Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Star Academies - Mental Health Practitioner

  • First published: 17 April 2024
  • Last modified: 17 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04527e
Published by:
Star Academies
Authority ID:
AA74462
Publication date:
17 April 2024
Deadline date:
17 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The selected supplier will be expected to provide mental health practitioner services in-scope schools within the contractual arrangements set out in this document. The Contract will be based on Star’s Terms and Conditions. This will include the relevant minimum service level requirements (SLA/KPIs) for the successful tenderer. Star Academies is looking to run an FTS (EU) compliant tender split into four regional lots with the intention of creating a contract with a single supplier per lot. This will be a restricted process and a process timetable can be found further below in this document. The supplier selected must be able to provide the complete provision of mental health services across Star schools. Star schools may include primaries and secondaries of faith and non-faith types. Schools will be strongly encouraged to take up the provision but some schools may have sufficient in-house capability to negate this need. It is anticipated that schools will phase in over the life of

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Star Academies

Shadsworth Road

Blackburn

BB1 2HT

UK

Contact person: Matthew Little

E-mail: matthew.little@staracademies.org

NUTS: UKD41

Internet address(es)

Main address: https://staracademies.org/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.in-tendhost.co.uk/educationportal/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.in-tendhost.co.uk/educationportal/aspx/Home


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Star Academies - Mental Health Practitioner

Reference number: ITT/2024/MHP

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The selected supplier will be expected to provide mental health practitioner services in-scope schools within the contractual arrangements set out in this document. The Contract will be based on Star’s Terms and Conditions. This will include the relevant minimum service level requirements (SLA/KPIs) for the successful tenderer. Star Academies is looking to run an FTS (EU) compliant tender split into four regional lots with the intention of creating a contract with a single supplier per lot. This will be a restricted process and a process timetable can be found further below in this document. The supplier selected must be able to provide the complete provision of mental health services across Star schools. Star schools may include primaries and secondaries of faith and non-faith types. Schools will be strongly encouraged to take up the provision but some schools may have sufficient in-house capability to negate this need. It is anticipated that schools will phase in over the life of

II.1.5) Estimated total value

Value excluding VAT: 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Suppliers may be successful in all lots which the contract will reflect

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - North West

II.2.2) Additional CPV code(s)

80100000

85000000

80200000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Cheshire, Cumbria, Greater Manchester, Lancashire, Merseyside

II.2.4) Description of the procurement

As per main advert

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: 225 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Retendered at the end of the contract term

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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.2.14) Additional information

Lot No: 2

II.2.1) Title

Lot 2 - West Yorkshire

II.2.2) Additional CPV code(s)

80100000

85000000

80200000

II.2.3) Place of performance

NUTS code:

UKE4


Main site or place of performance:

Bradford, Calderdale, Kirklees, Leeds, Wakefield

II.2.4) Description of the procurement

As per main advert

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: 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Retender at the end of the contract term

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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.2.14) Additional information

Lot No: 3

II.2.1) Title

Lot 3 - West Midlands

II.2.2) Additional CPV code(s)

80100000

85000000

80200000

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

Birmingham, Coventry, Dudley, Sandwell, Solihull, Walsall, Wolverhampton

II.2.4) Description of the procurement

As per procurement main advert

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: 225 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Retender at the end of the contract term

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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.2.14) Additional information

Lot No: 4

II.2.1) Title

Lot 4 - London

II.2.2) Additional CPV code(s)

80100000

85000000

80200000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Greater London urban area including London, Surrey, Hertfordshire, Berkshire, Essex and Kent

II.2.4) Description of the procurement

As per main procurement advert

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: 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Retender at the end of the contract term

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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.2.14) Additional information

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:

Practitioners must hold a 4 year relevant degree to the services and be a registered member of the Health & Care Professions Council (HCPC).

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.2.3) 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

Restricted procedure

IV.1.8) Information about 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: 17/05/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/05/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Star Academies

Blackburn

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Independent review by Trust SLT member

VI.5) Date of dispatch of this notice

16/04/2024

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
80100000 Primary education services Education and training services
80200000 Secondary education services Education and training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
matthew.little@staracademies.org
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.