Award

Admission Prevention and Rapid Response Services - Mental Health

NORFOLK AND SUFFOLK NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Award

04 Mar 2022 at 10:52

Summary of the contracting process

The Norfolk and Suffolk NHS Foundation Trust initiated a tender for the provision of Admission Prevention and Rapid Response Services in the mental health sector, classified under health and social work services. The procurement process is currently in the award stage, with the contract set for an initial term until the end of March 2023. The award has been made to Julian Support for a total value of £576,200. The procurement method used was a limited award procedure without prior publication of a call for competition, compliant with Regulation 72 of the Public Contract Regulations.

This tender represents a significant opportunity for businesses specialising in mental health services and care provision, particularly those focused on crisis intervention and community support. Companies that can demonstrate experience in delivering effective and responsive mental health services, including support for individuals facing acute crises, will be well-positioned to compete in future procurement processes. The Norfolk and Suffolk NHS Foundation Trust plans to conduct a broader procurement process if the initial pilot is considered successful, providing potential suppliers with the chance to engage in longer-term contractual agreements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Admission Prevention and Rapid Response Services - Mental Health

Notice Description

Norfolk and Suffolk NHS Foundation Trust, working in partnership with the Norfolk and Waveney CCG, wish to expand the provision of Admission Prevention and Rapid Response services into a larger demographic area. Working with the incumbent supplier, the Trust plan to expand the current services (Admission Prevention and Rapid Response) into other areas of the Norfolk and Waveney care sector. The contract with the supplier will be awarded for an initial one year term (until the end of March 2023), at which point (if the pilot is deemed a success), the Trust plan on conducting a procurement process to identify the Most Economically Advantageous service provider for a longer contract term.

Lot Information

Lot 1

The Admission Prevention Service (APS), commissioned to the Norfolk and Suffolk NHS Foundation Trust, delivers interventions to service users that prevent an admission to an acute mental health hospital. The APS works with service users identified by NSFT's Community Mental Health Teams (CMHTs) who are "highly likely" to need admission if support is not provided to help them stay well. Interventions support persons; in crisis, with emotional and practical support, medication prompts and observation, daily life skills and activities, with housing or budgeting, to develop social and community groups, benefit applications, establishment of banking facilities and accessing adult education. The service supports individuals in crisis from presentations of crisis from anxiety through to suicidal ideation, self-harm and personality disorder etc. The 1 hour Rapid Response service offers a county wide response and integrated offer to support other secondary services. The service supports East of England Ambulance Trusts and NSFT's Mental Health Joint Response Car (MHJRC) to prevent and avoid unnecessary conveyance to Accident and Emergency (A&E) and admission to acute mental health services. The service does this by offering assessment, investigation to a service user's needs and providing brief interventions to help de-escalate crisis and signpost to a wide range of community resources. As appropriate, the service supports EEAST ambulance and Police crews time on scene, aiding in a reduction of Section 136 and Police voluntary attendance at A&E. Additional information: The contract with the supplier will be awarded for an initial one year term (until the end of March 2023), at which point (if the pilot is deemed a success), the Trust plan on conducting a procurement process to identify the Most Economically Advantageous service provider for a longer contract term.

Procurement Information

This contract modification is compliant with Regulation 72(Modification of contracts during their term) of the Public Contract Regulations; specifically section B: (b)for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor- (i)cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, or (ii)would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price does not exceed 50% of the value of the original contract; The outlined criteria of this regulation are met by this contract modification, and the Trust will conduct a full re-procurement process for the outreach service before the end of the one-year contract term (should this pilot program be successful). The Trust will advertise the subsequent procurement process, via a PIN or Contract Notice, to enable suitably qualified and capable suppliers to register an interest in any future procurement opportunity.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-031e09
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006000-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£576,200 £500K-£1M

Notice Dates

Publication Date
4 Mar 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
1 Mar 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORFOLK AND SUFFOLK NHS FOUNDATION TRUST
Contact Name
Steven Worley
Contact Email
steven.worley@nchc.nhs.uk
Contact Phone
+44 1603785866

Buyer Location

Locality
NORWICH
Postcode
NR6 5BE
Post Town
Norwich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH5 Norfolk
Small Region (ITL 3)
TLH51 Norwich and East Norfolk
Delivery Location
TLH East (England)

Local Authority
Broadland
Electoral Ward
Hellesdon North West
Westminster Constituency
Norwich North

Supplier Information

Number of Suppliers
1
Supplier Name

JULIAN SUPPORT

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-031e09-2022-03-04T10:52:11Z",
    "date": "2022-03-04T10:52:11Z",
    "ocid": "ocds-h6vhtk-031e09",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-031e09",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Admission Prevention and Rapid Response Services - Mental Health",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "Norfolk and Suffolk NHS Foundation Trust, working in partnership with the Norfolk and Waveney CCG, wish to expand the provision of Admission Prevention and Rapid Response services into a larger demographic area. Working with the incumbent supplier, the Trust plan to expand the current services (Admission Prevention and Rapid Response) into other areas of the Norfolk and Waveney care sector. The contract with the supplier will be awarded for an initial one year term (until the end of March 2023), at which point (if the pilot is deemed a success), the Trust plan on conducting a procurement process to identify the Most Economically Advantageous service provider for a longer contract term.",
        "lots": [
            {
                "id": "1",
                "description": "The Admission Prevention Service (APS), commissioned to the Norfolk and Suffolk NHS Foundation Trust, delivers interventions to service users that prevent an admission to an acute mental health hospital. The APS works with service users identified by NSFT's Community Mental Health Teams (CMHTs) who are \"highly likely\" to need admission if support is not provided to help them stay well. Interventions support persons; in crisis, with emotional and practical support, medication prompts and observation, daily life skills and activities, with housing or budgeting, to develop social and community groups, benefit applications, establishment of banking facilities and accessing adult education. The service supports individuals in crisis from presentations of crisis from anxiety through to suicidal ideation, self-harm and personality disorder etc. The 1 hour Rapid Response service offers a county wide response and integrated offer to support other secondary services. The service supports East of England Ambulance Trusts and NSFT's Mental Health Joint Response Car (MHJRC) to prevent and avoid unnecessary conveyance to Accident and Emergency (A&E) and admission to acute mental health services. The service does this by offering assessment, investigation to a service user's needs and providing brief interventions to help de-escalate crisis and signpost to a wide range of community resources. As appropriate, the service supports EEAST ambulance and Police crews time on scene, aiding in a reduction of Section 136 and Police voluntary attendance at A&E. Additional information: The contract with the supplier will be awarded for an initial one year term (until the end of March 2023), at which point (if the pilot is deemed a success), the Trust plan on conducting a procurement process to identify the Most Economically Advantageous service provider for a longer contract term.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKH"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "This contract modification is compliant with Regulation 72(Modification of contracts during their term) of the Public Contract Regulations; specifically section B: (b)for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor- (i)cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, or (ii)would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price does not exceed 50% of the value of the original contract; The outlined criteria of this regulation are met by this contract modification, and the Trust will conduct a full re-procurement process for the outreach service before the end of the one-year contract term (should this pilot program be successful). The Trust will advertise the subsequent procurement process, via a PIN or Contract Notice, to enable suitably qualified and capable suppliers to register an interest in any future procurement opportunity."
    },
    "awards": [
        {
            "id": "006000-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-46001",
                    "name": "Julian Support"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-46000",
            "name": "Norfolk and Suffolk NHS Foundation Trust",
            "identifier": {
                "legalName": "Norfolk and Suffolk NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Hellesdon Hospital",
                "locality": "NORWICH",
                "region": "UKH1",
                "postalCode": "NR6 5BE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Steven Worley",
                "telephone": "+44 1603785866",
                "email": "steven.worley@nchc.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nsft.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-46001",
            "name": "Julian Support",
            "identifier": {
                "legalName": "Julian Support"
            },
            "address": {
                "streetAddress": "23 Pilling Park Road",
                "locality": "Norwich",
                "region": "UKH",
                "postalCode": "NR1 4PA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.juliansupport.org/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-46002",
            "name": "Norfolk and Suffolk NHS Foundation Trust",
            "identifier": {
                "legalName": "Norfolk and Suffolk NHS Foundation Trust"
            },
            "address": {
                "locality": "Norwich",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-46000",
        "name": "Norfolk and Suffolk NHS Foundation Trust"
    },
    "contracts": [
        {
            "id": "006000-2022-1",
            "awardID": "006000-2022-1",
            "status": "active",
            "value": {
                "amount": 576200,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-01T00:00:00Z"
        }
    ],
    "language": "en"
}