Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Brooks Close
Lewes
BN7 2FZ
Contact
Stuart Meredith
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
Children's Integrated Therapy and Equipment Services - C292959
Reference number
C292959
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract to an existing provider following Direct Award Process C of the UK Health Care Services (PSR) Regulations 2023 for Children's Integrated Therapy (Occupational Therapy, Physio Therapy and Speech & Language Therapy) and Equipment Service (CITES) across Sussex. 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. C292959) at:
https://healthfamily.force.com/s/Welcome
by midnight (23:59) on 31/07/24. 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 84 months (60 months + 24 months option to extend)
The service value is £5,196,000 per annum.
CITES is a combined single service that provides children's therapy and equipment and includes all professional therapies, speech and language, occupational therapy and physiotherapy. It works seamlessly with other key providers including Education, Paediatrics, CAMHS, and Children's Social Care. The service will be fully integrated with all stages of the neurodevelopmental and neuro-disability pathways. Its success will be in contributing to timely and streamlined assessment and management to improve children's outcomes. Removing inefficiencies and duplication, promoting equality of access according to need, improving quality standards and increasing value for money are all values of the service.
The Children's Integrated Therapy and Equipment Service's overarching aim is that all children and young people known to the service achieve their best possible developmental potential and physical and emotional health and well-being both in childhood and through transition into adulthood.
The Children's Integrated Therapy and Equipment Service will provide equipment on loan to disabled children and young people living in East Sussex enabling them to do tasks they would otherwise be unable to do, to enable access to education, or to provide support to a Carer to enable ongoing care in their home.
The Children's Integrated Therapy and Equipment Service will work closely with health providers and the wider Local Authority to deliver services in line with National Institute for Health and Care Excellence (NICE), National Confidential Enquiry into Patient Outcome and Death (NCEPOD), and other relevant national guidance. The service is a significant provider alongside other services for children with Special Educational Needs and Disabilities (SEND) and is required to contribute to the way of working outlined in the SEND Reforms of the Children and Families Act 2014.
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: £36,372,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS Sussex ICB intends to award a contract to an existing provider following Direct Award Process C under the Provider Selection Regime (PSR). The Children's Integrated Therapy and Equipment Service will:
• Contribute to multidisciplinary assessment of children and young people on neurodevelopmental pathways.
• Offer a team approach that maintains an appropriate skill mix to achieve best value for children and young people and their families, the Local Authority, and the NHS.
• Provide a timely, accessible therapy service that is responsive to the needs of children, and young people that are referred to the service and their families.
• Offer multi-agency and inter-agency working to enable therapy objectives to be effectively integrated into the child's everyday life. This includes training for other staff to enhance their skills and support to therapy programmes.
• Provide training to parents and carers to improve their ability to support the ongoing needs of their child/children.
• Maintain a quality service through investment in continuing professional development, supervision, and support to all team members.
• Contribute to the 5 outcomes as co-produced and agreed by East Sussex leaders from health, education and social care, parents, and young people:
1. My voice is heard and acted upon (Participation)
2. My optimum health and wellbeing are supported (Physical and mental health)
3. I feel confident and secure (Safety and security)
4. I belong and feel valued for who I am - Inclusion and belonging (Provision)
5. I am supported to develop and achieve my goals (Progress and achievement)
The service seeks to meet:
• The assessed health care requirements to be met by the NHS as the responsible commissioner.
• The statutory requirements of the Local Authority such as housing adaptations, equipment, and therapy provision for children with education, health, and care plans (EHCP), and assessments for children undergoing a statutory assessment (Education, Health, and Care Needs Assessment or EHCNA) including reviews.
• Offer a team approach that maintains an appropriate skill mix in order to achieve best value for children and young people and their families, the Local Authority, and the NHS.
• Provide a timely, accessible therapy service that is responsive to the needs of children, young people that are referred to the service and their families.
• Offer multi-agency and inter-agency working to enable therapy objectives to be effectively integrated into the child's everyday life. This includes training for other staff to enhance their skills and support to therapy programmes.
• Provide training to parents/carers to improve their ability to support the ongoing needs of their child/children.
• Maintain a quality service through investment in continuing professional development, supervision, and support to all team members.
Contract term: 5 years with option to extend for one period of 2 years
Contract start date: 1 April 2025
Contract end date: 31 March 2030
Option to extend by 1 x 24-month period to 31 March 2032
Contract value per annum: £5,196,000
Total contract value (including extension): £36,372,000
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
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. 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 made to the relevant authority by midnight (23:59) on 31/07/24. 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
31 March 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
Kent Community Foundation Hospitals Trust
Trinity House, 110 -120 Upper Pemberton, Trinity Road, Eureka Park
Ashford
TN25 4AZ
Country
United Kingdom
NUTS code
- UKJ4 - Kent
NHS Organisation Data Service
RYY
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: £36,372,000
Total value of the contract/lot: £36,372,000
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 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 made to decision makers by midnight (23:59) on 31/07/24 via the project (Atamis reference number: C292959) at: https://healthfamily.force.com/s/Welcome
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
No conflicts of interest were declared.
The service evaluation was reviewed against the 5 key criteria:
The key criteria were 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%).
Quality & Innovation: This criterion shares the heaviest weighting and was reached due to system solution challenges being met. The criterion reflects our commitment to delivering a therapy and equipment service of the highest quality. It emphasises the importance of innovation and adaptability in meeting the evolving needs of SEND and other CYP disability needs while maintaining excellence in service delivery.
Value: The criterion of "Value" holds significant importance as it underscores the necessity of achieving optimal value for public investment in children's physical health services. It is essential to ensure that resources are utilised efficiently and effectively to deliver sustainable, efficient, and cost-effective services. Overall, the service provides good value for money, demonstrated in SLT models of care delivery and within both statutory and non-statutory provision. Value is reflected in good performance data despite growing SEND activity demand.
Integration, Collaboration, and Service Sustainability: This criterion shares the second heaviest weighting, highlighting the critical role of integration and collaboration in enhancing statutory and non-statutory health service delivery. It emphasises the importance of establishing cohesive system partnerships between (but not exclusively with) providers, the local authority, with parents carers, with educational establishments to ensure the sustainability and long-term viability of the service. The service demonstrates essential parents/carer co-production and integrating the CYP voice in participation. High levels of compliance for input and integration of data into the system are expected, acknowledging consistency, utilisation, and flow to be achieved as systems mature.
Improving Access, Reducing Health Inequalities, and Facilitating Choice: Also assigned the second heaviest weighting, this criterion underscores our commitment to promoting equitable access to healthcare services for children and young people. It emphasises the importance of addressing health inequalities and enhancing patient choice, ultimately leading to improved health outcomes for all. This is critical for services with SEND service offer and family centred needs, ensuring effective integration into social care and educational partnerships to protect the most vulnerable populations at the point of need.
Social Value: While weighted the lightest among the criteria, "Social Value" remains a crucial consideration in our evaluation process. It recognises the potential impact of service changes on the local healthcare workforce and their contributions to broader social, economic, and environmental improvements in the community demonstrating effective equipment recycling, excellent engagement in local workforce development incentives such as SLT course development and with local career events. Offering sustainable student placements, high levels of apprenticeships and high levels of community engagement activity within learning environments and educational settings.
The resulting scores by section and final score were as follows:
Quality and Innovation: 20%
Value: 25%
Integration, Collaboration, and Service Sustainability: 16%
Improving Access, Reducing Health Inequalities and facilitating choice: 20%
Social Value: 10%
Total weighted score: 91%
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
six.4.2) Body responsible for mediation procedures
NHS England
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom