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
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