Planning

Complex Learning Disability (LD) / Autism Supported Living Service (York) - Most Suitable Provider Process

  • NHS HUMBER AND NORTH YORKSHIRE INTEGRATED CARE BOARD

F01: Prior information notice (prior information only)

Notice identifier: 2025/S 000-020231

Procurement identifier (OCID): ocds-h6vhtk-051036

Published 9 May 2025, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

NHS HUMBER AND NORTH YORKSHIRE INTEGRATED CARE BOARD

Health House, Grange Park Lane, Willerby

East Riding of Yorkshire

HU106DT

Email

hnyicb.procurement@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

NHS Organisation Data Service

QOQ

Internet address(es)

Main address

https://humberandnorthyorkshire.icb.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-1928.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned 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

Complex Learning Disability (LD) / Autism Supported Living Service (York) - Most Suitable Provider Process

Reference number

C358448

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Humber and North Yorkshire Integrated Care Board (ICB), hereafter the Relevant Authority, is seeking to procure a Complex Learning Disability (LD) / Autism Supported Living Service (York) through a Most Suitable Provider Process under The Health Care Services (Provider Selection Regime) Regulations 2023. The preferred Provider will be required to demonstrate how they will deliver a high quality, dignified, cost effective service that puts the individual at the centre of their own care which supports and maintains their on-going health and wellbeing needs.

The preferred Provider will have a strong value base that reflects:

• Positive social interactions

• Support for meaningful activity

• Opportunities for choice

• Opportunities for education, skills development, and employment

• Encouragement of greater independence

• Support to establish and maintain relationships to enable individuals to lead a good and meaningful everyday life.

The Relevant Authority wishes to establish a single Provider contract for the provision of the service. The service model will include a single Provider who will act as the contract holder with the Relevant Authority. It is anticipated that the Provider will deliver the entirety of the service specification through delivery of the Supported Living element for four (4) individuals at a site in York. The service will be required to:

• Provide expertise and specialism in effectively supporting individuals with complex needs whose needs are unable to be met within the existing local provision;

• Enhance and maintain a service user's quality of life;

• Support an overall reduction of admissions to hospital, hospital settings and emergency service responses;

• Support individuals who display behaviour that challenges, including interventions to reduce behaviour challenges;

• Respond quickly to crisis and emergency, with a local staff hub offer to allow a robust crisis response.

• Enable individuals to:

o live as independently as possible, developing the skills they require to live in settled accommodation within a local community;

o receive their support in the least restrictive way possible;

o have choice and control over their care and support, including how it is delivered and by whom;

o receive a flexible service which responds to their individual preferences and needs;

o enable achievement of individualised outcomes, and to reduce the reliance on extensive formal care and support.

The Provider must have direct access within their organisation to the below specialist staff, who are able to oversee the individuals within the service, support staff competency and capability, and ensure individuals are fully supported.

• Behavioural analyst to enable psychologically informed support plans

• Positive Behaviour Support practitioner (beyond restraint training - to work on developing the positive behaviours that render restraint unnecessary)

• Clinical Psychologist with experience of this client group as a minimum during transition stage and at a time of crisis to support the universal community service

• Mental health nurse on site or within 20 minutes travel (as measured at busy times)

Providers must confirm they have direct access (in-house) to the below training, and are able to ensure staff are fully trained and competent in the below:

• Autism training,

• PRN training,

• PBS training (including positive development for the tenant and restraint - please see above)

• Managing behaviours including Positive Behaviour Support and the use of a positive proactive and preventative model, where appropriate, such as Non-Abusive Psychological and Physical Interventions (NAPPI), - please see above

• Mental health issues,

• Complex Trauma,

• Trauma informed care approach,

• Learning Disability.

This list is not exhaustive of the full training and competency requirements of staff but are seen as key areas that are pertinent to fully supporting the level and range of complexity within the development.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE21 - York

two.2.4) Description of the procurement

NHS Humber and North Yorkshire Integrated Care Board (ICB), hereafter the Relevant Authority, is seeking to procure a

Complex Learning Disability (LD) / Autism Supported Living Service (York) through a Most Suitable Provider Process under The Health Care Services (Provider Selection Regime) Regulations 2023. The preferred Provider will be required to demonstrate how they will deliver a high quality, dignified, cost effective service that puts the individual at the centre of their own care which supports and maintains their on-going health and wellbeing needs.

The preferred Provider will have a strong value base that reflects:

• Positive social interactions

• Support for meaningful activity

• Opportunities for choice

• Opportunities for education, skills development, and employment

• Encouragement of greater independence

• Support to establish and maintain relationships to enable individuals to lead a good and meaningful everyday life.

The Relevant Authority wishes to establish a single Provider contract for the provision of the service. The service model will include a single Provider who will act as the contract holder with the Relevant Authority. It is anticipated that the Provider will deliver the entirety of the service specification through delivery of the Supported Living element for four (4) individuals at a site in York. The service will be required to:

• Provide expertise and specialism in effectively supporting individuals with complex needs whose needs are unable to be met within the existing local provision;

• Enhance and maintain a service user's quality of life;

• Support an overall reduction of admissions to hospital, hospital settings and emergency service responses;

• Support individuals who display behaviour that challenges, including interventions to reduce behaviour challenges;

• Respond quickly to crisis and emergency, with a local staff hub offer to allow a robust crisis response.

• Enable individuals to:

o live as independently as possible, developing the skills they require to live in settled accommodation within a local community;

o receive their support in the least restrictive way possible;

o have choice and control over their care and support, including how it is delivered and by whom;

o receive a flexible service which responds to their individual preferences and needs;

o enable achievement of individualised outcomes, and to reduce the reliance on extensive formal care and support.

two.2.14) Additional information

The Provider must have direct access within their organisation to the below specialist staff, who are able to oversee the individuals within the service, support staff competency and capability, and ensure individuals are fully supported.

• Behavioural analyst to enable psychologically informed support plans

• Positive Behaviour Support practitioner (beyond restraint training - to work on developing the positive behaviours that render restraint unnecessary)

• Clinical Psychologist with experience of this client group as a minimum during transition stage and at a time of crisis to support the universal community service

• Mental health nurse on site or within 20 minutes travel (as measured at busy times)

Providers must confirm they have direct access (in-house) to the below training, and are able to ensure staff are fully trained and competent in the below:

• Autism training,

• PRN training,

• PBS training (including positive development for the tenant and restraint - please see above)

• Managing behaviours including Positive Behaviour Support and the use of a positive proactive and preventative model, where appropriate, such as Non-Abusive Psychological and Physical Interventions (NAPPI), - please see above

• Mental health issues,

• Complex Trauma,

• Trauma informed care approach,

• Learning Disability.

This list is not exhaustive of the full training and competency requirements of staff but are seen as key areas that are pertinent to fully supporting the level and range of complexity within the development.

two.3) Estimated date of publication of contract notice

10 July 2025


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intended approach 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 Contracts Regulations 2015 do not apply to this award.

The contract award decision makers will be NHS Humber and North Yorkshire ICB's Finance, Performance and Delivery Committee.

NHS Humber and North Yorkshire ICB intention is to award a contract using the Most Suitable Provider process under the Provider Selection Regime.

Providers are to respond to Document 5 - Expression of Interest and must submit through the Atamis e-procurement portal - Atamis - Supplier Portal by 23:59 on 23 May 2025.

Further information and documentation can be found on the Atamis e-procurement portal (https://atamis-1928.my.site.com/s/Welcome) - Atamis contract reference: C358448.