Tender

Professional Therapeutic Pathway

  • NHS Norfolk & Waveney Integrated Care Board

F02: Contract notice

Notice identifier: 2024/S 000-029565

Procurement identifier (OCID): ocds-h6vhtk-049b32

Published 16 September 2024, 3:03pm



Section one: Contracting authority

one.1) Name and addresses

NHS Norfolk & Waveney Integrated Care Board

County Hall, Martineau Ln

Norwich

NR1 2DH

Email

david.bailey1@nhs.net

Country

United Kingdom

Region code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

Buyer's address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

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

Professional Therapeutic Pathway

Reference number

NW2024-67

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Norfolk and Waveney Integrated Care Board seeks competitive offers for the provision of the Professional Therapeutic Pathway Service.

The aim of the service is to establish and maintain a Professional Therapeutic Pathway (PTP) that will enable us to engage with new providers and clinicians who are not currently commissioned across children and young people’s (CYP) mental health services. This will bring additional capacity to the Norfolk and Waveney (N&W) system and ensure children; young people and their families (CYP&F) can access to support more quickly and reduce the current demand on existing service providers.

This contract is for a period of 3 years with the option to extend for up to an additional 2 years. The anticipated annual contract value is £450,000 per annum consisting of the Infrastructure budget: maximum £285,000 per annum and the Therapy budget: £165,000 per annum

The Contracting Authority will be using an eTendering system for this market testing exercise. Further information and the expression of interest documentation can be found via the ‘Live Opportunities’ list on the e-procurement system at the following link: https://health-family-contract-search.secure.force.com/?searchtype=Projects. You can search for the opportunity by entering the following contract ref C306939.

two.1.5) Estimated total value

Value excluding VAT: £2,250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

Norfolk and Waveney

two.2.4) Description of the procurement

The Service Aims to act as a lead provider for independent and Voluntary, community, faith, and social enterprise (VCFSE) providers not currently commissioned by the Norfolk & Waveney Integrated Care Board. The service will subcontract therapy from a range of accredited independent and VCFSE organisations to holistically meet the mental health needs of CYP, taking into account the family as a whole. The service will support CYP who are unable to access mainstream services due to either complexity or long waiting lists.

Outcomes

• Ensure our CYP&F get the right support in the right place, at the right time.
• Reduced health inequalities by working with CYP who are unable to access mainstream services for a range of reasons.
• Improved access and experience for CYP with neurodiversity by tailoring packages of care to meet their needs
• Improved collaborative and integrated approaches to working with key stakeholders.
• Support a reduction in waiting lists for CYP mental health services by working with commissioned providers to deliver waiting list initiatives.
• Improved outcomes for CYP&F as CYP are receiving earlier intervention and getting the right support at the right time.
• Improved experience of mental health support services for CYP&F

The Professional Therapeutic Pathway (PTP) service will cover Norfolk & Waveney across a range of accessible sites and will deliver the following:

• Support a reduction in CYP waiting lists across Norfolk and Waveney.
• Work with providers to establish a range of therapeutic interventions to meet identified need and demand.
• Work alongside the Access, Advice and Support service for CYP emotional wellbeing and mental health
• Ensure providers within the PTP have no more than one CYP waiting with a start date exceeding 4 weeks.
• Continuously identify and engage talking and creative therapy professionals to grow the PTP capacity and skill mix to meet need.
• Ensure that the PTP steering group continues to meet to agree and sign off future developments.
• Review at least annually unit costs across the collaborative members.
• Review at least annually referral process and reporting metrics with collaborative members.
• Review at least annually payment terms and contracting with PTP therapeutic organisations and individual practitioners.
• Provide regular reporting to Children and Young Person’s Alliance Executive Management Group (EMG) including performance against Key performance indicators (KPIs), successes, risks and future developments
• Review at least annually the traffic light system to ensure complexity of referrals are seen by appropriately experienced therapists.
• Maintain up to date quality and governance data on each subcontracted organisation to maintain high clinical governance.
• Collate, for each organisation, current capacity available.
• Ensure Mental health service data sets (MHSDS) submissions are sent on behalf of collaborative members, including activity and outcomes
• Ensure practitioners consistently use and report appropriate Routine Outcome Measures as part of their inclusion on the PTP
• Develop an approach which better responds to the increasing demand for support around CYP mental health and emotional wellbeing.
• Effectively align service provision within the THRIVE framework for system change
• Provide therapeutic services within a set of agreed standards and monitoring, in line with appropriate professional bodies e.g., British Association for Counselling and Psychotherapy (BACP), to ensure delivery of high-quality safe services.
• Develop robust clinical governance to ensure that quality and safety is maintained to the highest standard
• The service will ensure that therapists engaged in the PTP have adequate clinical supervision arrangements which follow NICE guidelines for frequency


This contract is for a period of 3 years with the option to extend for up to an additional 2 years. The anticipated annual contract value is £450,000 per annum.

The Contracting Authority will be using an eTendering system for this market testing exercise. Further information and the expression of interest documentation can be found via the ‘Live Opportunities’ list on the e-procurement system at the following link: https://health-family-contract-search.secure.force.com/?searchtype=Projects. You can search for the opportunity by entering the following contract ref C306939.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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.2.2) Time limit for receipt of tenders or requests to participate

Date

15 October 2024

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 December 2024

four.2.7) Conditions for opening of tenders

Date

16 October 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Country

United Kingdom

Internet address

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