Section one: Contracting authority
one.1) Name and addresses
NHS England North West
Liverpool
Country
United Kingdom
Region code
UKD - North West (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://health-family.force.com/s/Welcome
Buyer's address
https://www.england.nhs.uk/north-west/
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
NHSE914 Liaison & Diversion Services, RECONNECT Services, Enhanced RECONNECT Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
This notice is an intention to award a contract under the PSR competitive process. Contract award is anticipated for 31 December 2024.
North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England North West (the Relevant Authority) Health & Justice Team, who undertook a competition to commission Liaison & Diversion Services, RECONNECT Services, Enhanced RECONNECT Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria under the NHS Standard Contract.
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: £36,902,071
two.2) Description
two.2.1) Title
Liaison and Diversion and RECONNECT service for Lancashire and Cumbria
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
Lancashire and Cumbria
two.2.4) Description of the procurement
Liaison and Diversion and RECONNECT service for Lancashire and
Cumbria.
This notice is an intention to award a contract under the PSR competitive process.
Approximate lifetime value of the contract - £30,899,992.
This is an existing service with a new provider following an open competitive process. The new contract, is for 5 years, with effect from 01 April 2025, with the option to extend for a further 3 years subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.
two.2.5) Award criteria
Quality criterion - Name: Quality criterion - Name: PSR 5 Key Critieria / Weighting: 85 / Weighting: 85
Cost criterion - Name: Cost criterion - Name: Value/Financial Risk in line with the 5 Key Criteria / Weighting: 15 / Weighting: 15
two.2.11) Information about options
Options: No
two.2.14) Additional information
Liaison & Diversion Services, RECONNECT Services, Enhanced RECONNECT Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria under the NHS Standard Contract.
The Relevant Authority is intending to award the contracts to the providers under the Competitive Process.
The lifetime values of the contracts are:
Lot 1 £30,899,992
Lot 2 £554,999
Lot 3 £5,447,080
All 3 of the Lots are existing services.
Lot 1 is a new provider.
Lot 2 is a new provider
Lot 3 is an incumbent provider.
The contract commences on 1 April 2025.
Lots 1 and 3 are for a period of 5 years, with an option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.
Lot 2 is for a fixed 1 year contract term.
two.2) Description
two.2.1) Title
Enhanced RECONNECT Service for Lancashire and Cumbria
Lot No
2
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
Lancashire and Cumbria
two.2.4) Description of the procurement
Enhanced RECONNECT Service for Lancashire and Cumbria.
This notice is an intention to award a contract under the PSR competitive process.
Approximate lifetime value of the contract is £554,999.
This is a new service with a new provider following an open competitive process. The new contract is for 1 years with effect from 01 April 2025.
two.2.5) Award criteria
Quality criterion - Name: Quality criterion - Name: PSR 5 Key Critieria / Weighting: 85 / Weighting: 85
Cost criterion - Name: Cost criterion - Name: Value/Financial Risk in line with the 5 Key Criteria / Weighting: 15 / Weighting: 15
two.2.11) Information about options
Options: No
two.2.14) Additional information
Liaison & Diversion Services, RECONNECT Services, Enhanced RECONNECT Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria under the NHS Standard Contract.
The Relevant Authority is intending to award the contracts to the providers under the Competitive Process.
The lifetime values of the contracts are:
Lot 1 £30,899,992
Lot 2 £554,999
Lot 3 £5,447,080
All 3 of the Lots are existing services.
Lot 1 is a new provider.
Lot 2 is a new provider
Lot 3 is an incumbent provider.
The contract commences on 1 April 2025.
Lots 1 and 3 are for a period of 5 years, with an option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.
Lot 2 is for a fixed 1 year contract term.
two.2) Description
two.2.1) Title
Mental Health Treatment Requirement Service for Lancashire and 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
Lancashire and Cumbria
two.2.4) Description of the procurement
Mental Health Treatment Requirement Service for Lancashire and Cumbria.
This notice is an intention to award a contract under the PSR competitive process.
Approximate lifetime value of the contract £5,447,080.
This is a existing service with the incumbent provider following an open competitive process. The new contract, is for 5 years, with effect from 01 April 2025, with the option to extend for a further 3 years subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.
two.2.5) Award criteria
Quality criterion - Name: Quality criterion - Name: PSR 5 Key Critieria / Weighting: 85 / Weighting: 85
Cost criterion - Name: Cost criterion - Name: Value/Financial Risk in line with the 5 Key Criteria / Weighting: 15 / Weighting: 15
two.2.11) Information about options
Options: No
two.2.14) Additional information
Liaison & Diversion Services, RECONNECT Services, Enhanced RECONNECT Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria under the NHS Standard Contract.
The Relevant Authority is intending to award the contracts to the providers under the Competitive Process.
The lifetime values of the contracts are:
Lot 1 £30,899,992
Lot 2 £554,999
Lot 3 £5,447,080
All 3 of the Lots are existing services.
Lot 1 is a new provider.
Lot 2 is a new provider
Lot 3 is an incumbent provider.
The contract commences on 1 April 2025.
Lots 1 and 3 are for a period of 5 years, with an option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.
Lot 2 is for a fixed 1 year contract term.
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: 2024/S 000-026762
Section five. Award of contract
Lot No
1
Title
Liaison and Diversion and RECONNECT service for Lancashire and Cumbria
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 December 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Practice Plus Group Health and Rehabilitation Services
Berkshire
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House
10787931
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: £30,899,992
Total value of the contract/lot: £30,899,992
Section five. Award of contract
Lot No
2
Title
Enhanced RECONNECT Service for Lancashire and Cumbria
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 December 2024
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Midlands Partnership University NHS Foundation Trust
Staffordshire
Country
United Kingdom
NUTS code
- UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
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: £554,999
Total value of the contract/lot: £554,999
Section five. Award of contract
Lot No
3
Title
Mental Health Treatment Requirement Service for Lancashire and Cumbria
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 December 2024
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Lancashire & South Cumbria NHS Foundation Trust
Preston
Country
United Kingdom
NUTS code
- UKD - North West (England)
Justification for not providing organisation identifier
Not on any register
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: £5,447,080
Total value of the contract/lot: £5,447,080
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice.
The awarding of the contracts 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 standstill period begins on the working day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on 27 December 2024.
The contracts have 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 via email to necsu.psrprocurement@nhs.net.
NHS England - North West, Health and Justice (the Relevant Authority) Direct Commissioning Committee (DCC) were the award decision-makers.
Three responses were received.
The Relevant Authority agreed the relative importance of the key criteria and apportioned weightings to specific questions aligned to the key criteria. Providers were asked to demonstrate and evidence, by responding to the specific questions, how their proposed service delivery model would ensure that the relevant key criteria will be delivered. The responses were evaluated in relation to each provider's ability to provide the services in alignment to the 5 Key Criteria.
Conflicts of interest were completed by all involved in the process. One conflicts of interest was identified among the group of evaluators. The non-conflicted members have assessed the nature and risk of this conflict, and have decided to exclude the evaluator from the process.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom