Section one: Contracting authority
one.1) Name and addresses
NHS Kent and Medway Integrated Care Board
2nd floor Gail House Lower Stone Street
Maidstone
ME15 6NB
Contact
William Clark
Country
United Kingdom
Region code
UKJ41 - Medway
Internet address(es)
Main address
https://www.kentandmedway.icb.nhs.uk/
Buyer's address
https://www.kentandmedway.icb.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
Kent Children & Young People's Core Therapeutic Alliance
Reference number
C335201
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Kent & Medway Integrated Care Board have undertaken a Provider Selection Regime
(PSR) Competitive Process for a Children's & Young People's Core Therapeutic Alliance service in Kent. The contract duration will be for an initial period of 10 years with an option to extend for up to a further 3 years as required.
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: £51,501,775
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
NHS Kent & Medway Integrated Care Board have undertaken a Provider Selection Regime (PSR) Competitive Process for a Children's & Young People's Core Therapeutic Alliance service in Kent. The Therapeutic Alliance will offer NICE-compliant, evidence-based, individual and group-based interventions to children and young people with predominantly moderate mental health and emotional wellbeing needs. In some cases, the Provider will support children and young people with more severe and enduring mental health needs as part of a multi-agency response / care plan.
A range of evidence-based and innovative support and interventions, including self-help support, will be offered to cater for children and young people’s differing needs and preferences. Where appropriate, support will be provided to families. Evidence-based interventions will include:
• Cognitive Behavioural Therapy
• British Association for Counselling and Psychotherapy (BACP) accredited creative therapies (examples being cooking, gardening, outward bound, arts, craft, drama, eco-therapies, music
• mentoring
• peer support sessions.
In addition, the Provider must offer a digital intervention offer that:
• is freely open to access
• is tailored for different age groups as appropriate
• is available out of hours (with some aspects available 24/7)
• has a high level of activity/supports a large number of children and young people
• includes peer support and forum functionality.
This contract relates to a new service in terms of model (moving from multiple providers to a lead provider) - existing services have been through a review to re-design service model and delivery and transform existing arrangements into a new provision with the intention to award being made to an existing provider.
The contract duration will be for an initial period of 10 years with an option
to extend for up to a further 3 years as required.
This notice is an Intention to award a contract under the Competitive Process.
The lifetime value of the contract is expected to be £51,501,775
The initial term of the contract will be between 1st April 2026 to 31st March 2036, with the option to extend to up to 31st March 2039
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 43%
Quality criterion - Name: Integration, collaboration, and service sustainability / Weighting: 14%
Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 11%
Quality criterion - Name: Social Value / Weighting: 12%
Cost criterion - Name: Value / Weighting: 20%
two.2.11) Information about options
Options: Yes
Description of options
Contract may be extended for up to 3 years
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-007721
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
2 July 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Salus
Ashford
Country
United Kingdom
NUTS code
- UKJ44 - East Kent
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £51,501,775
Total value of the contract/lot: £51,501,775
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 94 %
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 Procurement Act 2023 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 23:59 on the 15th July 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
Written representations should be sent to william.clark7@nhs.net.
Award decision-makers - Kent & Medway ICB Board
Date of decision: 1st July 2025
Conflicts of Interest: None declared
The Key Criteria used and weighted by the authority were as follows:
Quality and Innovation 43%
Value 20%
Integration, collaboration, and service sustainability 14%
Improving access, reducing health inequalities, and facilitating choice 11%
Social value 12%
The rationale for this was based on the detailed list of all requirements according to the specification and requirements of the integrated care system.
six.4) Procedures for review
six.4.1) Review body
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Country
United Kingdom