Tender

Non-Custodial Services (East of England)

  • NHS England

F02: Contract notice

Notice identifier: 2024/S 000-015573

Procurement identifier (OCID): ocds-h6vhtk-045a18

Published 16 May 2024, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

1st Floor, Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Martyna Migas

Email

martyna.migas1@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.nhs.uk//

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Non-Custodial Services (East of England)

Reference number

AG23515

two.1.2) Main CPV code

  • 85312500 - Rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Arden and Greater East Midlands Commissioning Support Unit on behalf of NHS England (East of England) (the Commissioner) would like to notify the market of an opportunity to submit proposals for the provision of the Non-Custodial Services inclusive of the following 5 lots:

Lot 1 - Liaison and Diversion (L&D) and Mental Health Treatment Requirements (MHTR) Services in Cambridgeshire
Lot 2 - Liaison and Diversion (L&D) and Mental Health Treatment Requirements (MHTR) Services in Bedfordshire, Luton and Milton Keynes
Lot 3 - Liaison and Diversion (L&D) and Mental Health Treatment Requirements (MHTR) Services in Hertfordshire
Lot 4 - Liaison and Diversion (L&D) Services in Essex
Lot 5 - Regional Reconnect

As a result of this Competitive Process, a Contract will be awarded with the successful Provider for a period of 5 years with the Commissioner having the option to extend the Contract for up to a further 2 years.

The Service will commence on 01/04/2025. The successful provider is expected to be fully operational, providing services from 01/04/2025.

The contract to be entered into will be in accordance with the NHS Standard Contract

Competitive Process documentation is available via Atamis portal https://health-family.force.com/s/Welcome -
Project Code C284310 .

Please note the deadline for submissions is 12:00PM on 18th June, 2024

two.1.5) Estimated total value

Value excluding VAT: £61,405,645

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

Lot 1 - L&D and MHTR - Cambridgeshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

two.2.4) Description of the procurement

Liaison and Diversion (L&D) and Mental Health Treatment Requirements (MHTR) Services in Cambridgeshire

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,785,174

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - L&D and MHTR - Bedfordshire Luton and Milton Keynes

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKH21 - Luton
  • UKH24 - Bedford
  • UKH25 - Central Bedfordshire
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

Liaison and Diversion (L&D) and Mental Health Treatment Requirements (MHTR) Services in Bedfordshire, Luton and Milton Keynes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £12,519,941

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 - L&D and MHTR - Hertfordshire

Lot No

3

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Liaison and Diversion (L&D) and Mental Health Treatment Requirements (MHTR) Services in Hertfordshire

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,156,111

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4 - L&D - Essex

Lot No

4

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Liaison and Diversion (L&D) Service in Essex

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,504,419

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5 - Regional Reconnect

Lot No

5

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

Regional Reconnect Service

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £13,440,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2032

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

20 June 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 June 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime (PSR) Contract 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.

six.4) Procedures for review

six.4.1) Review body

Independent Choice and Procurement Panel.

Wellington House

London

SE1 8UG

Country

United Kingdom