Section one: Contracting authority
one.1) Name and addresses
NHS North West London Integrated Care Board
15 Marylebone Rd,
London
NW1 5JD
Contact
NHS North West London Contracts Team
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.nwlondonics.nhs.uk
Buyer's address
https://www.nwlondonics.nhs.uk
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
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Children and Young Peoples Targeted Emotional Wellbeing Mental Health Services - Harrow
Reference number
C110895
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS NW London ICB requires the Provision of Children and Young Peoples Targeted Emotional Wellbeing Mental Health Services in Harrow. The service aims at supporting families and carers who are in need by improving mental health and emotional wellbeing. NHS NW London ICB selected to undergo a competitive procurement process using an open procedure conducted in accordance with the light touch regime of the Public Contract Regulations 2015 (PCR 2015).
The Harrow Council and NHS North West London Integrated Care Board are joint commissioners of the service and may be referred to as the Commissioning Lead or Commissioners.
two.1.5) Estimated total value
Value excluding VAT: £2,750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75200000 - Provision of services to the community
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
Main site or place of performance
Harrow Borough
two.2.4) Description of the procurement
NHS NW London ICB requires the Provision of Children and Young Peoples Targeted Emotional Wellbeing Mental Health Services in Harrow. NHS NW London ICB selected to undergo a competitive procurement process using an open procedure conducted in accordance with the light touch regime of the PCR 2015.
The Harrow Council and NHS North West London Integrated Care Board are joint commissioners of the service and may be referred to as the Commissioning Lead or Commissioners.
Historically, the London Borough of Harrow and NHS NW London ICB have commissioned an emotional wellbeing service (EWB) called Harrow Horizons since April 2017 whose primary focus is to provide early intervention and prevention with the aim of supporting children and young people aged 0-19 (up to 25 with SEND) to overcome mild to moderate difficulties.
The new service will continue to be aimed at supporting families and carers who are most in need by improving mental health and emotional wellbeing.
The primary aim of the Service is to achieve the best possible outcomes for our children and families and bring about positive change whilst helping support CYP to achieve their optimum emotional health and wellbeing, and to reduce health inequalities. A service that builds resilience, enhances positive strengths and empowers children, young people, and their families/carers.
This will be achieved by providing an excellent quality service that:
• Work with CYP and parents/carers in co-designing and reviewing care pathways engage young people in meaningful involvement of services, such as recruitment, feeding ideas into service design.
• Considers information within a cultural framework which demonstrates an understanding of cultural differences and any impact it may bear on assessment and response to the CYP’s needs.
• A range of accessible and engaging evidence-based activity and/or therapeutic offer to meet the emotional wellbeing and mental health needs of CYP and their families/carers. Information provided to CYP and their family’s needs to be clear, easy to understand and jargon free.
• Ensure that CYP have a single point of access for the service, and those who access the service are seen in a timely manner; providing initial and follow-up responsive assessments that are written and shared with the CYP and/or parent/carer and other appropriate professionals (e.g. SEN/education/Social Care). Ensuring that any additional vulnerability or inequality suffered by CYP (e.g. learning disability, autism, victim of child sexual exploitation) is properly considered when identifying appropriate interventions
• Work using a trauma informed approach and be accessible and responsive to Children Looked after recognising their particular vulnerabilities and additional adverse childhood experiences (ACEs) and that they are likely to require emotional support. Looked after Children should be prioritised for assessments and improved access. The use of a flagging system, offer of outreach and wider support to the care network around children looked after.
• Ensure that reasonable adjustments and adaptations are made to support the care of CYP with additional needs e.g. autistic children;
• Ensure that clear communication pathways and information sharing mechanisms are in place so that CYP and, where appropriate, their parents/carers experience a smooth journey through the care pathway;
• Ensure that all therapists are appropriately trained to meet the social, cultural, and linguistic needs of CYP and their families to enable them to be more involved and take more ownership of their care;
• Ensure CYP leaving the service have an agreed and documented discharge plan to ensure transition is processed smoothly.
The duration of the contract will be for 36 months with the option to extend by a further 24 months.
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: £2,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
One (1) extension of twenty four (24) months.
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 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
9 December 2022
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 November 2022
Local time
5:00pm
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
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom