Tender

NEL ICB-Individual Placement Support (IPS) Newham, BHR and Waltham Forest - Multi-Lots:

  • NHS North East London Integrated Care Board

F02: Contract notice

Notice identifier: 2022/S 000-035902

Procurement identifier (OCID): ocds-h6vhtk-039290

Published 19 December 2022, 4:30pm



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

Email

taofeeq.ladega@nhs.net

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