Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Lancashire & South Cumbria Adults Mental Health-Lot 1 Peer Support, Lot 2 PH SMI

  • First published: 25 April 2024
  • Last modified: 25 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0454f6
Published by:
NHS Lancashire & South Cumbria Integrated Care Board
Authority ID:
AA85548
Publication date:
25 April 2024
Deadline date:
28 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Lancashire & South Cumbria Integrated Care Board (ICB) who are looking to undertake a multi-lot Competitive Process for the provision of Adult Mental Health Services (Lot 1 - Peer Support and Lot 2 - Physical Health Checks for people with Serious Mental Illness (PH SMI) Outreach Service).

During 2023 and 2024 the community Mental Health Transformation programme has worked to coproduce an integrated model of support for people living with severe mental illness, develop pathways and articulate what interventions are required to support people to live well in their local communities. This work has informed what services are required as part of the model going forward.

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services It is the intention of the ICB to start commissioning contracts for the above services from 1st December 2024 for 2 years and 4 months, with an option to extend for a further 2 years.

Lot 1 - Peer Support - Annual Value

Lot 1a Blackpool £254,582

Lot 1b Blackburn with Darwen £267,475

Lot 1c South Cumbria £161,454

Lot 1d Lancashire East £485,740

Lot 1e Lancashire Central £468,117

Lot 1f Lancashire North £312,632

Lot 2 - PH SMI - Annual Value

Lot 2a Blackpool £78,333

Lot 2b Blackburn with Darwen £82,300

Lot 2c South Cumbria £49,678

Lot 2d Lancashire East £149,459

Lot 2e Lancashire Central £144,036

Lot 2f Lancashire North £96,194

The ITT will be live on Wednesday 24th April 2024 on the Atamis Portal. The deadline for submission will be Tuesday 28th May 2024 12:00pm mid-day.

The Commissioner reserves the right to reject bids that exceed the indicated budget. To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome .

There will be a maximum of 12 contracts totalling £2,550,000 annually. The overall maximum contract value for all 12 lots, including possible contract extensions is £11,050,000.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk The relevant reference number for this tender is C253483 and the questionnaires will be located within the requirements. Further details will be made available via documentation and information released during the tender process. The ICB has set an affordability threshold for each lot. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. There isn't a competition on price.

The ICB intends to procure Lot 3 Psychological Informed Interventions and Lot 4 Social Inclusion later this year (timescales to be confirmed).

The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition.

This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Lancashire & South Cumbria Integrated Care Board

NHS Lancashire & South Cumbria Integrated Care Board

Preston

PR1 8BH

UK

E-mail: mlcsu.tendersnorth@nhs.net

NUTS: UKD

Internet address(es)

Main address: https://www.lancashireandsouthcumbria.icb.nhs.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Lancashire & South Cumbria Adults Mental Health-Lot 1 Peer Support, Lot 2 PH SMI

Reference number: WHISP 264 & WHISP 265

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Lancashire & South Cumbria Integrated Care Board (ICB) who are looking to undertake a multi-lot Competitive Process for the provision of Adult Mental Health Services (Lot 1 - Peer Support and Lot 2 - Physical Health Checks for people with Serious Mental Illness (PH SMI) Outreach Service).

During 2023 and 2024 the community Mental Health Transformation programme has worked to coproduce an integrated model of support for people living with severe mental illness, develop pathways and articulate what interventions are required to support people to live well in their local communities. This work has informed what services are required as part of the model going forward.

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services It is the intention of the ICB to start commissioning contracts for the above services from 1st December 2024 for 2 years and 4 months, with an option to extend for a further 2 years.

Lot 1 - Peer Support - Annual Value

Lot 1a Blackpool £254,582

Lot 1b Blackburn with Darwen £267,475

Lot 1c South Cumbria £161,454

Lot 1d Lancashire East £485,740

Lot 1e Lancashire Central £468,117

Lot 1f Lancashire North £312,632

Lot 2 - PH SMI - Annual Value

Lot 2a Blackpool £78,333

Lot 2b Blackburn with Darwen £82,300

Lot 2c South Cumbria £49,678

Lot 2d Lancashire East £149,459

Lot 2e Lancashire Central £144,036

Lot 2f Lancashire North £96,194

The ITT will be live on Wednesday 24th April 2024 on the Atamis Portal. The deadline for submission will be Tuesday 28th May 2024 12:00pm mid-day.

The Commissioner reserves the right to reject bids that exceed the indicated budget. To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome .

There will be a maximum of 12 contracts totalling £2,550,000 annually. The overall maximum contract value for all 12 lots, including possible contract extensions is £11,050,000.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk The relevant reference number for this tender is C253483 and the questionnaires will be located within the requirements. Further details will be made available via documentation and information released during the tender process. The ICB has set an affordability threshold for each lot. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. There isn't a competition on price.

The ICB intends to procure Lot 3 Psychological Informed Interventions and Lot 4 Social Inclusion later this year (timescales to be confirmed).

The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition.

This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement.

II.1.5) Estimated total value

Value excluding VAT: 11 050 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 12

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - Peer Support (6 places)Lot 1a Blackpool (1x contract)Lot 1b Blackburn with Darwen (1x contract)Lot 1c South Cumbria (1x contract)Lot 1d Lancashire East (1x contract)Lot 1e Lancashire Central (1x contract)Lot 1f Lancashire North (1x contract)Lot 2 - PH SMI - (6 places)Lot 2a Blackpool (1x contract)Lot 2b Blackburn with Darwen (1x contract)Lot 2c South Cumbria (1x contract)Lot 2d Lancashire East (1x contract)Lot 2e Lancashire Central (1x contract)Lot 2f Lancashire North (1x contract)A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

II.2) Description

Lot No: 1a

II.2.1) Title

Lot 1a Peer Support - Blackpool

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Blackpool

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 1 103 189.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 1c

II.2.1) Title

Lot 1c Peer Support (South Cumbria)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

South Cumbria

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 699 634.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

Lot 1b Peer Support (Blackburn with Darwen

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Blackburn with Darwen

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 1 159 058.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 4

II.2.1) Title

Lot 1d Peer Support (Lancashire East)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Lancashire East

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 2 104 873.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 5

II.2.1) Title

Lot 1e Peer Support (Lancashire Central)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Lancashire Central

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 2 028 506.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 6

II.2.1) Title

Lot 1f Peer Support (Lancashire North)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Lancashire North

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 1 354 739.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 7

II.2.1) Title

Lot 2a PH SMI (Blackpool)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Blackpool

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 339 443.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 8

II.2.1) Title

Lot 2b PH SMI (Blackburn with Darwen)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Blackburn with Darwen

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 356 634.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 9

II.2.1) Title

Lot 2c PHSMI (South Cumbria)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

South Cumbria

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 215 272.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 10

II.2.1) Title

Lot 2d PH SMI (Lancashire East)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Lancashire East

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 647 655.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 11

II.2.1) Title

Lot 2e PH SMI (Lancashire Central)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Lancashire Central

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 624 156.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 12

II.2.1) Title

Lot 6f PH SMI (Lancashire North)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Lancashire North

II.2.4) Description of the procurement

Lot 1 - Peer Support (6 places)

Lot 1a Blackpool (1x contract)

Lot 1b Blackburn with Darwen (1x contract)

Lot 1c South Cumbria (1x contract)

Lot 1d Lancashire East (1x contract)

Lot 1e Lancashire Central (1x contract)

Lot 1f Lancashire North (1x contract)

Lot 2 - PH SMI - (6 places)

Lot 2a Blackpool (1x contract)

Lot 2b Blackburn with Darwen (1x contract)

Lot 2c South Cumbria (1x contract)

Lot 2d Lancashire East (1x contract)

Lot 2e Lancashire Central (1x contract)

Lot 2f Lancashire North (1x contract)

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable.

If the Authority decides to award Contracts, the Authority intends to award contracts to up to 12 Bidders.

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: 416 840.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

Possible Contract Extension

II.2.9) Information about the limits on the number of candidates to be invited

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Basic Selection Questions detailed in Tender Documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/05/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/05/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition.

This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement.

The Authority reserves the right to make changes to the process as it sees necessary whilst adhering to those sections of the Provider Selection Regime regulations which lay out the principles for the competitive tendering process. The Authority will ensure that Bidders are made aware, in reasonable time, of any changes it makes to the process. All changes will be communicated through the Procurement portal messaging system, Atamis.

The Contracting Authority is not voluntarily following any other part of the Regulations.

Right to Cancel: The Contracting Authority reserves the right to discontinue the Competitive Process at any time, which shall include the right not to award a contract or contracts, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.

The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.

All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.

Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004(EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.

In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority.

Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.

Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.

Further details will be made available via documentation and information released during the Competitive Process

VI.4) Procedures for review

VI.4.1) Review body

NHS Lancashire & South Cumbria ICB

Preston

UK

VI.5) Date of dispatch of this notice

24/04/2024

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mlcsu.tendersnorth@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.