Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
SCC DW Surrey Children’s Emotional Wellbeing and Mental Health Service (EWMH)
Reference number: SCC - 031013
II.1.2)Main CPV code85311300 Welfare services for children and young people
II.1.3)Type of contractServices
II.1.4)Short description:
Surrey County Council are tendering for the Provision of a Surrey Children’s Emotional Wellbeing and Mental Health Service (EWMH) on behalf of NHS Surrey Heartlands (CCG), NHS Surrey Heath (CCG), NHS North East Hampshire and Farnham (CCG) and NHS East Berkshire. The awarding authority will be NHS Surrey Heartlands CCG.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 24 470 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)85311300 Welfare services for children and young people
85000000 Health and social work services
85100000 Health services
85323000 Community health services
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
Surrey and bordering areas of Surrey within CCGs in scope.
II.2.4)Description of the procurement:
The EWMH Service needs to provide:
— a single point of access for callers (and users), through a variety of access means, which should fully integrate the EWMH offer, aligning referrals and requests for support for all service elements whilst ensuring that consideration of, signposting and access to early intervention services is a fundamental part of the triaging function with integration of appropriate expertise and staff to resource and deliver this;
— an early intervention service
— non-clinical service, providing evidence-based or evidence-informed interventions;
— neurodevelopmental support service for children with potential ASD/ADHD aged 6 years and over delivering assessment, diagnosis and support;
— clinical mental health service: it is expected that the below range of clinical, children and adolescent mental health service provisions will be delivered as per the service requirement and be further enhanced and supported by more robust early intervention provisions;
— community eating disorder service;
— community CAMHS;
— Sexual Trauma and Recovery Support (STARS);
— care and leaving care (post order and care leavers (including dedicated support for unaccompanied asylum seeker children care leavers and for children in care placed outside Surrey;
— crisis service;
— learning disabilities.
II.2.5)Award criteriaQuality criterion - Name: Technical and social value / Weighting: 90 %
Cost criterion - Name: Financial assurance / Weighting: 10 %
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The contracting authority seeks to award the contract for a seven (7)-year period with an option to extend once for up to a further three (3) years. Any extension will be subject to agreement and subject to any restrictions placed nationally by NHS England or the Department of Health and Social Care. The procurement falls within Section 7 of the PCR 2015 (the ‘Light Touch Regime’ or LTR).
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureAward of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
- No tenders or no suitable tenders/requests to participate in response to open procedure
Explanation:
The original procurement for Surrey Childrens Emotional Well-being and Mental Health (EWMH) was tendered on 8th June using the Light touch Open Tender procurement process only concluded with one bid being received from Surrey and Borders Partnership NHS Foundation Trust (SABP). The bid submitted was deemed not suitable, and after seeking legal advice subsequently used Regulation 32(2)(a) of Public Contract Regulations 2015 to undertake a negotiated process without notice to co-create a viable solution for the EWMH Service. Negotiation was considered an acceptable next step because only one bid was received in response to the original procurement process. It can therefore be conducted under Regulation 32 of the Public Contract Regulations (PCR) 2015 ‘Negotiated Procedure without Prior Notice’. Regulation 32(a) provides that a contracting authority can award a contract by the negotiated procedure without a notice (in effect, a direct award) where ‘no tenders, no suitable tenders, no requests to participate or no suitable requests to participate have been submitted in response to an open procedure or restricted procedure, provided that the initial conditions of the contract are not substantially altered and that a report is sent to the Commission where it so requests’. For the purposes of this regulation ‘a tender shall be considered not to be suitable where it is irrelevant to the contract, being manifestly incapable, without substantial changes, of meeting the contracting authority’s needs and requirements as specified in the procurement documents’.
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Title:
Surrey Children’s Emotional Wellbeing and Mental Health Service (EWMH)
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:08/12/2020
V.2.2)Information about tendersNumber of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Surrey and Borders Partnership NHS Foundation Trust
Postal address: Mole Business Park, 18 Randalls Road
Town: Leatherhead
NUTS code: UKJ2 Surrey, East and West Sussex
Postal code: KT22 7AD
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 24 470 000.00 GBP
Total value of the contract/lot: 24 470 000.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court of England and Wales
Postal address: Strand, City of Westminster
Town: London
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.5)Date of dispatch of this notice:08/01/2021