Contract notice

Information

Published

Date of dispatch of this notice: 13/12/2018

Expire date: 30/01/2019

External Reference: 2018-518959

TED Reference: 2018/S 243-555397

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Lancashire Care NHS Foundation Trust
RW5
Trust HQ, Sceptre Point, Sceptre Way, Walton Summit,
Preston,
PR5 6AW
UK
Contact person: Tracie Hipwell
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=26552&B=NHSSBS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Agreement for Clinical Services for Patients Requiring Counselling Services and Cognitive Behavioural Therapy
Reference number:  RW5/TH/18/46
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lancashire Care NHS Foundation Trust (LCFT) is seeking to appoint one or more suppliers to provide a Clinical Services Framework for Patients Requiring Step 3 Counselling Services (Lot 1) and Step 3 Cognitive Behavioural Therapy (CBT) (Lot 2). Lancashire Care Foundation Trust provides clinical assessment, intervention, and evaluation of patients requiring counselling and CBT as part of its Mindsmatter service.
II.1.5)

Estimated total value

Value excluding VAT: 4800000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Lot 1 Step 3 Counselling Services
Lot No:  1
II.2.2)

Additional CPV code(s)

85121200  -  Medical specialist services
85121270  -  Psychiatrist or psychologist services
II.2.3)

Place of performance

Main site or place of performance:  
Preston, PR5 6AW
II.2.4)

Description of the procurement

In order to reduce waiting times for patients waiting to be assessed, we require a partner organisation to perform counselling assessments and intervention. These will be done by appropriately qualified and experienced clinical staff.
The successful bidder(s) will undertake clinical assessment of patients requiring counselling and provide up to 8 one-hour sessions per patient including face to face, telephone, group and/ or on-line counselling sessions (where appropriate) to achieve ‘caseness’, in line with national recovery, rollout and waiting time targets.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2400000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2019  /  End: 31/03/2022
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement will run for 3 years with the option to extend for a further 12 months. The proposed start date for the services is for the period 1st April 2019 to run to 31st March 2022.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2 Step 3 CBT
Lot No:  2
II.2.2)

Additional CPV code(s)

85121200  -  Medical specialist services
85121270  -  Psychiatrist or psychologist services
II.2.3)

Place of performance

Main site or place of performance:  
Preston, PR5 6AW
II.2.4)

Description of the procurement

In order to reduce waiting times for patients waiting to be assessed, we require a partner organisation to perform CBT assessments and intervention. These will be done by appropriately qualified and experienced clinical staff.
The successful bidder(s) will undertake clinical assessment of CBT patients and provide up to 12 one-hour sessions per patient including face to face, telephone, group and/or on-line CBT sessions (where appropriate) to achieve ‘caseness’, in line with national recovery, rollout and waiting time targets. All services must be delivered in accordance with the national IAPT manual and local policies and procedures.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2400000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2019  /  End: 31/03/2022
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement will run for 3 years with the option to extend for a further 12 months. The proposed start date for the services is for the period 1st April 2019 to run to 31st March 2022.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As per tender specification
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
All clinical staff must have the recognised professional qualifications;
• LOT 1 - Counselling – minimum of Diploma in Counselling, working towards Accreditation with BACP
• LOT 2 - CBT – minimum of Post Graduate Diploma in Cognitive Behavioural Therapy
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  15
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/01/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  30/01/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Lancashire Care NHS Foundation Trust
Trust HQ, Sceptre Point, Sceptre Way, Walton Summit, , PR5 6AW
Preston
PR5 6AW
UK