Contract

Crawley Staying Well service C251561

  • NHS Sussex Integrated Care Board

F03: Contract award notice

Notice identifier: 2024/S 000-006789

Procurement identifier (OCID): ocds-h6vhtk-044502

Published 4 March 2024, 10:15am



Section one: Contracting authority

one.1) Name and addresses

NHS Sussex Integrated Care Board

Sackville House, Brooks Close

Lewes

BN7 2FZ

Email

aelliott1@nhs.net

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

Internet address

https://www.england.nhs.uk/