Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Support for Children, Young People and Their Families with Neurodevelopmental Conditions

  • First published: 27 November 2020
  • Last modified: 27 November 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Ipswich and East Suffolk Clinical Commissioning Group
Authority ID:
AA78232
Publication date:
27 November 2020
Deadline date:
21 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Ipswich and East Suffolk and NHS West Suffolk (the CCGs) have been reviewing the neurodevelopmental journey for children, young people and their families. We have recognised that the journey as it is, is too complex and not meeting the needs of children, young people and families in terms of information, advice and support. This has highlighted the need for a pre, during and post assessment model of support for children and young people with neurodevelopmental conditions (e.g. ASD/ADHD, behaviours that challenge), complementing services which already exist.

The CCGs are looking to commission a provision which is needs led, patient centred, innovative, trusted and responsive to the needs of the Suffolk population. We would anticipate that this approach will support, but not be limited to, children, young people, parents/carers and professionals by providing awareness of all options and support available to manage any issues that may have developed. The service will contribute towards the overall neurological development journey for children and young people and their parents/carers.

The service provider(s) will be expected to work within the Thrive Conceptual Model working across any of the 3 areas of prevention, support and intervention. Components of this may include:

• improving the outcomes and life chances for children and families including their mental wellbeing;

• developing the social functioning of children and young people;

• delivering a range of group-based work and interventions to support the management of neurodevelopmental conditions, particularly in the home environment;

• evidence that family’s awareness and coping strategies of Neurological Development has improved;

• providing opportunities for service user involvement in the design, development and review of the service;

• assisting professionals, increasing knowledge skills and confidence of the local offer.

The service provider will need to provide evidence of co-production with children, young people and families and the impact on proposed outcomes this made and to ensure ongoing service feedback and how they will use this to improve their services.

The CCGs intend to award contracts without further publication and therefore providers are required to express their interest in writing through the documented requirements outlined through the link in this notice.

The services to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). The contracting authority does not intend to hold itself bound by any of the regulations, save those applicable to Schedule 3 services.

The expression of interest documentation for completion consists of a brief questionnaire to understand the organisation’s eligibility to contract with the CCGs, and further questions to gather details of the proposal. The details of the proposal will be reviewed by the CCGs to develop a map of offers across the pathway to identify any gaps. Organisations who are eligible to contract with the CCG will be approached to submit a full application/tender which will be evaluated, moderated and ranked through a cost/quality (adjusted for scale) ratio which generates a cost per quality point which will be ranked to assign the available funding.

It is anticipated the CCGs will receive a number of varied proposals and it encourages any interested organisation from any sector to submit proposals for consideration. There is no minimum or maximum budget for the expressions of interest, but there will be an annual total of up to GBP 700 000, which is anticipated to enable multiple proposals to be commissioned.

Each commissioned service will be funded for 2 years initially and will be subject to a review at the end of the first year to ensure the service is meeting the identified needs. Services which are successfully delivering against the need will be exten

Full notice text

Social and other specific services – public contracts

Prior information notice - This notice is a call for competition

Section I: Contracting authority

I.1) Name and addresses

NHS Ipswich and East Suffolk Clinical Commissioning Group

Endeavour House, Russell Road

Ipswich

IP1 2BX

UK

Contact person: Jane Garnett

E-mail: jane.garnett@suffolk.nhs.uk

NUTS: UKH14

Internet address(es)

Main address: https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home

Address of the buyer profile: http://www.ipswichandeastsuffolkccg.nhs.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/westsuffolkcommissioning/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Support for Children, Young People and Their Families with Neurodevelopmental Conditions

Reference number: WSCCG - 00000045

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Ipswich and East Suffolk and NHS West Suffolk (the CCGs) have been reviewing the neurodevelopmental journey for children, young people and their families. We have recognised that the journey as it is, is too complex and not meeting the needs of children, young people and families in terms of information, advice and support. This has highlighted the need for a pre, during and post assessment model of support for children and young people with neurodevelopmental conditions (e.g. ASD/ADHD, behaviours that challenge), complementing services which already exist. The CCGs are looking to commission provision that is needs led, patient centred, innovative, trusted and responsive to the needs of the Suffolk population.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85300000

II.2.3) Place of performance

NUTS code:

UKH14


Main site or place of performance:

The service will be delivered in the communities of the NHS Ipswich and East Suffolk Clinical Commissioning Group and NHS West Suffolk Clinical Commissioning Group localities.

II.2.4) Description of the procurement

NHS Ipswich and East Suffolk and NHS West Suffolk (the CCGs) have been reviewing the neurodevelopmental journey for children, young people and their families. We have recognised that the journey as it is, is too complex and not meeting the needs of children, young people and families in terms of information, advice and support. This has highlighted the need for a pre, during and post assessment model of support for children and young people with neurodevelopmental conditions (e.g. ASD/ADHD, behaviours that challenge), complementing services which already exist.

The CCGs are looking to commission a provision which is needs led, patient centred, innovative, trusted and responsive to the needs of the Suffolk population. We would anticipate that this approach will support, but not be limited to, children, young people, parents/carers and professionals by providing awareness of all options and support available to manage any issues that may have developed. The service will contribute towards the overall neurological development journey for children and young people and their parents/carers.

The service provider(s) will be expected to work within the Thrive Conceptual Model working across any of the 3 areas of prevention, support and intervention. Components of this may include:

• improving the outcomes and life chances for children and families including their mental wellbeing;

• developing the social functioning of children and young people;

• delivering a range of group-based work and interventions to support the management of neurodevelopmental conditions, particularly in the home environment;

• evidence that family’s awareness and coping strategies of Neurological Development has improved;

• providing opportunities for service user involvement in the design, development and review of the service;

• assisting professionals, increasing knowledge skills and confidence of the local offer.

The service provider will need to provide evidence of co-production with children, young people and families and the impact on proposed outcomes this made and to ensure ongoing service feedback and how they will use this to improve their services.

The CCGs intend to award contracts without further publication and therefore providers are required to express their interest in writing through the documented requirements outlined through the link in this notice.

The services to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). The contracting authority does not intend to hold itself bound by any of the regulations, save those applicable to Schedule 3 services.

The expression of interest documentation for completion consists of a brief questionnaire to understand the organisation’s eligibility to contract with the CCGs, and further questions to gather details of the proposal. The details of the proposal will be reviewed by the CCGs to develop a map of offers across the pathway to identify any gaps. Organisations who are eligible to contract with the CCG will be approached to submit a full application/tender which will be evaluated, moderated and ranked through a cost/quality (adjusted for scale) ratio which generates a cost per quality point which will be ranked to assign the available funding.

It is anticipated the CCGs will receive a number of varied proposals and it encourages any interested organisation from any sector to submit proposals for consideration. There is no minimum or maximum budget for the expressions of interest, but there will be an annual total of up to GBP 700 000, which is anticipated to enable multiple proposals to be commissioned.

Each commissioned service will be funded for 2 years initially and will be subject to a review at the end of the first year to ensure the service is meeting the identified needs. Services which are successfully delivering against the need will be extended up to another 2 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Procedure involving negotiations

IV.2) Administrative information

IV.2.2) Time limit for receipt of expressions of interest

Date: 21/12/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.3) Additional information

Please note the services and associated specification and prices commissioned within this contract(s) may be subject to review and change, moving forward the Commissioners may further review its neurodevelopmental services related to this notice in conjunction with the selected providers; therefore, the scope of the possible changes to be made to this contract(s) 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, where, following assessment it is identified that it is logical for additional services to be delivered in conjunction with this contract and by the provider, both in terms of actual service delivery and to avoid duplication of costs.

VI.4) Procedures for review

VI.4.1) Review body

NHS Ipswich and East Suffolk Clinical Commissioning Group

Endeavour House, Russell Road

Ipswich

IP1 2BX

UK

VI.5) Date of dispatch of this notice

23/11/2020

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services
85300000 Social work and related services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jane.garnett@suffolk.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.