Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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.1.5)Estimated total valueValue excluding VAT: 244 700 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 244 700 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: yes
Description of renewals:
Possible extension of up to 36 months (3 years).
II.2.10)Information about variantsVariants will be accepted: no
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 III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
As stated in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Any conditions will be stated in procurement documents.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
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.2.2)Time limit for receipt of tenders or requests to participateDate: 17/07/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.7)Conditions for opening of tendersDate: 17/07/2020
Local time: 12:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
This contract is being jointly commissioned with Surrey County Council (SCC), NHS Surrey Heartlands (CCG), NHS Surrey Heath (CCG), NHS North East Hampshire and Farnham (CCG) and NHS East Berkshire (CCG). The Contract will be on NHS Standard contract form. This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal. https://www.sesharedservices.org.uk/esourcing/opportunities The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.
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:01/06/2020