Section one: Contracting authority
one.1) Name and addresses
NHS Lancashire and South Cumbria Integrated Care Board
2nd Floor Preston Business Centre Watling Street Road Fulwood
Preston
PR2 8DY
Country
United Kingdom
Region code
UKD41 - Blackburn with Darwen
Internet address(es)
Main address
https://www.lancashireandsouthcumbria.icb.nhs.uk/
Buyer's address
https://www.lancashireandsouthcumbria.icb.nhs.uk/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Individual Placement Service (IPS) - Lancashire and South Cumbria ICB
Reference number
WHISP-88
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Midlands and Lancashire CSU has been working on behalf of NHS Lancashire and South Cumbria ICB, to award a contract for an Individual Placement and Support (IPS) Programme.
Individual Placement and Support (IPS) is an evidence- based model of employment support. Supporting people with severe mental health difficulties to find and keep competitive employment. It involves intensive, individual support, a rapid job search followed by placement in paid employment, and time-unlimited in-work support for both the employee and the employer.
The Lancashire and South Cumbria IPS service currently offers support to any Lancashire and South Cumbria service users aged between 16 and 69 years of age, referred via Early Intervention in Psychosis or Community Mental Health Teams or service users within either of these services who choose to self-refer into the IPS service.
The service operates within the 8 key principles of IPS and a fidelity review of the service is carried out by
IPS Grow to ensure the quality of the service and demonstrates the commitment to continuous quality
improvement.
The contract will require the provider to work with the ICB to further expand the service to other mental
health services available to individuals with a severe mental illness including primary care, increasing the
number of individuals supported to secure employment inline with the NHS Long Term Plan requirements
as stipulated in the service specification.
The provider will demonstrate the increase in activity by provided regular reports to commissioners and
demonstrating the number of service users becoming actively engaged in the service and number of
service users starting paid employment as well as other standards required by the commissioners.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,533,333
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Individual Placement Support Services for NHS Lancashire and South Cumbria ICB for a period of 3 years with a 2 years optional extension.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 21
Quality criterion - Name: Quality and Governance / Weighting: 24
Quality criterion - Name: Workforce / Weighting: 5
Quality criterion - Name: IM&T / Weighting: 3
Quality criterion - Name: Information Governance / Weighting: 4
Quality criterion - Name: Equalities / Weighting: 3
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Finance / Weighting: 30
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.2.14) Additional information
This contract is for clinical services which are light touch regime services for the purpose of the Public
Contracts Regulations 2015 as specified in Schedule 3 of the Regulations. Accordingly, the contracting
authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement
Regimes
Section 7. 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 process at any time,
which shall include the right not to award a contract or contracts. The Contracting Authority does not
bind itself to accept any tender received, and reserves the right to award a contract in part.
The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or
tenderer in connection with 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 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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-036639
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 May 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Blackpool Borough Council
Town Hall
Blackpool
FY1 1AD
vanda.defreitas@blackpool.gov.uk
Telephone
+44 7824361248
Country
United Kingdom
NUTS code
- UKD - North West (England)
National registration number
Z5720508
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,533,333
Total value of the contract/lot: £2,533,333
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
NHS Midlands and Lancashire Commissioning Support Unit (hosted by NHS England)
120 Grove Road
Stoke-on-Trent
ST4 4LX
Country
United Kingdom