Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
DEVON PARTNERSHIP NHS TRUST
Wonford House
Exeter
EX25AF
UK
Contact person: Helen Jaques
E-mail: helen.jaques@nhs.net
NUTS: UKK4
Internet address(es)
Main address: https://www.dpt.nhs.uk/
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
Liaison and Diversion Services (Cornwall)
Reference number: INCS_L&D_CW_1
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Liaison and Diversion (L&D) identifies individuals who have mental health, neuro diverse conditions, learning disability, substance misuse or other vulnerabilities when they first come into contact with the criminal justice system (CJS) as suspects, defendants or offenders, usually in Police Custody Suites, through Voluntary Attendance or at Court.
L&D works with the Police, The Probation Service, youth offending teams, defence lawyers or court staff to identify those vulnerabilities to ensure that the right support can be put in place as soon as possible to reduce the likelihood that people will reach a crisis-point.
The L&D function will provide information, guidance and signposting to appropriate health or social care settings. L&D also acts as a point of referral and assertive follow up for individuals to ensure they can access, and are supported to attend, treatment and rehabilitation appointments.
L&D will also provide critical information on those individuals to decision-makers in the justice system, in real time, for consideration when it comes to charging and sentencing.
L&D aims to improve overall health outcomes for people and to support a reduction in re-offending.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
5 464 024.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKK3
II.2.4) Description of the procurement
Liaison and Diversion (L&D) identifies individuals who have mental health, neuro diverse conditions, learning disability, substance misuse or other vulnerabilities when they first come into contact with the criminal justice system (CJS) as suspects, defendants or offenders, usually in Police Custody Suites, through Voluntary Attendance or at Court.
L&D works with the Police, The Probation Service, youth offending teams, defence lawyers or court staff to identify those vulnerabilities to ensure that the right support can be put in place as soon as possible to reduce the likelihood that people will reach a crisis-point.
The L&D function will provide information, guidance and signposting to appropriate health or social care settings. L&D also acts as a point of referral and assertive follow up for individuals to ensure they can access, and are supported to attend, treatment and rehabilitation appointments.
L&D will also provide critical information on those individuals to decision-makers in the justice system, in real time, for consideration when it comes to charging and sentencing.
L&D aims to improve overall health outcomes for people and to support a reduction in re-offending.
This award has been made under Direct Award Process C.
The contract provides for services between 1st April 2025 and 31st March 2032.
The lifetime value of this contract is £5,464,024
II.2.5) Award criteria
Cost criterion: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
Key reasons for selecting the provider include:
Devon Partnership NHS Trust (DPT) and Cornwall Partnership NHS Foundation Trust (CFT) have a strong history of successfully providing the growing Peninsula Liaison and Diversion (L&D) services for the last 5 years and no service quality issues have been raised by the commissioners.
L&D services are well established within both DPT and CFT, ensuring that they will be embedded within quality, performance and financial frameworks within both organisations from day one of the contract. The services are already a fundamental element of both organisations' business plans and existing structures.
Via DPT's long term, established working relationship with CFT, the relevant service delivery in this part of the Peninsula will be a seamless, integrated delivery model that best utilises joint skills and expertise gained through worked successfully together.
As current service providers, CFT can provide continuity of service and minimal disruption to service users.
Being the current providers of these services will also help to, as a minimum, maintain existing service quality whilst also providing a platform for improvement.
Through our relative positions in Devon and Cornwall's sustainability and transformation partnerships as well as the unique network that exists between DPT and CFT. This creates a scale of service and expertise that allows us to continue to consistently innovate to find more efficient and effective ways of providing our services, whilst simultaneously being in a unique position to share expertise and learning across the Peninsula.
Our Trusts work well collaboratively; we have embedded relationships strong governance processes and clear reporting lines from the service to the Board and commissioners. Effective service delivery relies on successful roster management and allocation of staff to meet demand. DPT's relationship with CFT ensures the right support is given to service users as required.
Both CFT and DPT have continuing professional development (CPD) budgets to support staff development and individuals are able to apply for a bursary to fund CPD. Core training and CPD is recorded and monitored for all staff using online learning management systems, allowing for reporting, monitoring of compliance, booking of face-to-face training, and completion of e-learning.
DPT and CFT are fully committed to equality and diversity in terms of our workforce and the people we serve.
We uphold the values as written in the NHS Constitution and these are embedded in all we do:
-Compassion
-Respect and Dignity
-Everyone counts
-Improving Live
-Working together for patients
-Commitment to quality of care
By making a direct award for this contract, DPT were able to mitigate any delay in mobilisation and focus on operational delivery and service improvements from contract commencement.
The decision to award is therefore grounded in the provider's ability to meet the requirements of the specification while offering scalable system value, focused service delivery, and demonstrable outcomes.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Cornwall Partnership NHS Foundation Trust
Bodmin
UK
NUTS: UKK3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 5 464 024.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award 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. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 11th November 2025. This notice serves as an intention to award under the PSR.
Award Decision Makers are as follows:-
Jacky Francis
Service Director - Secure Services
Rachel Doherty
Services Manager - Secure Services
There were no conflicts of interest identified of individuals making the award decision.
Devon Partnership NHS Trust acknowledges that this award notice is delayed. The Trust recognises the importance and is committed to maintaining transparency with regards to the award of contracts at all times.
VI.4) Procedures for review
VI.4.1) Review body
Devon Partnership NHS Trust
Exeter
UK
VI.5) Date of dispatch of this notice
19/11/2025