Tender

Individual Placement and Support for Severe Mental Illness (IPS for SMI) 2025 - Essex

  • Essex County Council

F02: Contract notice

Notice identifier: 2024/S 000-035248

Procurement identifier (OCID): ocds-h6vhtk-04b2c0

Published 31 October 2024, 7:50am



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Lorna Venters

Email

Lorna.Venters@essex.gov.uk

Telephone

+44 330

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

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