Tender

Avon & Somerset Sexual Assault and Abuse Therapies Service

  • NHS England

F02: Contract notice

Notice identifier: 2022/S 000-022334

Procurement identifier (OCID): ocds-h6vhtk-033767

Published 12 August 2022, 3:56pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House

Leeds

LS2 7UE

Email

scwcsu.procurement@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

Avon & Somerset Sexual Assault and Abuse Therapies Service

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England South West seeks a Provider with the capability and capacity to deliver a Sexual Violence Therapies Service in Avon & Somerset.

The Avon and Somerset Sexual Assault and Abuse Therapies Service will be required to focus on service provision for people resident in Avon and Somerset. Due to the nature of funding, the service will operate across Avon and Somerset, but some specific activity will be required and monitored in ‘Bristol’ and ‘Bristol, North Somerset and South Gloucestershire’.

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: £3,944,598

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

NHS England South West seeks a Provider with the capability and capacity to deliver a Sexual Assault and Abuse Therapies Service in Avon & Somerset.

The Avon and Somerset Sexual Assault and Abuse Therapies Service will be required to focus on service provision for people resident in Avon and Somerset. Due to the nature of funding, the service will operate across Avon and Somerset, but some specific activity will be required and monitored in ‘Bristol’ and ‘Bristol, North Somerset and South Gloucestershire’.

Future provision should include significant innovation in the way services are delivered, broadening the ‘menu’ of interventions. It should focus on increasing collaboration, striving for equity across the geography and an integrated pathway.
Within the broader pathway, this service will provide (or enable access to):
• A range of evidence-based, trauma-informed therapeutic interventions for adults and children of all genders who have experienced sexual violence and abuse
• A range of interventions to respond to diverse needs and presentations, including complex trauma. This should include a ‘helpline’ and may also include for example befriending, peer support, psycho-education, brief interventions, creative therapies, counselling, EMDR.
• Services within a range of dedicated premises and via remote platforms (by telephone or online), according to service user preference
• Individual and group provision
• Integrated referral, assessment, waiting list and case management systems
• Good endings and prevent dependencies on therapy services
• Clear escalation processes and referral routes through relevant pathways, including mental and physical health, criminal justice and domestic abuse
• Provision which responds to the needs of people with protected characteristics, is culturally competent and offers reasonable adjustments where indicated

The service will:
• Comply with the CPS vulnerable victims and witnesses guidance including pre-trial therapy protocol making use of resources from the Bluestar Project.
• Operate well co-ordinated interagency arrangements and pathways.
• Be flexible and innovative, responsive to fluctuations in demand
• Liaise with other agencies and frameworks (including Local Safeguarding Children Boards (LSCBs) and Local Safeguarding Adults Boards (LSABs)) to ensure no child or vulnerable adult is at on-going risk and for consideration of the need to protect others
• Operate in accordance with best practice guidance and relevant regulations and legislation
• Comply with NHS standards of clinical governance and the Working Time Directive
• Comply with relevant NICE guidance
• Facilitate and provide appropriate data collection and reporting processes
• Comply with criminal justice processes including provision of statements and appearances in court.
• Comply with requests from the relevant responsible authorities to take part in Coroner’s Inquests, local reviews, including Safeguarding Adults Reviews, Serious Case Reviews and Domestic Homicide Reviews, as part of this contract
• Be accredited by, and registered with, relevant bodies including BACP and UKCP
Service users will:
• Be psychologically competent to undertake the therapeutic interventions
• Not be in mental health crisis (see below for definition)
• Have experienced sexual violence or assault or be close family members/carers of those who have
• Be of any age
• Be of any gender
• Be provided for regardless of involvement (or not) in a criminal justice process

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: £3,944,598

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

Start date

1 April 2023

End date

31 March 2029

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 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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-012489

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

Date

23 September 2022

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: 8 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 September 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contract term will be 6 years, with a maximum annual value of £657,433.00 and a total maximum contract value of £3,944,598.00.00
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”
The new contract is due to commence on 1st April 2023.
Bidders are directed to the specification provided with this opportunity for full details of the programme’s objectives and requirements.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

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

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. 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

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals