Sell2Wales.gov.wales uses cookies which are essential for the site to work. We also use non-essential cookies to help us improve government digital services. Any data collected is anonymised. By continuing to use this site, you agree to our use of cookies.

Accept cookies Cookie Settings

View Notice

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)

Add notice to my Sell2Wales Interest List

Notice Details

Title: Lancashire & South Cumbria - Provision of Children and Young People (CYP) Mental Health & Emotional Wellbeing (THRIVE) - Multi-Lot
OCID: ocds-h6vhtk-03fd3f
Published by: NHS Lancashire & South Cumbria Integrated Care Board (ICB)
Authority ID: AA84601
Publication Date: 16/09/2023
Deadline Date: 27/10/2023
Deadline Time: 12:00
Notice Type: Contract Notice
Has Documents: No
Has SPD: No
Abstract:

This will be for the provision of Children and Young People's Mental Health Services (CYPMHS) based on the THRIVE model and 'Getting Help' offering therapeutic one to one, group work and counselling support in the community at place from the provider. Full details of the services being procured are set out in the tender documents.

Bidders are invited to bid for each lot/place separately.

The ICB has set an affordability threshold for each lot within the Procurement. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. Their bid will be regarded as non-compliant and be a failed bid and the rest of the bid will be rejected and the scoring questions in each lot will not be evaluated. This will be checked during the preliminary stages of the evaluation during the compliance checks. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. This is not a competition on price.

The contract period will be for 11 months & 2 years commencing 01/05/2024 with an option to extend for a further 2 years.

Please see below for total contract values including optional 2 year extension:

Lot 1a Blackpool £1,283,786

Lot 1b Blackburn with Darwen £1,348,843

Lot 1c South Cumbria £814,195

Lot 1d Lancashire East £2,449,370

Lot 1e Lancashire Central £2,360,561

Lot 1f Lancashire North £1,576,578

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Lancashire & South Cumbria Integrated Care Board (ICB)

NHS Lancashire & South Cumbria ICB

Level 3, Christ Church Precinct, County Hall,

Preston

PR1 8XB

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 - Provision of Children and Young People (CYP) Mental Health & Emotional Wellbeing (THRIVE) - Multi-Lot

Reference number: WHISP129, WHISP221, WHISP222, WHISP224

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 procurement for the provision of Children & Young People Mental Health & Emotional Wellbeing Services in Lancashire & South Cumbria.

The proposed model incorporates four service specifications/lots covering the Lancashire and South Cumbria Places.

There will be a maximum of 19 contracts totalling £12,709,583 for the full contract length including the optional extension.

Each contract length will be for 11 months and 2 years, with an option to extend for an additional 2 years.

The annual overall value for the 4 lots and sub-lots is £2,585,000

Please see below breakdown of lots and full contract values, including 2 years optional extension:

Lot 1 - THRIVE Getting Help, Therapeutic 1 to 1 & Counselling Support

Lot 1a Blackpool £1,283,786

Lot 1b Blackburn with Darwen £1,348,843

Lot 1c South Cumbria £814,195

Lot 1d Lancashire East £2,449,370

Lot 1e Lancashire Central £2,360,561

Lot 1f Lancashire North £1,576,578

Peer Support

Lot 2a Blackpool £105,915

Lot 2b Blackburn with Darwen £111,279

Lot 2c South Cumbria £67,172

Lot 2d Lancashire East £202,075

Lot 2e Lancashire Central £194,744

Lot 2f Lancashire North £130,066

Parenting Support

Lot 3a Blackpool £89,867

Lot 3b Blackburn with Darwen £94,420

Lot 3c South Cumbria £56,994

Lot 3d Lancashire East £171,454

Lot 3e Lancashire Central £165,239

Lot 3f Lancashire North £110,360

ADHD

Lot 4 All Places in Lancashire & South Cumbria £1,376,667.

The ICB has set an affordability threshold for each lot within the Procurement. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. Their bid will be regarded as non-compliant and be a failed bid and the rest of the bid will be rejected and the scoring questions in each lot will not be evaluated. This will be checked during the preliminary stages of the evaluation during the compliance checks. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. This is not a competition on price.

The ITT will be live on Friday 15th September 2023 on the Atamis Portal. The deadline for submissions will be Friday 27th October 2023 12:00pm Mid-day.

The deadline for clarification questions is Thursday 12th October 2023 12:00pm.

As part of this procurement process, the Authority is intending to identify one provider for each of the 19 contracts.

To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.

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 C206091 and the questionnaires will be located within the requirements.

II.1.5) Estimated total value

Value excluding VAT: 12 709 583.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 THRIVE Getting Help, Therapeutic 1:1 and group work and counselling support (PLACE)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD1

UKD4


Main site or place of performance:

Lot 1a Blackpool

Lot 1b Blackburn with Darwen

Lot 1c South Cumbria

Lot 1d Lancashire East

Lot 1e Lancashire Central

Lot 1f Lancashire North

II.2.4) Description of the procurement

This will be for the provision of Children and Young People's Mental Health Services (CYPMHS) based on the THRIVE model and 'Getting Help' offering therapeutic one to one, group work and counselling support in the community at place from the provider. Full details of the services being procured are set out in the tender documents.

Bidders are invited to bid for each lot/place separately.

The ICB has set an affordability threshold for each lot within the Procurement. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. Their bid will be regarded as non-compliant and be a failed bid and the rest of the bid will be rejected and the scoring questions in each lot will not be evaluated. This will be checked during the preliminary stages of the evaluation during the compliance checks. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. This is not a competition on price.

The contract period will be for 11 months & 2 years commencing 01/05/2024 with an option to extend for a further 2 years.

Please see below for total contract values including optional 2 year extension:

Lot 1a Blackpool £1,283,786

Lot 1b Blackburn with Darwen £1,348,843

Lot 1c South Cumbria £814,195

Lot 1d Lancashire East £2,449,370

Lot 1e Lancashire Central £2,360,561

Lot 1f Lancashire North £1,576,578

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: 9 833 333.00  GBP

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

Start: 01/05/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract length will initially be for 11 months and 2 years with an option to extend for a further 2 years

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

II.2.14) Additional information

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations')http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made

Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regime Section 7http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

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

As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition)(No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement 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 fornew 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 procurement 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 tender process.

Lot No: 2

II.2.1) Title

Lot 2 - Peer Support (PLACE)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD1

UKD4


Main site or place of performance:

Lot 2a Blackpool

Lot 2b Blackburn with Darwen

Lot 2c South Cumbria

Lot 2d Lancashire East

Lot 2e Lancashire Central

Lot 2f Lancashire North

II.2.4) Description of the procurement

This is for the provision of targeted peer support to Children and Young People (CYP) in various protected groups who can have a higher prevalence of mental health need and who are less likely to access support or engage with intervention offers within the community at place from the provider. Full details of the services being procured are set out in the tender documents.

Bidders are invited to bid for each lot/place separately.

The ICB has set an affordability threshold for each lot within the Procurement. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. Their bid will be regarded as non-compliant and be a failed bid and the rest of the bid will be rejected and the scoring questions in each lot will not be evaluated. This will be checked during the preliminary stages of the evaluation during the compliance checks. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. This is not a competition on price.

The contract period will be for 11 months & 2 years commencing 01/05/2024 with an option to extend for a further 2 years.

Please see below for total contract values including optional 2 year extension:

Lot 2a Blackpool £105,915

Lot 2b Blackburn with Darwen £111,279

Lot 2c South Cumbria £67,172

Lot 2d Lancashire East £202,075

Lot 2e Lancashire Central £194,744

Lot 2f Lancashire North £130,066

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: 811 250.00  GBP

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

Start: 01/05/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract length will initially be for 11 months and 2 years with an option to extend for a further 2 years

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

II.2.14) Additional information

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations')http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made

Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regime Section 7http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

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

As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition)(No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement 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 fornew 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 procurement 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 tender process.

Lot No: 3

II.2.1) Title

Lot 3 Peer Support (PLACE)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD1

UKD4


Main site or place of performance:

Lot 2a Blackpool

Lot 2b Blackburn with Darwen

Lot 2c South Cumbria

Lot 2d Lancashire East

Lot 2e Lancashire Central

Lot 2f Lancashire North

II.2.4) Description of the procurement

This is for the provision Parenting Support in the community at place from the provider. Full details of the services being procured are set out in the tender documents.

Bidders are invited to bid for each lot/place separately.

The ICB has set an affordability threshold for each lot within the Procurement. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. Their bid will be regarded as non-compliant and be a failed bid and the rest of the bid will be rejected and the scoring questions in each lot will not be evaluated. This will be checked during the preliminary stages of the evaluation during the compliance checks. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. This is not a competition on price.

The contract period will be for 11 months & 2 years commencing 01/05/2024 with an option to extend for a further 2 years.

Please see below for total contract values including optional 2 year extension:

Lot 3a Blackpool £89,867

Lot 3b Blackburn with Darwen £94,420

Lot 3c South Cumbria £56,994

Lot 3d Lancashire East £171,454

Lot 3e Lancashire Central £165,239

Lot 3f Lancashire North £110,360

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: 688 333.00  GBP

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

Start: 01/05/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract length will initially be for 11 months and 2 years with an option to extend for a further 2 years

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

II.2.14) Additional information

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations')http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made

Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regime Section 7http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

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

As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition)(No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement 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 fornew 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 procurement 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 tender process.

Lot No: 4

II.2.1) Title

Lot 4 ADHD (Attention Deficit Hyperactivity Disorder) Advice and Parenting Support Services (ALL PLACES)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKD1

UKD4


Main site or place of performance:

Lot 4 - Lancashire & South Cumbria (All Places)

II.2.4) Description of the procurement

This is for the provision of ADHD (attention deficit hyperactivity disorder) support to families and carers of children affected by ADHD in the community across Lancashire and South Cumbria from the provider. Full details of the services being procured are set out in the tender documents.

Bidders are invited to bid to deliver across Lancashire & South Cumbria.

The ICB has set an affordability threshold for each lot within the Procurement. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. Their bid will be regarded as non-compliant and be a failed bid and the rest of the bid will be rejected and the scoring questions in each lot will not be evaluated. This will be checked during the preliminary stages of the evaluation during the compliance checks. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. This is not a competition on price.

The contract period will be for 11 months & 2 years commencing 01/05/2024 with an option to extend for a further 2 years.

The total contract value including optional 2 year extension is £1,376,667.

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: 1 376 667.00  GBP

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

Start: 01/05/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract length will initially be for 11 months and 2 years with an option to extend for a further 2 years

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

II.2.14) Additional information

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations')http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made

Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regime Section 7http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

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

As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition)(No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement 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 fornew 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 procurement 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 tender process.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

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: No

IV.2) Administrative information

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

Date: 27/10/2023

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: 27/10/2023

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

NHS Lancashire & South Cumbria Integrated Care Board (ICB)

Level 3, Christ Church Precinct

Preston

PR1 8XB

UK

VI.5) Date of dispatch of this notice

15/09/2023


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

Commodity Categories

Commodity Categories
IDTitleParent Category
85100000Health servicesHealth and social work services

Delivery Locations

Delivery Locations
IDDescription
100UK - All

Alert Region Restrictions

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.

Copyright © Sell2Wales