Contract

Lancashire & South Cumbria Adults Mental Health-Lot 1 Peer Support, Lot 2 PH SMI

  • NHS Lancashire & South Cumbria Integrated Care Board (ICB)

F03: Contract award notice

Notice identifier: 2024/S 000-030392

Procurement identifier (OCID): ocds-h6vhtk-0454f6

Published 23 September 2024, 5:07pm



Section one: Contracting authority

one.1) Name and addresses

NHS Lancashire & South Cumbria Integrated Care Board (ICB)

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.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

Lancashire & South Cumbria Adults Mental Health-Lot 1 Peer Support, Lot 2 PH SMI

Reference number

WHISP 264 & WHISP 265

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) has been working on behalf of NHS Lancashire & South Cumbria Integrated Care Board (ICB) who were looking to undertake a multi-lot Competitive Process for the provision of Adult Mental Health Services (Lot 1 - Peer Support and Lot 2 - Physical Health Checks for people with Serious Mental Illness (PH SMI) Outreach Service).

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 will be 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 was the intention of the ICB to start commissioning contracts for the above services from 1st December 2024 for 2 years and 4 months, with an option to extend for a further 2 years.

Lot 1 - Peer Support - Annual Value

Lot 1a Blackpool £254,582

Lot 1b Blackburn with Darwen £267,475

Lot 1c South Cumbria £161,454

Lot 1d Lancashire East £485,740

Lot 1e Lancashire Central £468,117

Lot 1f Lancashire North £312,632

Lot 2 - PH SMI - Annual Value

Lot 2a Blackpool £78,333

Lot 2b Blackburn with Darwen £82,300

Lot 2c South Cumbria £49,678

Lot 2d Lancashire East £149,459

Lot 2e Lancashire Central £144,036

Lot 2f Lancashire North £96,194

The ITT was available between Wednesday 24th April 2024 and Tuesday 28th May 2024 12:00pm mid-day.

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

There was a maximum of 12 contracts totalling £2,550,000 annually. The overall maximum contract value for all 12 lots, including possible contract extensions was £11,050,000.

The relevant reference number for this tender was C253483 and the questionnaires were located within the requirements.

The ICB set an affordability threshold for each lot. Bidders who submitted a bid over the maximum contract values in the procurement documents, would not achieve the score of a pass. There wasn't a competition on price.

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 was made available to all Bidders who 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 was 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.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £11,050,000

two.2) Description

two.2.1) Title

Adults Mental Health - Peer Support (1a, 1b, 1c, 1d, 1e, 1f)

Lot No

1

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

Lot 1 - Peer Support - Annual Values:

Lot 1a Blackpool £254,582

Lot 1b Blackburn with Darwen £267,475

Lot 1c South Cumbria £161,454

Lot 1d Lancashire East £485,740

Lot 1e Lancashire Central £468,117

Lot 1f Lancashire North £312,632

two.2.4) Description of the procurement

A multi-lot Competitive Process was run for the provision of Adult Mental Health Services Lot 1 - Peer Support covering 6 geographical places:

Lot 1a Blackpool

Lot 1b Blackburn with Darwen

Lot 1c South Cumbria

Lot 1d Lancashire East

Lot 1e Lancashire Central

Lot 1f Lancashire North

As stated in the procurement documents, 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, would be recommended as a successful bidder.

Bidders were able to 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.

This bidder was the highest scoring bidder for all 6 places/lots, for Lot 1 Peer Support.

This notice is an intention to award a contract under the competitive process.

The approximate lifetime value of the contract is £8,450,000 (for all 6 places for Peer Support, including the 2 years optional extension).

Lot 1 is an existing service. Lot 2 is a new service.

Lot 1 and Lot 2 will be with new providers.

The dates the service is intended to be provided - 1st December 2024 - 31st March 2029.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.14) Additional information

The contract award criteria is specified in the procurement documents.

two.2) Description

two.2.1) Title

Adults Mental Health - Physical Health Checks for people with serious mental illness (PH SMI) Lot 2a, 2b, 2d, 2e, 2f

Lot No

Lot 2a, 2b, 2d, 2e, 2f

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

Lot 2 - PH SMI - Annual Value

Lot 2a Blackpool £78,333

Lot 2b Blackburn with Darwen £82,300

Lot 2d Lancashire East £149,459

Lot 2e Lancashire Central £144,036

Lot 2f Lancashire North £96,194

two.2.4) Description of the procurement

A multi-lot Competitive Process was run for the provision of Adult Mental Health Services Lot 1 - Peer Support covering 6 geographical places:

Lot 2a Blackpool

Lot 2b Blackburn with Darwen

Lot 2d Lancashire East

Lot 2e Lancashire Central

Lot 2f Lancashire North

As stated in the procurement documents, 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, would be recommended as a successful bidder.

Bidders were able to 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.

This bidder was the highest scoring bidder for 5/6 places/lots, for Lot 2 PHSMI.

This notice is an intention to award a contract under the competitive process.

The approximate lifetime value of the contract is £2,384,729 (for all 5/6 places for PHSMI, including the 2 years optional extension).

Lot 1 is an existing service. Lot 2 is a new service.

Lot 1 and Lot 2 will be with new providers.

The dates the service is intended to be provided - 1st December 2024 - 31st March 2029.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.14) Additional information

The contract award criteria is specified in the procurement documents.

two.2) Description

two.2.1) Title

Lot 2c Adults Mental Health Physical Health Checks for people with serious mental illness (PH SMI) Lot 2c

Lot No

2c

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

Lot 2c South Cumbria £49,678

two.2.4) Description of the procurement

A multi-lot Competitive Process was run for the provision of Adult Mental Health Services Lot 1 - Peer Support covering 6 geographical places:

Lot 2c South Cumbria

As stated in the procurement documents, 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, would be recommended as a successful bidder.

Bidders were able to 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.

This bidder was the highest scoring bidder for Lot 2c South Cumbria, for Lot 2 PHSMI.

This notice is an intention to award a contract under the competitive process.

The approximate lifetime value of the contract is £215,271 (for South Cumbria place for PHSMI, including the 2 years optional extension).

Lot 1 is an existing service. Lot 2 is a new service.

Lot 1 and Lot 2 will be with new providers.

The dates the service is intended to be provided - 1st December 2024 - 31st March 2029.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.14) Additional information

The contract award criteria is specified 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 000-013365


Section five. Award of contract

Lot No

Lot 1a, 1b, 1c, 1d, 1e, 1f,

Title

Adults Mental Health Lot 1 Peer Support

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 August 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The Calico Group

Centenary Court, Croft Street, BB11 2ED

Burnley

BB11 2ED

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

8747100

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: £8,450,000

Total value of the contract/lot: £8,450,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

An Inclusive Future CIC - service delivery for Lot 1e

Red Rose Recovery Lancashire Ltd - service delivery for Lot 1b, 1c, 1d

Acorn Recovery - service delivery for Lot 1a, 1f


Section five. Award of contract

Lot No

2a, 2b, 2d, 2e, 2f

Title

Adults Mental Health Physical Health Checks for people with serious mental illness (PH SMI) (2a, 2b, 2d, 2e, 2f)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 August 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The Calico Group

Centenary Court, Croft Street,

Burnley

BB11 2ED

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

8747100

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: £2,384,729

Total value of the contract/lot: £2,384,729

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

- An Inclusive Future CIC - service delivery for Lot 2e

- Red Rose Recovery Lancashire Ltd - service delivery for Lot 2b, 2d

- Acorn Recovery - service delivery for Lot 2a, 2f


Section five. Award of contract

Lot No

Lot 2c

Title

Adults Mental Health - Physical Health Checks for people with serious mental illness (PH SMI) Lot 2c South Cumbria

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 August 2024

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

Spring North Limited

1-3 Exchange Street (Room 103)

Blackburn

BB1 7JN

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

07797133

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £215,271

Total value of the contract/lot: £215,271

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Spring North Consortium as the named lead being Spring North Limited, will use its members to deliver specific aspects of the delivery model, based on their specialist expertise and skills


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight Friday 4th October 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

Written representations should be sent mlcsu.tendersnorth@nhs.net, quoting this notice.

The award decision-makers for this procurement were the ICB's Commissioning Resource Group (CRG) followed by Executive approval.

Following the completed evaluation and moderation process, the Bidder's having passed the pass / fail criteria and with the highest combined scores (from Common Questions, Service General Questions, and Place specific questions for each place), these bidder's were deemed to be the successful Bidder's for each lot by the evaluation panel. The key criteria was detailed in the tender documents, and was weighted based on importance.

One individual who was an evaluator in procurement, declared a potential conflict as they worked for Lancashire & South Cumbria NHS Foundation Trust LSCFT ( a potential bidder). However, LSCFT declared at the start of the process, that they would not be bidding for the opportunity. All evaluators received relevant training and signed Conflict of Interest and confidentiality forms. Therefore this declaration was deemed to create no conflicts that would prevent the involvement of the individual in the procurement process.

There were no other potential conflicts of interest identified.

six.4) Procedures for review

six.4.1) Review body

NHS Lancashire & South Cumbria Integrated Care Board (ICB)

Preston

Country

United Kingdom