Awarded contract

Mid Essex Mental Health Transformation – Improving Access to Psychological Therapies and Integrated Primary and Community Care

  • NHS Mid Essex Clinical Commissioning Group

F15: Voluntary ex ante transparency notice

Notice reference: 2022/S 000-008882

Published 1 April 2022, 3:57pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS Mid Essex Clinical Commissioning Group

Wren House, Colchester Road

Chelmsford

CM2 5PF

Contact

kevin.edwards@attain.co.uk

Email

kevin.edwards@attain.co.uk

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

www.midessexccg.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

Mid Essex Mental Health Transformation – Improving Access to Psychological Therapies and Integrated Primary and Community Care

Reference number

ACE-0578-2022-MID

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a voluntary ex ante transparency notice and is intended to provide notice of the Authority's intention to award a contract to deliver IAPT and IPCC Services covering the population of Mid Essex, for a period of 60 months, from 1st April 2022 – 31st March 2027 with an option to extend for a further 24 months..

The aggregate contract value is forecasted at over the five-year term is £22,691,596 (excluding VAT)£27,229,915 (including VAT). If the extension is used then total value for the seven -years is £31,768,234 (Ex. VAT) and £38,121,881 (inc. VAT)

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: £31,768,234

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Mid Essex area

two.2.4) Description of the procurement

This is a voluntary ex ante transparency notice and is intended to provide notice of the Authority's intention to award a contract to deliver IAPT and IPCC Services covering the population of Mid Essex, for a period of 60 months, from 1st April 2022 – 31st March 2027 with an option to extend for a further 24 months..

The aggregate contract value is forecasted at over the five-year term is £22,691,596 (excluding VAT)£27,229,915 (including VAT). If the extension is used then total value for the seven -years is £31,768,234 (Ex. VAT) and £38,121,881 (inc. VAT)

This notice is made by the Contracting Authority; NHS Mid Essex Clinical Commissioning Group (hereinafter referred to as “the Authority”) in compliance with their local standing financial instructions (SFIs).

The Contracting Authority is yet to agree appropriate inflation and uplift for this contract for the period of 2022/23 and 2023/24. These will be dealt with as Contract Variations in accordance with the NHS Standard Contract Terms and Conditions. The Authority deems any such variations are not substantial or material changes, as they occur due to external causes beyond the Authority's control, including changes in contract value driven by changes in patient volume. The Authority will publish appropriate Notices accordingly to communicate any such future changes to the market, once final.

The Authority will observe a 10-day standstill from the date of publication of this VEAT, during which the Authority will not enter into any contractual arrangement.

The service lines are:

1. IAPT Core

2. IAPT Demand

3. IAPT Digital Pilot

4. SMI Physical Healthcare Team

5. SMI Psychological Therapies

This integrated model has been developed around a partnership approach at all levels of care including working with the newly formed Primary Care Networks, Secondary Care and Multi-Disciplinary Teams from the Local Authority, Community providers and Acute setting. The model has been set in train and will develop further over the next few years providing benefits to patients, the population and provide value for money (VfM) for the wider health economy.

There are significant mobilisation risks, particularly around workforce recruitment and training to secure competent staff at the appropriate levels of seniority to successfully deliver mental health integration in Mid Essex. The scale of work includes; working in partnership within the provider, PCN and Local Authority environment to deliver a capable workforce, recruiting staff to teams, supporting staff through training, ensuring the ability to mobilise the appropriate blend of clinical and administrative personnel to deliver the integrated model.

The proposed contractual term is for a period of 3 years with an option to extend by a further 2 years. In accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015, the services covered by the arrangement may change and expand as the integrated model develops.

The CCG believes that the considerable targets set in the Mental Health Long Term Plan can only be achieved within the date driven timescales through the continued relationship with its current provider.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 100

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Service to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 as amended by as amended by The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020, (the "Regulations"). As such, the Contracting Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

There is an intention from the commissioner to continue to work with the incumbent, HPFT as significant system model has been designed around integrated Mental Health provision that the incumbent has co-developed with commissioners over the last three years to support the ambitions of the commissioners and the NHS Long Term Plan: - The ambition for the NHS LTP is to “establish new and integrated models of primary and community mental health care to support at least 370,000 adults and older adults per year who have severe mental illnesses by 2023/24, so that they will have greater choice and control over their care, and be supported to live well in their communities.”

Collaboratively delivering the key functions of Assessment and Interventions, Coordination and Care Planning and Community Connection would ensure improvement of quality of care, maximising continuity of care, promoting of holistic prevention with a focus on evidence-based psychological and/or pharmacological treatment offers and reduce inequalities based on inclusivity. Currently the associated contracts are discrete and reflecting NHSE desire to have one provider one contractor it is logical to integrate all relevant services under one contract with the existing provider– HPFT. This will provide an environment for longer term ICS solutions and align to the NHS Planning guidance The service lines are:

1. IAPT Core

2. IAPT Demand

3. IAPT Digital Pilot (NHS-E funded for 2021-22)

4. SMI Physical Healthcare Team

5. SMI Psychological Therapies

This integrated model has been developed around a partnership approach at all levels of care including working with the newly formed Primary Care Networks, Secondary Care and Multi-Disciplinary Teams from the Local Authority, Community providers and Acute setting. The model has been set in train and will develop further over the next few years providing benefits to patients, the population and provide value for money (VfM) for the wider health economy.

There are significant mobilisation risks, particularly around workforce recruitment and training to secure competent staff at the appropriate levels of seniority to successfully deliver mental health integration in Mid Essex. The scale of work includes; working in partnership within the provider, PCN and Local Authority environment to deliver a capable workforce, recruiting staff to teams, supporting staff through training, ensuring the ability to mobilise the appropriate blend of clinical and administrative personnel to deliver the integrated model.

The proposed contractual term is for a period of 60 months with an option to extend by a further 24 months , the services covered by the arrangement may change and expand as the integrated model develops.

The CCG believes that the considerable targets set in the Mental Health Long Term Plan can only be achieved within the date driven timescales through the continued relationship with its current provider.

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/concession

Title

Mid Essex Mental Health Transformation – Improving Access to Psychological Therapies and Integrated Primary and Community Care

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

25 March 2022

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Hertfordshire Partnership NHS Foundation Trust

The Colonnades, Beaconsfield Road

Hatfield

AL10 8YE

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
Internet address

hpft.nhs.uk

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Initial estimated total value of the contract/lot/concession: £22,691,596

Total value of the contract/lot/concession: £31,768,234

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

The Contracting Authority participating in the publication of this VEAT and the award of the contract communicated herein is:

NHS Mid Essex Clinical Commissioning Group

Wren House ,Colchester Road, Chelmsford. CM2 5PF

https://midessexccg.nhs.uk/

six.4) Procedures for review

six.4.1) Review body

High Court of Justice of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom