Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Sackville House, Brooks Close
Lewes
BN7 2FX
Contact
Sarah Rix MCIPS
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
NHS Organisation Data Service
QNX
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/nhs-sussex/
Buyer's address
https://atamis-1928.my.site.com/s/Welcome
one.1) Name and addresses
Brighton and Hove City Council (Lot a)
Bartholomew House, Bartholomew Square
Brighton
BN1 1JE
Country
United Kingdom
Region code
UKJ21 - Brighton and Hove
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/s/Welcome
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
C316974 - Mental Health Support Services - NHS Sussex ITT
Reference number
C316974/ ITT
two.1.2) Main CPV code
- 85312500 - Rehabilitation services
two.1.3) Type of contract
Services
two.1.4) Short description
Mental Health Support Services - Brighton and Hove / West Sussex - ITT
The Commissioners (NHS Sussex Integrated Care Board and Brighton and Hove City Council) are seeking to appoint suitably qualified and experienced providers, to deliver Mental Health Support Services to the populations of Brighton and Hove and of West Sussex from 1st October 2025. The provision is divided into two Lots by geography:
Lot a) Brighton and Hove
Lot b) West Sussex.
Providers may submit a bid in response to one or both lots.
The deadline for receipt of tenders is 12 noon on 20th January 2025.
two.1.5) Estimated total value
Value excluding VAT: £48,741,637
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot a) Brighton and Hove
Lot No
a)
two.2.2) Additional CPV code(s)
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKJ21 - Brighton and Hove
Main site or place of performance
NHS Sussex ICB area:
Lot a) Brighton and Hove
Lot b) West Sussex
Please note: East Sussex provision is not included in this procurement.
two.2.4) Description of the procurement
Mental Health Support Services - Brighton and Hove / West Sussex - ITT
The Commissioners (NHS Sussex Integrated Care Board and Brighton and Hove City Council) are seeking to appoint suitably experienced providers, to deliver Mental Health Support Services to the populations of Brighton and Hove and of West Sussex from 1st October 2025. The provision is divided into two Lots by geography:
Lot a) Brighton and Hove
Lot b) West Sussex.
Providers may submit a bid response to one or both lots.
The Commissioners will contract with a single legal entity for each Lot (one in Brighton and Hove and one in West Sussex), responsible for delivery of all required Mental Health Support Services in each area. Providers will decide and detail within their bid/s, how to structure themselves in order to ensure successful delivery of all required services. It is anticipated that organisations will join together to form business relationships in order to bid collectively as a single legal entity, for example, as a Lead Provider/Sub-Contractor model, a form of Alliance model with a Lead Member, a Consortium and so on.
The NHS Standard Contracts will be for a period of 5 years with an option (of the commissioner) to extend for a period of up to a further 24 months (5+2). The combined annual value across the two lots is £6,963,091.00, £34,815,455.00 over the 5 year duration and £48,741,637.00 should the full potential extension period be taken up.
The aim of the Mental Health Support Services (MHSS) is to improve the mental health and wellbeing of the adult population in Brighton and Hove and West Sussex.
Mental Health Support Services will provide support to promote well-being, prevent mental ill health by intervening early and offer opportunities to pursue meaningful activities and avoid social isolation. They will also complement other services, provided by the NHS and local authorities, General Practice (GP) and Voluntary & Community Sector Enterprise (VCSE) to deliver holistic care as part of a pathway approach. MHSS have a key role in supporting delivery of national targets for mental health including reducing reliance on acute and crisis pathways and expanding access to community-based support.
MHSS includes four key areas:
• Provider responsibilities (governance, data reporting, system
leadership, lived experience advisory group)
• Community Development, prevention and promotion
• Advice Information and Guidance
• Getting Support
Improving population mental health and wellbeing and reducing health and care inequalities is a priority for the Sussex Integrated Care System (ICS) area. Brighton and Hove and West Sussex form part of the Sussex ICS along with East Sussex (East Sussex provision is not included in this procurement).
The proposed MHSS will help to deliver against the following ICS strategic priorities:
• The Community Mental Health Framework describes the
national vision for a place-based community mental health
model to be realised, and how community services should
modernise to offer whole-person health approaches at a
neighbourhood level
• NHS Sussex Shared Delivery Plan (SDP), Improving Lives
Together, sets out the ambition across health and care in
Sussex over the next five years, with the aim to improve the
lives of local people by supporting them to live healthier for
longer and making sure they have access to the best possible
services when they need them.
Recommissioning has offered an opportunity to take stock of what is currently in place and determine how best to transform delivery in a way that maximises the outcomes secured for the investment and drive integrated delivery across pathways of care.
This is a Provider Selection Regime (PSR) Contract Notice, procured as a 'Mixed Procurement' through the Competitive Process, 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 procurement nor any subsequent contract award.
Interested providers can 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://atamis-1928.my.site.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 Invitation To Tender (ITT) documentation, 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 to be able to submit your response through Atamis.
Please complete your response and return via the Atamis eTendering Portal, reference: C316974 - Mental Health Support Services - NHS Sussex ITT by 20th January 2025 at 12 noon.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Primary period of 5 years, with a potential extension option up to a maximum of 24 months, at the discretion of the commissioner (within this procurement) and subsequently by following the Provider Selection Regime 2023.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available via the following link: https://atamis-1928.my.site.com/s/Welcome
two.2) Description
two.2.1) Title
Lot b) West Sussex
Lot No
b)
two.2.2) Additional CPV code(s)
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
NHS Sussex ICB area:
a) Brighton and Hove
b) West Sussex
Please note East Sussex provision is not included in this procurement.
two.2.4) Description of the procurement
Mental Health Support Services - Brighton and Hove / West Sussex - ITT
The Commissioners (NHS Sussex Integrated Care Board and Brighton and Hove City Council) are seeking to appoint suitably experienced providers, to deliver Mental Health Support Services to the populations of Brighton and Hove and of West Sussex from 1st October 2025. The provision is divided into two Lots by geography:
Lot a) Brighton and Hove
Lot b) West Sussex.
Providers may submit a bid response to one or both lots.
The Commissioners will contract with a single legal entity for each Lot (one in Brighton and Hove and one in West Sussex), responsible for delivery of all required Mental Health Support Services in each area. Providers will decide and detail within their bid/s, how to structure themselves in order to ensure successful delivery of all required services. It is anticipated that organisations will join together to form business relationships in order to bid collectively as a single legal entity, for example, as a Lead Provider/Sub-Contractor model, a form of Alliance model with a Lead Member, a Consortium and so on.
The NHS Standard Contracts will be for a period of 5 years with an option (of the commissioner) to extend for a period of up to a further 24 months (5+2). The combined annual value across the two lots is £6,963,091.00, £34,815,455.00 over the 5 year duration and £48,741,637.00 should the full potential extension period be taken up.
The aim of the Mental Health Support Services (MHSS) is to improve the mental health and wellbeing of the adult population in Brighton and Hove and West Sussex.
Mental Health Support Services will provide support to promote well-being, prevent mental ill health by intervening early and offer opportunities to pursue meaningful activities and avoid social isolation. They will also complement other services, provided by the NHS and local authorities, General Practice (GP) and Voluntary & Community Sector Enterprise (VCSE) to deliver holistic care as part of a pathway approach. MHSS have a key role in supporting delivery of national targets for mental health including reducing reliance on acute and crisis pathways and expanding access to community-based support.
MHSS includes four key areas:
• Provider responsibilities (governance, data reporting, system
leadership, lived experience advisory group)
• Community Development, prevention and promotion
• Advice Information and Guidance
• Getting Support
Improving population mental health and wellbeing and reducing health and care inequalities is a priority for the Sussex Integrated Care System (ICS) area. Brighton and Hove and West Sussex form part of the Sussex ICS along with East Sussex (East Sussex provision is not included in this procurement).
The proposed MHSS will help to deliver against the following ICS strategic priorities:
• The Community Mental Health Framework describes the
national vision for a place-based community mental health
model to be realised, and how community services should
modernise to offer whole-person health approaches at a
neighbourhood level
• NHS Sussex Shared Delivery Plan (SDP), Improving Lives
Together, sets out the ambition across health and care in
Sussex over the next five years, with the aim to improve the l
lives of local people by supporting them to live healthier for
longer and making sure they have access to the best possible
services when they need them.
Recommissioning has offered an opportunity to take stock of what is currently in place and determine how best to transform delivery in a way that maximises the outcomes secured for the investment and drive integrated delivery across pathways of care.
This is a Provider Selection Regime (PSR) Contract Notice, procured as a 'Mixed Procurement' through the Competitive Process, 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 procurement nor any subsequent contract award.
Interested providers can 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://atamis-1928.my.site.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 Invitation To Tender (ITT) documentation, 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 to be able to submit your response through Atamis.
Please complete your response and return via the Atamis eTendering Portal, reference: C316974 - Mental Health Support Services - NHS Sussex ITT by 20th January 2025 at 12 noon.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Primary period of 5 years, with a potential extension option up to a maximum of 24 months, at the discretion of the commissioner (within this procurement) and subsequently by following the Provider Selection Regime 2023.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available via the following link: https://atamis-1928.my.site.com/s/Welcome
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
None.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 2024/S 000-020730
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 January 2025
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
20 January 2025
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Sussex Integrated Care Board (ICB)
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