Published date: 16 October 2023

Last edited date: 19 November 2023

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 21 November 2023, 12pm

Contract summary

Industry

  • Health services - 85100000

Location of contract

North West

Value of contract

£340,000 to £1,082,222

Procurement reference

WHISP 223

Published date

16 October 2023

Closing date

21 November 2023

Closing time

12pm

Contract start date

1 April 2024

Contract end date

31 March 2026

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Lancashire & South Cumbria Integrated Care Board (ICB), Blackburn with Darwen Borough Council, Blackpool Council, Lancashire County Council & Westmorland & Furness Council. They are looking to undertake a procurement for the provision of a Children & Young People Mental Health & Emotional Wellbeing Services (Digital Support) in Lancashire & South Cumbria, based on the THRIVE model.

The proposed model will cover Lancashire and South Cumbria.
There will be a maximum of 1 contract totalling £1,082,222 for the full contract length (1 year plus an optional 1 year extension).
The overall annual overall value is £541,111.
The £541,111 per annum consists of £340,000 from the ICB, £69,927 from Lancashire County Council, £64,0000 from Blackburn with Darwen Council,£14,056 from Blackpool Council and £53,128 from Westmorland & Furness Council.

The provider will need to propose activity levels for each of the funding allocations as part of the tender process.

Activity will be reviewed on a monthly basis. ICB activity will be delivered first & once the agreed level is met, activity will be delivered on behalf of the appropriate Local Authority, & separate funding released to the provider.

The ICB has set an affordability threshold within the Procurement & reserves the right not to consider Bids that are unaffordable and above the affordability envelope. This will be checked during the preliminary stages of the evaluation during the compliance checks. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. Following clarification, it will reserve the right not to consider Bids that are either above the affordability threshold or unusually low. There isn't a competition on price. Bidders who submit a bid over the maximum contract values, will not achieve the score of a pass. Their bid will be regarded as non-compliant & be a failed bid and the rest of the bid will be rejected & the scoring questions will not be evaluated.
The ITT will be available on the Atamis Portal. The deadline for submissions will be Tuesday 21st November 12:00pm Mid-day.
The deadline for clarification questions is Friday 3rd November 2023 12:00pm.

As part of this procurement process, the Contracting Authorities are intending to identify one provider. To express interest & participate in the tender, please register & apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome (https://healthfamily.
force.com/s/Welcome)(https://healthfamily.force.com/s/Welcome (https://force.com/s/Welcome))

Should Tenderers have any queries, or having problems using the portal, they should contact the Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk

The relevant reference number for this tender is C214410 & the questionnaires will be located within the requirements.

Full details of the service is set out in the tender documents.


More information

Additional text

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations2015 as specified in Schedule 3 of the Regulations('Regulations')
http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made
(http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made)
(http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made
(http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made)
)
Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regime Section7
http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made(http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made)(http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made (http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made)
)
The Contracting Authority is not voluntarily following any other part of the Regulations.
As the ICB is a relevant body for the purpose of the National Health Service(Procurement, Patient Choice and Competition)(No 2) Regulations 2013 these Regulations also apply to this procurement.
Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.
The Contracting Authority shall not be liable for any costs or
expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.
Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.
In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority.
Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet.


About the buyer

Address

Leyland House
Preston
PR26 6TT
England

Telephone

01772 214076

Email

mlcsu.tendersnorth@nhs.net