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

National Framework Agreement for the provision of Mental Health and Wellbeing Services (Framework Re-opening)

The level of demand for mental health services continues to grow. Data from the Mental Health Services Data Set (MHSDS) shows there were 600,000 more adults in contact with secondary mental health services in June 2024 than there were in June 2019. This reflects a 45% increase in 5 years, which cannot be accounted for by population growth alone. The number of children and young people in contact with mental health services increased by 29% from June 2022 to June 2024. While the NHS mental health workforce has grown, demand for mental health services exceeds NHS capacity. Relevant Authorities are seeking additional providers of mental health and wellbeing services to supplement or support NHS provision. This Framework Agreement will provide a quick and compliant route to contract for these services. The overall aim of the Framework Agreement is to provide Mental Health and Wellbeing services for young people, adults or both. The Framework intends to cover a range of services that fall within the scope of Mental Health and Wellbeing services, delivered either virtually or in person. This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together the PSR) for use by all Relevant Authorities (and any future successors to these organisations). "Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-013977 published 9 April 2025.

Open

Therapeutic support for survivors of sexual abuse or violence

NHS Norfolk and Waveney Integrated Care Board NHS Norfolk and Waveney Integrated Care Board is inviting suitably qualified and experienced providers to submit competitive bids for the provision of Therapeutic support for survivors of sexual abuse or violence.<br/><br/>The aim of the service is to provide tailored and evidence-based specialist therapeutic support and treatment to survivors of sexual abuse and violence in Norfolk and Waveney.<br/><br/>This procurement is subject to the following lots <br/><br/>Lot 1 - Therapeutic support for survivors of sexual abuse or violence - Aims to provide tailored and evidence-based specialist therapeutic support and treatment to survivors of sexual abuse and violence in Norfolk and Waveney.<br/><br/>This contract will be procured on the basis of an initial 3-year contract period, with an option to extend for a further 2-years (5-years in total) subject to Commissioner discretion and requirements.<br/><br/>Lot 1 has an initial annual contract value of £225,000, £675,000 over the three year contract term and £1,125,000 over the maximum 5 year contract term. <br/><br/>An additional £150,000.00 per year may be available at the discretion of the ICB depending on demand and financial availability – this is not a guaranteed available sum. <br/><br/>Lot 2 - Support for families and carers of survivors of sexual abuse or violence - Aims to improve outcomes for survivors of sexual assault or violence by offering direct support to their families/carers and to measure demand and need of this cohort which is currently unknown in Norfolk and Waveney. <br/><br/>This contract will be procured on the basis of an initial 2-year contract period to pilot the service, with an option to extend for a further 2-years (4 years in total) subject to Commissioner discretion and requirements.<br/><br/>Lot 2 has an initial annual contract value of £25,000. The total over the two year contract term is £50,000 and £100,000 over the maximum 4 year contract period. <br/><br/>An additional £100,000.00 per year may be available at the discretion of the ICB depending on demand and financial availability – this is not a guaranteed available sum. <br/><br/>The successful Provider for each lot is expected to be fully operational, providing services from 1st April 2026.

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