Children & Young People Mental Health & Emotional Wellbeing Lots 1-4

Award

Value

£12,709,583

Classifications

  • Health services

Tags

  • award
  • contract

Published

1 year ago

Description

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Lancashire & South Cumbria Integrated Care Board (ICB) who were looking to undertake a multi-lot procurement for the provision of Children & Young People Mental Health & Emotional Wellbeing Services in Lancashire & South Cumbria.
The proposed model incorporated four service specifications/lots covering the Lancashire and South Cumbria Places.
There were a maximum of 19 contracts totalling £12,709,583 for the full contract length including the optional extension.
Each contract length was for 11 months and 2 years, with an option to extend for an additional 2 years.
The annual overall value for the 4 lots and sub-lots was £2,585,000
Please see below breakdown of lots and full contract values, including 2 years optional extension:
Lot 1 - THRIVE Getting Help, Therapeutic 1 to 1 & Counselling Support
Lot 1a Blackpool £1,283,786
Lot 1b Blackburn with Darwen £1,348,843
Lot 1c South Cumbria £814,195
Lot 1d Lancashire East £2,449,370
Lot 1e Lancashire Central £2,360,561
Lot 1f Lancashire North £1,576,578
Peer Support
Lot 2a Blackpool £105,915
Lot 2b Blackburn with Darwen £111,279
Lot 2c South Cumbria £67,172
Lot 2d Lancashire East £202,075
Lot 2e Lancashire Central £194,744
Lot 2f Lancashire North £130,066
Parenting Support
Lot 3a Blackpool £89,867
Lot 3b Blackburn with Darwen £94,420
Lot 3c South Cumbria £56,994
Lot 3d Lancashire East £171,454
Lot 3e Lancashire Central £165,239
Lot 3f Lancashire North £110,360
ADHD
Lot 4 All Places in Lancashire & South Cumbria £1,376,667.
The ICB set an affordability threshold for each lot within the Procurement. Bidders who submitted a bid over the maximum contract values in the procurement documents, were not to achieve the score of a pass. Their bid was to be regarded as non-compliant and be a failed bid and the rest of the bid would be rejected and the scoring questions in each lot would not be evaluated. This was checked during the preliminary stages of the evaluation during the compliance checks. There was not a competition on price.
As part of this procurement process, the Authority was intending to identify one provider for each of the 19 contracts.
To express interest and participate in the tender, providers needed to register and apply via the Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
The relevant reference number for this tender was C206091 and the questionnaires were located within the requirements.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

DHSC: OHID: Individual Placement and Support (IPS) technical and implementation support, fidelity reviews, and training.

A preliminary market engagement was held in October 2025 to share the draft specifications, proposed procurement approach, draft contract, and timetable, and to invite feedback from potential bidders. The Department of Health and Social Care is seeking to commission an external partner to deliver the Provision of Lot 1 Individual Placement and Support (IPS) technical and implementation support, fidelity reviews, and Lot 2 Individual Placement and Support (IPS) Accredited training . For the next 3 financial years 2026/27, 2027/28 and 2028/29. The intention is to commission, in two lots but as part of one exercise: Lot 1: A package of implementation and technical support for IPS teams that are newly mobilising or recently established, and approximately 135 IPS fidelity reviews or guided self-assessments (45 per year) Lot 2: Approximately 60 training places for accredited qualifications (at least 16 per year). This is in line with the commitment set out in the 2021 UK Drug Strategy and will bring IPS in community drug and alcohol treatment in line with IPS in secondary mental health services. Expanding access to IPS for drug and alcohol dependence is also a commitment of the 10 year plan for the NHS. Key objectives: Objectives are: • Supporting recently mobilised sites to work up to high effectiveness. • Supporting all sites to exceed OHID performance benchmarks and for at least 15 of sites to meet the standards of the IPS Grow Quality Mark. • All sites that have been identified for IPS fidelity reviews to attain ‘good fidelity’ (100 points or over) by the end of the contract.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete