Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Ms Lorna Venters
Telephone
+44 330
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Individual Placement and Support for Severe Mental Illness (IPS for SMI) 2025 - Essex
Reference number
DN741370
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Essex County Council as lead commissioner is seeking to procure a service for Individual Placement and Support for Serious Mental Illness (IPS for SMI). The IPS for SMI is an employment support service integrated with secondary care mental health services to assist people who experience severe mental health conditions to find paid work. ECC is the lead commissioner for this service on behalf of the three ICBs in Essex, namely Mid and South Essex (MSE), Hertfordshire and West Essex (HWE ), and Suffolk and North East Essex (SNEE). Please note that this service will not cover Hertfordshire or Suffolk. For the purposes of this procurement, this service is an ALL Essex service, which includes the Unitary Authorities of Southend and Thurrock.
The contract will have an initial term of 3 years (36 months), with an option to extend for a period of no more than 2 years (24 months) at the discretion of the commissioners.
The contract value for a potential 5 year duration is capped at £1,372,433 per annum or £6,862,165 for 5 years. The service is expected to deliver IPS access to 1530 unemployed people aged 18 or over, each contract year.
It should be noted that additional funding relating to the possible expansion of the service ( i.e an increase to annual access targets for unemployed people) may be available to the Council’s NHS partners throughout the Contract Term, subject to the delivery of baseline targets and related performance. The published contract value takes this into account. Further details can be found in the procurement documentation.
two.1.5) Estimated total value
Value excluding VAT: £9,434,818
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
ESSEX
Essex is a large, complex, two tier Authority with 3 Integrated Care Boards (ICBs), 12 District, Borough and City Councils and two Unitary Councils. To support place based commissioning and operational services the County is split into 4 quadrants:
Mid Essex - Braintree, Chelmsford, Maldon
North East Essex - Colchester,Tendring
South Essex - Basildon, Brentwood, Castle Point, Rochford, Rayleigh
West Essex - Uttlesford, Harlow, Epping Forest
The two Unitary Authorities of Southend and Thurrock are not within the Essex Footprint but are included in the term ‘All Essex’. Please note that the Individual Placement and Support for Serious Mental illness (IPS for SMI) 2025 service is to be commissioned for Southend and Thurrock as part of the MSE ICB.
two.2.4) Description of the procurement
This service is a priority for Essex requiring good partnership working with the local NHS Foundation Trust, Commissioners and other local community based services. The Provider must be able to demonstrate a full understanding of Individual Placement and Support for Severe Mental Illness including the requirement for Employment specialists to work closely with clinical mental health teams. The need for excellent partnership working with local clinical teams and a good understanding of All Essex and its diverse populations will be key.
Potential Providers should ensure they are familiar with the IPS for SMI programme and assess their respective capacity and capability to provide an All Essex service, before registering for the procurement and downloading the documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £9,434,818
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
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: 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
28 November 2024
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 October 2024
Local time
9:00am
Information about authorised persons and opening procedure
The authorised procurement manager will open the tender.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Council envisages that this procurement will be published on ProContract the week commencing 28th October 2024. However, the Council reserves the right to postpone the publication in order to ensure suitable assurance that the tender documents are fit for purpose. Once the procurement is published a corresponding advertisement will be available via ProContract to enable prospective bidders to access, view and respond to this opportunity. To submit an effective expression of interest in this opportunity, bidders must use the functionality within ProContract when the Invitation To Tender (ITT) is open.
six.4) Procedures for review
six.4.1) Review body
The High Court
Royal Courts of Justice The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom