Lancs & South Cumbria - Children and Young People Mental Health & Emotional Wellbeing - Lot 6 Resilience & Prevention (Multi-Lot)

A Tender Notice
by STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT

Source
Contracts Finder
Type
Contract (Services)
Duration
2 year
Value
£250K-£500K
Sector
HEALTH
Published
04 Mar 2024
Delivery
01 Sep 2024 to 31 Aug 2026
Deadline
08 Apr 2024 11:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

Description

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Lancashire & South Cumbria Integrated Care Board(ICB) who are looking to undertake a multi-lot procurement for the provision of Children & Young People Mental Health & Emotional Wellbeing Services (Lot 6 Resilience & Prevention) in Lancashire & South Cumbria. The proposed model incorporates one service specification covering the 6 Lancashire and South Cumbria Places/lots. There will be a maximum of 6 contracts totalling £500,000 for the full contract length including the optional extension. Each contract length will be 1 year, with an option to extend for an additional 1 year. Please see below breakdown of lots and full contract values, including 1 year optional extension: Blackpool (Lot 6A) £65,280 Blackburn with Darwen (Lot 6B) £68,584 South Cumbria (Lot 6C) £41,400 Lancs East (Lot 6D) £124,544 Lancs Central (Lot 6E) £120,030 Lancs North (Lot 6F) £80,162 The ICB has set an affordability threshold for each lot within the Procurement. Bidders who submit a bid over the maximum contract values in the procurement documents, will not achieve the score of a pass. Their bid will be regarded as non-compliant and be a failed bid and the rest of the bid will be rejected and the scoring questions in each lot will not be evaluated. 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. This is not a competition on price. The ITT will be live on Monday 4th March 2024 on the Atamis Portal. The deadline for submissions will be Monday 8th April 2024 12:00pm Mid-day. The deadline for clarification questions is Monday 25th March 2024 12:00pm. As part of this procurement process, the Authority is intending to identify a maximum of one provider for each of the 6 contracts.

CPV Codes

  • 85100000 - Health services

Indicators

  • Contract is suitable for SMEs.
  • Contract is suitable for VCOs.

Other Information

To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome Should Tenderers have any queries, or having problems using the portal, they should contact the Atamis Helpdesk at Phone: 0800 9956035, E-mail: support-health@atamis.co.uk The relevant reference number for this tender is C250223 and the questionnaires will be located within the requirements. This procurement is for Social & other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') 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 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 & 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 & does not bind itself to accept the lowest tender, or any tender received, & 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 & 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.(http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made) (http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made) Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) & the Environmental Information Regulations 2004(EIR) & may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, & in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation & 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 & when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands & Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services. Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body. Further details will be made available via documentation & information released during the tender process. All dates, time periods & values specified in this notice are provisional & the Contracting Authority reserves the right to change these. https://health-family.force.com/s/Welcome

Reference

Domains