Tender

Health and Justice Pathways

ESSEX COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

30 Aug 2017 at 12:46

Summary of the contracting process

Essex County Council (ECC) in partnership with NHS England and local Clinical Commissioning Groups is conducting a tender for the "Health and Justice Pathways" project, aimed at enhancing integrated health services in Essex. This project, classified under health and social work services, seeks to address health issues related to individuals in police custody and those experiencing mental health challenges. The tender is currently at the planning stage, with proposals due by 29 September 2017, and it will cover the entirety of Essex, including Southend and Thurrock. The procurement process follows a selective method under a restricted procedure, with an estimated maximum annual contract value of £3.831 million.

This tender presents an opportunity for businesses in the healthcare and social services sectors to engage in a comprehensive service delivery aimed at vulnerable populations. Companies specialising in mental health support, substance misuse treatment, or integrated healthcare solutions will find this particularly relevant. The contract's potential expansion to accommodate additional services from bordering contracting authorities further enhances the prospects for businesses to collaborate and form networks that improve healthcare outcomes while also providing opportunities for social inclusion and community cohesion.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Health and Justice Pathways

Notice Description

Essex County Council (ECC) in partnership with NHS England, the 7 local Clinical Commissioning Groups and the Office of the Police and Crime Commissioner for Essex are seeking bidders to deliver an expert integrated health service to improve health and justice pathways in Essex which incorporates: Liaison and Diversion Service - the service seeks to work with individuals who are in police custody and for whom the police suspect there may be underlying health issues (mostly Mental Health, Substance Misuse, Learning Disabilities and Autism). Individuals are screened and/or assessed and referred for ongoing support as appropriate. The Street Triage Service - this service works with individuals who have not been arrested but where the Police have been called out (by the public) due to concerns of erratic or other such behaviour. Individuals are screened and assessed and referred to more appropriate healthcare support if needed. This service currently largely responds to issues around mental ill health, but as part of the new procurement, this will be expanded to other vulnerabilities. Police Custody Healthcare - addresses the health needs of individuals in police custody and obtains forensic samples and assesses fitness to be detained under the Police and Criminal Evidence Act. The service is aimed to support better outcomes, reduce duplication, improve community cohesion & social inclusion by reducing the re-offending rates, create safer communities and better health outcomes for vulnerable groups. The service is being procured as a single service to cover the whole of Essex, including Southend & Thurrock. Other contracting authorities in areas bordering Essex may wish to commission their services which are similar and/or complementary to the services included in the Integrated Health & Justice service contract where cross-border delivery of services would improve the service offering and delivery to the public. It is proposed that there is no maximum limit of bidders specified to be shortlisted at the Standard selection Questionnaire (SSQ) stage to be invited to tender. ECC will be holding a bidders information event on 11 September 2017 am, to express an interest in this event please request a place via the Bip Delta sourcing portal in the tender box for the opportunity, Access Code: VD663BXFY4. Additional information: The procurement will be conducted via the Council's e-tendering portal, BiP Delta, located via: https:// www.delta-esourcing.com/respond/VD663BXFY4 Published 30.08.2017. The notice can be viewed at: https://www.delta-sourcing.com/delta/buyers/select/viewListStatus.html? id=275358474 Contract Reference: 275358173 Access Code: VD663BXFY4 To submit a compliant bid prospective suppliers must complete and return the requisite documentation via the Council's e-tendering portal by the date and time specified. Section II.2.3: Place of performance during the life of the contract is predominantly the county of Essex. However, during the life of the contract, other contracting authorities in areas bordering Essex may wish to commission their services which are similar and/or complementary to the services included in the Integrated Health & Justice service contract where cross-border delivery of services would improve the service offering and delivery to the public. Sections II.1.5 and II.2.6: The estimated contract values provided in this notice are inclusive of the potential option to extend and addition of services during the life of the contract. The maximum annual contract value which will apply as an affordability envelope for the purposes of bidding is PS3.831m per annum. Any bids received in excess of such affordability envelopes will be excluded. Commissioners may wish to expand services during the lifetime of the contract potentially resulting in a significantly wider network of integrated services being delivered than set out in the Services Specification at the time of contract award. Such modifications will be contemplated where such services are similar/complementary to the services already included in the Integrated Health and Justice model at any given time. Such expansion would be by the addition of services provided and/or commissioned by other ECC departments and/or other contracting authorities. ECC and any contracting authority under the Integrated Health & Justice contract may also add grant funding to the contract where such grants are awarded to the contracting authority and relate to the services and outcomes required under the Services Specification. The Integrated Health & Justice Contract may therefore collectively have a contract value of up to PS48m over the 7 years depending on the further addition and integration of services. Commissioners do not guarantee or grant any exclusivity in relation to any such services during the life of the contract. Section II.2.5 Award criteria: The contract will be awarded on the basis of a 60:40 price:quality weighting using the published evaluation criteria in the tender documents. Minimum score thresholds will also be used to ensure that only bids which meet minimum quality standards will be considered. Section IV.1.1) Note that this procurement falls within 'social and other specific services' in Schedule 3 of the

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-1bbd24a1-f0e2-4390-a633-48a950d7d866
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ff8cb292-3f01-4a2f-bdf1-55f7523213ba
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Aug 20178 years ago
Submission Deadline
29 Sep 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Mar 2018 - 31 Mar 2023 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ESSEX COUNTY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CHELMSFORD
Postcode
CM1 1LX
Post Town
Chelmsford
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH3 Essex
Small Region (ITL 3)
TLH36 Heart of Essex
Delivery Location
Not specified

Local Authority
Chelmsford
Electoral Ward
Chelmer Village and Beaulieu Park
Westminster Constituency
Chelmsford

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-1bbd24a1-f0e2-4390-a633-48a950d7d866-2017-08-30T13:46:24+01:00",
    "date": "2017-08-30T13:46:24+01:00",
    "ocid": "ocds-b5fd17-1bbd24a1-f0e2-4390-a633-48a950d7d866",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "O-S 0519",
        "title": "Health and Justice Pathways",
        "description": "Essex County Council (ECC) in partnership with NHS England, the 7 local Clinical Commissioning Groups and the Office of the Police and Crime Commissioner for Essex are seeking bidders to deliver an expert integrated health service to improve health and justice pathways in Essex which incorporates: Liaison and Diversion Service - the service seeks to work with individuals who are in police custody and for whom the police suspect there may be underlying health issues (mostly Mental Health, Substance Misuse, Learning Disabilities and Autism). Individuals are screened and/or assessed and referred for ongoing support as appropriate. The Street Triage Service - this service works with individuals who have not been arrested but where the Police have been called out (by the public) due to concerns of erratic or other such behaviour. Individuals are screened and assessed and referred to more appropriate healthcare support if needed. This service currently largely responds to issues around mental ill health, but as part of the new procurement, this will be expanded to other vulnerabilities. Police Custody Healthcare - addresses the health needs of individuals in police custody and obtains forensic samples and assesses fitness to be detained under the Police and Criminal Evidence Act. The service is aimed to support better outcomes, reduce duplication, improve community cohesion & social inclusion by reducing the re-offending rates, create safer communities and better health outcomes for vulnerable groups. The service is being procured as a single service to cover the whole of Essex, including Southend & Thurrock. Other contracting authorities in areas bordering Essex may wish to commission their services which are similar and/or complementary to the services included in the Integrated Health & Justice service contract where cross-border delivery of services would improve the service offering and delivery to the public. It is proposed that there is no maximum limit of bidders specified to be shortlisted at the Standard selection Questionnaire (SSQ) stage to be invited to tender. ECC will be holding a bidders information event on 11 September 2017 am, to express an interest in this event please request a place via the Bip Delta sourcing portal in the tender box for the opportunity, Access Code: VD663BXFY4. Additional information: The procurement will be conducted via the Council's e-tendering portal, BiP Delta, located via: https:// www.delta-esourcing.com/respond/VD663BXFY4 Published 30.08.2017. The notice can be viewed at: https://www.delta-sourcing.com/delta/buyers/select/viewListStatus.html? id=275358474 Contract Reference: 275358173 Access Code: VD663BXFY4 To submit a compliant bid prospective suppliers must complete and return the requisite documentation via the Council's e-tendering portal by the date and time specified. Section II.2.3: Place of performance during the life of the contract is predominantly the county of Essex. However, during the life of the contract, other contracting authorities in areas bordering Essex may wish to commission their services which are similar and/or complementary to the services included in the Integrated Health & Justice service contract where cross-border delivery of services would improve the service offering and delivery to the public. Sections II.1.5 and II.2.6: The estimated contract values provided in this notice are inclusive of the potential option to extend and addition of services during the life of the contract. The maximum annual contract value which will apply as an affordability envelope for the purposes of bidding is PS3.831m per annum. Any bids received in excess of such affordability envelopes will be excluded. Commissioners may wish to expand services during the lifetime of the contract potentially resulting in a significantly wider network of integrated services being delivered than set out in the Services Specification at the time of contract award. Such modifications will be contemplated where such services are similar/complementary to the services already included in the Integrated Health and Justice model at any given time. Such expansion would be by the addition of services provided and/or commissioned by other ECC departments and/or other contracting authorities. ECC and any contracting authority under the Integrated Health & Justice contract may also add grant funding to the contract where such grants are awarded to the contracting authority and relate to the services and outcomes required under the Services Specification. The Integrated Health & Justice Contract may therefore collectively have a contract value of up to PS48m over the 7 years depending on the further addition and integration of services. Commissioners do not guarantee or grant any exclusivity in relation to any such services during the life of the contract. Section II.2.5 Award criteria: The contract will be awarded on the basis of a 60:40 price:quality weighting using the published evaluation criteria in the tender documents. Minimum score thresholds will also be used to ensure that only bids which meet minimum quality standards will be considered. Section IV.1.1) Note that this procurement falls within 'social and other specific services' in Schedule 3 of the",
        "datePublished": "2017-08-30T13:46:24+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2017-09-29T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-03-01T00:00:00Z",
            "endDate": "2023-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ff8cb292-3f01-4a2f-bdf1-55f7523213ba",
                "datePublished": "2017-08-30T13:46:24+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "description": "Contract Documents",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a832f347-b315-48bc-8c61-b02835a36d0e",
                "format": "application/zip"
            },
            {
                "id": "3",
                "documentType": "biddingDocuments",
                "description": "SSQ",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f7d87734-58d9-468f-a3eb-5064967d2417",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "biddingDocuments",
                "description": "SSQ Guidance",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4cd4c77e-7b6d-4172-9720-e685f53b4038",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "biddingDocuments",
                "description": "ITT Technical Questions",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/16059d46-d3c1-4824-95a0-19307b1e8020",
                "format": "application/msword"
            },
            {
                "id": "6",
                "documentType": "biddingDocuments",
                "description": "ITT Guidance",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/146b9361-d9f9-4b9d-8bf4-a7258025b95c",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "description": "OJEU Contract Notice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/eb2fbbe3-be59-447d-ba50-653c3393bd3c",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/EQQe36T5",
            "name": "ESSEX COUNTY COUNCIL",
            "identifier": {
                "legalName": "ESSEX COUNTY COUNCIL",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/EQQe36T5"
            },
            "address": {
                "streetAddress": "Essex County Council, County Hall",
                "locality": "Chelmsford",
                "postalCode": "CM1 1LX",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "corinne.randall@essex.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/EQQe36T5",
        "name": "ESSEX COUNTY COUNCIL"
    }
}