Section one: Contracting authority
one.1) Name and addresses
The NHS Commissioning Board operating as NHS England
Oakley Road
Southampton
SO16 4GX
Contact
Hannah Morley
Country
United Kingdom
Region code
UKJ32 - Southampton
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
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
Offender Personality Disorder (OPD) Services to HMP High Down
Reference number
WA12908
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England (the Commissioner) seeks to commission Offender Personality Disorder (OPD) Services to HMP High Down.
The Contract will be for a term of 7 years. Services are scheduled to commence on 1st April 2023.
The maximum total contract value is £4,040,000 (inclusive of mobilisation funding of up to £50,000 in Year 1).
Interested parties are invited to take part in an Invitation to Tender (ITT) process, based on the Open procedure, and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider.
two.1.5) Estimated total value
Value excluding VAT: £4,040,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
HMP High Down
two.2.4) Description of the procurement
NHS England (the Commissioner) seeks to commission Offender Personality Disorder (OPD) Services to HMP High Down. The Commissioner will be contracting for the services using the National NHS Standard Contract.
HMP High Down has recently changed its role, moving from being a Category B local prison to a Category C resettlement and training prison.
As part of this change, the self-contained health care unit is being decommissioned and will be developed into a self-contained Psychologically Informed Planned Environment (PIPE) unit.
The Services delivered will consist of two elements:
The use of the self-contained unit will form the first element of the service and will be based on a Progression PIPE model. The intended target group are men who have mild to moderate learning disabilities and who have completed treatment elsewhere. This service will also focus on providing additional support to men transitioning into and out of the unit.
This will be the first unit of its type in the Category C prison estate working specifically with men who have a mild to moderate learning disability within a PIPE environment. There will be 23 spaces on the unit and the service will be open to men who have committed all offence types. It will be a national resource, with most referrals likely to be from other sites.
The second element of the service is a wider, non-residential, service for men who meet the criteria for an OPD service within HMP High Down. This service will serve both PCoSO (Person Convicted of Sexual Offences) and non-PCoSO populations.
This intervention service is designed to support the outcomes of the Offender Personality Disorder (OPD) Pathway by providing services that deliver individually tailored and psychologically informed interventions directly to people screened onto the pathway, which aims to enhance the management of risk of serious harm to others and re-offending, and develop psychological wellbeing and social engagement.
The service will be delivered by a joint approach between the health service provider and HMPPS.
The Commissioners seek tender responses from providers who have the capability and capacity to undertake such a contract.
The Contract will be for a term of 7 years. Services are scheduled to commence on 1st April 2023.
The maximum total contract value is £4,040,000 (inclusive of mobilisation funding of up to £50,000 in Year 1). This envelope relates to the provision provided by the health service provider only. Separate funding is being made available to support the HMPPS element of service delivery at HMP High Down.
Interested parties are invited to take part in an Invitation to Tender (ITT) process, based on the Open procedure, and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider.
two.2.6) Estimated value
Value excluding VAT: £4,040,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
two.2.14) Additional information
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations"), which is 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.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
23 September 2022
Local time
12:00pm
Changed to:
Date
29 September 2022
Local time
12:00pm
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 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
In order to submit a bid, you will need to be registered on the e-procurement system and then complete a response as specified within the procurement documents.
This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners.
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).
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.
six.4) Procedures for review
six.4.1) Review body
High Court in London
London
Country
United Kingdom