Section one: Contracting authority
one.1) Name and addresses
NHS England
1st Floor, Quarry House, Quarry Hill
Leeds
LS2 7UE
Contact
Sarah Groves
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's address
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