Section one: Contracting authority
one.1) Name and addresses
NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board
Jenner House, Unit E3, Langley Park, Avon Way
CHIPPENHAM
SN15 1GG
Contact
Donna Harrington
Country
United Kingdom
Region code
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Sexual Assault and Abuse Therapy Service in Swindon and Wiltshire
Reference number
C99873
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board seeks to commission a Sexual Assault and Abuse Therapy Service delivering high quality specialist counselling for children and young people and adults who reside Swindon and Wiltshire who have experienced historical or recent sexual abuse.
The commissioner seeks an experienced provider who will deliver an innovative and effective service that will promote and protect the mental health of survivors of rape and/or sexual abuse that occurred at any time in their lives through the provision of therapeutic interventions that responds to complex trauma and diverse needs.
The contract term will be 6 years, with a maximum budget of £219,000 per annum and a total contract value of £1,314,000.
Commissioners reserve the right to add funding to the contract over its duration to accommodate service development measures or initiatives, up to an equivalent value of the original contract. For the avoidance of doubt, this would mean an annual contract value of, for example, £440k per annum and a consequent increase in the overall contract value.
The new service will commence on the 3rd July 2023.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board seeks to commission a Sexual Assault and Abuse Therapy Service delivering high quality specialist counselling for children and young people and adults who reside Swindon and Wiltshire who have experienced historical or recent sexual abuse.
The commissioner seeks an experienced provider who will deliver an innovative and effective service that will promote and protect the mental health of survivors of rape and/or sexual abuse that occurred at any time in their lives through the provision of therapeutic interventions that respond to complex trauma and diverse needs.
The aims and objectives include but not limited to:
• Provide a range of therapeutic interventions to respond to diverse needs and presentations of children, young people and adults, including those with complex trauma and learning disabilities. This may also include for example befriending, peer support, psychoeducation, brief interventions, creative therapies, counselling, EMDR.
• Provide group sessions to develop a range of self-help tools, which could include mindfulness, grounding, managing triggers. flashbacks and nightmares, communication skills, psychoeducation around the impact of trauma.
• When there is sufficient demand, to offer specific pre-counselling groups such as LGBT+ and students.
• Flexible, timely and responsive services which can fluctuate to changes in demand. At times, individuals may not be ready to engage in therapeutic interventions and services will need to respond and ensure contact is maintained with the individual pending their agreement to engage.
• Use of a 'trauma lens' - trauma informed approaches integrated into organisational policy and practice.
• Choice of gender of therapist (wherever possible).
• The number of trauma-focused one-to-one counselling sessions agreed and reviewed reflecting rate of progression and response to therapy.
• Missed sessions not to be an indicator for discharge without discussion with service user.
• Provision of services within dedicated premises and via remote platforms (by telephone or online), according to service user preference.
• Ensure planned endings of therapy by assessing readiness, acknowledging the relationship and service user's resilience to prevent dependencies on service.
• Service should be provided regardless of involvement (or not) in a criminal justice process
The contract term will be 6 years, with a maximum budget of £219,000 per annum and a total contract value of £1,314,000.
Commissioners reserve the right to add funding to the contract over its duration to accommodate service development measures or initiatives, up to an equivalent value of the original contract. For the avoidance of doubt, this would mean an annual contract value of, for example, £440k per annum and a consequent increase in the overall contract value.
The new service will commence on the 3rd July 2023.
This processed is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.6) Estimated value
Value excluding VAT: £1,314,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
72
two.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 are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.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.
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 87 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations
six.4) Procedures for review
six.4.1) Review body
High Court in London
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations