Contract

Complex Learning Disability (LD) / Autism Supported Living Service (York) - Most Suitable Provider Process

  • NHS HUMBER AND NORTH YORKSHIRE INTEGRATED CARE BOARD

F03: Contract award notice

Notice identifier: 2025/S 000-041442

Procurement identifier (OCID): ocds-h6vhtk-056277

Published 18 July 2025, 5:21pm



Section one: Contracting authority

one.1) Name and addresses

NHS HUMBER AND NORTH YORKSHIRE INTEGRATED CARE BOARD

Health House, Grange Park Lane, Willerby

East Riding of Yorkshire

HU106DT

Email

hnyicb.procurement@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

NHS Organisation Data Service

QOQ

Internet address(es)

Main address

https://humberandnorthyorkshire.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

Complex Learning Disability (LD) / Autism Supported Living Service (York) - Most Suitable Provider Process

Reference number

C358448

two.1.2) Main CPV code

  • 85312500 - Rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Humber and North Yorkshire Integrated Care Board (ICB), hereafter the Relevant Authority, is seeking to procure a Complex Learning Disability (LD) / Autism Supported Living Service (York) through a Most Suitable Provider Process under The Health Care Services (Provider Selection Regime) Regulations 2023. The preferred Provider will be required to demonstrate how they will deliver a high quality, dignified, cost effective service that puts the individual at the centre of their own care which supports and maintains their on-going health and wellbeing needs.

The preferred Provider will have a strong value base that reflects:

• Positive social interactions

• Support for meaningful activity

• Opportunities for choice

• Opportunities for education, skills development, and employment

• Encouragement of greater independence

• Support to establish and maintain relationships to enable individuals to lead a good and meaningful everyday life.

The Relevant Authority wishes to establish a single Provider contract for the provision of the service. The service model will include a single Provider who will act as the contract holder with the Relevant Authority. It is anticipated that the Provider will deliver the entirety of the service specification through delivery of the Supported Living element for four (4) individuals at a site in York. The service will be required to:

• Provide expertise and specialism in effectively supporting individuals with complex needs whose needs are unable to be met within the existing local provision;

• Enhance and maintain a service user's quality of life;

• Support an overall reduction of admissions to hospital, hospital settings and emergency service responses;

• Support individuals who display behaviour that challenges, including interventions to reduce behaviour challenges;

• Respond quickly to crisis and emergency, with a local staff hub offer to allow a robust crisis response.

• Enable individuals to:

o live as independently as possible, developing the skills they require to live in settled accommodation within a local community;

o receive their support in the least restrictive way possible;

o have choice and control over their care and support, including how it is delivered and by whom;

o receive a flexible service which responds to their individual preferences and needs;

o enable achievement of individualised outcomes, and to reduce the reliance on extensive formal care and support.

The Provider must have direct access within their organisation to the below specialist staff, who are able to oversee the individuals within the service, support staff competency and capability, and ensure individuals are fully supported.

• Behavioural analyst to enable psychologically informed support plans

• Positive Behaviour Support practitioner (beyond restraint training - to work on developing the positive behaviours that render restraint unnecessary)

• Clinical Psychologist with experience of this client group as a minimum during transition stage and at a time of crisis to support the universal community service

• Mental health nurse on site or within 20 minutes travel (as measured at busy times)

Providers must confirm they have direct access (in-house) to the below training, and are able to ensure staff are fully trained and competent in the below:

• Autism training,

• PRN training,

• PBS training (including positive development for the tenant and restraint - please see above)

• Managing behaviours including Positive Behaviour Support and the use of a positive proactive and preventative model, where appropriate, such as Non-Abusive Psychological and Physical Interventions (NAPPI), - please see above

• Mental health issues,

• Complex Trauma,

• Trauma informed care approach,

• Learning Disability.

This list is not exhaustive of the full training and competency requirements of staff but are seen as key areas that are pertinent to fully supporting the level and range of complexity within the development

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: £11,300,695

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121270 - Psychiatrist or psychologist services
  • 85141200 - Services provided by nurses
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKE21 - York

two.2.4) Description of the procurement

NHS Humber and North Yorkshire Integrated Care Board (ICB), hereafter the Relevant Authority, is seeking to procure a Complex Learning Disability (LD) / Autism Supported Living Service (York) through a Most Suitable Provider Process under The Health Care Services (Provider Selection Regime) Regulations 2023. The preferred Provider will be required to demonstrate how they will deliver a high quality, dignified, cost effective service that puts the individual at the centre of their own care which supports and maintains their on-going health and wellbeing needs.

The preferred Provider will have a strong value base that reflects:

• Positive social interactions

• Support for meaningful activity

• Opportunities for choice

• Opportunities for education, skills development, and employment

• Encouragement of greater independence

• Support to establish and maintain relationships to enable individuals to lead a good and meaningful everyday life.

The Relevant Authority wishes to establish a single Provider contract for the provision of the service. The service model will include a single Provider who will act as the contract holder with the Relevant Authority. It is anticipated that the Provider will deliver the entirety of the service specification through delivery of the Supported Living element for four (4) individuals at a site in York. The service will be required to:

• Provide expertise and specialism in effectively supporting individuals with complex needs whose needs are unable to be met within the existing local provision;

• Enhance and maintain a service user's quality of life;

• Support an overall reduction of admissions to hospital, hospital settings and emergency service responses;

• Support individuals who display behaviour that challenges, including interventions to reduce behaviour challenges;

• Respond quickly to crisis and emergency, with a local staff hub offer to allow a robust crisis response.

• Enable individuals to:

o live as independently as possible, developing the skills they require to live in settled accommodation within a local community;

o receive their support in the least restrictive way possible;

o have choice and control over their care and support, including how it is delivered and by whom;

o receive a flexible service which responds to their individual preferences and needs;

o enable achievement of individualised outcomes, and to reduce the reliance on extensive formal care and support.

The Provider must have direct access within their organisation to the below specialist staff, who are able to oversee the individuals within the service, support staff competency and capability, and ensure individuals are fully supported.

• Behavioural analyst to enable psychologically informed support plans

• Positive Behaviour Support practitioner (beyond restraint training - to work on developing the positive behaviours that render restraint unnecessary)

• Clinical Psychologist with experience of this client group as a minimum during transition stage and at a time of crisis to support the universal community service

• Mental health nurse on site or within 20 minutes travel (as measured at busy times)

Providers must confirm they have direct access (in-house) to the below training, and are able to ensure staff are fully trained and competent in the below:

• Autism training,

• PRN training,

• PBS training (including positive development for the tenant and restraint - please see above)

• Managing behaviours including Positive Behaviour Support and the use of a positive proactive and preventative model, where appropriate, such as Non-Abusive Psychological and Physical Interventions (NAPPI), - please see above

• Mental health issues,

• Complex Trauma,

• Trauma informed care approach,

• Learning Disability.

This list is not exhaustive of the full training and competency requirements of staff but are seen as key areas that are pertinent to fully supporting the level and range of complexity within the development.

NHS Humber and North Yorkshire ICB is intending to award a contract under the Most Suitable Provider Process of The Health Care Services (Provider Selection Regime) Regulations 2023.

Approximate lifetime value of the contract is £11,300,695

The proposed contract is for a new healthcare service. The preferred provider is a new provider to be awarded the contract for the proposed healthcare service.

Contract term - 1 August 2025 - 31 July 2028 (contract term may be extended by two (2) years).

A Prior Information Notice was published on Find a Tender Service, 9 May 2025 - Notice identifier: 2025/S 000-020231

two.2.5) Award criteria

Cost criterion - Name: Most Suitable Provider process with regard to the key criteria / Weighting: 100

two.2.11) Information about options

Options: Yes

Description of options

Contract contains an option to extend by two (2) years.


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:

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 23:59hrs 31 July 2025. This contract has not yet formally been awarded, this notice serves as an intention to award under the Health Care Services (Provider Selection Regime) Regulations 2023.

A Prior Information Notice was published on Find a Tender Service, 9 May 2025 - Notice identifier: 2025/S 000-020231

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

18 July 2025

five.2.2) Information about tenders

Number of tenders received: 5

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

five.2.3) Name and address of the contractor

Sugarman Health and Wellbeing Limited

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

12449636

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £11,300,695


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 decision makers by 23:59hrs 31 July 2025. Provider representations in relation to this intention to award notice should be submitted in writing to hnyicb.procurement@nhs.net

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

The contract award was approved by NHS Humber and North Yorkshire ICB's Chief Executive (Acting)/Executive Director of Nursing & Quality, and Executive Director of Finance and Investment. No conflicts of interest have been declared in relation to the contract award.

The criteria applied to this intention to award was:

Basic Selection Criteria

- Mandatory and Discretionary Grounds

- Suitability to pursue activity

- Economic and Financial Standing

Key Criteria

Quality - 26%

Innovation - 3%

Value - 30%

Integration, collaboration and service sustainability - 14%

Improving Access, reducing health inequalities and facilitating choice - 6%

Social Value - 10%

Project Specific Requirements - 2%

Provider Presentation - Care Scenarios - 9%

The rationale for the relative importance of the key criteria reflected the needs of the service provision against the PSR key criteria requirements.

Key Criteria 1. Quality and Innovation - weighting based on desired importance of quality of care to be provided by the successful provider.

Key Criteria 2. Value - weighting reflective of importance of value for money, including cost control mechanism, as part of the proposed service delivery model

Key Criteria 3. Integration, collaboration and service sustainability - weighting reflective the aims of the service provision to support integration and collaboration into the community.

Key Criteria 4. Improving Access, reducing health inequalities and facilitating - weighting reflected the complex nature of the service provision is designed to offer health care services.

Key Criteria 5. Social Value - weighting has to be 10%

Following a robust assessment process against the documented Basic Selection Criteria and Key Criteria, NHS Humber and North Yorkshire ICB was able identify the highest-ranking provider to be awarded a contract for the Complex Learning Disability (LD) / Autism Supported Living Service (York).

six.4) Procedures for review

six.4.1) Review body

NHS England Independent Patient Choice and Procurement Panel

London

Country

United Kingdom

Internet address

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/