Contract

Norfolk Community Learning Disability and Intensive Support Service

  • NHS Norfolk and Waveney Integrated Care System

F03: Contract award notice

Notice identifier: 2024/S 000-040138

Procurement identifier (OCID): ocds-h6vhtk-048458

Published 12 December 2024, 3:52pm



Section one: Contracting authority

one.1) Name and addresses

NHS Norfolk and Waveney Integrated Care System

County Hall, Martineau Lane

Norwich

NR21 2DH

Email

david.bailey1@nhs.net

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/

Buyer's address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/

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

Norfolk Community Learning Disability and Intensive Support Service

Reference number

NW2024-69

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 invited suitably qualified and experienced providers to express their interest in delivering a Norfolk Community Learning Disability and Intensive Support Service

The Community Learning Disability Service will work with all people with a learning disability registered with a GP in Norfolk. To access the services of Tier 3 and Tier 4 of the service specification, adults must be 18+.

To classify as severe learning disability, the following features must be present:

• A significantly reduced ability to understand new or complex information or learn new skills (impaired intelligence).
• A reduced ability to cope independently (impaired social functioning).
• This must begin before adulthood, with a lasting effect on development.

This definition encompasses people with a broad range of disabilities. The presence of a low intelligence quotient, for example an IQ below 70, is not itself, a sufficient reason for deciding whether an individual should be provided with additional health and social care support.

We also want the Community Learning Disability Service to advise, guide, up-skill and raise awareness with social care provision and primary care. In these instances, these cases may be for a wider spectrum of people rather than just those with a severe learning disability.

Service Aims
• Supporting access to mainstream health services.
• Enabling others to deliver high-quality, person-centered care.
• Delivering direct therapeutic interventions.
• Positive response to crisis situations.
• Quality assurance.
• Strategic service development and transformation in support of commissioners..

This is a 3 year contract with the option to extend for up to an additional 2 years. The contract has an annual value of £6.614m 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: £33,070,000

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 objectives of this project was to commission a Norfolk Community Learning Disability and Intensive Support Service across the Norfolk & Waveney ICB region. To include LD Community Service in Norfolk, LD Psychiatry Service in Norfolk, and the LD Intensive Support Service which covers both Norfolk & Waveney. These services provide the community and secondary health services required for adults with a learning disability. Prevalence data suggests about 8,000 people live in Norfolk with a severe learning disability.

The objective is to provide a new service model aligned to the NHSE Service model Building the Right Support and the National Service Model of 2015. As part of the procurement process, we will ensure robust market and service user engagement to collect feedback to shape, integrate and improve the service. A particular focus of integration we will explore the benefits of partnership working between the LD Community service and Norfolk adult social care

The Community Learning Disability Service will work with all people with a learning disability registered with a GP in Norfolk. To access the services of Tier 3 and Tier 4 of the service specification, adults must be 18+.

To classify as severe learning disability, the following features must be present:

• A significantly reduced ability to understand new or complex information or learn new skills (impaired intelligence).
• A reduced ability to cope independently (impaired social functioning).
• This must begin before adulthood, with a lasting effect on development.

This definition encompasses people with a broad range of disabilities. The presence of a low intelligence quotient, for example an IQ below 70, is not itself, a sufficient reason for deciding whether an individual should be provided with additional health and social care support.

We also want the Community Learning Disability Service to advise, guide, up-skill and raise awareness with social care provision and primary care. In these instances, these cases may be for a wider spectrum of people rather than just those with a severe learning disability.

Service Aims
• Supporting access to mainstream health services.
• Enabling others to deliver high-quality, person-centered care.
• Delivering direct therapeutic interventions.
• Positive response to crisis situations.
• Quality assurance.
• Strategic service development and transformation in support of commissioners..

This is a 3 year contract with the option to extend for up to an additional 2 years. The contract has an annual value of £6.614m per annum.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 44

Quality criterion - Name: Improving Access, Reducing Health Inequalities & Facilitating Choice / Weighting: 18

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 28

Cost criterion - Name: Value / Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

This is a 3 year contract with an option to extend for 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 000-030873


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 December 2024

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Hertfordshire Partnership University NHS Foundation Trust

The Colonnades, Beaconsfield Road, Hatfield, Hertfordshire, AL10 8YE

Hatfield

AL10 8YE

Country

United Kingdom

NUTS code
  • UKH2 - Bedfordshire and Hertfordshire
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: £33,070,000

Total value of the contract/lot: £33,070,000


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 27th 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 Executive Management Team on 2nd December 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 - 44%
Value - 10%
Integration, Collaboration and Service Sustainability - 28%
Improving Access, Reducing - 18%
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 1st June 2025 for a period of 3 years 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

Internet address

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