Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board
Sackville House, Brooks Close
Lewes
BN7 2FZ
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
NHS Organisation Data Service
QNX
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/
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
Crawley Staying Well service C251561
Reference number
C251561
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Crawley Staying Well service provides a safe and supportive out-of-hours service specifically aimed at individuals who are struggling to cope because of their mental health. The service focuses around offering individuals who attend the drop-in immediate and informal face-to-face supportive interventions around their emotional and mental health geared to helping individuals feel cared for and more in control.
This is a Provider Selection Regime (PSR) intention to award notice (via Direct Award C).
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: £586,302
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
Main site or place of performance
Crawley area of NHS Sussex Integrated Care Board
two.2.4) Description of the procurement
Crawley Staying Well service provides a safe and supportive out-of-hours service specifically aimed at individuals who are struggling to cope because of their mental health. The service focuses around offering individuals who attend the drop-in immediate and informal face-to-face supportive interventions around their emotional and mental health geared to helping individuals feel cared for and more in control.
This is a Provider Selection Regime (PSR) intention to award notice (via Direct Award C). 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 publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C251561) at https://health-family.force.com/s/Welcome by midnight (23:59) on 15/3/24. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
This direct award is for a maximum period of a of 2 years, from 1/4/24 to 31/3/26 and will be enacted as a 1+1, facilitating a break clause if required.
The service value is £293,151 per annum so a total of £586,302 for the maximum 2 year period.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100
Cost criterion - Name: Value / Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
In accordance with the Health Care Services (Provider Selection Regime) Regulations 2023
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This is a Provider Selection Regime (PSR) intention to award notice (via Direct Award C). 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 publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C251561) at https://health-family.force.com/s/Welcome by midnight (23:59) on 15/3/24. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
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
28 February 2024
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Richmond Fellowship
London
N7 8JG
Country
United Kingdom
NUTS code
- UKI - London
Companies House
662712
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £586,302
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice (via Direct Award C). 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 publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C251561) at https://health-family.force.com/s/Welcome by midnight (23:59) on 15/3/24.
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Decision maker: Deputy Chief Delivery & Strategy Officer and Director of Strategic Commissioning, NHS Sussex ICB.
No conflicts of interest were declared.
A Sussex-wide review of Staying Well services took place in the autumn of 2022, during which a recommendation was endorsed to continue existing services whilst embedding changes to enable the services to be open access, to have peers embedded within the service plus realisation of an original plan to have clinicians embedded within services.
A pan-Sussex approach is being taken across these services, with the aim of developing all Staying Well Services to become open access and to ensure equality and consistency across the NHS Sussex footprint. Sussex Partnership Trust and Sussex ICB are supporting the Staying Well Services in a phased way to allow the trial of an open access model to be co-delivered by Sussex Partnership and the respective VCSE provider, which started in the autumn of 2023.
From autumn 2023 these recommendations began to be trialled in 2 Staying Well services in Brighton and Hastings, with the plan to roll them out to the other 3 Staying Well services from January 2024. A 3 month evaluation and review was written and shared within the Urgent and Emergency Care programme. This review formed the basis for the assessment and recommendation of contract extension for these services.
The extension of the contract provides the opportunity for new ways of working (ie. MH professional embedded in service and making service open access) to be trialled and evaluated before reaching decisions around future contracting and commissioning arrangements for these services.
It is intended that once a new way of deliver this service has been agreed a competitive procurement for new contracts will take place.
The service evaluation was reviewed against the 5 key criteria:
• Quality & Innovation
• Value
• Integration, collaboration & service sustainability
• Improving access, reducing health inequalities and facilitating choice
• Social value
These were then weighted as follows: Quality and innovation (25%), Value (25%), Integration, collaboration and service sustainability (20%), Improving access, reducing health inequalities and facilitating choice (20%); Social Value (10%).
The "Quality & innovation" and "Value" criteria were weighted heaviest, recognising the importance of providing a service of high quality and good value for money that can adapt to meet the changing needs of service users. "Integration, collaboration and service sustainability" was weighted second heaviest, acknowledging the benefits of ensuring that services are integrated and that there is collaboration between providers. "Improving access, reducing health inequalities, and facilitating choice" was also weighted second heaviest, supporting the aim of ensuring equity of provision. "Social value" was weighted lightest, recognising the relative importance against the other criteria and the potential scale of the impact the changes in these services have on local healthcare workforce and in contributing to improvements in social, economic and environmental conditions in the local area.
The existing provider was assessed against key criteria which were weighted according to importance in terms of service delivery and
scored satisfactorily against the assessed criteria. It was recognised that positive outcomes that have been experienced in other geographical areas as a result of implementing open access and closer clinical support (as part of the Sussex-wide service review) would be replicated in these services as these new ways of working become established. The extension to contract provides the opportunity for the new ways of working to be properly trialled and evaluated before reaching decisions around future contracting and commissioning arrangements for these services.
six.4) Procedures for review
six.4.1) Review body
NHS Sussex Integrated Care Board
Sackville House, Brooks Close
Lewes
BN7 2FZ
Country
United Kingdom
Internet address
https://www.sussex.ics.nhs.uk/
six.4.2) Body responsible for mediation procedures
NHS England
Skipton House, 80 London Road
LONDON
SE1 6LH
Country
United Kingdom