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

Award

Value

£12,709,583

Classifications

  • Health services

Tags

  • award
  • contract

Published

11 months 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

NHS Workforce Alliance Framework Agreement for Insourced Services to support the provision of Healthcare Services by NHS and other public bodies (including Clinical Services)

North of England Commercial Procurement Collaborative, as the Authority on behalf of NHS Workforce Alliance are looking to establish a Framework Agreement for the Provision of Insourcing of Health Services for use by NHS organisations or their equivalent organisation in England, Wales (Healthcare Inspectorate Wales), Scotland (The Care Inspectorate) and Northern Ireland (Regulation and Quality Improvement Authority), and Central Government/Local Authority where applicable. <br/><br/>NHS Workforce Alliance partners include: <br/><br/>• NHS Commercial Solutions <br/>• East of England NHS Collaborative Procurement Hub <br/>• NHS London Procurement Partnership <br/>• NHS North of England Commercial Procurement Collaborative <br/>• Crown Commercial Service <br/><br/>The framework aims to deliver compliant and high quality patient focused healthcare by providing access to a wide variety of insourced service solutions in support of the delivery of the governments initiative to reduce waiting times for patients to wait no longer than 18 weeks from referral to treatment, and to deliver an extra 40,000 elective appointments per week. <br/><br/>Services are to be provided on trusts own premises, using trusts own equipment and facilities, typically utilising spare, out of hours, or spare capacity. This can be used in addition to the trusts existing provisions, with the intention to bolster service outputs and improve efficiency. <br/><br/>These insourced services are typically provided by medical or clinical providers who can provide the specialist capabilities required to deliver an end-to-end service, including clinical governance and oversight. <br/><br/>This Framework Agreement for ‘healthcare Services’ falls under The Health Care Services (Provider Selection Regime) Regulations 2023 “PSR2023”. This framework agreement and its operational features, including the re-opening of the framework agreement at intervals throughout the life of the framework, have been designed in line with The Health Care Services (Provider Selection Regime) Regulations 2023, with requirements aligned to the Key Criteria as set out under Regulation 5. <br/><br/>The framework agreement shall be awarded under two Lots: <br/><br/>Lot 1 – Insourced Clinical Services <br/>Lot 2 – Managed Service Provision <br/><br/>See ITT for full details

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