Mental Health and Learning Disabilities & Autism Support Framework - reopen Nov 2023

Award

Description

The Suffolk and North East Essex Integrated Care Board (SNEE ICB) (the "Commissioners") are issuing this invitation to apply to be listed on the Mental Health and Learning Disabilities & Autism Support Framework (the "Support Framework").

The Support Framework has been established to allow Commissioners to work with named providers to transform and develop mental health services within the boundaries of the Ipswich and East Suffolk Alliance, West Suffolk Alliance, and North East Essex Alliance.

The Support Framework forms a list of preferred providers who have declared an interest in one or more of the listed service areas of Crisis, Children, Young People and Families (CYP&F), Community and Learning Disabilities & Autism (LD&A).

The preferred providers listed on the support framework will be approached in the first instance, prior to any open market competition, whenever an opportunity to be involved in the transformation, development and or delivery of mental health and learning disability and autism services is available. 

The Support Framework was established in April 2022 and so far, the preferred providers have been approached regarding the following services:
•	Support for Children & Young People (CYP) in crisis within a hospital or community setting that may require Tier 4 
•	CBT based transdiagnostic resources
•	Mental Health Safe Haven & Wellbeing Hub
•	Suffolk Community Connector Service 
•	Therapeutic Family Service North East Essex
•	Serious Mental Illness & Physical Health - Peer-led Outreach
•	Children & Young Persons Admission Avoidance
•	Mental Health High Intensity Users Service
•	Children & Young Persons Mental Health and Emotional Wellbeing System Offer
•	Children & Young Persons Peripatetic Service

Mental Health and Wellbeing Services within Suffolk and North East Essex are undergoing a period of transformation and the Support Framework is intended to support these developments by allowing rapid access to providers to support specification development and service delivery.

To apply for this framework you will find details on the In-tend portal https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home under the project - Mental Health and Learning Disabilities & Autism Support Framework - reopen Nov 2023. You will need to register with the portal for free and then express an interest in the project to access the application to the Support Framework.

Providers already listed on the Support Framework do not need to apply again.

Additional information: Please note that the services and associated specification and prices commissioned within this contract may be subject to review and change, moving forward the Commissioners may further review the above mentioned services in conjunction with the selected providers; therefore, the scope of the possible changes to be made to this contract shall relate to the outcomes of any continuous improvement, through a variation to the contract in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015. Please see the procurement documentation for further information.
Additionally, the contract may also be amended in terms of the original services supplied or the localities covered, where, following assessment it is identified that it is logical for additional services to be delivered in conjunction with this contract and / or by the provider(s), both in terms of actual service delivery and to avoid duplication of costs.  The adaption to services may include but is not limited to other services and specialties formally delivered in alternative care settings where it is foreseen that these services can be delivered more effectively as part of this contract.
The services to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the "Regulations"). As such, the procurement of the services is being run as a process akin to the procedure mentioned above, as outlined within the suite of procurement documents. The Contracting Authority does not intend to hold itself bound by any of the regulations, save those applicable to Schedule 3 Services.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

DHSC: OHID: Individual Placement and Support (IPS) technical and implementation support, fidelity reviews, and training.

A preliminary market engagement was held in October 2025 to share the draft specifications, proposed procurement approach, draft contract, and timetable, and to invite feedback from potential bidders. The Department of Health and Social Care is seeking to commission an external partner to deliver the Provision of Lot 1 Individual Placement and Support (IPS) technical and implementation support, fidelity reviews, and Lot 2 Individual Placement and Support (IPS) Accredited training . For the next 3 financial years 2026/27, 2027/28 and 2028/29. The intention is to commission, in two lots but as part of one exercise: Lot 1: A package of implementation and technical support for IPS teams that are newly mobilising or recently established, and approximately 135 IPS fidelity reviews or guided self-assessments (45 per year) Lot 2: Approximately 60 training places for accredited qualifications (at least 16 per year). This is in line with the commitment set out in the 2021 UK Drug Strategy and will bring IPS in community drug and alcohol treatment in line with IPS in secondary mental health services. Expanding access to IPS for drug and alcohol dependence is also a commitment of the 10 year plan for the NHS. Key objectives: Objectives are: • Supporting recently mobilised sites to work up to high effectiveness. • Supporting all sites to exceed OHID performance benchmarks and for at least 15 of sites to meet the standards of the IPS Grow Quality Mark. • All sites that have been identified for IPS fidelity reviews to attain 'good fidelity' (100 points or over) by the end of the contract.

Katy Reed

Published 7 hours ago
Open

Outsourced Provision of Multiple Clinical Services NLAG

NHS Humber Health Partnership intends to follow the most suitable provider process for the provision of Multiple Clinical Services for patients in the North and North East Lincolnshire area. The intention is to publish this notice so providers who can deliver all of these services are able to express their interest. <br/><br/>Proposed length of contract and estimated value<br/>The intention is to award a contract from 15/12/2026 to 31/03/2026 with options to extend for 3 months.<br/><br/>Based on current activity levels and requirements the maximum estimated contract value is approximately £225,000<br/><br/>Service requirements<br/>The Provider must provide the following clinical services:<br/> Orthopaedic surgery<br/> Urology procedures<br/> <br/>The provider must <br/> Have a minimum of 2 theatres<br/>Be able to mobilise the services and provide capacity within 2 weeks of confirmation of award<br/>Be able a local provider to minimise transport for patients for mobility and financial reasons.<br/> Have access to diagnostics (including x-ray, CT and MRI)<br/> Employ Staff locally with opportunities for apprenticeship<br/> Be CQC registered<br/> Provide plans to be carbon neutral by 2040<br/> Provide modern slavery policies<br/><br/>Only providers who are able to provide all the appropriately qualified, experienced and skilled staff will be considered. This is a key requirement. All staff must have the suitable skills, qualifications and competencies to undertake the specified work. All staff who work under the provider must possess the appropriate qualification/certification, Enhanced Disclosure and Barring Service (DBS) check and possess prior NHS experience. All patients need to be treated in line with accepted national standards and NICE guidance. <br/><br/>CPV Codes <br/>85111101-1 Surgical hospital services<br/>85121280-9 Ophthalmologist, dermatology or orthopaedics services<br/>85121292-6 Urologist services<br/><br/>Full specification/requirements are available in the documents that can be accessed in the Atamis e-procurement portal.

Open

Outsourced Provision of Multiple Clinical Services HUTH

PSR MSP process for Outsourced Multiple Clinical Services HUTH<br/>NHS Humber Health Partnership intends to follow the most suitable provider process for the provision of Multiple Clinical Services for patients in the Hull and East Riding area. The intention is to publish this notice so providers who can deliver all of these services are able to express their interest.<br/><br/>The Provider must provide the following clinical services:<br/>Orthopaedic surgery<br/>Gynaecology surgery<br/>Neurology outpatient and some treatments<br/>Endoscopic procedures<br/>Breast (chest wall surgery)<br/>Urology procedures<br/>Cardiology Echo and Holter examinations<br/>Spinal surgery<br/>ENT procedures<br/>Dermatology outpatient and minor procedures<br/>Plastics<br/><br/>The provider must<br/>Have a minimum of 2 theatres<br/>Be able to mobilise the services and provide capacity within 2 weeks of confirmation of award<br/>Be able a local provider to minimise transport for patients for mobility and financial reasons.<br/>Have Fixed site diagnostics (including xray, CT and MRI)<br/>Employ Staff locally with opportunities for apprenticeship<br/>Be CQC registered<br/>Provide plans to be carbon neutral by 2040<br/>Provide modern slavery policies<br/><br/>Only providers who are able to provide all the appropriately qualified, experienced and skilled staff will be considered. This is a key requirement. All staff must have the suitable skills, qualifications and competencies to undertake the specified work. All staff who work under the provider must possess the appropriate qualification/certification, Enhanced Disclosure and Barring Service (DBS) check and possess prior NHS experience. All patients need to be treated in line with accepted national standards and NICE guidance.<br/><br/>CPV Codes<br/>85100000-0 Health Services<br/>85111101-1 Surgical hospital services<br/>85111200-2 Medical hospital services<br/>85121280-9 Ophthalmologist, dermatology or orthopaedics services<br/>85111300-3 Gynaecological services<br/>85121251-7 Gastroenterologist services<br/>85121231-1 Cardiology services<br/>85121292-6 Urologist services<br/>85121282-3 Dermatology services<br/>85121291-09 Paediatric services<br/><br/>Full specification/requirements are available in the documents that can be accessed in the Atamis e-procurement portal.

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete