Section one: Contracting authority
one.1) Name and addresses
Yorkshire Ambulance Service NHS Trust
Unit C1 Telford Way
Wakefield
WF2 0XW
Contact
Alice Hall
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Other type
NHS - Health
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
YAS 140 2024_25 Mental Health Nurse on Mental Health Response Vehicle
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
As part of the trust’s Mental Health Programme, looking to contract B6 Mental Health professionals from an established mental health provider in Hull to support our Mental Health Response Vehicles (MHRV). This will be a 6 month pilot. Yorkshure Ambulance Service intend to follow the most suitable provider process.
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: £120,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
two.2.4) Description of the procurement
We are seeking to pilot a partnership approach with a provider of Mental Services in the Hull Area. Please note that this is a broader requirement than providing agency or locum mental health professional staffing into Yorkshire Ambulance Service. For the planned pilot, the supplier would need to be CQC registered as a mental health service provider in the Hull area. The supplier would need to have their own clinical and operational governance processes in place, with an independent clinical record keeping system. A key factor will also be for the provider to have knowledge of the local mental health crisis services and alternatives to Emergency Department conveyance for patients with mental health needs presenting in the community. This is a new service and has been awarded to a new provider. This notice is an intention to award a contract under the most suitable provider process. Approximately 6 months, firm dates yet to be agreed. Most suitable provider process with regard to the key criteria with a weighting of 100%
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 30
Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 30
Quality criterion - Name: Improving Access, reducing health inequalities and facilitating choice / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: pass/fail
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
two.2.14) Additional information
The overarching objectives for this service are to:
• Provide parity of esteem to mental health patients, ensuring their physical and mental health needs are assessed and treated.
• Ensure that patients receive the right care in the right place, first time.
• Promote collaboration and integration across the Mental Health and Urgent & Emergency Care Services.
• Appropriately redirect the flow of mental health patients away from the Emergency Department (ED). Examples of alternative referral pathways may include conveyance to a crisis café, referral to a mental health crisis pathway or self-care advice.
• Better patient, staff, and referrer experience by ensuring a reduction in duplicate assessments and avoiding unnecessary conveyances to the Emergency Department
• Appropriately reduce the time emergency services (including Police) and other Health Care Professionals (HCPs) spend dealing with members of the community experiencing a mental health crisis.
• For YAS staff to gain on scene and remote support and advice from an appropriately trained mental health professional about mental health, intervention options and available services.
• To promote shared multi-professional learning amongst mental health professionals and pre-hospital clinicians.
• Reduce S136 detentions through the use of de-escalation techniques and encouraging voluntary conveyance / treatment at an appropriate place of care.
• Ensure that police have access to mental health professional advice to apply appropriate s136 detentions and conveyance with dignity to a place of safety and care.
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 yas.procurement@nhs.net by 22nd October. 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
8 October 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
Humber Teaching NHS Foundation Trust
Trust Headquarters Building
Hull
HU10 6FE
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
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: £120,000
Total value of the contract/lot: £120,000
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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority (yas.procurement@nhs.net) by 22nd October. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
The award decision makers will be the Quality and Chief Paramedic directorate, supported by Procurement. No conflicts of interest were flagged as part of this process. The Key Criteria were weighted as follows;
•Quality & Innovation – 30%
•Value – delivery and affordability threshold £120k for pilot – pass/fail
•Integration, Collaboration and Service Sustainability – 30%
•Improving Access, Reducing Health Inequalities and Facilitating Choice – 30%
•Social Value – 10%
The weightings for the 5 key criteria were determined to give appropriate relative importance to each of the sections in line with expectations for the service. The key criteria were used to assess the providers performance accordingly.
Following assessment of the providers against the key criteria above, Humber Teaching NHS Foundation Trust (Headquarters Building, Hull HU10 6FE) was deemed to be the most suitable provider for this requirement.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
website.enquiries@judiciary.gsi.gov.uk
Country
United Kingdom