North and East London Commissioning Support Unit: Waltham Forest CCG - Mental Health Wellness Services Pilot

  North and East London Commissioning Support Unit has published this notice through Delta eSourcing

Notice Summary
Title: Waltham Forest CCG - Mental Health Wellness Services Pilot
Notice type: Contract Notice
Authority: North and East London Commissioning Support Unit
Nature of contract: Services
Procedure: Open
Short Description: Health Wellness Service Pilot Waltham Forest Clinical Commissioning Group invites suitable expressions of interest from suppliers for the provision of a Mental Health Wellness Service Pilot Project. Background A business case has been approved for the development of a Mental Health Primary Care Service based on the Wellness agenda in conjunction with Waltham Forest Public Health to improve the levels of prevention, early identification and support within the borough. The aim is to develop a full business case over an 18 month period reflecting the evidence gathered form an initial pilot The requirement The aim of the pilot is to validate both the clinical model and the impact on secondary care in preparation for a full service roll out in April 2017. The basic assumption is that selected people with mild to moderate enduring mental health issues can be provided with information, advice, support for prevention, early intervention and they can be managed in an integrated new model of service. GP’s will hold the clinical responsibility of their patients and for complex cases they will receive support, advice from a specialist Mental Health GPwSI in the community. These patients will also be supported by a specialist clinician and wellness workers. Patients will be treated and supported in primary care for their mental health and physical health checks and that will reduce the referrals to secondary care services. This new model will move care for this group from a secondary care setting into a community and primary care ‘wellness’ setting, supported by professionals in a new service setting. The aim is to setup and run a Wellness Service pilot from Sept 2015 to March 2017 (18 months). An evaluation is built in as part of this project, to determine the long term service development .The plan is to develop a full business case over an 18 Month period reflecting the evidence gathered form an initial pilot which will be the focus of CCG Quality Innovation, Productivity and Prevention (QIPP) proposal. This approach is aligned to the strategic direction for the CCG as outlined in WF Mental Health Joint Strategic Needs Assessment (JSNA) and the WF Better Mental Health Strategy 2014. https://www.walthamforest.gov.uk/Documents/Better-Mental-Health-V12-final-board-version-proof-read-19th-June-2014.pdf The Waltham Forest Wellness Service pilot will provide an intermediate care service which will provide triaging and care management of selected mental health patients delivered through a Wellness service team. The aims and objectives of the Wellness Service pilot are to: •Build a capable Wellness Service team to deliver appropriate care within the WFWS criteria •Build a capable Wellness Service team to deliver appropriate care within the WFWS criteria •To establish the sustainable engagement of stakeholders in the WFWS model including GPs, provider MH Community Recovery Teams, Adult Social Care Teams, Crisis Services, Psychiatric liaison, IAPT , service users, carers, social care, voluntary sector providers and other relevant agencies •To establish closer links and partnership working with available commissioned and non-commissioned services in the borough to provide support to services users and aid their recovery. •To establish links with housing, supported accommodations, employment, benefit agencies, job centre, supported for mental health patients. •To establish an appropriate clinical governance mechanism by which care can be professionally supervised by a mental health consultant •Identify premises to host the wellness service through a potential partnership model •Build effective care support by which the WFWS can meet the objectives for the selected patients. Contract Period 18 Months September 2015 – March 2017 Contract Value The total value of this contract will be £380,000 for a 12 month period. Procurement Process Open Procedure In accordance with the Regulations, the Authority has adopted the following Process: 1.The Specification against which Tenderers a
Published: 28/07/2015 15:02

View Full Notice

UK-London: Health services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      North and East London Commissioning Support Unit
      Clifton House, 75 Worship Street, London, EC2A 2DU, United Kingdom
      Tel. +44 2036882493, URL: www.nelcsu.nhs.uk
      Attn: Natalie Polyblank
      Electronic Submission URL: https://www.supplying2nhs.com/procontract/healthservice/supplier.nsf/frm_opportunity?openForm&contract_id=CONTRACT-9YUF-UXGHQY&opp_id=OPP-HIS-9YUH-SE4UYS&search_id=&org_id=ORG-DNWC-8UUEU3&from=supplier_home

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Waltham Forest CCG - Mental Health Wellness Services Pilot
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Health services. Health Wellness Service Pilot
Waltham Forest Clinical Commissioning Group invites suitable expressions of interest from suppliers for the provision of a Mental Health Wellness Service Pilot Project.

Background
A business case has been approved for the development of a Mental Health Primary Care Service based on the Wellness agenda in conjunction with Waltham Forest Public Health to improve the levels of prevention, early identification and support within the borough. The aim is to develop a full business case over an 18 month period reflecting the evidence gathered form an initial pilot

The requirement
The aim of the pilot is to validate both the clinical model and the impact on secondary care in preparation for a full service roll out in April 2017. The basic assumption is that selected people with mild to moderate enduring mental health issues can be provided with information, advice, support for prevention, early intervention and they can be managed in an integrated new model of service. GP’s will hold the clinical responsibility of their patients and for complex cases they will receive support, advice from a specialist Mental Health GPwSI in the community. These patients will also be supported by a specialist clinician and wellness workers. Patients will be treated and supported in primary care for their mental health and physical health checks and that will reduce the referrals to secondary care services. This new model will move care for this group from a secondary care setting into a community and primary care ‘wellness’ setting, supported by professionals in a new service setting.

The aim is to setup and run a Wellness Service pilot from Sept 2015 to March 2017 (18 months). An evaluation is built in as part of this project, to determine the long term service development .The plan is to develop a full business case over an 18 Month period reflecting the evidence gathered form an initial pilot which will be the focus of CCG Quality Innovation, Productivity and Prevention (QIPP) proposal.

This approach is aligned to the strategic direction for the CCG as outlined in WF Mental Health Joint Strategic Needs Assessment (JSNA) and the WF Better Mental Health Strategy 2014.
https://www.walthamforest.gov.uk/Documents/Better-Mental-Health-V12-final-board-version-proof-read-19th-June-2014.pdf

The Waltham Forest Wellness Service pilot will provide an intermediate care service which will provide triaging and care management of selected mental health patients delivered through a Wellness service team.

The aims and objectives of the Wellness Service pilot are to:
•Build a capable Wellness Service team to deliver appropriate care within the WFWS criteria

•Build a capable Wellness Service team to deliver appropriate care within the WFWS criteria
•To establish the sustainable engagement of stakeholders in the WFWS model including GPs, provider MH Community Recovery Teams, Adult Social Care Teams, Crisis Services, Psychiatric liaison, IAPT , service users, carers, social care, voluntary sector providers and other relevant agencies

•To establish closer links and partnership working with available commissioned and non-commissioned services in the borough to provide support to services users and aid their recovery.

•To establish links with housing, supported accommodations, employment, benefit agencies, job centre, supported for mental health patients.

•To establish an appropriate clinical governance mechanism by which care can be professionally supervised by a mental health consultant

•Identify premises to host the wellness service through a potential partnership model

•Build effective care support by which the WFWS can meet the objectives for the selected patients.


Contract Period
18 Months September 2015 – March 2017

Contract Value
The total value of this contract will be £380,000 for a 12 month period.

Procurement Process
Open Procedure
In accordance with the Regulations, the Authority has adopted the following Process:

1.The Specification against which Tenderers are invited to submit Tenders has been determined at the absolute discretion of the Authority and is as set out in the ITT;

2.Once the Authority has issued the ITT, Tenderers have the opportunity to clarify any aspect of the ITT. However, there will be no contract negotiations, as such negotiations are not permitted under the Open Procedure;

3.No modifications to Tenders will be allowed following the Deadline for the submission of Tenders. However, the Authority may clarify aspects of the winning Tender and confirm commitments as part of concluding the Contract with the winning Tenderer(s);

4.Following the evaluation of Tenders by the Authority in accordance with the Evaluation Methodology and the completion of any necessary Authority approvals processes, all Tenderers will be notified of the outcome of the evaluation process;

5. At notification of an award under the ITT, there will follow a standstill period of at least 10 days before the Contract is concluded with the winning Tenderer;

6. Until all necessary internal approvals are obtained by the Authority, the Contract will not be entered into and, the Authority is not bound in any way to enter into any contract with any Tenderer including, but not limited to, the winning Tenderer; and
7. The terms of this ITT describe the anticipated Process, however in accordance with section 4.25 of the ITT, the Authority reserves the right to terminate, amend or vary the procurement process by notice to all Tenderers in writing.

How to express an interest
If you wish to apply for this contract please follow the steps below:

Register your company free of charge via the Supplying2NHS portal.

Link: www.supplying2nhs.com/procontract/healthservice/supplier.nsf/frm_opportunity?openForm&contract_id=CONTRACT-9YUF-UXGHQY&opp_id=OPP-HIS-9YUH-SE4UYS&search_id=&org_id=ORG-DNWC-8UUEU3&from=supplier_home

Await acceptance. You will receive an email confirming your user name and password.

Use your username and password to log into the Supplying2NHS portal and express you interest in Waltham Forest Wellness Service – Mental Health Services

Shortly after you have expressed interest, you will receive a second email containing a link to access the tender documents.

The deadline for expressions of interest is: 12 Noon on 28/08/2015
         
      II.1.6)Common Procurement Vocabulary:
         85100000 - Health services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: NELCSU/WELC/WF/NP/2015/00040      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 26/08/2015
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 27/08/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=153602354
GO-2015728-PRO-6853203 TKR-2015728-PRO-6853202
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            North and East London Commissioning Support Unit
      Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
      Tel. +44 2036882493, Email: natalie.polyblank@nelcsu.nhs.uk, URL: www.nelcsu.nhs.uk

   VI.5) Date Of Dispatch Of This Notice: 28/07/2015

ANNEX A

View any Notice Addenda

View Award Notice