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
  South Plaza,Marlborough Street
  BRISTOL
  BS13NX
  UK
  
            Contact person: Evan Williams
  
            E-mail: Scwcsu.procurement@nhs.net
  
            NUTS: UKK11
  Internet address(es)
  
              Main address: https://in-tendhost.co.uk/scwcsu
  
              Address of the buyer profile: https://in-tendhost.co.uk/scwcsu
 
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/ProjectManage/1600
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/ProjectManage/1600
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 and NHS Improvement (NHSE/I) South West - Mental Health Treatment Requirements (MHTRs) in Dorset and Devon & Torbay
            Reference number: WA12712
  II.1.2) Main CPV code
  85100000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  NHS England and NHS Improvement South West (the Commissioner) seeks to commission Mental Health Treatment Requirements (MHTRs) Services in Dorset, Devon and Torbay. 
  MHTRs form part of the wider Community Sentence Treatment Requirements (CSTRs) Programme which is a partnership between the Ministry of Justice (MoJ), Department of Health and Social Care (DHSC), NHS England and NHS Improvement (NHSE/I), Public Health England (PHE) and Her Majesty's Prison and Probation Service (HMPPS).  
  The CSTR Programme aims to develop pathways to enable and facilitate the increased use of all three treatment requirements:
  -	Mental Health Treatment Requirements (MHTRs)
  -	Drug Rehabilitation Requirements (DRRs)
  -	Alcohol Treatment Requirements (ATRs)
  ATRs and DRRs in Dorset, Devon and Torbay are outside the scope of this procurement, beyond the co-ordination of CSTRs for combined orders. However, there is an expectation that MHTR and ATR & DRR providers will work closely together in the best interests of the service user, especially where it can be identified that a combined order is the best outcome.
  This procurement is divided into the following 2 lots; providers may bid for 1 or both lots. 
  1. Dorset
  2. Devon and Torbay
  Contracts will be for an initial term of 2 years and 6 months, with a possible extension of a further one year. 
  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: 
			1 115 000.00 
			  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: 1
  
    II.2.1) Title
    Dorset
    II.2.2) Additional CPV code(s)
    85100000
    II.2.3) Place of performance
    NUTS code:
    UKK2
Main site or place of performance:
    Dorset
    II.2.4) Description of the procurement
    NHS England and NHS Improvement South West (the Commissioner) seeks to commission Mental Health Treatment Requirements (MHTRs) Services in Dorset. 
    MHTRs form part of the wider Community Sentence Treatment Requirements (CSTRs) Programme which is a partnership between the Ministry of Justice (MoJ), Department of Health and Social Care (DHSC), NHS England and NHS Improvement (NHSE/I), Public Health England (PHE) and Her Majesty's Prison and Probation Service (HMPPS).  
    The CSTR Programme aims to develop pathways to enable and facilitate the increased use of all three treatment requirements:
    -	Mental Health Treatment Requirements (MHTRs)
    -	Drug Rehabilitation Requirements (DRRs)
    -	Alcohol Treatment Requirements (ATRs)
    ATRs and DRRs in Dorset are outside the scope of this procurement, beyond the co-ordination of CSTRs for combined orders. However, there is an expectation that MHTR and ATR & DRR providers will work closely together in the best interests of the service user, especially where it can be identified that a combined order is the best outcome.
    MHTR in the context of the CSTR programme is intended for the sentencing of individuals convicted of an offence(s) which has crossed the community order sentencing threshold and may be used as an alternative to short custodial sentences for individuals who may have range of mental health, personality disorder and psychological issues/vulnerabilities, which do not require forensic or secondary care treatment.
    The aims of the service are to:
    •	Increase the proportion of offenders with mental health issues for whom an effective mental health treatment plan is in place.
    •	Reduce re-offending by addressing the underlying causes of offending behaviour. 
    •	Prevent custodial sentences (especially short ones), by offering robust community treatment options.
    •	Provide tailored mental health support to the most vulnerable offenders. Individuals supported by pilot sites included those who suffered from post-traumatic stress, trauma, bipolar, personality and phobia disorders, psychosis and ASD. 
    The contract will be for an initial term of 2 years and 6 months, with a possible extension of a further one year. 
    The financial envelope relates to delivering an indicative volume of 120 MHTRs annually for the Dorset.
    The Commissioner has a maximum financial envelope of £155,000 per annum.
    In addition to the funding for service delivery, £15,000.00 will be paid to the provider in year 1 of the contract to support the evaluation of the service during the life of the contract. 
    Services are planned to commence on 01 October 2022.
    II.2.6) Estimated value
    Value excluding VAT: 
			557 500.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 42
    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).
   
  
          Lot No: 2
  
    II.2.1) Title
    Devon and Torbay
    II.2.2) Additional CPV code(s)
    85100000
    II.2.3) Place of performance
    NUTS code:
    UKK4
Main site or place of performance:
    Devon and Torbay
    II.2.4) Description of the procurement
    NHS England and NHS Improvement South West (the Commissioner) seeks to commission Mental Health Treatment Requirements (MHTRs) Services in Devon and Torbay. 
    MHTRs form part of the wider Community Sentence Treatment Requirements (CSTRs) Programme which is a partnership between the Ministry of Justice (MoJ), Department of Health and Social Care (DHSC), NHS England and NHS Improvement (NHSE/I), Public Health England (PHE) and Her Majesty's Prison and Probation Service (HMPPS).  
    The CSTR Programme aims to develop pathways to enable and facilitate the increased use of all three treatment requirements:
    -	Mental Health Treatment Requirements (MHTRs)
    -	Drug Rehabilitation Requirements (DRRs)
    -	Alcohol Treatment Requirements (ATRs)
    ATRs and DRRs in Devon and Torbay are outside the scope of this procurement, beyond the co-ordination of CSTRs for combined orders. However, there is an expectation that MHTR and ATR & DRR providers will work closely together in the best interests of the service user, especially where it can be identified that a combined order is the best outcome.
    MHTR in the context of the CSTR programme is intended for the sentencing of individuals convicted of an offence(s) which has crossed the community order sentencing threshold and may be used as an alternative to short custodial sentences for individuals who may have range of mental health, personality disorder and psychological issues/vulnerabilities, which do not require forensic or secondary care treatment.
    The aims of the service are to:
    •	Increase the proportion of offenders with mental health issues for whom an effective mental health treatment plan is in place.
    •	Reduce re-offending by addressing the underlying causes of offending behaviour. 
    •	Prevent custodial sentences (especially short ones), by offering robust community treatment options.
    •	Provide tailored mental health support to the most vulnerable offenders. Individuals supported by pilot sites included those who suffered from post-traumatic stress, trauma, bipolar, personality and phobia disorders, psychosis and ASD. 
    The contract will be for an initial term of 2 years and 6 months, with a possible extension of a further one year. 
    The financial envelope relates to delivering an indicative volume of 150 MHTRs annually for the Devon and Torbay contract.
    The Commissioner has a maximum financial envelope of £155,000 per annum.
    In addition to the funding for service delivery, £15,000.00 will be paid to the provider in year 1 of the contract to support the evaluation of the service during the life of the contract. 
    Services are planned to commence on 01 October 2022.
    II.2.6) Estimated value
    Value excluding VAT: 
			557 500.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 42
    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.1.11) Main features of the award procedure:
  Most Economically Advantages Tender
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              31/05/2022
  
                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/ProjectManage/1600
In order to submit a bid, you will need to be registered on the e-procurement system, 'express an interest' and 'Opt in', 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 notices provisions and 10 day standstill period described in Regulation 86 of the Regulations.
VI.5) Date of dispatch of this notice
10/05/2022