SCC GW Supporting Carers of People with Mental Health needs - Pilot (Ангилья - Тендер #45368550) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 45368550 Дата публикации: 24-08-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Surrey County Council
11 Woodhatch Rd, Cockshot Hill,
Reigate
RH2 8EF
UK
E-mail: gemma.wallace@surreycc.gov.uk
NUTS: UKJ2
Internet address(es)
Main address: https://www.surreycc.gov.uk/
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
Regional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleSCC GW Supporting Carers of People with Mental Health needs - Pilot
Reference number: RFX1000424
II.1.2) Main CPV code85000000
II.1.3) Type of contractServices
II.1.4) Short descriptionSurrey County Council are invited providers submit a bid, who can develop and deliver support services for carers of people with mental health needs.
The priorities identified in the joint carers strategy and young carers strategy were developed through further co-design work with carers of people with mental health needs. To deliver these priorities, Surrey County Council in partnership with the NHS are commissioning two services for a period of up to three years (2 years plus 1 extension year) to test out a new approach to improve outcomes for carers of people with mental health needs:
Lot 1: Carer friendly practice co-ordinator service: mental health acute and community settings. The aim of this service is to ensure that Mental Health Services (both acute and in the community) operate using Carer Friendly practice, recognising and identifying carers and linking them in with the carers offer in Surrey.
Lot 2: Psychoeducation and skills training for carers of people with mental health needs. The aim of this service is to address the needs of carers of people with mental health needs, taking a whole family approach to improve the carer’s wellbeing, skills and knowledge around specific mental health conditions.
II.1.5) Estimated total valueValue excluding VAT: 660 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) DescriptionLot No: 1
II.2.1) Titlearer friendly practice co-ordinator service: mental health acute and community settings
II.2.2) Additional CPV code(s)85000000
II.2.3) Place of performanceNUTS code:
UKJ2
Main site or place of performance:
Surrey
II.2.4) Description of the procurementLot 1: Carer friendly practice co-ordinator service: mental health acute and community settings. The aim of this service is to ensure that Mental Health Services (both acute and in the community) operate using Carer Friendly practice, recognising and identifying carers and linking them in with the carers offer in Surrey.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 300 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitlePsychoeducation and skills training for carers of people with mental health needs
II.2.2) Additional CPV code(s)85000000
II.2.3) Place of performanceNUTS code:
UKJ2
II.2.4) Description of the procurementLot 2: Psychoeducation and skills training for carers of people with mental health needs. The aim of this service is to address the needs of carers of people with mental health needs, taking a whole family approach to improve the carer’s wellbeing, skills and knowledge around specific mental health conditions.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 360 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2023/S 000-018004
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 22/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.7) Conditions for opening of tendersDate: 22/09/2023
Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.2) Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationSelection Questionnaire responses and tenders are to be completed electronically using the Proactis Supplier Network (the Portal) https://supplierlive.proactisp2p.com/. The Portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The Portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, Candidates should register their organisation on the Portal. Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Council at any time. The Council reserves the right at any time to: (i) reject any or all responses and to cancel or withdraw this procurement at any stage; (ii) award a contract without prior notice; (iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; (iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); (v) terminate the procurement process; and (vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties subject to a sufficient number of satisfactory responses being received.
VI.4) Procedures for review VI.4.1) Review bodyRoyal Court of Justice
London
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures Any appeals should be promptly brought to the attention of the Head of Procurement of the Council at the address specified in Section I) above and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
VI.5) Date of dispatch of this notice23/08/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | gemma.wallace@surreycc.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 85000000 | Health and social work services | Other Services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |