Section one: Contracting authority
one.1) Name and addresses
NHS Derby & Derbyshire Integrated Care Board
The Council House, First Floor, Corporation Street
Derby
DE1 2FS
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
https://www.joinedupcarederbyshire.co.uk/derbyshire-integrated-care-board/
Buyer's address
https://www.joinedupcarederbyshire.co.uk/derbyshire-integrated-care-board/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Talking Therapies Service
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Derby & Derbyshire Integrated Care Board are seeking to commission Talking Therapy Services.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £65,310,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
Main site or place of performance
Derby and Derbyshire
two.2.4) Description of the procurement
NHS Derby & Derbyshire Integrated Care Board are seeking to commission Talking Therapy Services.
The service shall provide community orientated, evidence-based psychological therapies to adults in Derby and Derbyshire with 'common' mental health problems - aligned to the NHS Talking Therapies Manual (2023) (formerly known as Improving Access to Psychological Therapies (IAPT))
The service shall be flexible and responsive to the population needs and operate a biopsychosocial model of care. The service will need to support individuals approaching treatment, by taking their needs into consideration to plan holistic and integrated interventions. The service will work closely with local communities, statutory and voluntary sector providers, and a range of other partners as part of a system wide approach. The service will need to work collaboratively with system partners to ensure that pathways are developed to achieve excellent patient experience for people who require the service or related support, including support that relates to the wider determinants of their health and wellbeing.
This notice is to communicate the intention to award a contract under the Provider Selection Regime (PSR) Competitive Process.
This contract relates to an existing service with the intention to award being made to an existing provider.
The contract will commence 01st July 2025 and be 3 years with the Commissioner having the option to extend the Contract for up to a further 2 years.
The approximate lifetime value of the contract is expected to be £65,310,000.00.
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 43.00%
Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 3.00%
Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 14.00%
Quality criterion - Name: Social Value / Weighting: 10.00%
Cost criterion - Name: Value / Weighting: 30.00
two.2.11) Information about options
Options: Yes
Description of options
The contract is for a period of 3 years with an option to extend for up to a further 2 years at the discretion of the Commissioner.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-023479
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 January 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Vita Health Solutions Ltd
3 Dorset Rise
London
EC4Y 8EN
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £65,310,000
Total value of the contract/lot: £65,310,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 31st January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
If you have wish to make a written representation regarding this intention to award please contact: ddicb.mhldaprogram@nhs.net.
The award decision has been made by the NHS Derby and Derbyshire ICB Governing Body on 16th January 2025.
There were no declared conflicts or potential conflicts of interest of individuals making the decision.
The relative importance of the Key Criteria incorporated within the service was as follows:
1. Quality and Innovation: 43.00%
2. Value: 30.00%
3. Integration, Collaboration & Service Sustainability: 3.00%
4. Improving Access, Reducing Health Inequalities and Facilitating Choice: 14.00%
5. Social Value: 10.00%
The relative importance of the Key Criteria was deemed appropriate based on the requirements of the service. It should be noted that whilst the Quality and Innovation Key Criteria was weighted highest, elements incorporated within this section also crossed over with other Key Criteria aspects, particularly Integration, Collaboration and Improving Access.
The rationale for awarding to the preferred provider was that they met all requirements associated with the Basic Selection Criteria and Key Criteria, clearly demonstrating their ability to deliver the requirements of the service within their submission, and they ranked as the highest scoring provider, based on their overall Key Criteria score, within this Provider Selection Process.
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom