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

Dorset Sexual Assault and Abuse Therapy Service

  • First published: 04 February 2022
  • Last modified: 04 February 2022

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:
The NHS Commissioning Board operating as NHS England
Authority ID:
AA80752
Publication date:
04 February 2022
Deadline date:
14 March 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other 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:
scwcsu.procurement@nhs.net
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.