Section one: Contracting authority
one.1) Name and addresses
North Staffordshire Combined Healthcare NHS Trust (NSCHT)
Staffordshire
ST4 8HH
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
NHS Organisation Data Service
UKG23
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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
NSCHT Multi-Lot Community Partnership Commissioning
Reference number
WHISP 320, 321, 322
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 Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of North Staffordshire Combined Healthcare NHS Trust (NSCHT) who are looking to undertake a multi-lot Competitive Process for Community Partnership Commissioning, including:
Lot 1 Health and Lifestyle Service
Lot 2 Future Focus Peer Coach Service
Lot 3 Financial Wellbeing Service
It is the intention of the NSCHT to start commissioning contracts for the above services from 1st April 2025 for 3 years with an option to extend for a further 1 year, and possibly another year (5 years total).
Contract start date: 1st April 2025
Contract end date (including possible extensions): 31st March 2030
Please see below total contract values for 5 years:
Lot 1 Health and Lifestyle Service - £580,000
Lot 2 Future Focus Peer Coach Service - £1,800,000
Lot 3 Financial Wellbeing Service - £200,000
The ITT will be live on Thursday 14th November 2024
on the Atamis Portal. The deadline for submissions
will be Wednesday 11th December 2024 12:00pm midday.
Bidders who submit a bid over the maximum contract values, for each lot, will not achieve the score of a pass. This will be checked during the evaluation of the pass/fail questions in the Basic Selection Envelope. There is a further competition on price.
To express interest and participate in the Competitive Process,
please register and apply via Atamis e-sourcing
portal https://health-family.force.com/s/Welcome.
There will be a maximum of 3 contracts totalling
£516,000 annually. The overall maximum contract
value for all 3 lots, including possible contract
extensions is £2,580,000.
Should Tenderers have any queries, or having
problems using the portal, they should contact the helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
The relevant reference number for this tender is C318455 and
the questionnaires will be located within the
requirements.
Further details will be made available via documentation and information released during the tender process.
The competitive tendering process to which this ITT
relates to and further to which the Authority intends
to purchase the Services as set out in regulation 11
of the provider selection regime 2023 for the award
of a contract with a competition.
This ITT has been made available to all Bidders
who have expressed a potential interest in
delivering this services in line with the requirements for Health Services and mixed procurements
which fall under Regulation 3 and 11 for the award of a
contract with a competition, and Schedule 1 of the
Health Care Services (Provider Selection Regime)
Regulations 2023. As such, the competitive
tendering of these Services is being run as a
bespoke, single-stage tender process as described
in the documentation in this ITT, and in the Find a
Tender contract notice advertisement.
Bidders are invited to bid for each lot separately.
Bidders can bid for more than one lot. If a bidder is
the highest scoring bidder and therefore named the
successful bidder for more than one lot, this may
result in contracts being amalgamated rather than
separate contracts being issued.
two.1.5) Estimated total value
Value excluding VAT: £2,580,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders are invited to bid for each lot separately.Bidders can bid for more than one lot. If a bidder is the highest scoring bidder and therefore named thesuccessful bidder for more than one lot, this mayresult in contracts being amalgamated rather thanseparate contracts being issued.
two.2) Description
two.2.1) Title
Lot 1 Health and Lifestyle Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
North Staffordshire and Stoke -on - Trent
two.2.4) Description of the procurement
Lot 1 Health and Lifestyle Service - to promote health, weight management, nutrition and wellbeing.
The purpose of this procurement exercise is to appoint a provider to support the provision of Health and Lifestyle Support for Mental Health Services (North Staffordshire and Stoke on Trent) for North Staffordshire Combined Healthcare Trust NSCHT.
Weight management and promotion of positive lifestyles is complex, and this is especially true for people with severe mental illness. They are more likely to have common risk factors for being overweight, such as reduced access to healthy food, lower incomes and health conditions that limit their mobility. In addition, they have risk factors not typically faced by the general population, such as weight gain related to psychiatric medication and admission to inpatient wards with fewer opportunities to be physically active.
This service will not include smoking cessation support as it is anticipated that this will be a separately commissioned service in line with national aspirations for smoking support outlined in the NHS Long Term Plan.
A maximum of 1 bidder, or consortium, may be
selected for each lot. The highest overall scoring bidder for
each lot, will be recommended as a
successful bidder
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: £580,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
for 5 years total (3years with an optional extension for 1 year, then another optional extension for another year)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
£116,000 per annum
two.2) Description
two.2.1) Title
Lot 2 Future Focus Peer Coach Service
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
North Staffordshire and Stoke -on - Trent
two.2.4) Description of the procurement
Lot 2 Future Focus Peer Coach Service - to provide a lived experience support offer to individuals where an expert by experience input would be of benefit for recovery and to address social stressors to mental illness.
The purpose of this procurement exercise is to appoint a provider to support the provision of a Future Focus Peer Coach (FFPC) Service within Mental Health Services (North Staffordshire and Stoke on Trent) for North Staffordshire Combined Healthcare Trust (NSCHT).
The objective of the FFPC Service provision is to enable Service Users to stay well in their recovery journey. The ways in which people are supported can be flexible, should be person centred and help people to make the best use of their community resources.
The Service will form a part of an integrated pathway across the voluntary sector, primary and secondary care mental health and social care. It should be based on recovery and social inclusion principles and designed to be accessible and to prevent people falling through gaps between services.
A maximum of 1 bidder, or consortium, may be
selected for each lot. The highest overall scoring bidder for
each lot, will be recommended as a
successful bidder
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: £1,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
for 5 years total (3years with an optional extension for 1 year, then another optional extension for another year)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
£360,000 per annum
two.2) Description
two.2.1) Title
Lot 3 Financial Wellbeing Service
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
North Staffordshire and Stoke -on - Trent
two.2.4) Description of the procurement
Lot 3 Financial Wellbeing Service - to provide bespoke financial and benefit advice.
The purpose of this procurement exercise is to appoint a provider to support the provision of Financial Wellbeing Management and Support (FWB) for Mental Health Services (North Staffordshire and Stoke on Trent) for North Staffordshire Combined Healthcare NHS Trust.
The service role of the Financial Wellbeing Support will need to offer a Mon-Fri service that offers a range of flexible support to people with financial difficulties within North Staffordshire and Stoke on Trent. The service will advise and support patients who are under the care of CMHT's including Older Persons and the Rehab Pathway.
A maximum of 1 bidder, or consortium, may be
selected for each lot. The highest overall scoring bidder for
each lot, will be recommended as a
successful bidder.
This is considered to be a mixed procurement.
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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
for 5 years total (3years with an optional extension for 1 year, then another optional extension for another year)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
£40,000 per annum
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
11 December 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 December 2024
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing
portal https://health-family.force.com/s/Welcome (https://health- family.force.com/s/Welcome).
Please see below the contract award criteria (including the relative importance of the key criteria)
Basic Selection Questions and Quality Pass/Fail Questions (to be assessed initially along with checking if a bidder has submitted a bid over the maximum contract values. Bidders who submit a bid over the maximum contract values, for each lot, will not achieve the score of a pass.
Bids which have achieved pass / provisional pass criteria in the basic selection and quality pass/fail questions, will be assessed for the below scored questions. As part of the multi-lot tender, for questions in '01 Basic Selection' (Basic Selection and Quality Pass/Fail questions) and '02 Common Questions', completion is required once only. The bidder should then complete the service/lot specific questionnaire (for Lot 1 and/or Lot 2 and/or Lot 3).
Common Questions - Scored (33.00%)
- Quality & Innovation - 10.00%
- Integration, Collaboration, Service Sustainability - 7.50%
- Improving Access, Reducing Health Inequalities, Facilitating Choice - 5.50%
- Social Value - 10.00%
Lot 1 Questions - Scored (67.00%)
- Quality & Innovation - 19.50%
- Integration, Collaboration, Service Sustainability - 8.50%
- Improving Access, Reducing Health Inequalities, Facilitating Choice - 9.00%
- Value - 30.00%
Lot 2 Questions - Scored (67.00%)
- Quality & Innovation - 19.50%
- Integration, Collaboration, Service Sustainability - 8.50%
- Improving Access, Reducing Health Inequalities, Facilitating Choice - 9.00%
- Value - 30.00%
Lot 3 Questions - Scored (67.00%)
- Quality & Innovation - 19.50%
- Integration, Collaboration, Service Sustainability - 8.50%
- Improving Access, Reducing Health Inequalities, Facilitating Choice - 9.00%
- Value - 30.00%
six.4) Procedures for review
six.4.1) Review body
North Staffordshire Combined Healthcare NHS Trust (NSCHT)
Stoke-on-Trent
Country
United Kingdom