North and East London Commissioning Support Unit has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Procurement of Primary Care Psychological Therapies Service (PCPTS) for Improved Access to Psychological Therapy (IAPT) |
Notice type: | Contract Notice |
Authority: | North and East London Commissioning Support Unit |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The service required is for a community-based Psychological Therapies service to deliver a range of services to people with common mental health disorders. The Commissioner is seeking to engage a single provider to deliver the range of services, potentially through a lead provider (LP) and a network of sub-contractors. The LP must provide a single point of access to psychological therapies, offering a stepped care model of service, focusing particularly on the development of new low and high-intensity psychological therapy services in the early steps of the relevant NICE model of care. The service must provide a range of evidence-based interventions at each step in the pathway and support people in their choice of interventions. Further details are in the service specification with accompanies this notice. The contract will be for an initial three-year term, with an optional two-year extension. The contract value covers both the initial term and the extension. |
Published: | 22/05/2017 17:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
NHS West Kent CCG
Wharf House, Medway Wharf Road, Tonbridge, EC2A 2DU, United Kingdom
Tel. +44 2038163549, Email: taofeeq.ladega@nhs.net
Contact: Tao Ladega
Main Address: https://www.supplying2nhs.com, Address of the buyer profile: https://www.supplying2nhs.com
NUTS Code: UKJ4
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.supplying2nhs.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.supplying2nhs.com to the address as in Annex A.III
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement of Primary Care Psychological Therapies Service (PCPTS) for Improved Access to Psychological Therapy (IAPT)
Reference Number: PRJ444
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The service required is for a community-based Psychological Therapies service to deliver a range of services to people with common mental health disorders.
The Commissioner is seeking to engage a single provider to deliver the range of services, potentially through a lead provider (LP) and a network of sub-contractors.
The LP must provide a single point of access to psychological therapies, offering a stepped care model of service, focusing particularly on the development of new low and high-intensity psychological therapy services in the early steps of the relevant NICE model of care.
The service must provide a range of evidence-based interventions at each step in the pathway and support people in their choice of interventions.
Further details are in the service specification with accompanies this notice. The contract will be for an initial three-year term, with an optional two-year extension. The contract value covers both the initial term and the extension.
II.1.5) Estimated total value:
Value excluding VAT: 11,920,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ4 Kent
II.2.4) Description of procurement: The service required is for a community-based Psychological Therapies service to deliver a range of services to people with common mental health disorders.
The Commissioner is seeking to engage a single provider to deliver the range of services, potentially through a lead provider (LP) and a network of sub-contractors.
The LP must provide a single point of access to psychological therapies, offering a stepped care model of service, focusing particularly on the development of new low and high-intensity psychological therapy services in the early steps of the relevant NICE model of care.
The service must provide a range of evidence-based interventions at each step in the pathway and support people in their choice of interventions.
Further details are in the service specification with accompanies this notice.
The contract will be for an initial three-year term, with an optional two-year extension. The contract value covers both the initial term and the extension.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 11,920,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/12/2017 / End: 30/11/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: 2 Years extension
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The Authority is using the Pro-Contract e-Tendering portal to conduct this Procurement Process. This Portal can be accessed at www.supplying2nhs.com. All communications (including submission of Tenders) should be carried out via the e-Tendering Portal.
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 registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/06/2017 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 22/06/2017
Time: 14:00
Place:
London
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 1 December 2021
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=259814760
VI.4) Procedures for review
VI.4.1) Review body:
NEL Commissioning Support Unit
Clifton House, 75 – 77 Worship StreeT, London, EC2A 2DU, United Kingdom
Tel. +44 2038163549, Email: nelcsu.clinical-procurement@nhs.net
Internet address: www.nelcsu.nhs.uk
VI.4.2) Body responsible for mediation procedures:
NEL Commissioning Support Unit
Clifton House, 75 – 77 Worship Street, London, EC2A 2DU, United Kingdom
Tel. +44 2038163549, Email: nelcsu.clinical-procurement@nhs.net
Internet address: www.nelcsu.nhs.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
NEL Commissioning Support Unit
First Floor Clifton House, 75 – 77 Worship Street, London, EC2A 2DU, United Kingdom
Tel. +44 2038163549, Email: nelcsu.clinical-procurement@nhs.net
Internet address: www.nelcsu.nhs.uk
VI.5) Date Of Dispatch Of This Notice: 22/05/2017
Annex A
III) Addresses and contact points to which tenders/requests to participate must be sent:
NHS West Kent CCG
Wharf House, Medway Wharf Road, Tonbridge, TN9 1RE, United Kingdom
Tel. +44 2038163549, Email: taofeeq.ladega@nhs.net
Contact: Tao Ladega
Main Address: www.supplying2nhs.com, Address of the buyer profile: www.supplying2nhs.com
NUTS Code: UKJ4