Social and other specific services – public contracts
Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The NHS Commissioning Board operating as NHS England
  Oakley Road
  Southampton
  SO16 4GX
  UK
  
            Contact person: Hannah Morley
  
            E-mail: Scwcsu.procurement@nhs.net
  
            NUTS: UKJ32
  Internet address(es)
  
              Main address: https://www.england.nhs.uk/
  
              Address of the buyer profile: https://health-family.force.com/s/Welcome
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
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
Offender Personality Disorder (OPD) Services to HMP High Down
            Reference number: WA12908
  II.1.2) Main CPV code
  85100000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  NHS England (the Commissioner) seeks to commission Offender Personality Disorder (OPD) Services to HMP High Down. 
  The Contract will be for a term of 7 years. Services are scheduled to commence on 1st April 2023. 
  The maximum total contract value is £4,040,000 (inclusive of mobilisation funding of up to £50,000 in Year 1). 
  Interested parties are invited to take part in an Invitation to Tender (ITT) process, based on the Open procedure, and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider.
  II.1.5) Estimated total value
  Value excluding VAT: 
			4 040 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.3) Place of performance
    NUTS code:
    UKJ2
Main site or place of performance:
    HMP High Down
    II.2.4) Description of the procurement
    NHS England (the Commissioner) seeks to commission Offender Personality Disorder (OPD) Services to HMP High Down. The Commissioner will be contracting for the services using the National NHS Standard Contract.
    HMP High Down has recently changed its role, moving from being a Category B local prison to a Category C resettlement and training prison.
    As part of this change, the self-contained health care unit is being decommissioned and will be developed into a self-contained Psychologically Informed Planned Environment (PIPE) unit. 
    The Services delivered will consist of two elements:
    The use of the self-contained unit will form the first element of the service and will be based on a Progression PIPE model. The intended target group are men who have mild to moderate learning disabilities and who have completed treatment elsewhere. This service will also focus on providing additional support to men transitioning into and out of the unit. 
    This will be the first unit of its type in the Category C prison estate working specifically with men who have a mild to moderate learning disability within a PIPE environment. There will be 23 spaces on the unit and the service will be open to men who have committed all offence types. It will be a national resource, with most referrals likely to be from other sites.
    The second element of the service is a wider, non-residential, service for men who meet the criteria for an OPD service within HMP High Down. This service will serve both PCoSO (Person Convicted of Sexual Offences) and non-PCoSO populations. 
    This intervention service is designed to support the outcomes of the Offender Personality Disorder (OPD) Pathway by providing services that deliver individually tailored and psychologically informed interventions directly to people screened onto the pathway, which aims to enhance the management of risk of serious harm to others and re-offending, and develop psychological wellbeing and social engagement. 
    The service will be delivered by a joint approach between the health service provider and HMPPS. 
    The Commissioners seek tender responses from providers who have the capability and capacity to undertake such a contract.
    The Contract will be for a term of 7 years. Services are scheduled to commence on 1st April 2023. 
    The maximum total contract value is £4,040,000 (inclusive of mobilisation funding of up to £50,000 in Year 1). This envelope relates to the provision provided by the health service provider only. Separate funding is being made available to support the HMPPS element of service delivery at HMP High Down.    
    Interested parties are invited to take part in an Invitation to Tender (ITT) process, based on the Open procedure, and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider.
    II.2.6) Estimated value
    Value excluding VAT: 
			4 040 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 84
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations"), which is not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
   
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              23/09/2022
  
                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
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome 
In order to submit a bid, you will need to be registered on the e-procurement system and then complete a response as specified within the procurement documents. 
This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners.
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations")  which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. 
Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. 
The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations.
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court in London
    London
    UK
   
 
VI.5) Date of dispatch of this notice
12/08/2022