Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House
Leeds
LS2 7UE
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's address
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
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom