Notice Information
Notice Title
Community Forensic Child and Adolescent Mental Health Services (including Secure Outreach) for London (FCAMHS)
Notice Description
NHS England (hereafter referred to as ''The Authority'') invites completed Invitation to Tender (ITT) submissions from all suitable providers to deliver the new Community Forensic Child and Adolescent Mental Health Service (including Secure Outreach) for London (hereafter referred to as "the Service"). The service is being commissioned by NHS England Specialised Commissioning (London Region), in partnership with NHS England Health and Justice (London Region). The commissioning of the Service forms part of a national initiative to develop England-wide specialist child and adolescent mental health services for high risk young people with complex needs and that will be delivered within clearly defined geographical areas at regional and sub-regional level. The Service will be delivered in line with the service specification that has been developed nationally. The service is a tertiary referral service with the functions of a specialist Child and Adolescent Mental Health (CAMH) service, including secure outreach. It will be available to all agencies within its regional catchment, and is intended to supplement and inform existing and other cross-agency provision (e.g. CAMHS, children's social services, youth offending teams, prisons, courts, education) which may have contact with risky young people, including those in contact with the youth justice system who have mental health and/ or neurodevelopmental difficulties (including learning disabilities and autism). The aim of the Procurement is to enable the implementation of a comprehensively and consistently delivered service across London, and complement the programme of work that is being undertaken nationally. Overarching aims and principles for the Service include: specialist service complementing generic mental health services and national inpatient provision; based in mental health but committed to multi-agency working; teams that are active, accessible and approachable and play a clinical, institutional and service development role. The procurement has been split into three geographical Lots: * Lot 1 - North West London (NWL) * Lot 2 - North Central London & North East London (NCL & NEL) * Lot 3 - South London (SL) Bidders may bid for one, all or any combination of the Lots, but it is the Commissioner's intention not to award more than 2 Lots to any one Bidder. Contracts will be awarded for an initial period of 2 years, with optional extension for a further 2 years. Contract start is expected to be 1 April 2018. Providers are invited to submit their proposed dates for service commencement, but at a minimum services are required to commence within 3 months of contract start according to the phased approach set out in the tender documents. The Commissioner has a total budget available of PS1,845,881 per annum, which amounts to PS3,691,762 over the 2 years. Additional information: The procurement has been split into three geographical Lots: * Lot 1 - North West London (NWL) * Lot 2 - North Central London & North East London (NCL & NEL) * Lot 3 - South London (SL) Bidders may bid for one, all or any combination of the Lots, but it is the Commissioner's intention not to award more than 2 Lots to any one Bidder. Contracts will be awarded for an initial period of 2 years, with optional extension for a further 2 years. Contract start is expected to be 1 April 2018. Providers are invited to submit their proposed dates for service commencement, but at a minimum services are required to commence within 3 months of contract start according to the phased approach set out in the tender documents. The Commissioner has a total budget available of PS1,845,881 per annum, which amounts to PS3,691,762 over the 2 years. Total payments made to successful providers over the first year will be dependent on providers' proposed service commencement dates and mobilisation, and may be less than the total financial envelope stated.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-ef6e749e-26f0-4523-abaa-b448cd2eaac8
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/7b0f88b0-5709-445a-bc03-6f3cc4f010c0
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £7,383,524 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Dec 20178 years ago
- Submission Deadline
- 8 Jan 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2018 - 31 Mar 2022 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NEL COMMISSIONING SUPPORT UNIT
- Contact Name
- David Singleton
- Contact Email
- david.singleton2@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 7NT
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- TLI London
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/7b0f88b0-5709-445a-bc03-6f3cc4f010c0
8th December 2017 - Opportunity notice on Contracts Finder -
https://procontract.due-north.com/Advert?advertId=fabac0f1-50db-e711-80e7-005056b64545&fromAdvertEvent=True
Please follow the link below to register your interest and view the procurement documents
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-ef6e749e-26f0-4523-abaa-b448cd2eaac8-2017-12-08T12:28:32Z",
"date": "2017-12-08T12:28:32Z",
"ocid": "ocds-b5fd17-ef6e749e-26f0-4523-abaa-b448cd2eaac8",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "RTL089P ITT",
"title": "Community Forensic Child and Adolescent Mental Health Services (including Secure Outreach) for London (FCAMHS)",
"description": "NHS England (hereafter referred to as ''The Authority'') invites completed Invitation to Tender (ITT) submissions from all suitable providers to deliver the new Community Forensic Child and Adolescent Mental Health Service (including Secure Outreach) for London (hereafter referred to as \"the Service\"). The service is being commissioned by NHS England Specialised Commissioning (London Region), in partnership with NHS England Health and Justice (London Region). The commissioning of the Service forms part of a national initiative to develop England-wide specialist child and adolescent mental health services for high risk young people with complex needs and that will be delivered within clearly defined geographical areas at regional and sub-regional level. The Service will be delivered in line with the service specification that has been developed nationally. The service is a tertiary referral service with the functions of a specialist Child and Adolescent Mental Health (CAMH) service, including secure outreach. It will be available to all agencies within its regional catchment, and is intended to supplement and inform existing and other cross-agency provision (e.g. CAMHS, children's social services, youth offending teams, prisons, courts, education) which may have contact with risky young people, including those in contact with the youth justice system who have mental health and/ or neurodevelopmental difficulties (including learning disabilities and autism). The aim of the Procurement is to enable the implementation of a comprehensively and consistently delivered service across London, and complement the programme of work that is being undertaken nationally. Overarching aims and principles for the Service include: specialist service complementing generic mental health services and national inpatient provision; based in mental health but committed to multi-agency working; teams that are active, accessible and approachable and play a clinical, institutional and service development role. The procurement has been split into three geographical Lots: * Lot 1 - North West London (NWL) * Lot 2 - North Central London & North East London (NCL & NEL) * Lot 3 - South London (SL) Bidders may bid for one, all or any combination of the Lots, but it is the Commissioner's intention not to award more than 2 Lots to any one Bidder. Contracts will be awarded for an initial period of 2 years, with optional extension for a further 2 years. Contract start is expected to be 1 April 2018. Providers are invited to submit their proposed dates for service commencement, but at a minimum services are required to commence within 3 months of contract start according to the phased approach set out in the tender documents. The Commissioner has a total budget available of PS1,845,881 per annum, which amounts to PS3,691,762 over the 2 years. Additional information: The procurement has been split into three geographical Lots: * Lot 1 - North West London (NWL) * Lot 2 - North Central London & North East London (NCL & NEL) * Lot 3 - South London (SL) Bidders may bid for one, all or any combination of the Lots, but it is the Commissioner's intention not to award more than 2 Lots to any one Bidder. Contracts will be awarded for an initial period of 2 years, with optional extension for a further 2 years. Contract start is expected to be 1 April 2018. Providers are invited to submit their proposed dates for service commencement, but at a minimum services are required to commence within 3 months of contract start according to the phased approach set out in the tender documents. The Commissioner has a total budget available of PS1,845,881 per annum, which amounts to PS3,691,762 over the 2 years. Total payments made to successful providers over the first year will be dependent on providers' proposed service commencement dates and mobilisation, and may be less than the total financial envelope stated.",
"datePublished": "2017-12-08T12:28:32Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 7383524,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2018-01-08T23:59:59Z"
},
"contractPeriod": {
"startDate": "2018-04-01T00:00:00+01:00",
"endDate": "2022-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7b0f88b0-5709-445a-bc03-6f3cc4f010c0",
"datePublished": "2017-12-08T12:28:32Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Please follow the link below to register your interest and view the procurement documents",
"url": "https://procontract.due-north.com/Advert?advertId=fabac0f1-50db-e711-80e7-005056b64545&fromAdvertEvent=True"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hX4B9GBe",
"name": "NEL Commissioning Support Unit",
"identifier": {
"legalName": "NEL Commissioning Support Unit",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/hX4B9GBe"
},
"address": {
"streetAddress": "NEL Commissioning Support Unit, 1 Lower Marsh",
"locality": "London",
"postalCode": "SE1 7NT",
"countryName": "England"
},
"contactPoint": {
"name": "David Singleton",
"email": "david.singleton2@nhs.net"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hX4B9GBe",
"name": "NEL Commissioning Support Unit"
}
}