Contract

Primary Care Mental Health Treatment Requirements in Leicester, Leicestershire and Rutland

  • NHS England

F03: Contract award notice

Notice identifier: 2024/S 000-017065

Procurement identifier (OCID): ocds-h6vhtk-0445cf

Published 31 May 2024, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

1st Floor, Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Sarah Groves

Email

sarah.groves4@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

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

Buyer's address

https://www.england.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

Primary Care Mental Health Treatment Requirements in Leicester, Leicestershire and Rutland

Reference number

2024/S 000-007104

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.1.4) Short description

Primary care mental health treatment requirements (MHTRs) are for individuals whose mental health issues do not reach the threshold of secondary care services. They have been designed to meet a gap in provision for those with lower-level mental health and dual diagnosis issues in the community. Subject to the individual’s consent, primary care MHTRs provide a psychological approach with clinical staff who screen, assess and provide psychological interventions. This is overseen by a qualified psychologist.

Individuals sentenced to a primary care MHTR will receive a high-quality, responsive assessment and interventions that are integrated into local court and probation processes within the sentenced community order.

The contract to deliver this service will commence on the 1st October 2024 for a period of 2 years. There is an option to extend the contract for a further 2 years.

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: £797,004

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire

two.2.4) Description of the procurement

Primary care mental health treatment requirements (MHTRs) are for individuals whose
mental health issues do not reach the threshold of secondary care services. They have been
designed to meet a gap in provision for those with lower-level mental health and dual
diagnosis issues in the community. Subject to the individual’s consent, primary care MHTRs
provide a psychological approach with clinical staff who screen, assess and provide
psychological interventions. This is overseen by a qualified psychologist.

Individuals sentenced to a primary care MHTR will receive a high-quality, responsive
assessment and interventions that are integrated into local court and probation processes
within the sentenced community order.

This notice is an intention to award a contract under the competitive process, the approximate lifetime value of the contract is £797,004.

This is a new service which will be for 2 years with the option to extend for a further 2 years. The contract start date is 1st October 2024.

two.2.5) Award criteria

Quality criterion - Name: Key Criteria / Weighting: 85

Cost criterion - Name: Value / Weighting: 15

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


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 000-007104


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

31 May 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Turning Point (Services) Ltd

America House, 2 America Square

London

EC3N 2LU

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: £1

Total value of the contract/lot: £797,004


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 Contract Regulations do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 12th June 2024. This contract has not yet been formally awarded; this notice services as an intention to award a contract under the competitive process of the PSR.

Representations should be made via the messaging service on the Atamis e-tendering portal (project reference C250551)

The decision to award this contract was made by NHS England Midlands Commissioning Group. There were no Conflicts of Interest.

The key criteria that NHS England commissioners used in the decision making process and the importance to delivery of the service was;

Quality and innovation - All services need to be of high quality and innovation is needed to maintain services at the highest level. The provider has systems to identify mistakes and learn from them, patient feedback is sought and acted on, staff are trained and supported, staffing levels are within regional averages, and innovation has been provided within the current service.

Value - The provider demonstrated value for money. The contract value was benchmarked against similar contracts and the new contract is considered value for money.

Integration, collaboration and service sustainability - Healthcare providers need to be able to integrate and collaborate with the secure estate operator. The service needs to demonstrate sustainability. The provider works collaboratively with the prison, and other services / agencies. They engage in regional forums with other agencies. The current and future service model is considered sustainable.

Improving access, reducing health inequalities and facilitating choice - This was considered of high importance due to the patient population and demographics. The access times for a basket of services are within national targets or regional averages. The provider has different methods for improving access and uses health promotion to address inequalities. This is expected to be maintained in the new contract.

Social Value - The provider has demonstrated an understanding of Social Value requirements and commissioners were satisfied this will continue in the new contract.

six.4) Procedures for review

six.4.1) Review body

Independent Choice and Procurement Panel.

Wellington House

London

SE1 8UG

Country

United Kingdom