Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk & Waveney Integrated Care Board
County Hall, Martineau Ln
Norwich
NR1 2DH
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
Buyer's address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
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
NW2024-67 Professional Therapeutic Pathway
Reference number
Nw2024-67
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Norfolk and Waveney Integrated Care Board sought competitive offers for the provision of the Professional Therapeutic Pathway Service.
The aim of the service is to establish and maintain a Professional Therapeutic Pathway (PTP) that will enable us to engage with new providers and clinicians who are not currently commissioned across children and young people’s (CYP) mental health services. This will bring additional capacity to the Norfolk and Waveney (N&W) system and ensure children; young people and their families (CYP&F) can access to support more quickly and reduce the current demand on existing service providers.
This contract is for a period of 3 years with the option to extend for up to an additional 2 years. The anticipated annual contract value is £450,000 per annum consisting of the Infrastructure budget: maximum £285,000 per annum and the Therapy budget: £165,000 per annum
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: £2,250,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
Norfolk and Waveney
two.2.4) Description of the procurement
This notice is to communicate the intention to award a contract under the Provider Selection Regime (PSR) Competitive Process’.
The Service Aims to act as a lead provider for independent and Voluntary, community, faith, and social enterprise (VCFSE) providers not currently commissioned by the Norfolk & Waveney Integrated Care Board. The service will subcontract therapy from a range of accredited independent and VCFSE organisations to holistically meet the mental health needs of CYP, taking into account the family as a whole. The service will support CYP who are unable to access mainstream services due to either complexity or long waiting lists.
Outcomes
• Ensure our CYP&F get the right support in the right place, at the right time.
• Reduced health inequalities by working with CYP who are unable to access mainstream services for a range of reasons.
• Improved access and experience for CYP with neurodiversity by tailoring packages of care to meet their needs
• Improved collaborative and integrated approaches to working with key stakeholders.
• Support a reduction in waiting lists for CYP mental health services by working with commissioned providers to deliver waiting list initiatives.
• Improved outcomes for CYP&F as CYP are receiving earlier intervention and getting the right support at the right time.
• Improved experience of mental health support services for CYP&F
The Professional Therapeutic Pathway (PTP) service will cover Norfolk & Waveney across a range of accessible sites and will deliver the following:
• Support a reduction in CYP waiting lists across Norfolk and Waveney.
• Work with providers to establish a range of therapeutic interventions to meet identified need and demand.
• Work alongside the Access, Advice and Support service for CYP emotional wellbeing and mental health
• Ensure providers within the PTP have no more than one CYP waiting with a start date exceeding 4 weeks.
• Continuously identify and engage talking and creative therapy professionals to grow the PTP capacity and skill mix to meet need.
• Ensure that the PTP steering group continues to meet to agree and sign off future developments.
• Review at least annually unit costs across the collaborative members.
• Review at least annually referral process and reporting metrics with collaborative members.
• Review at least annually payment terms and contracting with PTP therapeutic organisations and individual practitioners.
• Provide regular reporting to Children and Young Person’s Alliance Executive Management Group (EMG) including performance against Key performance indicators (KPIs), successes, risks and future developments
• Review at least annually the traffic light system to ensure complexity of referrals are seen by appropriately experienced therapists.
• Maintain up to date quality and governance data on each subcontracted organisation to maintain high clinical governance.
• Collate, for each organisation, current capacity available.
• Ensure Mental health service data sets (MHSDS) submissions are sent on behalf of collaborative members, including activity and outcomes
• Ensure practitioners consistently use and report appropriate Routine Outcome Measures as part of their inclusion on the PTP
• Develop an approach which better responds to the increasing demand for support around CYP mental health and emotional wellbeing.
• Effectively align service provision within the THRIVE framework for system change
• Provide therapeutic services within a set of agreed standards and monitoring, in line with appropriate professional bodies e.g., British Association for Counselling and Psychotherapy (BACP), to ensure delivery of high-quality safe services.
• Develop robust clinical governance to ensure that quality and safety is maintained to the highest standard
• The service will ensure that therapists engaged in the PTP have adequate clinical supervision arrangements which follow NICE guidelines for frequency
This contract is for a period of 3 years with the option to extend for up to an additional 2 years. The anticipated annual contract value is £450,000 per annum.
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 41
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 29
Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Value / Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
This is a 3 year contract with the option to extend for up to an additional 2 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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-029565
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
25 November 2024
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
YMCA NORFOLK
Aylsham Road, NR3 2HF
Norwich
NR3 2HF
Country
United Kingdom
NUTS code
- UKH1 - East Anglia
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: £2,250,000
Total value of the contract/lot: £2,250,000
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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 6th December 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’
If you have wish to make a written representation regarding this intention to award notice please contact nwicb.enquiries@nhs.net.
The intention to award decision was made by the ICB Steering Group 21st November 2024.
There were no declared conflicts identified during in relation to this process.
The Key Criteria weighting for this services was as follows:
Quality & Innovation - 41%
Value - Pass/Fail
Integration, Collaboration and Service Sustainability - 29%
Improving Access, Reducing - 20%
Social Value - 10%
The relative importance of the Key Criteria was deemed appropriate based on the requirements of the service
The rationale for awarding to the preferred provider was that they have passed all pass/fail questions in the basic selection questionnaire and ranked as the highest scoring provider based on their overall Key Criteria score within this Provider Selection Process.
This contract relates to an existing service and is being awarded to an new Provider. The contract is expected to commence 2nd January 2025 and will expire 1st January 2028 with the option to extend for up to an additional 2 years.
six.4) Procedures for review
six.4.1) Review body
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Country
United Kingdom