Tender

Provision of an OPD Intervention Service (The Fens Service) located within HMP Whitemoor

  • NHS England

F02: Contract notice

Notice identifier: 2022/S 000-029005

Procurement identifier (OCID): ocds-h6vhtk-034cfe

Published 14 October 2022, 12:48pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Michelle Walker (NOE CPC Lead on behalf of NHS England)

Email

procurement@noecpc.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

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

Provision of an OPD Intervention Service (The Fens Service) located within HMP Whitemoor

Reference number

NOE.0564

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England and HMPPS are working together to re-commission The Fens Service, located within HMP Whitemoor.

This Intervention specification is designed to support the outcomes of the OPD (OPD) Pathway by providing services located in prison or medium secure settings 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. This service will operate consistently with other OPD services in prison, NHS secure, community and health settings.
The outcome of this procurement will be a contract

two.1.5) Estimated total value

Value excluding VAT: £18,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85140000 - Miscellaneous health services
  • 85140000 - Miscellaneous health services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

This Intervention specification is designed to support the outcomes of the OPD (OPD) Pathway by providing services located in prison or medium secure settings 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. This service will operate consistently with other OPD services in prison, NHS secure, community and health settings.
The outcome of this procurement will be a contract award to a sole provider, who will ensure that the service supports the four high level outcome for the OPD pathway. These are:
➢ For men, a reduction in repeat serious sexual and/or violent offending; or for women, a reduction in repeat offending of specified offences;
➢ Improved psychological health, wellbeing, pro-social behaviour and relational outcomes;
➢ Improved competence, confidence and attitudes of staff working with complex people who are likely to have severe ‘personality disorder’;
➢ Increased efficiency, cost effectiveness and quality of OPD pathway services
Bidders are asked to note that the requirement is for 47 treatment places, with capacity for 23 outreach places and 23 additional residential places. The Co-Commissioners are seeking innovative solutions for those 23 places. This could be, for example, progression/PIPE but not limited to that.

Full details of the Authority's requirements are set out in Schedule A-Tender Specification of this ITT.

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: £18,500,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Option to extend by a further 1 x 24 month period, with an option to extend the Contract by a further 3 x 12 month period

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.2.14) Additional information

This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login

For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See SQ and ITT

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-018007

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

Date

28 November 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 November 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

North of England Commercial Procurement Collaborative (NOE CPC)

Savile Street East,

Sheffield,

S4 7UQ

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk

six.4.2) Body responsible for mediation procedures

North of England Commercial Procurement Collaborative (NOE CPC)

Savile Street East,

Sheffield,

S4 7UQ

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk

six.4.4) Service from which information about the review procedure may be obtained

North of England Commercial Procurement Collaborative (NOE CPC)

Savile Street East,

Sheffield,

S4 7UQ

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk