Opportunity

Star Academies - Mental Health Practitioner

  • Star Academies

F02: Contract notice

Notice reference: 2024/S 000-012281

Published 16 April 2024, 10:10am



Section one: Contracting authority

one.1) Name and addresses

Star Academies

Shadsworth Road

Blackburn

BB1 2HT

Contact

Matthew Little

Email

matthew.little@staracademies.org

Country

United Kingdom

NUTS code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

https://staracademies.org/

one.3) Communication

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

https://www.in-tendhost.co.uk/educationportal/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.in-tendhost.co.uk/educationportal/aspx/Home

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Star Academies - Mental Health Practitioner

Reference number

ITT/2024/MHP

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The selected supplier will be expected to provide mental health practitioner services in-scope schools within the contractual arrangements set out in this document. The Contract will be based on Star’s Terms and Conditions. This will include the relevant minimum service level requirements (SLA/KPIs) for the successful tenderer. Star Academies is looking to run an FTS (EU) compliant tender split into four regional lots with the intention of creating a contract with a single supplier per lot. This will be a restricted process and a process timetable can be found further below in this document. The supplier selected must be able to provide the complete provision of mental health services across Star schools. Star schools may include primaries and secondaries of faith and non-faith types. Schools will be strongly encouraged to take up the provision but some schools may have sufficient in-house capability to negate this need. It is anticipated that schools will phase in over the life of

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

Suppliers may be successful in all lots which the contract will reflect

two.2) Description

two.2.1) Title

Lot 1 - North West

Lot No

1

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 85000000 - Health and social work services
  • 80200000 - Secondary education services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Cheshire, Cumbria, Greater Manchester, Lancashire, Merseyside

two.2.4) Description of the procurement

As per main advert

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: £225,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Retendered at the end of the contract term

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

Envisaged number of candidates: 4

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 - West Yorkshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 85000000 - Health and social work services
  • 80200000 - Secondary education services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire
Main site or place of performance

Bradford, Calderdale, Kirklees, Leeds, Wakefield

two.2.4) Description of the procurement

As per main advert

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: £200,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Retender at the end of the contract term

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

Envisaged number of candidates: 4

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 - West Midlands

Lot No

3

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 85000000 - Health and social work services
  • 80200000 - Secondary education services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

Birmingham, Coventry, Dudley, Sandwell, Solihull, Walsall, Wolverhampton

two.2.4) Description of the procurement

As per procurement main advert

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: £225,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Retender at the end of the contract term

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

Envisaged number of candidates: 4

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 4 - London

Lot No

4

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 85000000 - Health and social work services
  • 80200000 - Secondary education services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Greater London urban area including London, Surrey, Hertfordshire, Berkshire, Essex and Kent

two.2.4) Description of the procurement

As per main procurement advert

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: £100,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Retender at the end of the contract term

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

Envisaged number of candidates: 4

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

Practitioners must hold a 4 year relevant degree to the services and be a registered member of the Health & Care Professions Council (HCPC).

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.2.3) 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

Restricted procedure

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

17 May 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 May 2024

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Star Academies

Blackburn

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Independent review by Trust SLT member