Tender

NHS England Health & Justice South East - Children and Young Person's Framework for Integrated Care Community Services (Thames Valley)

  • NHS England

F02: Contract notice

Notice identifier: 2024/S 000-032494

Procurement identifier (OCID): ocds-h6vhtk-046939

Published 9 October 2024, 6:09pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

London

Contact

Drew Bromfield

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

Buyer's address

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

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

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

NHS England Health & Justice South East - Children and Young Person's Framework for Integrated Care Community Services (Thames Valley)

Reference number

C303563 / WA15639

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England Health & Justice South East (NHSE) is seeking to commission a Provider who has the capability and capacity to deliver the Children and Young Persons Framework for Integrated Care (FfIC) Community Service in the Thames valley area.

The service is to be delivered in three areas of the Thames Valley region (Oxfordshire, Berkshire and Buckinghamshire) and needs to consist of:

• A service that offers a clinical screening, assessment and professional consultancy resource to other teams and practitioners (e.g. social care, education, youth offending teams (YOTs)) in the area regarding referrals of vulnerable children with complex needs at risk of contact with the criminal justice system. The service will also advise teams and services on onward referrals of children to other appropriate services in the area.

• A youth worker service, providing ongoing face to face support and engagement to a small caseload of children and young people with complex needs referred by the screening and assessment service

The service will need to facilitate integrated local trauma-informed systems that enable vulnerable children and young people with complex needs to thrive. The Service will need to be characterised by a close level of integration between the clinical delivery and youth work delivery.

The contract term will be 4 years, with a total contract value of £6,788,000. The contract will commence on 1st April 2025.

This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.1.5) Estimated total value

Value excluding VAT: £6,788,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121270 - Psychiatrist or psychologist services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Thames Valley / Buckinghamshire

two.2.4) Description of the procurement

NHS England Health & Justice South East (NHSE) is seeking to commission a Provider who has the capability and capacity to deliver the Children and Young Persons Framework for Integrated Care (FfIC) Community Service in the Thames valley area.

The service is to be delivered in three areas of the Thames Valley region (Oxfordshire, Berkshire and Buckinghamshire) and needs to consist of:

• A service that offers a clinical screening, assessment and professional consultancy resource to other teams and practitioners (e.g. social care, education, youth offending teams (YOTs)) in the area regarding referrals of vulnerable children with complex needs at risk of contact with the criminal justice system. The service will also advise teams and services on onward referrals of children to other appropriate services in the area.

• A youth worker service, providing ongoing face to face support to a small caseload of children and young people with complex needs referred by the screening and assessment service.

The service will need to facilitate integrated local trauma-informed systems that enable vulnerable children and young people with complex needs to thrive. The Service will need to be characterised by a close level of integration between the clinical delivery and youth work delivery.

Background

Children and Young People (CYP) with complex needs experience some of the highest levels of health inequality as current systems collectively struggle to meet the needs of this group.

Their needs are defined as 'complex', as they often are:

- multiple - not just in one domain, such as mental and physical health

- persistent - long term rather than transient

- severe - not responding to standard interventions and

- framed by family and social contexts - early family disruption, loss, inequality, prevalence of Adverse Childhood Experiences.

CYP with complex needs are often challenged by service eligibility thresholds and are at risk of contact with the criminal justice system due to perceptions of behaviours and lack of engagement with formal approaches to referral and service delivery. The commissioned provider will prioritise working with those CYP who are not engaged with other services in the geographical areas to be covered.

Framework for Integrated Care

The vision for the National CYP Framework for Integrated Care (FfIC) is to facilitate local integrated trauma-informed systems that enable children and young people with complex needs to thrive. The intention of the FfIC is to effect cultural change through developing local, sustainable, and trauma-informed children's emotional wellbeing services by:

1) working collaboratively across services to co-ordinate, integrate and deliver trauma- informed care.

2) genuine co-production with CYP with complex needs, and their families, to develop services and systems that are accessible and acceptable to them.

3) working with the child directly, through relationships with staff in the role of 'young people's champions' who are psychologically informed and well supported, have a positive view of young people and are able to understand them, and who advocate for and support them effectively along their journeys.

The provider of the service will be able to evidence successful delivery regarding the 6 key Outcomes for the FfIC over the course of the Contract.

The key outcomes are:

1) Improved CYP wellbeing

2) Reduction in high-risk behaviours

3) Reduced mental health concern

4) Organisations that are more trauma-informed

5) Improved purpose/occupation for CYP

6) Improved stability of home.

The provider will be required to deliver a service in three areas of the Thames Valley, including Oxfordshire, Berkshire, and Buckinghamshire. The service will seek to integrate a screening, assessment and professional's consultancy and advisory resource for referrals from other services and professionals in touch with vulnerable children and young people with complex needs who do not reach threshold for formal interventions and who are at risk of contact with the criminal justice system alongside a youth worker resource that actively engages children referred via the screening and assessment resource. The youth work provision will work alongside children and their families to support engagement with education, work or other meaningful activity whilst promoting positive health and wellbeing.

The provider will be required to report against a national FfIC dataset, participate in relevant national and local events and forums. The provider will also need to engage with key stakeholders and agencies in the area to support the further development of trauma informed approaches to working with vulnerable children with complex needs.

The provider will be required to fully support and participate in the NHSE SE funded regional evaluation of the Framework for Integrated Care Projects.

The contract term will be 4 years, with a total contract value of £6,788,000. The contract will commence on 1st April 2025.

TUPE will apply.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s). Interested providers will be able to view this opportunity on Atamis (https://health-family.force.com/s/Welcome) searching for the project title 'NHS England Health & Justice South East - Children and Young Person's Framework for Integrated Care Community Services (Thames Valley)'

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: £6,788,000

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

Duration in months

48

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Details regarding the basic selection criteria are described within the tender documentation. This includes pass/fail questions on suitability to pursue the activity.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Details regarding the basic selection criteria are provided within the tender documentation. This includes pass/fail questions on the technical and professional ability.


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-016001

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

Date

11 November 2024

Local time

12:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 November 2024

Local time

12:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

This is a Provider Selection Regime (PSR) Contract 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.

six.4) Procedures for review

six.4.1) Review body

NHS England

London

Country

United Kingdom