Training Tender Clarification(s)

Ques 1.

Can you confirm that the e-Sourcing NI portal is not being used for any aspect of the dissemination/submission of tender documents, enquiries or communications relating to this tender?

Ans 1.

The e-Sourcing NI portal will not be used for this tender. All queries will be responded to via this email address .

Ques 2.

The description of Tier 1 programmes in the diagram on page 6 of document B states that these programmes relate to “Awareness Raising and Education” while Tier 2 programmes relate to “Recognition of signs and symptoms…” however the description of Tier 1 programmes on page 3 includes “Awareness of Signs and Symptoms of mental ill-health”. Can you clarify the distinction between Tier 1 and Tier 2 – does it include programmes which cover signs and symptoms of ill health and to what extent? Is it just an awareness rather than the ability to recognise these signs and symptoms in others?

Ans 2.

Tier 1 is an awareness (knowledge) of the signs and symptoms of mental ill-health. Tier 2 is recognising (to identify from knowledge) signs and symptoms of mental illness in themselves and others and signpost into help/services available when identified.

Ques 3.

Also on Page 3 of Document B Tier 1 programmes are described as lasting for a maximum of four hours. Can you confirm that ASIST, Safetalk and Mental Health First Aid are not Tier 1 programmes as they are of a longer duration?

Ans 3.

MHFA and ASIST are programmes delivered over 4 hours. safeTALK can be delivered in a minimum of 3.5 hours however due to the training involved is a Tier 2 programme.

Ques 4.

Does the £44,000 budget exclude the delivery in the Southern HSCT area which will be delivered by SHSCT?

Ans 4.

Yes.

Ques 5.

Can you confirm the total number of contracts that will be awarded?

Is it a total of 2 contracts as follows:

Lot 1: delivery of programme to adolescents in Belfast, Northern, South Eastern and Western Trusts

Lot 2: delivery of programme to adults in Belfast, Northern, South Eastern and Western Trusts

Or a total of 8 contracts as follows:

Lot 1: delivery of programme to adolescents in Belfast Trust,

Lot 1: delivery of programme to adolescents in Northern Trust,

Lot 1: delivery of programme to adolescents in South Eastern Trust

Lot 1: delivery of programme to adolescents in Western Trust

Lot 2: delivery of programme to adults in Belfast Trust,

Lot 2: delivery of programme to adults in Northern Trust,

Lot 2: delivery of programme to adults in South Eastern Trust

Lot 2: delivery of programme to adults in Western Trust

Ans 5.

1 contract per Lot 1for delivery of programmes across 4 HSC areas.

1 contract per Lot 2for delivery of programmes across 4 HSC areas.

Ques6.

Lot 1 – Programme 1 (adolescents aged 14 – 17)

Can you please advise if delivery within schools is acceptable?

Ans 6.

As outlined in Tender Specification Section 6.1, Lot 1 is for the development, co-ordination, targeting, delivery and evaluation of Tier 1 mental and emotional health and wellbeing awareness programmes delivered to young people aged 14 – 17 years in a community and/or youth based setting. Any tender proposal should therefore demonstrate how their model will deliver on the requirements identified within the tender documentation.

Ques 7.

a) Document C, Part B, Question 2a(i), 2b(i) and 2cre Bank Details/Financial information. Do we need to detail the bank details, sort code, account number, 2 years financial accounts and cash flow processes for all consortia members or is it suffice to detail only the lead organisation bank/financial details?

b) Clarification needed in relation to minimum/maximum number of attendees. Ourcalculations show61 programmes with minimum of 8 participants gives a total of 488 attendees. 61 programmes with a maximum 20 attendees gives us a total of 1220 attendees. So quite a difference of 722. As the number of attendees will have an impact on cost of delivery, number offacilitators required, resources etc how is this to be paid? Will the same figure be paid as long as there are 8-20 attendees or is there a variation in what is paid per programme?

c) Document B. Page 13. Output 2"Quality assured information resources are made available to Service Users attending awareness programmes". Who provides these resources and who covers the cost of these materials?

d) Re-evaluation. Will the service provider be allowed to use their own method of evaluation or will the PHA provide the tool that is to be used to evaluate the programmes delivered?

Ans7.

a) Please refer to Document D Tender Evaluation Methodology and Marking Scheme (Page 2 - Selection Criteria Evaluation)

Where a Tenderer is a Consortium, the information sought in response to question 2 of the Selection Criteria Questions must be provided in respect of each member of the Consortium but will be assessed as a single response.

b) The same figure will be paid per programme.

c) Tenderers provide resources relating to their tendered programme. All resources will be quality assured with the commissioning organisation (PHA) prior to being distributed to course participants.

d) The PHA will provide monitoring/evaluation template once the contract is awarded.

Ques 8

Can you pleaseconfirm that'B Positive' is a Tier 1 programme?

Ans 8

As outlined in Document B specificationa tier 1 programme should be delivered over a maximum of four hours and are identified as those that:

-Raise awareness and increase knowledge and understanding of Mental and Emotional Health and Wellbeing

-Raise awareness of signs and symptoms of mental ill-health

-Promote self-help/resilience techniques and how to maintain a safe level of positive mental and emotional health and wellbeing

-Disseminate information and/or resources on mental health support organisations available (locally and regionally)

-Promote self-care

Based on our information about B+ it would suggest that this is a tier 1 programmebut it would be for any applicant to clearly demonstrate this in their response.