Contract

CAMHS Clinical Assessments and Interventions via a digital platform

  • NHS Wales Shared Services Partnership

F03: Contract award notice

Notice identifier: 2021/S 000-031868

Procurement identifier (OCID): ocds-h6vhtk-02f67f

Published 21 December 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership

Procurement Services, Cardiff and Vale University Local Health Board, Woodlands House, 2nd Floor, Maes-Y-Coed Road

Cardiff

CF14 4HH

Email

emma.lane@wales.nhs.uk

Telephone

+44 02921836450

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.procurement.wales.nhs.uk

Buyer's address

http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

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

CAMHS Clinical Assessments and Interventions via a digital platform

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Wales Shared Services Partnership wish to inform the market that they have awarded a contract for CAMHS Clinical Assessments and Interventions via a digital platform

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

The Health Board have additional funding to deliver short term increased capacity this financial year to improve the timely access to care for young people suffering with mental health difficulties.

The Health Board require a supplier who can meet the below service criteria whilst delivering 970 mental health assessments in line with the requirements of the Mental Health Measure (2010) – across Primary Mental Health and Specialist CAMHS Services (Tier 2 & Tier 3) and 4430 multi-modal (CBT / Systemic Family Therapy / IPT based), goal and outcome focused interventions for both Primary Mental Health and Specialist CAMHS.

- Clinically led, delivered through an appropriate digital clinical platform

- Staffed by appropriately qualified clinicians who adhere to recognised professional body standards with an appropriate level of practical experience. Staff must hold safeguarding level 3 certification and an enhanced DBS check

- Meet the standards of the current clinical evidence base for interventions as outlined in NICE Guidance

- Allow for flexible access to intervention between 8am – 9pm, 7 days per week

- Have a fully secure platform that allows:

i) Referrals to be easily shared

ii) Service user monitoring metrics including sessions delivered, DNAs etc.

iii) Allow for clinical session information to be shared / downloaded for recording in the Health Board EPR

iv) Ability to produce real time performance reports such as number of interventions completed, safeguarding or risk incidence, achievement of outcomes

v) Collation of information on patient experience.

- Comply with relevant ISO accreditation standards

- Be able to adhere to local policies and procedures, particularly in relation to safeguarding

- Mirror the core services in the management of DNAs and communication of these

- Have a timely onboarding and account activation process, that is completed within 7 days of receipt of the referral

- Have a clear clinical supervision model in place within an appropriate governance

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 50

Cost criterion - Name: Financial / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

The Health Board may have further funding in the next financial year and therefore, an option to extend at the sole discretion of the Health Board is being included for delivery of assessments and interventions up to the value within this notice.

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

As detailed in the VEAT notice.

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-028432


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 December 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Healios Limited

Unit 2 Viceroy House, Mountbatten Business Centre, Millbrook Road East

Southampton

SO151HY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,000,000


Section six. Complementary information

six.3) Additional information

(WA Ref:117006)

six.4) Procedures for review

six.4.1) Review body

Cardiff Crown Court

Cardiff

Country

United Kingdom

Internet address

http://www.procurement.wales.nhs.uk