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
Country
United Kingdom
Region code
UKD41 - Blackburn with Darwen
Internet address(es)
Main address
Buyer's address
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
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
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