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
  360 Zero Bristol, Marlborough Street
  BRISTOL
  BS13NX
  UK
  
            Contact person: Nicola Hayward
  
            E-mail: scwcsu.procurement@nhs.net
  
            NUTS: UKK11
  Internet address(es)
  
              Main address: https://www.england.nhs.uk/south/
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/scwcsu/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/scwcsu/aspx/Home
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
Dorset Sexual Assault and Abuse Therapy Service
            Reference number: WA12133
  II.1.2) Main CPV code
  85000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  NHS England and NHS Improvement (NHSE/I) South West (the Commissioner) seeks a Provider who have the capability and capacity to deliver a Sexual Assault and Abuse Therapy service for individuals in Dorset.
  This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
  II.1.5) Estimated total value
  Value excluding VAT: 
			938 000.00 
			  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:
    UKK
Main site or place of performance:
    Dorset
    II.2.4) Description of the procurement
    NHS England and NHS Improvement (NHSE/I) South West (the Commissioner) seeks a Provider with the capability and capacity to deliver a Sexual Assault and Abuse Therapy service for individuals in Dorset.
    Aims and objectives of the Dorset Sexual Assault and Abuse Therapy Service: 
    •	The service should offer a range of trauma-informed therapeutic interventions for children and adults of all genders who have experienced sexual violence and abuse.
    •	Services for adults should prioritise those who have been assaulted within the last 12 months.
    •	Services for children and young people, up to the age of 18 years, should be open to people who have been abused at any time. 
    •	Services for carers and families should be open to those supporting children and young people who are accessing the service.
    •	Services should be available and equipped to work with people living with complex trauma.
    •	Services should be available and accessible for people living anywhere in Dorset.
    •	Services should be delivered both face-to-face and remotely, according to service user preference.
    •	Services should be delivered individually or in groups where appropriate.
    •	Clear escalation processes and referral pathways through the mental health pathway should be in place, to respond to the varying and changing needs of service users.
    •	The Provider should have a comprehensive understanding of both statutory and voluntary sector therapeutic/ mental health provision and where their service fits into the integrated pathway.
    •	Services should respond to the needs of people with protected characteristics, be culturally sensitive and offer reasonable adjustments where indicated.
    •	Services should have a core objective of inclusivity and will encourage engagement with under-represented groups.
    The contract term will be for 7 years, with an annual value of £134,000 and a total maximum contract value of £938,000. 
    The new contract is due to commence on 1st October 2022. Please note that dates are subject to change. 
    Bidders are directed to the specification(s) provided with this opportunity for full details of the programme's objectives and requirements.
    This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
    II.2.6) Estimated value
    Value excluding VAT: 
			938 000.00 
			  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 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).
   
 
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:
              14/03/2022
  
                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 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home 
In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. 
On registration, please include at least two contacts to allow for access to the system in times of absence.
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 are 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 notice provisions and 10 day standstill period described in Regulation 86 of the Regulations.
VI.5) Date of dispatch of this notice
03/02/2022