Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board
Sussex
Contact
Sarah Rix - Deputy Head of Procurement, Sussex
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
NHS Organisation Data Service
QNX
Internet address(es)
Main address
Buyer's address
www.scwcsu.nhs.uk/services/procurement
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
Physical Health Assessment Screen and Intervene Service for People with Severe Mental Illness - West Sussex
Reference number
WA17195
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
This notice details the intention to award a contract under the Provider Selection Regime (PSR) 2023 - Direct Award Process C.
The service seeks to improve outcomes for people living with Severe Mental Illness (SMI).
The life expectancy for people with SMI is 15-20 years lower than the general population. This disparity in health outcomes is partly due to physical health needs being overlooked. This service will seek to address the following key areas amongst others:
• Smoking is the largest avoidable cause of premature death, with more than 40% of adults with SMI smoking.
• Individuals with SMI also have double the risk of obesity and diabetes, three times the risk of hypertension and metabolic syndrome, and five times the risk of dyslipidaemia (imbalance of lipids in the bloodstream) than the general population.
The service ensures individuals living with SMI are consistently offered appropriate and timely physical health assessments despite their higher risk of poor physical health. Individuals are
supported to use available health information and offered advice or to take up tests and interventions that reduce the risk of preventable health conditions.
The service works proactively with Primary Care Networks (PCNs) to generate referrals for people on their Practice SMI Registers. The key target groups being those who need support to attend/engage with the Physical Health Check (PHC) and those having been identified as likely to benefit from Health Improvement intervention as a result of the PHC.
Referrals originate predominantly from PCNs/Practices; however, referrals from other agencies are acceptable should people meet the qualifying diagnosis.
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: £71,250
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
West Sussex
two.2.4) Description of the procurement
This notice details the intention to award a contract under the Provider Selection Regime (PSR) 2023 - Direct Award Process C.
People living with Severe Mental Illness (SMI) face one of the greatest health inequality gaps in England. The provision of a Screen and Intervene Mental Health Support Service addresses an urgent need to provide greater and more targeted support for people living with SMI in West Sussex and to ensure equity of access and consistency of provision alongside the models already in place in East Sussex (in arrangements led by East Sussex County Council) and Brighton & Hove. The service is well received by patients, who report feeling listened to and are appreciative of the tailored support offered.
This service is part of the wider recommissioning of Mental Health Support Services across West Sussex and Brighton and Hove. A pan-Sussex approach to Mental Health Support Services has been taken, with Brighton & Hove and West Sussex undertaking a joint procurement of services.
The timeframe for the re-procurement is anticipated to have new services in place from 1st October 2025.
This 6-month direct award intention for the period 1st April 2025-1st October 2025 is to ensure consistency of service provision between the expiry of the existing contract and the commencement of new contracts for Mental Health Support Services on 1st October 2025.
This short-term direct award decision has been taken to align with the date of commencement of the new services to ensure no gap in service provision as it is imperative that these services remain in place to ensure people can continue to access services.
Attendance of Physical Health Checks for people will Severe Mental Illness remains a priority for the organisation to meet targets locally and also remains high on the national agenda.
This contract is being awarded under Direct Award Process C of the Provider Selection Regime (PSR) 2023 for the following reasons:
• the relevant authority is not required to follow direct award processes A or B
• the term of the existing contract is due to expire, and the relevant authority is proposing a new contract to replace that existing contract at the end of its term
• the proposed contracting arrangements are not changing considerably from the existing contract
• the relevant authority is of the view that the existing provider is satisfying the existing contract to a sufficient standard, according to the detail outlined in the contract, and also taking into account the key criteria and applying the basic selection criteria
• the relevant authority is of the view that the existing provider will likely satisfy the proposed contract to a sufficient standard taking into account the key criteria and applying the basic selection criteria
• the procurement is not to conclude a framework agreement or to award a contract based on a framework agreement.
The service evaluation was reviewed against the 5 key criteria and weighted accordingly:
• Quality & Innovation (20%)
• Value (20%)
• Integration, collaboration & service sustainability (25%)
• Improving access, reducing health inequalities and facilitating choice (25%)
• Social value (10%)
This notice is a Provider Selection Regime (PSR) intention to award notice. The award 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. Any representations by providers in relation to this intention, must be submitted via e-mail to the relevant authority's representative sarah.rix1@nhs.net before midnight of the 30th September 2024.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100%
Price - Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
In accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 - Direct Award C.
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 under Direct Award Process C. 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 on 30th September 2024. This contract has not yet formally been awarded.
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
30 August 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
Southdown Housing Association Limited
2 Bell Lane
Lewes
BN7 1JU
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
Charity Commission (England and Wales)
IP20755R
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £71,250
Section six. Complementary information
six.3) Additional information
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Decision maker: Deputy Chief Delivery and Strategy Officer, and Director of Strategic Commissioning , NHS Sussex ICB.
No conflicts of interest were declared.
The service evaluation was reviewed against the 5 key criteria and weighted as follows:
Quality and innovation (20%)
Value (20%)
Integration, collaboration and service sustainability (25%)
Improving access, reducing health inequalities and facilitating choice (25%)
Social Value (10%)
In determining the weightings for each of the criteria, the primary focus was on ensuring that the evaluation process reflected the key priorities and objectives of the service.
Quality & Innovation: The weighting reflects the expectation that the provider will identify areas for quality improvement and innovation within the service provision, recognising the importance of innovation and adaptability in meeting the evolving needs of service users while maintaining excellence in service delivery.
Value: It is essential to ensure that resources are utilised efficiently and effectively to deliver sustainable and cost-effective services. It is expected that provider will identify areas for quality improvement and innovation within service provision.
Integration, Collaboration, and Service Sustainability: This criterion highlights the critical role of integration and collaboration in enhancing service delivery. This service must be integrated into the wider mental health support services provision.
Improving Access, Reducing Health Inequalities, and Facilitating Choice: This criterion underscores our commitment to promoting equitable access to healthcare services. It emphasises the importance of addressing health inequalities, ultimately leading to improved health outcomes for all. The users of this service are those with SMI who are a target group in addressing health inequalities.
Social Value: Social Value 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. The weighting of this criterion acknowledges that this service will have limited impact on improving economic, social, and environmental well-being of the area.
The existing provider was assessed against the key criteria which were weighted according to importance in terms of service delivery and scored satisfactorily against the assessed criteria.
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
six.4.2) Body responsible for mediation procedures
NHS England
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom