on a school roll.

Mental Health Support Teams are intended to:

▪ Deliver evidence-based interventions for mild to moderate mental health and emotional wellbeing needs

▪ Support senior mental health leads in education settings to develop and introduce their whole-school or whole-college approach to mental health and emotional wellbeing

▪ Providing timely advice to staff and liaising with external specialist services so that children and young people can get the right support and remain in education.

The total value of the contract is a maximum £5,327,590 over 5 years (£911,590 for 3 teams from 1/9/2022-31/8/2023, then £1,104,000 per year until 31/8/2027)

The Contract is expected to commence in September 2022 following a period of mobilization & will be inoperation initially until 31/8/2025 with a maximum contract value of £3,119,590. Years 4 & 5 will only be commissioned following a 12 month notification being served by the commissioner on or before 31/8/2024 with a maximum contract value of £1,104,000 per annum.

The ITT will be live on Friday 10th December 2021 on the MLCSU Bravo portal (see below) & it will have a deadline for submissions on Friday 14th January 2022 12:00pm.

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: £5,327,590

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

Start date

1 September 2022

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

The Contract is expected to commence in September 2022 following a period of mobilization & will be in operation initially until 31/8/2025 with a maximum contract value of £3,119,590. Years 4 & 5 will only be commissioned following a 12 month notification being served by the commissioner on or before 31/8/2024 with a maximum contract value of £1,104,000 per annum.

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 Commissioner reserves the right to reject bids that exceed the indicated budget.

Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made. Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

The Contracting Authority is not voluntarily following any other part of the Regulations. The procedure which the Contracting Authority is following is set out in the procurement documents.

As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.

The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.

All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.

Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.

In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority.

Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.

Further details will be made available via documentation and information released during the tender process.

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

14 January 2022

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

14 January 2022

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 Morecambe Bay CCG

Moor Lane Mills

Lancaster

LA1 1QD

Country

United Kingdom