Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
UK
Contact person: Matthew Little
E-mail: matthew.little@staracademies.org
NUTS: UKD41
Internet address(es)
Main address: https://staracademies.org/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.in-tendhost.co.uk/educationportal/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.in-tendhost.co.uk/educationportal/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Star Academies - Mental Health Practitioner
Reference number: ITT/2024/MHP
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The selected supplier will be expected to provide mental health practitioner services in-scope schools within the contractual arrangements set out in this document. The Contract will be based on Star’s Terms and Conditions. This will include the relevant minimum service level requirements (SLA/KPIs) for the successful tenderer. Star Academies is looking to run an FTS (EU) compliant tender split into four regional lots with the intention of creating a contract with a single supplier per lot. This will be a restricted process and a process timetable can be found further below in this document. The supplier selected must be able to provide the complete provision of mental health services across Star schools. Star schools may include primaries and secondaries of faith and non-faith types. Schools will be strongly encouraged to take up the provision but some schools may have sufficient in-house capability to negate this need. It is anticipated that schools will phase in over the life of
II.1.5) Estimated total value
Value excluding VAT:
750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers may be successful in all lots which the contract will reflect
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - North West
II.2.2) Additional CPV code(s)
80100000
85000000
80200000
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Cheshire, Cumbria, Greater Manchester, Lancashire, Merseyside
II.2.4) Description of the procurement
As per main advert
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:
225 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Retendered at the end of the contract term
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
Lot No: 2
II.2.1) Title
Lot 2 - West Yorkshire
II.2.2) Additional CPV code(s)
80100000
85000000
80200000
II.2.3) Place of performance
NUTS code:
UKE4
Main site or place of performance:
Bradford, Calderdale, Kirklees, Leeds, Wakefield
II.2.4) Description of the procurement
As per main advert
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:
200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Retender at the end of the contract term
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
Lot No: 3
II.2.1) Title
Lot 3 - West Midlands
II.2.2) Additional CPV code(s)
80100000
85000000
80200000
II.2.3) Place of performance
NUTS code:
UKG
Main site or place of performance:
Birmingham, Coventry, Dudley, Sandwell, Solihull, Walsall, Wolverhampton
II.2.4) Description of the procurement
As per procurement main advert
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:
225 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Retender at the end of the contract term
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
Lot No: 4
II.2.1) Title
Lot 4 - London
II.2.2) Additional CPV code(s)
80100000
85000000
80200000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
Greater London urban area including London, Surrey, Hertfordshire, Berkshire, Essex and Kent
II.2.4) Description of the procurement
As per main procurement advert
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:
100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Retender at the end of the contract term
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
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:
Practitioners must hold a 4 year relevant degree to the services and be a registered member of the Health & Care Professions Council (HCPC).
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/05/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
24/05/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Star Academies
Blackburn
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Independent review by Trust SLT member
VI.5) Date of dispatch of this notice
16/04/2024