Contract

Provision of Behavioural Intervention Support Programme for CYP resident in Milton Keynes (Most Suitable Process)

  • NHS England

F03: Contract award notice

Notice identifier: 2024/S 000-033426

Procurement identifier (OCID): ocds-h6vhtk-04acfc

Published 16 October 2024, 4:21pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Contact

Martyna Migas

Email

martyna.migas1@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

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

Buyer's address

https://www.england.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

Provision of Behavioural Intervention Support Programme for CYP resident in Milton Keynes (Most Suitable Process)

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a notice to award the market of the intention to commission a contract Behavioural Intervention Support Programme for CYP residents in Milton Keynes via 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: £196,562

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

This is a notice to award the market of the intention to commission a contract Behavioural Intervention Support Programme for CYP residents.

The aim of the service is to target and support Children & Young People (CYPs) to offer interventions to prevent them from getting into the criminal justice pathway. Or for those already in the pathway, to offer interventions to prevent reoccurrence of their engagement with the criminal justice system, and live meaningful and productive lives within their chosen community.

It is recognized that adverse life events in the early years of a child’s life increases the risk of the development of mental health problems and behavioural problems. Such untreated mental ill-health in CYPs can in turn reduce educational and work prospects and increase the risk of reoffending.

Early intervention is viewed as critical in preventing at risk CYPs from becoming excluded from schools and other educational forums. This projects across the EoE will seek to address the emotional, social, and mental health problems that may result from disruptive, defiant, and/or delinquent behaviour. Again, with the goal of preventing CYPs from entering/engaging with the wider criminal justice pathway.

As such the CYP projects will:
• Offer early intervention and prevention that targets those with emotional issues, at risk of offending/challenging behaviour across schools and justice settings.
• Joint work working with health, social care, schools and youth justice to provide holistic support to CYP (to include embedding services in schools and youth offending services where appropriate).
• Work with system partners
• Work with system partners to provide support for CYPs with emerging emotional wellbeing or behavioural issues and/or offending behaviour that may lead to engagement with the criminal justice pathway or exclusion from school.
• Training for those in contact with CYPs to improve skills to: 1. Recognise emerging emotional wellbeing/behavioural issues, 2. Respond to issues in a way that recognises the multi-faceted emotional needs of CYPs. Support by an understanding of support available across schools and YOT teams.
• Adopt methods for hard-to-engage CYPs, using outreach approaches to meet with the CYP in their community.

This is a new service that will be delivered by a new Provider.

The service will commence from the contract start date of 1st December 2024 until 30th November 2026,

Total contract value is £196,562 over 2 years contract period (£98,281 per annum)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

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

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:

Under the PSR regulations and Based on the assessment and the evidence collected, NHSE confirm that a contract can be awarded under the most suitable provider process. Most Suitable Process (MSP) followed in accordance with The provider Selection Regime (PSR).

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


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

16 October 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

NXG Enterprises

London

EC2A 4NE

Country

United Kingdom

NUTS code
  • UKJ12 - Milton Keynes
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: £196,562

Total value of the contract/lot: £196,562


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 the relevant authority by Midnight (00:00) on 28th October 2024 via email to martyna.migas1@nhs.net

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

The decision to award the contract is made by the Commissioner 'NHS England (East of England) - Health & Justice.

There was not conflicts of interest identified and/or declared.

Key Selection Criteria was weighted as follows:

Quality and Innovation 20%

Value - Pass/Fail

Integration, Collaboration and Service Delivery and Sustainability 20%

Improving Access, Reducing Health Inequalities and Facilitating Choice 20%

Social Value 20%

Additional questions were weighted as follows:

Delivery Model - 20%

The award criteria is the Most Suitable Provider Process Key Selection Criteria, with a weighting of 100.

The weighting was determined by the Commissioners to give appropriate relative importance to the questions asked and ensure that providers could evidence and assure the Commissioner through the Most Suitable Provider Process of their skills, knowledge and experience in delivering Behavioural Intervention Support Programme-Milton Keynes.

six.4) Procedures for review

six.4.1) Review body

Independent Choice and Procurement Panel.

Wellington House

London

SE1 8UG

Country

United Kingdom

Internet address

https://www.england.nhs.uk