Tender

NHS Lancashire & South Cumbria Adults Mental Health Lot 3 Psychologically Informed Interventions

  • NHS Lancashire & South Cumbria Integrated Care Board

F02: Contract notice

Notice identifier: 2024/S 000-028841

Procurement identifier (OCID): ocds-h6vhtk-04840a

Published 9 September 2024, 4:38pm



The closing date and time has been changed to:

9 September 2024, 4:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Lancashire & South Cumbria Integrated Care Board

Preston

Email

MLCSU.tendersnorth@nhs.net

Country

United Kingdom

Region code

UKD - North West (England)

NHS Organisation Data Service

QE1

Internet address(es)

Main address

https://www.lancashireandsouthcumbria.icb.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

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

NHS Lancashire & South Cumbria Adults Mental Health Lot 3 Psychologically Informed Interventions

Reference number

WHISP227

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 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 Competitive Process for the provision of Adult Mental Health Services (Lot 3 Psychologically Informed Interventions).

During 2023 and 2024 the community Mental Health Transformation programme has worked to coproduce an integrated model of support for people living with severe mental illness, develop pathways and articulate what interventions are required to support people to live well in their local communities. This work has informed what services are required as part of the model going forward.

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services It is the intention of the ICB to start commissioning contracts for the above services from 1st April 2025 for 3 years, with an option to extend for a further 2 years.

Lot 3 Psychologically Informed Interventions (Total Contract Value for 3 years with optional 2 year extension)

Lot 3a Blackpool £652,775

Lot 3b Blackburn with Darwen £685,830

Lot 3c South Cumbria £413,985

Lot 3d Lancashire East £1,245,490

Lot 3e Lancashire Central £1,200,300

Lot 3f Lancashire North £801,620

The ITT will be live on Monday 9th September 2024 on the Atamis Portal. The deadline for submission will be Monday 14th October 2024 12:00pm mid-day.

The Commissioner reserves the right to reject bids that exceed the indicated budget. To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome .

There will be a maximum of 6 contracts totalling £1,000,000 annually. The overall maximum contract value for all 6 lots, including possible contract extensions is £5,000,000.

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 C301065 and the questionnaires will be located within the requirements. Further details will be made available via documentation and information released during the tender process. The ICB has set an affordability threshold for each lot. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. There isn't a competition on price.

The ICB may intend to procure Lot 4 Social Inclusion at a later date (timescales to be confirmed).

The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition.

This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

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

Bidders are invited to bid for each lot separately. Bidders can bid for more than one lot. If a bidder is the highest scoring bidder and therefore named the successful bidder for more than one lot, this may result in contracts being amalgamated rather than separate contracts being issued.

two.2) Description

two.2.1) Title

Lot 3a - Blackpool

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD42 - Blackpool
Main site or place of performance

Blackpool

two.2.4) Description of the procurement

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable. The highest overall scoring bidder for each lot, for each place, will be recommended as a successful bidder

Bidders will need to consider as part of their submission how each service will be accessible to the patient population within each lot's geographical area that they bid for. It is anticipated that the referrals received by the successful bidder(s) will be predominantly from patients registered within the lot's geographical area. However, due to patient choice, the commissioner cannot guarantee any activity for successful bidders, but there will be an expectation that all successful bidders from this procurement will still accept referrals primarily from their geographical lot but this may include a small number from outside of their geographical lot

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £652,775

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services for 3 years, with an option to extend for a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3b - Blackburn with Darwen

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD41 - Blackburn with Darwen
Main site or place of performance

Blackburn with Darwen

two.2.4) Description of the procurement

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable. The highest overall scoring bidder for each lot, for each place, will be recommended as a successful bidder

Bidders will need to consider as part of their submission how each service will be accessible to the patient population within each lot's geographical area that they bid for. It is anticipated that the referrals received by the successful bidder(s) will be predominantly from patients registered within the lot's geographical area. However, due to patient choice, the commissioner cannot guarantee any activity for successful bidders, but there will be an expectation that all successful bidders from this procurement will still accept referrals primarily from their geographical lot but this may include a small number from outside of their geographical lot

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £685,830

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services for 3 years, with an option to extend for a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3c - South Cumbria

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

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

South Cumbria

two.2.4) Description of the procurement

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable. The highest overall scoring bidder for each lot, for each place, will be recommended as a successful bidder

Bidders will need to consider as part of their submission how each service will be accessible to the patient population within each lot's geographical area that they bid for. It is anticipated that the referrals received by the successful bidder(s) will be predominantly from patients registered within the lot's geographical area. However, due to patient choice, the commissioner cannot guarantee any activity for successful bidders, but there will be an expectation that all successful bidders from this procurement will still accept referrals primarily from their geographical lot but this may include a small number from outside of their geographical lot

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £413,985

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services for 3 years, with an option to extend for a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3d - Lancashire East

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD46 - East Lancashire
Main site or place of performance

Lancashire East

two.2.4) Description of the procurement

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable. The highest overall scoring bidder for each lot, for each place, will be recommended as a successful bidder

Bidders will need to consider as part of their submission how each service will be accessible to the patient population within each lot's geographical area that they bid for. It is anticipated that the referrals received by the successful bidder(s) will be predominantly from patients registered within the lot's geographical area. However, due to patient choice, the commissioner cannot guarantee any activity for successful bidders, but there will be an expectation that all successful bidders from this procurement will still accept referrals primarily from their geographical lot but this may include a small number from outside of their geographical lot

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £1,245,490

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services for 3 years, with an option to extend for a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3e - Lancashire Central

Lot No

5

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire
Main site or place of performance

Lancashire Central

two.2.4) Description of the procurement

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable. The highest overall scoring bidder for each lot, for each place, will be recommended as a successful bidder

Bidders will need to consider as part of their submission how each service will be accessible to the patient population within each lot's geographical area that they bid for. It is anticipated that the referrals received by the successful bidder(s) will be predominantly from patients registered within the lot's geographical area. However, due to patient choice, the commissioner cannot guarantee any activity for successful bidders, but there will be an expectation that all successful bidders from this procurement will still accept referrals primarily from their geographical lot but this may include a small number from outside of their geographical lot

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £1,200,300

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services for 3 years, with an option to extend for a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3f - Lancashire North

Lot No

6

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire
Main site or place of performance

Lancashire North

two.2.4) Description of the procurement

A maximum of 1 bidder, or consortium, may be selected for each lot, for each place where applicable. The highest overall scoring bidder for each lot, for each place, will be recommended as a successful bidder

Bidders will need to consider as part of their submission how each service will be accessible to the patient population within each lot's geographical area that they bid for. It is anticipated that the referrals received by the successful bidder(s) will be predominantly from patients registered within the lot's geographical area. However, due to patient choice, the commissioner cannot guarantee any activity for successful bidders, but there will be an expectation that all successful bidders from this procurement will still accept referrals primarily from their geographical lot but this may include a small number from outside of their geographical lot

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £801,620

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

The ICB is committed to providing stability to the sector and a model of services is being proposed, which will procure services for 3 years, with an option to extend for a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-022987

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

Originally published as:

Date

14 October 2024

Local time

12:00pm

Changed to:

Date

9 September 2024

Local time

4:00pm

See the change notice.

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

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 October 2024

Local time

12:10pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition.

This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement.

The Authority reserves the right to make changes to the process as it sees necessary whilst adhering to those sections of the Provider Selection Regime regulations which lay out the principles for the competitive tendering process. The Authority will ensure that Bidders are made aware, in reasonable time, of any changes it makes to the process. All changes will be communicated through the Procurement portal messaging system, Atamis.

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 Competitive 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 for new 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 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 Competitive Process

six.4) Procedures for review

six.4.1) Review body

NHS Lancashire & South Cumbria Integrated Care Board (ICB

Preston

Country

United Kingdom