Tender

NHS England and NHS Improvement (NHSE/I) South West - Mental Health Treatment Requirements (MHTRs) in Dorset and Devon & Torbay

  • The NHS Commissioning Board operating as NHS England

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-012193

Procurement identifier (OCID): ocds-h6vhtk-03363e

Published 10 May 2022, 6:12pm



The closing date and time has been changed to:

13 June 2022 - no time specified

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The NHS Commissioning Board operating as NHS England

South Plaza,Marlborough Street

BRISTOL

BS13NX

Contact

Evan Williams

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKK11 - Bristol, City of

Internet address(es)

Main address

https://in-tendhost.co.uk/scwcsu

Buyer's address

https://in-tendhost.co.uk/scwcsu

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/1600

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 and NHS Improvement (NHSE/I) South West - Mental Health Treatment Requirements (MHTRs) in Dorset and Devon & Torbay

Reference number

WA12712

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £1,115,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Dorset

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset
Main site or place of performance

Dorset

two.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.

two.2.6) Estimated value

Value excluding VAT: £557,500

two.2.7) Duration of the contract or the framework agreement

Duration in months

42

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 is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

two.2) Description

two.2.1) Title

Devon and Torbay

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK4 - Devon
Main site or place of performance

Devon and Torbay

two.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.

two.2.6) Estimated value

Value excluding VAT: £557,500

two.2.7) Duration of the contract or the framework agreement

Duration in months

42

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 is 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.1.11) Main features of the award procedure

Most Economically Advantages Tender

four.2) Administrative information

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

Originally published as:

Date

31 May 2022

Local time

12:00pm

Changed to:

Date

13 June 2022

See the change notice.

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 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.