Section one: Contracting authority
one.1) Name and addresses
NHS North East London Integrated Care Board
4th Floor - Unex Tower
5 Station Street
E15 1DA
Contact
Taofeeq Ladega
Telephone
+44 7950839459
Country
United Kingdom
Region code
UKI4 - Inner London – East
NHS Organisation Data Service
NHS North East London
Internet address(es)
Main address
https://northeastlondon.icb.nhs.uk/
Buyer's address
https://northeastlondon.icb.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert?advertId=109c80d3-306f-ed11-811c-005056b64545
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/Advert?advertId=109c80d3-306f-ed11-811c-005056b64545
Tenders or requests to participate must be submitted to the above-mentioned address
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
NEL ICB-Individual Placement Support (IPS) Newham, BHR and Waltham Forest - Multi-Lots:
Reference number
PRJ-1203
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS North East London ICB (hereafter referred to as "the Authority") is seeking to commission a Mental Health Individual Placement Service and Employment Support Service
("the Services") in North East London ICB Boroughs covered within Barking & Dagenham, Havering and Redbridge (BHR), Newham and Waltham Forest (WF) regions.
It is widely accepted that good employment is generally positive for a person's mental health, including those who have a mental health condition. Work supports and promotes social and economic inclusion and enables a person to be more independent and therefore have more control over their life, all of which have been identified as protective factors of mental wellbeing. For this reason, it is widely acknowledged among professionals that the longer people are absent from or out of work, the more likely they are to experience depression and/or anxiety. Therefore, the aim of this Mental Health employment service is to support people to gain appropriate employment.
two.1.5) Estimated total value
Value excluding VAT: £5,936,667.50
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
MENTAL HEALTH IPS EMPLOYMENT SERVICES for Barking, Dagenham, Havering, Redbridge (BHR) & Waltham Forest ICB.
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
- UKI53 - Redbridge and Waltham Forest
Main site or place of performance
Barking and Dagenham, Havering, Redbridge and Waltham Forest
two.2.4) Description of the procurement
Barking and Dagenham, Havering, Redbridge and Waltham Forest
The aim of this Mental Health Individual Placement Service and Mental Health employment service is to support people to gain appropriate employment.
The Provider must:
• Support people with Serious Mental Illness (SMI) who want to work by providing education and training to develop job seeking skills, while supporting their job search and placement
• Develop skills and capability within employers, employment services, other settings such as colleges and mental health services to better understand mental health and employment issues so they can more effectively support people with mental health problems
• Develop partnership working between public, private and voluntary sector organisations to work together to support people with mental health problems, building whole system capacity
• Lead by example as an employer of people with lived experience of mental health problems
The provider of this service will offer an open, flexible and responsive range of opportunities to people who have SMI. A wide range of approaches and interventions will be offered by the successful organisation.
The service will deliver person-centred support to adults with SMI to gain paid employment.
Services will be provided on the basis that each person using the service is an individual, with their own strengths, needs, life experiences, beliefs, aspirations, friendship and support networks. Therefore, to establish an effective relationship, services must be person-centred and outcome-focused. Assumptions should be avoided, as should taking a 'one size fits all' approach when considering how to engage with individuals or how to offer or deliver support. The approach will give consideration of gender, race disability or sexuality and depends on organisational culture. Staff should be supported to ensure they have the appropriate training, and approach towards the people they are supporting. NEL ICB is procuring IPS and Employment Support Services for BHR and Waltham Forest
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: £4,517,367.50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
57
This contract is subject to renewal
Yes
Description of renewals
The Contract is expected to commence on 01 June 2023 for an initial period of 9 months and 2 years. The Contract can be extended for an additional period of up to two years, at the sole discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The Contract is expected to commence on 1st July 2023 for an initial period 9 months and 2 years. The Contract may be extended for an additional period of up to two years, at the sole discretion of the Authority.
Lot 1:The total contract value for lot 1 for the 9 months and 4 years is £4,517,367.50
The Contract is expected to commence on 01 July 2023, with the possible deadline for delivery of the service being 30 June 2028.
Bidders are requested to review the content of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal:
https://proContract.due-north.com/register
Any reference to "the e-tendering portal" should be considered reflective of the above web address.
The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the Document 1 - ITT Guidance Document. Bidders are required to complete the online questionnaire on ProContract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document.
The project on ProContract Portal can be accessed by clicking the following link: -(https://procontract.due-north.com/Advert?advertId=109c80d3-306f-ed11-811c-005056b64545)
The deadline for the submission of tender is 14:00 Thursday - 25 January 2023.
The deadline for any clarification questions is 16 January 2023. All clarification questions must be submitted via the messaging facility on Pro-contract.
two.2) Description
two.2.1) Title
Mental Health Individual Placement Service and Employment Support Service in Newham
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
Main site or place of performance
Borough of Newham
two.2.4) Description of the procurement
Borough of Newham:
The aim of this Mental Health Individual Placement Service and Mental Health employment service is to support people to gain appropriate employment.
The Provider must:
• Support people with Serious Mental Illness (SMI) who want to work by providing education and training to develop job seeking skills, while supporting their job search and placement
• Develop skills and capability within employers, employment services, other settings such as colleges and mental health services to better understand mental health and employment issues so they can more effectively support people with mental health problems
• Develop partnership working between public, private and voluntary sector organisations to work together to support people with mental health problems, building whole system capacity
• Lead by example as an employer of people with lived experience of mental health problems.
The provider of this service will offer an open, flexible and responsive range of opportunities to people who have SMI. A wide range of approaches and interventions will be offered by the successful organisation.
The service will deliver person-centred support to adults with SMI to gain paid employment.
Services will be provided on the basis that each person using the service is an individual, with their own strengths, needs, life experiences, beliefs, aspirations, friendship and support networks. Therefore, to establish an effective relationship, services must be person-centred and outcome-focused. Assumptions should be avoided, as should taking a 'one size fits all' approach when considering how to engage with individuals or how to offer or deliver support. The approach will give consideration of gender, race disability or sexuality and depends on organisational culture. Staff should be supported to ensure they have the appropriate training, and approach towards the people they are supporting. NEL ICB is procuring IPS and Employment Support Services for Newham
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: £1,419,300
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
57
This contract is subject to renewal
Yes
Description of renewals
The Contract is expected to commence on 01 June 2023 for an initial period of three years. The Contract can be extended for an additional period of up to two years, at the sole discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The Contract is expected to commence on 1st July 2023 for an initial period 9 months and 2 years. The Contract may be extended for an additional period of up to two years, at the sole discretion of the Authority.
Lot 2: The total contract value for lot 2 for the 9 months and 4 years is £1,419,300
The Contract is expected to commence on 01 July 2023, with the possible deadline for delivery of the service being 30 June 2028.
Bidders are requested to review the content of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal:
https://proContract.due-north.com/register
Any reference to "the e-tendering portal" should be considered reflective of the above web address.
The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the Document 1 - ITT Guidance Document. Bidders are required to complete the online questionnaire on ProContract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document.
The project on ProContract Portal can be accessed by clicking the following link: -(https://procontract.due-north.com/Advert?advertId=109c80d3-306f-ed11-811c-005056b64545)
The deadline for the submission of tender is 14:00 Thursday - 25 January 2023.
The deadline for any clarification questions is 16 January 2023. All clarification questions must be submitted via the messaging facility on Pro-contract.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the criteria in the ITT documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the criteria in the Tender document
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 January 2023
Local time
2:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 January 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
NHS North East London
4th Floor - Unex Tower
5 Station Street
E15 1DA
Telephone
+44 7950839459
Country
United Kingdom