Opportunity

Provision of an Inpatient and Outpatient Mental Health Service

  • Ministry of Defence

F02: Contract notice

Notice reference: 2022/S 000-033799

Published 29 November 2022, 2:10pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Lichfield

WS14 9PY

Contact

Kelvin Edwards

Email

kelvin.edwards109@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

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

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of an Inpatient and Outpatient Mental Health Service

Reference number

703541450

two.1.2) Main CPV code

  • 85121270 - Psychiatrist or psychologist services

two.1.3) Type of contract

Services

two.1.4) Short description

The overarching requirement is for the Contractor to provide supplementary access to mental healthcare for:

An inpatient setting for entitled personnel that is safe, locally based, inpatient services with the ability to provide urgent expert assessment, treatment, stabilisation and return to service or transition to civilian facilities or civilian life.

To provide surge provision of a rolling 116 (annual total of no more than 416) new referrals for National Institute for Health and Care Excellence (NICE) approved psychotherapy for all DCMHs and Defence mental health staff and other identified personnel – referred to as the Outpatient Psychotherapy Service (OPS).

two.1.5) Estimated total value

Value excluding VAT: £4,980,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85111200 - Medical hospital services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This contract will form part of the Defence occupational mental healthcare pathway, supporting Defence Community Mental Health (DCMH) in providing psychotherapy, and in providing appropriate inpatient provision, when required. It will reflect the different thresholds and tolerances for treatment used within Defence which will reflect the different risks to the NHS.

The overarching requirement is for the Contractor to provide supplementary access to mental healthcare for:

An inpatient setting for entitled personnel that is safe, locally based, inpatient services with the ability to provide urgent expert assessment, treatment, stabilisation and return to service or transition to civilian facilities or civilian life.

To provide surge provision of a rolling 116 (annual total of no more than 416) new referrals for National Institute for Health and Care Excellence (NICE) approved psychotherapy for all DCMHs and Defence mental health staff and other identified personnel – referred to as the Outpatient Psychotherapy Service (OPS). The range of psychological provision required, to be delivered:

(1) Delivery of evidence based psychologically informed interventions for a range of presentations, which will be up to and including stepped care levels 3/4a in complexity.

(2) Delivering accredited specialist psychological interventions, that may draw on more than one psychological model, underpinned by theory and evidence based.

(3) In some more complex cases, following MDT/therapist discussions, to deliver highly specialist or complex psychological interventions requiring especially high levels of skill, knowledge and experience.

Provision of clinical supervision, as required and requested, to MOD clinicians (including approach specific specialist accredited supervision).

No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Tenderers should take part in this process only on the basis that they fully understand and accept this position

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: £4,980,000

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority reserves the right, at its sole discretion to extend the Contract Term for a period of up to 12 months. the value of this option is estimated to be £2.5m

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 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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: 2022/S 000-011199

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

Date

19 January 2023

Local time

10:00am

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

19 January 2023

Local time

10:00am

Place

Defence Sourcing Portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Cyber Security: The MoD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government’s Cyber Essentials Scheme the MoD, working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract.

The Authority has determined the level of risk at High (Reference: RAR-548990550) as defined in DEF Stan 05-138. In order to do business with the MOD you must have the cyber security controls required as shown above.

As part of the Tender process, the Authority shall visit the Tenderer's premises (at time to be agreed between the Authority and the Tenderer) for the purposes of assessment / evaluation of the facilities. If this is not possible then a live virtual tour shall be required.

six.4) Procedures for review

six.4.1) Review body

UK STRATCOM Commercial

DMS Whittington

Lichfield

WS14 9PY

Country

United Kingdom