Tender

Framework Agreement for Clinical Services for Patients Requiring Psychological Wellbeing Practitioner Intervention, Cognitive Behavioural Therapy Counselling Services, and EMDR

  • Lancashire and South Cumbria NHS Foundation Trust

F02: Contract notice

Notice identifier: 2023/S 000-006963

Procurement identifier (OCID): ocds-h6vhtk-03b116

Published 9 March 2023, 4:31pm



Section one: Contracting authority

one.1) Name and addresses

Lancashire and South Cumbria NHS Foundation Trust

Sceptre Point, Sceptre Way, Walton Summit

Preston

PR5 6AW

Contact

Tracie Hipwell

Email

tracie.hipwell@lscft.nhs.uk

Country

United Kingdom

Region code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

https://www.lscft.nhs.uk/

Buyer's address

https://www.lscft.nhs.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for Clinical Services for Patients Requiring Psychological Wellbeing Practitioner Intervention, Cognitive Behavioural Therapy Counselling Services, and EMDR

Reference number

C128896

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Lancashire & South Cumbria NHS Foundation Trust (LSCFT) is seeking to appoint one or more suppliers to provide a Clinical Services Framework for Patients Requiring Psychological Wellbeing Practitioner Intervention,(Lot1) Cognitive Behavioural Therapy,(Lot2) Counselling Services,(Lot 3) and EMDR, (Lot 4).Lancashire & South Cumbria NHS Foundation Trust provides clinical assessment, intervention, and evaluation of patients requiring the above as part of its Mindsmatter service.

two.1.5) Estimated total value

Value excluding VAT: £3,140,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 4 Clinical Services for Patients Requiring EMDR

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85121200 - Medical specialist services
  • 85121270 - Psychiatrist or psychologist services

two.2.3) Place of performance

NUTS codes
  • UKD45 - Mid Lancashire
Main site or place of performance

Preston, PR5 6AW

two.2.4) Description of the procurement

In order to reduce waiting times for patients waiting to be assessed, we require a partner organisation to perform EMDR assessments and intervention. These will be done by appropriately qualified and experienced clinical staff.

The successful bidder(s) will undertake clinical assessment of EMDR patients and provide up to 12 one-hour sessions per patient including face to face, and/or on-line CBT sessions (where appropriate) to achieve recovery, in line with national recovery, rollout and waiting time targets. All services must be delivered in accordance with the national IAPT manual and local policies and procedures.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £314,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will run for 3 years with the option to extend for a further 12 months. The proposed start date for the services is for the period 5th April 2023 to run to 4th April 2026.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

LOT 3.Clinical Services for Patients Requiring Counselling Services

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85121270 - Psychiatrist or psychologist services
  • 85121200 - Medical specialist services

two.2.3) Place of performance

NUTS codes
  • UKD45 - Mid Lancashire
Main site or place of performance

Preston, PR5 6AW

two.2.4) Description of the procurement

In order to reduce waiting times for patients waiting to be assessed, we require a partner organisation to perform counselling assessments and intervention. These will be done by appropriately qualified and experienced clinical staff.

The successful bidder(s) will undertake clinical assessment of patients requiring counselling and provide up to 8 one-hour sessions per patient including face to face, telephone, group and/ or on-line counselling sessions (where appropriate) to achieve recovery, in line with national recovery, rollout and waiting time targets.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,256,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will run for 3 years with the option to extend for a further 12 months. The proposed start date for the services is for the period 5th April 2023 to run to 4th April 2026.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2,Clinical Services for Patients Requiring Cognitive Behavioural Therapy

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85121200 - Medical specialist services
  • 85121270 - Psychiatrist or psychologist services

two.2.3) Place of performance

NUTS codes
  • UKD45 - Mid Lancashire
Main site or place of performance

Preston PR5 6AW

two.2.4) Description of the procurement

In order to reduce waiting times for patients waiting to be assessed, we require a partner organisation to perform CBT assessments and intervention. These will be done by appropriately qualified and experienced clinical staff.

The successful bidder(s) will undertake clinical assessment of CBT patients and provide up to 12 one-hour sessions per patient including face to face, telephone, group and/or on-line CBT sessions (where appropriate) to achieve recovery, in line with national recovery, rollout and waiting time targets. All services must be delivered in accordance with the national IAPT manual and local policies and procedures.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,256,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will run for 3 years with the option to extend for a further 12 months. The proposed start date for the services is for the period 5th April 2023 to run to 4th April 2026.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 1.Psychological Wellbeing Practitioner Intervention

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85121200 - Medical specialist services
  • 85121270 - Psychiatrist or psychologist services

two.2.3) Place of performance

NUTS codes
  • UKD45 - Mid Lancashire
Main site or place of performance

Preston PR5 6AW

two.2.4) Description of the procurement

In order to reduce waiting times for patients waiting to be assessed, we require a partner organisation to perform PWP assessments and intervention. These will be done by appropriately qualified and experienced clinical staff.

The successful bidder(s) will undertake clinical assessment of patients requiring PWP interventions and provide up to 6 30-minute sessions per patient including face to face, telephone and/ or on-line therapy sessions (where appropriate) to achieve recovery, in line with national recovery, rollout and waiting time targets.

All services must be delivered in accordance with the national IAPT manual and local policies and procedures.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £314,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will run for 3 years with the option to extend for a further 12 months. The proposed start date for the services is for the period 5th April 2023 to run to 4th April 2026.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per tender specification.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

PWP- a minimum of Postgraduate Certificate as Psychological Wellbeing Practitioner, and to be registered with the BABCP or BPS.
CBT-minimum of Post Graduate Diploma in Cognitive Behavioural Therapy. Fully or provisionally accredited by the BABCP.
Counselling-minimum of Diploma in Counselling, working towards Accreditation with BACP
EMDR-completed Levels 1 and 2 of EMDR training that’s accredited by EMDR Europe, and to be receiving EMDR supervision. Registered with an appropriate organisation (e.g. BACP, BABCP, HCPC).

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The contract will run for 3 years with the option to extend for a further 12 months.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

11 April 2023

Local time

12:00pm

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

English

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

Tender must be valid until: 3 July 2023

four.2.7) Conditions for opening of tenders

Date

11 April 2023

Local time

12:00pm

Place

Lancashire & South Cumbria NHS Foundation Trust
Headquarters. Sceptre Point, Sceptre Way, Walton Summit,Preston.PR56AW


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: December 2026

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

London

London

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Lancashire and South Cumbria NHS Foundation Trust

Sceptre Point, Sceptre Way, Walton Summit

Preston

PR5 6AW

Country

United Kingdom

Internet address

https://www.lscft.nhs.uk/

six.4.4) Service from which information about the review procedure may be obtained

Lancashire and South Cumbria NHS Foundation Trust

Sceptre Point, Sceptre Way, Walton Summit

Preston

PR5 6AW

Country

United Kingdom

Internet address

https://www.lscft.nhs.uk/