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)
Country
United Kingdom
Region code
UK - United Kingdom
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
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
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
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