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

NHS England South West - Integrated Non-Custodial Healthcare Services

  • First published: 19 March 2024
  • Last modified: 19 March 2024

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:
ocds-h6vhtk-043770
Published by:
NHS England
Authority ID:
AA20005
Publication date:
19 March 2024
Deadline date:
20 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS England South West (NHSE) Health & Justice is seeking to commission a Provider(s) who have the capability and capacity to deliver integrated non-custodial healthcare services across the South West region, in line with the specified requirements.

The procurement is divided into 5 lots and cover the Offices of Police and Crime Commissioner (OPCC) boundaries within the South West as follows:

Lot 1: Avon and Somerset

Lot 2: Devon and Cornwall

Lot 3: Dorset

Lot 4: Gloucestershire

Lot 5: Wiltshire

Providers may bid for one or multiple Lots.

Commissioners are seeking to integrate the following non-custodial services:

- Liaison and Diversion services.

- Reconnect services.

- Primary Mental Health Treatment Requirements.

The service will ensure people receive seamless care and support irrelevant of where they are in the criminal justice system.

Alignment of regional non-custodial contracts will provide an opportunity to drive an innovative way of working with all stakeholders to deliver an integrated non-custodial healthcare service for each of the five OPCC boundaries. It will allow consistency in patient outcomes and quality standards whilst providing the correct pathway to the individual demographic in the South West. The key aims and outcomes include:

- Supporting the delivery of whole-system healthcare for patients in the (non-custodial) Criminal Justice System.

- Aligning healthcare services to deliver a joined-up pathway in its entirety.

- Ensuring that non-custodial healthcare is commissioned in a way that supports continuous improvement and innovation.

- Driving self-management and ownership of health to help individuals develop the knowledge, confidence and skills they need to make the best decisions and actions for themselves.

- Ensuring effective stakeholder networks and engagement to capture all views from service users, including OPPCs, Probation, community providers, local authorities, ICB networks.

- Recommissioning across pathways to deliver seamless care from custody diversion through to release back into the community.

- Reducing reoffending at a regional level, ensuring continuity of care

- Consistency in range, quality, accessibility and acceptability with that available to the wider community, in order to achieve equitable health outcomes and to reduce health inequalities between people in the criminal justice system and in the wider community.

The Contracts will be for a term of 7 years and services are planned to commence from 1st April 2025.

The maximum total contract values are as follows:

Lot 1 £25,987,000

Lot 2 £21,979,000

Lot 3 £11,471,000

Lot 4 £ 9,034,000

Lot 5 £10,897,000

The contracts could be subject to future co-commissioning arrangements, nationally mandated directives or service alterations with associated funding during the term of the contract.

TUPE is likely to apply to this procurement.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS England

South West House, Blackbrook Park Avenue

Taunton

TA1 2PX

UK

Contact person: Louise Smith

E-mail: scwcsu.procurement@nhs.net

NUTS: UKK

Internet address(es)

Main address: https://www.england.nhs.uk

Address of the buyer profile: https://health-family.force.com/s/Welcome

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

NHS England South West - Integrated Non-Custodial Healthcare Services

Reference number: C248001/WA13993

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS England South West (NHSE) Health & Justice is seeking to commission a Provider(s) who have the capability and capacity to deliver integrated non-custodial healthcare services across the South West region, in line with the specified requirements.

The procurement is divided into 5 lots and cover the Offices of Police and Crime Commissioner (OPCC) boundaries within the South West as follows:

Lot 1: Avon and Somerset

Lot 2: Devon and Cornwall

Lot 3: Dorset

Lot 4: Gloucestershire

Lot 5: Wiltshire

Providers may bid for one or multiple Lots.

Commissioners are seeking to integrate the following non-custodial services:

- Liaison and Diversion services.

- Reconnect services.

- Primary Mental Health Treatment Requirements.

The service will ensure people receive seamless care and support irrelevant of where they are in the criminal justice system.

Alignment of regional non-custodial contracts will provide an opportunity to drive an innovative way of working with all stakeholders to deliver an integrated non-custodial healthcare service for each of the five OPCC boundaries. It will allow consistency in patient outcomes and quality standards whilst providing the correct pathway to the individual demographic in the South West. The key aims and outcomes include:

- Supporting the delivery of whole-system healthcare for patients in the (non-custodial) Criminal Justice System.

- Aligning healthcare services to deliver a joined-up pathway in its entirety.

- Ensuring that non-custodial healthcare is commissioned in a way that supports continuous improvement and innovation.

- Driving self-management and ownership of health to help individuals develop the knowledge, confidence and skills they need to make the best decisions and actions for themselves.

- Ensuring effective stakeholder networks and engagement to capture all views from service users, including OPPCs, Probation, community providers, local authorities, ICB networks.

- Recommissioning across pathways to deliver seamless care from custody diversion through to release back into the community.

- Reducing reoffending at a regional level, ensuring continuity of care

- Consistency in range, quality, accessibility and acceptability with that available to the wider community, in order to achieve equitable health outcomes and to reduce health inequalities between people in the criminal justice system and in the wider community.

The Contracts will be for a term of 7 years and services are planned to commence from 1st April 2025.

The maximum total contract values are as follows:

Lot 1 £25,987,000

Lot 2 £21,979,000

Lot 3 £11,471,000

Lot 4 £ 9,034,000

Lot 5 £10,897,000

The contracts could be subject to future co-commissioning arrangements, nationally mandated directives or service alterations with associated funding during the term of the contract.

TUPE is likely to apply to this procurement.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

II.1.5) Estimated total value

Value excluding VAT: 79 368 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: Lot 1

II.2.1) Title

Avon and Somerset

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice is seeking to commission a Provider(s) who have the capability and capacity to deliver integrated non-custodial healthcare services across the South West region, in line with the specified requirements.

The procurement is divided into lots. Lot 1 covers the Avon and Somerset OPCC boundary. Please refer to the lot data sheet included within the tender documents for more information.

Lot 1 is co-commissioned with Avon and Somerset OPCC.

TUPE is likely to apply to all areas and all three core services within scope of this procurement.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 25 987 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial contract term.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: Lot 2

II.2.1) Title

Devon and Cornwall

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice is seeking to commission a Provider(s) who have the capability and capacity to deliver integrated non-custodial healthcare services across the South West region, in line with the specified requirements.

The procurement is divided into lots. Lot 2 covers the Devon and Cornwall OPCC boundary. Please refer to the lot data sheet included within the tender documents for more information.

TUPE is likely to apply to all areas and all three core services within scope of this procurement.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 21 979 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial contract term.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: Lot 3

II.2.1) Title

Dorset

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice is seeking to commission a Provider(s) who have the capability and capacity to deliver integrated non-custodial healthcare services across the South West region, in line with the specified requirements.

The procurement is divided into lots. Lot 3 covers the Dorset OPCC boundary. Please refer to the lot data sheet included within the tender documents for more information.

TUPE is likely to apply to all areas and all three core services within scope of this procurement.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 11 471 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial contract term.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: Lot 4

II.2.1) Title

Gloucestershire

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice is seeking to commission a Provider(s) who have the capability and capacity to deliver integrated non-custodial healthcare services across the South West region, in line with the specified requirements.

The procurement is divided into lots. Lot 4 covers the Gloucestershire OPCC boundary. Please refer to the lot data sheet included within the tender documents for more information.

TUPE is likely to apply to all areas and all three core services within scope of this procurement.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 9 034 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial contract term.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: Lot 5

II.2.1) Title

Wiltshire

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice is seeking to commission a Provider(s) who have the capability and capacity to deliver integrated non-custodial healthcare services across the South West region, in line with the specified requirements.

The procurement is divided into lots. Lot 5 covers the Wiltshire OPCC boundary. Please refer to the lot data sheet included within the tender documents for more information.

TUPE is likely to apply to all areas and all three core services within scope of this procurement.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 897 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Subject to renewal at the end of the initial contract term.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Registrations with professional bodies, DBS and both police and prison vetting required

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-003809

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/05/2024

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 20/05/2024

Local time: 12:05

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

VI.4) Procedures for review

VI.4.1) Review body

NHS England - South West Health & Justice Commissioning

South West House, Blackbrook Park Avenue

Taunton

TA1 2PX

UK

VI.5) Date of dispatch of this notice

18/03/2024

Coding

Commodity categories

ID Title Parent category
85100000 Health 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:
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.