Section one: Contracting authority/entity
one.1) Name and addresses
NHS NORFOLK AND WAVENEY INTEGRATED CARE BOARD
8th Floor, County Hall, Martineau Lane
Norwich
NR12DH
nwicb.contractsandprocurement@nhs.net
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
NHS Organisation Data Service
26a
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Norfolk & Waveney Mental Health Advice, Support and Access Service 2022 - 2025 / CCS MHASAS 2022-2025
Reference number
2526-122
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
two.2.4) Description of the procurement at the time of conclusion of the contract:
NHS Arden & Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of the Commissioner, NHS Norfolk and Waveney CCG, commissioned an Integrated Front Door for Children and Young Peoples Mental Health Services across Norfolk and Waveney. Interested providers were invited to submit their expression of interest for this service. There was only one successful provider who is now responsible for the successful delivery of the service, Cambridgeshire Community Services.
The service was procured under the Public Contract Regulations 2015.
Providers that expressed and interest were required to respond to a series of questions scored on a "Pass/Fail" basis. The scoring criteria for each question was stipulated within the question. Only providers who scored a "Pass" on all "Pass/Fail" questions were deemed compliant & capable. The commissioner reserved the right to direct award to a provider with no further competition,
depending on the number of providers who expressed an interest and cleared the "pass/fail" questions.
The annual value of this procurement was estimated to be £640,357 for year one, and then £544,357 thereafter. The contract was awarded for an initial 2 year term with the potential to extend for a further 2 years. The contract was due to commence between October 2022 and January 2023 but due to mobilisation issues didn't commence until April 2023.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2099/S 001-999999
Section five. Award of contract/concession
Contract No
2022/S 000-009434
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
1 April 2023
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Cambridge Community Services NHS Trust
St. Ives
Country
United Kingdom
NUTS code
- UKH12 - Cambridgeshire CC
NHS Organisation Data Service
RYV
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £3,266,710
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) contract modification notice, under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act Regulations 2024 do not apply to this award. This contract has been formally modified.
Triple lock approval by ICB and NHS England.
Modification approved by ICB Interim Director of Finance.
No conflicts of interest were declared.
six.4) Procedures for review
six.4.1) Review body
NHS Norfolk and Waveney Integrated Care Board (ICB)
Norwich
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 85100000 - Health services
seven.1.3) Place of performance
NUTS code
- UKH14 - Suffolk
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
seven.1.4) Description of the procurement:
Recurrent investment in administrative support due to increased demand on the service. Additional funding is required to strengthen the staffing establishment for administrative duties, ensuring timely and efficient processing of referrals, documentation and service coordination to support overall service delivery.
Admin Support from 01/10/2024 - £193,738 broken down annually to (24-25 - £38,000, 25-26 - £77,869, 26-27 - £77,869)
This modification is permissible in line with Section 13 - 2A and 2B (ii) of The Health Care Services (Provider Selection Regime) Regulations 2023.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
30
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£3,266,710
seven.1.7) Name and address of the contractor/concessionaire
Cambridgeshire Community Services NHS Trust
St Ives
Country
United Kingdom
NUTS code
- UKH12 - Cambridgeshire CC
NHS Organisation Data Service
RYV
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
This service was procured as an expression of interest on FTS in April 2022 and mobilised in April 2023. However, by June 2023 it was evident that the original staffing model within the procured financial envelope was not sufficient either in size or senior experience to meet current and anticipated increases in demand. Additional funding was put in place by the ICB via Regulation 72 to manage unexpected patient demand and adhering to the PCR 2015 guidelines in place at that time.
This modification is to further support this developing service and is justified as follows:
These changes are made at the discretion of the relevant authority and the modification does not render the contract or framework agreement materially different in character and the cumulative change in the lifetime value of the contract or framework agreement, compared to its value when it was entered into, remains under 25%.
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
Recurrent investment in administrative support due to increased demand on the service. Additional funding is required to strengthen the staffing establishment for administrative duties, ensuring timely and efficient processing of referrals, documentation and service coordination to support overall service delivery.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £3,643,070
Total contract value after the modifications
Value excluding VAT: £3,836,808