Contract

Talking Therapies Service

  • NHS Derby & Derbyshire Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-001896

Procurement identifier (OCID): ocds-h6vhtk-04852a

Published 20 January 2025, 3:19pm



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

Email

ddicb.mhldaprogram@nhs.net

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