Contract

NHS England South West - Trauma Resilience Hub in Devon and Cornwall

  • NHS England

F03: Contract award notice

Notice identifier: 2025/S 000-001682

Procurement identifier (OCID): ocds-h6vhtk-04d428

Published 17 January 2025, 12:28pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Wellington House, 133-155 Waterloo Rd

London

SE1 8UG

Contact

Hannah Morley

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk

Buyer's address

https://health-family.force.com/s/Welcome

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

NHS England South West - Trauma Resilience Hub in Devon and Cornwall

Reference number

WA17351 / C318351

two.1.2) Main CPV code

  • 85312500 - Rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England South West is commissioning a Trauma Resilience Hub (TRH) for the area of Devon and Cornwall to provide support to the wider regional Sexual Assault and Abuse Services (SAAS) pathway.

This provision is to continue the work of the 'Devon and Cornwall Trauma Pathfinder' which has been running since 2021. The Trauma Pathfinder was initiated nationally to counter the inequalities in access to SAAS support for people with the most complex trauma. The intention is move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes.

The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The contract term will be for a duration of 4 years and 6 months, and will commence on 1st April 2025. The total contract value is £517,500.

This notice is placed to set out NHS England South West's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR).

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £517,500

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
Main site or place of performance

Devon & Cornwall

two.2.4) Description of the procurement

NHS England South West is commissioning a Trauma Resilience Hub (TRH) for the area of Devon and Cornwall to provide support to the wider regional Sexual Assault and Abuse Services (SAAS) pathway.

This provision is to continue the work of the 'Devon and Cornwall Trauma Pathfinder' which has been running since 2021. The Trauma Pathfinder was initiated nationally to counter the inequalities in access to SAAS support for people with the most complex trauma. The intention is move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes.

The Trauma Resilience Hub will:

• provide specialist case consultation, including formulation, to services working with people with complex trauma (both in the SARC and in therapies services).

• provide more direct support, where indicated. This may include the convening of multi-agency meetings, support for the development of holistic, trauma-informed care plans and advocating for access to secondary mental health support.

• provide professional liaison with mental health provision and advocacy for clients with the most complex needs.

• integrate with the Sexual Assault Referral Centre (SARC) in Exeter to provide co-ordination of services for SARC clients and act as the liaison between the SARC and relevant mental health services.

• work in an integrated and collaborative way with providers of sexual violence therapies and support across the peninsula.

• employ a suitably qualified and registered psychologist, with experience of working with trauma.

• employ an Associated Professional (such as a Social Worker or Occupational Therapist) to lead the multi-agency liaison and advocacy work in relation to clients with complex needs.

A notice (ref. 2024/S 000-037995) was published for 14 days informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to continue the delivery of this work.

To express an interest, providers were required to complete and submit a short Most Suitable Provider Questionnaire through the Atamis portal.

Only 1 expression of interest was received, from Royal Devon University Healthcare NHS Foundation Trust (RDUH).

A Request for Information (RfI) was sent to them seeking the return of further information to support the Commissioners assessment.

After conducting an assessment, taking into account the key criteria and applying the basic selection criteria, NHS England South West is content that RDUH will likely satisfy the proposed contract to a sufficient standard.

The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The contract term will be for a duration of 4 years and 6 months, and will commence on 1st April 2025. The total contract value is £517,500.

This notice is placed to set out NHS England South West's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR).

This is an existing service being awarded to an existing provider.

This exercise was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.2.5) Award criteria

Quality criterion - Name: Most suitable provider process with regard to the key criteria / Weighting: 100

Cost criterion - Name: Most suitable provider process with regard to the key criteria - value / Weighting: 20

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

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 publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by midnight on 29th January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR'.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

Title

Trauma Resilience Hub in Devon and Cornwall

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 January 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Royal Devon University Healthcare NHS Foundation Trust (RDUH)

Barrack Road

Exeter

EX2 5DW

Country

United Kingdom

NUTS code
  • UKK4 - Devon
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £517,500

Total value of the contract/lot: £517,500


Section six. Complementary information

six.3) Additional information

The decision to award this contract in line with the Most Suitable Provider Process was based on evaluation against the basic selection criteria, which were assessed on a "Pass" / "Fail" basis, and the 5 key criteria (see below), which were assessed on an "Assured" / "Not assured" basis. The key criteria were weighted equally.

Assessment of the provider was based on the evidence available through their existing contract with NHS England South West, as well as further information that was requested as part of the MSP process. RDUH attained a "pass" on all elements of the basic selection criteria and "assured" on all elements of the key criteria assessment, meeting the requirements of the assessment.

Award decisions have been recommended by the NHS England Health & Justice Sexual Assault and Abuse Strategy Commissioner. Award decisions have been made by the NHS England South West System Oversight & Co-ordination Leadership Team, with key decision makers being

Managing Director - System Commissioning Development, Director of Commissioning Finance, Director of Collaborative Commissioning.

No conflicts of interest were declared.

The key criteria for review were as follows:

a. Quality and innovation

i. Provider to give an example of an improvement in care delivery relevant to the sexual assault and abuse services pathway that they have implemented within the last three years

ii. Review of evidence of relevant accreditations or service development initiatives e.g. Bluestar pre-trial guidance

iii. Evidence of robust clinical governance and safeguarding policies and frameworks relevant to the delivery of sexual assault and abuse services

iv. Evidence of quality assurance processes for monitoring and reporting purposes.

b. Value

i. Assurance that the provider will be able to meet all of the requirements of the service over the life of the contract within the stated annual and overall financial envelope

ii. Assurance of the provider's financial planning and resilience, including the management of financial risk.

c. Integration, collaboration and service sustainability

i. Evidence of collaborative working and integrated delivery within the sexual violence pathway in, around and relevant to Devon and Cornwall

ii. Review of provider workforce strategies including recruitment & retention and training

iii. Evidence of successful recruitment and retention of senior and specialist workforce.

d. Improving access, reducing health inequalities and facilitating choice

i. Evidence of the provider's understanding of the stakeholders they will need to work with to deliver a high quality service

ii. Evidence of the provider's ability to support adults with complex trauma who have experienced sexual violence

iii. Health inequalities reporting and evidence of improvement

e. Social value

i. Evidence that the provider over the last five years has taken measures to reduce their carbon emissions and/or contributed to the local community with recruitment opportunities and career development

ii. Examples of co-production and elevating the survivor voice

iii. Evidence of relevant evaluation, research and best practice development.

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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on 29th January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Written representations should be sent scwcsu.procurement@nhs.net

six.4) Procedures for review

six.4.1) Review body

NHS England

London

Country

United Kingdom