North and East London Commissioning Support Unit: Procurement of Primary Care Psychological Therapies Service (PCPTS) for Improved Access to Psychological Therapy (IAPT)

  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

UK-Tonbridge: Health services.
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

View any Notice Addenda

View Award Notice