Tier 4 Bariatrics Service - Lancashire, South Cumbria, Merseyside

Award

Value

£0

Classifications

  • Health services

Tags

  • award
  • contract

Published

1 month ago

Description

NHS Midlands & Lancashire CSU were working as agents, supporting the ICBs (see Section VI), with this procurement exercise.  
All communications relating to this ITT were communicated via the CSU's procurement portal https://mlcsu.bravosolution.co.uk (Jaggaer/Bravo Solutions).
The procurement was ran on the Bravo Solution Portal via  project_837 - Tier 4 Bariatrics Service- Lancashire, Cumbria, Merseyside. This was separated into two lots, with a set of common questions: 
Common Questions (ITT 886) to be completed with the additional questions for Lot 1 and/or Lot 2. 
Lot 1 - Lancashire and South Cumbria  (ITT 887)
Lot 2 - Merseyside (ITT 888)
The procurement of the Tier 4 Bariatric Service was originally planned to take place in 2020. However due to the COVID-19 outbreak, the procurement was delayed, and the interim arrangements were extended.  
Due to patient choice, the commissioner was unable to guarantee any activity for any of the successful providers so the was no guaranteed financial value relating to the contracts. 
However, the Indicative Financial Cost Envelope for Lancashire & Cumbria (based on 100% activity) was £1,401,139 per annum (at 2021/22 tariff prices). 5 years total (£7,005,695), with an option to extend for a further 2 years (£2,802,278) gives a total indicative contract value for Lot 1 of £9,807,973.
The Indicative Financial Cost Envelope for Merseyside (not including the previous Cheshire CCG) (based on 100% activity) was £1,865,210 per annum (at 2021/22 tariff prices). 5 years total would be £9,326,050, with an option to extended for a further 2 years (£3,730,420) gives a total indicative contract value for Lot 2 of £13,056,470. The total possible amount for both lots was £22,864,443. 
The contract was for 5 years with an option to extend for 2 years.
The ICB were originally looking to award to a maximum of 2 providers for each lot, one of which needed to be an NHS Acute Provider. The highest scoring NHS Acute Provider for each lot was to be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, were also to be recommended as a successful bidder. 
This lotting strategy and approach to awarding contracts was to ensure market stability which was always a key objective of this project and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway.  
The award of contracts to the recommended Bidders at the final stages of the procurement process were contingent on the Contracting Authority securing an NHS Acute Provider willing to provide the Emergency Provision as one of the recommended Bidders. 
The cost of the Bariatric Emergency Pathway will be covered outside of the contract arrangements for elective activity. The activity in relation to the Emergency Pathway is expected to be minimal. 
Bidders were permitted to bid for one or both lots.   
As part of the multi-lot tender, there were a number of common questions which were required to be completed once only  (Common ITT 886) and then the lot specific questions, were only to be completed once for each of the lots the providers were bidding for (Lot 1 ITT 887 and/or Lot 2 ITT 888).
There was to be a maximum of 4 providers across both lots.
Candidates wishing to be considered were invited to register their expression of interest &
provide additional procurement-specific information (by registering on the Bravo
portal). Candidates should register on the portal at
https://mlcsu.bravosolution.co.uk (https://mlcsu.bravosolution.co.uk) (registration
and use of the website is free of charge).

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