OPPORTUNITY NOTICE - IMPROVING ACCESS TO PSYCHOLOGICAL THERAPIES (IAPT) SERVICE IN LEICESTER, LEICESTERSHIRE AND RUTLAND (LLR)

Complete

Value

£59,740,000

Classifications

  • Health and social work services

Tags

  • tender

Submission Deadline

5 years ago

Published

5 years ago

Description

This is a call for competition. The 3 Leicestershire NHS Clinical Commissioning Groups (CCG's) will be re-commissioning their Improving Access to Psychological Therapies (IAPT) Service. The Commissioners are planning to procure a lead provider to deliver a Leicester, Leicestershire and Rutland (LLR) wide IAPT service from April 2021.

The Commissioners wish to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced Providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services required.

The aim of the service is to offer recommended treatments for depression and anxiety. The IAPT service contributes to the national mental health strategy which aims to:
•	Improve the mental health and wellbeing of the population and keep people well.
•	Improve outcomes for people with mental health problems through high-quality services that are equally accessible to all - the service will cover the people aged 16 and over who are registered with a Leicester, Leicestershire and Rutland GP Practice.

The objectives and expected outcomes are:
•	experience of delivering evidence based psychological therapies provision.
•	supporting integration of IAPT provision within mental health services at a neighbourhood and place-based level. 
•	build in the experience and expertise of Third sector organisations to support delivery.
•	deliver an accessible service to the diverse communities of Leicester, Leicestershire and Rutland.

The Contract shall be for a term of five (5) years from the Service start date with the possibility of extending the term by up to 24 months beyond the initial contracted term at the Commissioners' request. The anticipated contract start date is 1st of April 2021. 

The funding for the service will be a 97.5% block funding with 2.5% linked to outcomes in Year 1 increasing to 95% block and 5% linked to outcomes in Year 2 and onwards. This contract has a total value of c£59.74m including extensions (please note that the Commissioners reserve the right to reject bids that exceed the budgetary threshold).

The service will be commissioned via an open type procurement process advertised to all providers which is proportionate to the value and complexity of the service and contract. 

The invitation to tender (ITT) will be available from 17th August 2020 on M&L CSU Bravo portal (see below) and it will have a deadline for submissions 23rd September 2020. 
Clarifications may be asked during the procurement process up to a week before the ITT deadline on 16th September 2020.

We recommend current providers of similar services, providers who may be interested in providing this service, or other stakeholders who may have an interest in providing this service or parts of the service to register on the MLCSU eProcurement portal Bravo(Jaggaer) to register their interest and get access to the ITT and all the documentation.

Additional information: NOTES

"Light Touch Regime" services
This procurement is for clinical services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ("Regulations"). Accordingly, the contracting authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations.
The procedure which the contracting authorities are following is set out in the tender. As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to Cancel
The contracting authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary. The contracting authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed. All dates, time periods and values specified in this notice are provisional and the contracting authority reserves the right to change these

Transparency
The contracting authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the contracting authority. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance

Similar Contracts

Open

Healthy Communities Service in Croydon

NHS SWL ICB is seeking to commission Healthy Communities Service ("the Services"). The objectives of this procurement are to: • Put LCPs at the centre of developing local Community Delivery Plans that address each localities priorities in relation to health inequalities and our residents' health and wellbeing and • Help to make the LCPs representative of Croydon - from the larger charities to BME organisations, grassroots groups, faith communities and local residents; as well as health representatives from local neighbourhood health general practice services; • Nurture information sharing, collaborative working and a strengths-based approach in the localities; • Partnership development with all stakeholders, including primary care services, care homes. Three events are held annually in each of the 6 LCPs, which are one of the main interfaces between the VCFS and the statutory sector. These events bring active communities into the heart of Croydon's Locality Operating Model, which are designed to empower local people by connecting them with their neighbours and community-based services, thereby increasing their independence and reducing their reliance on statutory services. The Provider will work collaboratively with the geographically relevant PCN or general practice (see Appendix 1) neighbourhood health leads to ensure their attendance at the relevant LCP quarterly review meetings. Where commissioners require locality-based insight or feedback on a specific topic, policy area or programme of work, this will be communicated to the Provider and relevant Local Community Partnerships. Subject to reasonable notice and agenda planning, the subsequent LCP meeting agenda will seek to include the topic for discussion to enable community-led insight, feedback and recommendations to be gathered. Feedback captured through LCP discussions will be documented and shared with commissioners to inform commissioning decisions, service design and system priorities. The Provider will also work with the geographically relevant PCN or general practice neighbourhood health leads to ensure that the development and implementation of the LCP Community Plans are informed by general practice or PCN lead feedback, supporting alignment with the evolving neighbourhood health model of care. Locality Operating Model: Figure 1: Croydon's Locality Operating Model Through regular LCP events, population health data analytics, local intelligence and community insight are reviewed to identify locality-specific needs. In Quarter 1 of 2026/27, each Local Community Partnership (LCP) will propose three priority areas for action, focused on improving the health and wellbeing outcomes of their locality and reducing health inequalities informed by ICB provided locality specific population health data. The ICB will provide locality specific population health data by February 2026 which will be used by LCPs to interrogate data and underpin the evidence base upon which each of three priorities 2026/27 Local Community Delivery Plan will be based on. For each locality, these three priorities will be set out within a Local Community Delivery Plan, which will demonstrate clearly how the agreed priorities will be addressed through targeted activity and partnership working. There will be one Delivery Plan for each of Croydon's six localities, and these plans will be used to monitor progress. The Community Delivery Plans are live documents and will be reviewed and updated at each LCP meeting to reflect emerging data, insights and changing local needs. LCPs will be expected to maintain a strong understanding of health inequalities within their locality and to support the wider system in designing and delivering initiatives that improve residents' health and wellbeing. Over the coming year, LCP Co-Chairs will continue to expand engagement and participation, with the aim of strengthening LCPs as a key voice and delivery mechanism for residents and communities. Ongoing support and development for Co-Chairs will be required to enable them to fulfil this role effectively. Appendix 3 sets out Croydon's Local Community Partnerships Locality Co-Chairperson Code of Conduct, which has been formally signed off by Locality Co-Chairpersons and the service provider." Inclusion and engagement for insights from seldom heard communities (through community building) The objectives of this activity are to: • Strengthen community support - focus on prevention by connecting residents and community-led initiatives to Community Health Improvement and Prevention Hubs; • Support Croydon's VCFS deliver a diverse range of health and wellbeing activities that are accessible and well attended by local residents, including those who have been connected to a Community Health Improvement and Prevention Hub; • Inclusive engagement of residents and communities in LCPs and Community Plans; and • Provide evidence via Upshot, an online monitoring and evaluation system, to support a successful upscale across Croydon's six localities. The development work will focus on localities that do not have community building. The tender documents are available at Atamis : https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr00000qjPAnIAM&searchStr=C407387&sortStr=Recently+Published&page=1&filters=&County= The contract reference number is C407387. The submission deadline 9th January 2026 12pm via Atamis. The total contract value for this procurement is £70,875 (inclusive of VAT) for the life of the contract. This contract will start 1st April 2026 for a duration of 1 year. This is a regulated below-threshold procurement under Procurement Act 2023 and only provisions of the Act relevant to a regulated below-threshold procurement applies to this procurement process.

Katy Reed

Published 12 hours ago
Open

Safe Accommodation Services

In Surrey our vision is for every adult and child experiencing domestic abuse to be seen, safe and heard, and free from the harm caused by perpetrator behaviour. The work we undertake will drive all action against domestic abuse in the County. It will influence change and secure the commitment of all to prevent harm, which devastates victims' lives, no matter how old they are, and has a disproportionate effect on the lives of young people. Surrey's ambition is 'no one is left behind' and domestic abuse services play a key role in achieving this ambition. We want to achieve the priorities in our Support in Safe Accommodation Strategy, which include: • Continue to explore with Surrey's refuge and outreach providers opportunities to further enhance the support available to survivors and their children that reside in safe accommodation • Explore opportunities for resettlement, skills and employment to allow survivors of DA to live an independent, healthy and fulfilled life in the Communities they live in. • Build on the two-way communication, training and partnership work between safe accommodation providers, outreach providers and district and borough housing teams, to further improve the client journey when moving from safe accommodation to fully independent living. • Work with partners to explore further opportunities to support survivors (adults and children) of DA to stay safe in their own homes and communities, where it is safe to do so. To achieve those objectives and ambitions, SCC is looking to procure Safe Accommodation Services. These services will be delivered under 6 distinctive Lots, as outlined below: • Lot 1 Refuge – Safe Accommodation. This lot includes three different areas and Bidders are required to indicate the area they are bidding for: - Woking - Guildford - Reigate and Banstead & Waverley • Lot 2 Refuge Accommodation for All (RAFA) and Resettlement • Lot 3 Safe at Home and Community IDVA Service • Lot 4 Perpetrator Accommodation • Lot 5 Young People Using Abusive Behaviour Intervention • Lot 6 Support Survivors who are subject to Immigration processes

Katy Reed

Published 13 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete