Tender

COLP Specialist Psychological Services (CBT)

  • The Mayor and Commonalty and Citizens of the City of London in it’s capacity as Police Authority. [The Contracting Authority]

F02: Contract notice

Notice identifier: 2025/S 000-031766

Procurement identifier (OCID): ocds-h6vhtk-054745

Published 12 June 2025, 9:59am



Section one: Contracting authority

one.1) Name and addresses

The Mayor and Commonalty and Citizens of the City of London in it’s capacity as Police Authority. [The Contracting Authority]

Po Box 270, Guildhall

London

EC2P 2EJ

Email

mitchell.walker@cityoflondon.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://cityoflondon.ukp.app.jaggaer.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://cityoflondon.ukp.app.jaggaer.com/

Additional information can be obtained from another address:

The Mayor and Commonalty and Citizens of the City of London in it’s capacity as Police Authority. [The Contracting Authority]

London

EC2P 2EJ

Email

mitchell.walker@cityoflondon.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://cityoflondon.ukp.app.jaggaer.com/

Tenders or requests to participate must be submitted electronically via

https://cityoflondon.ukp.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

COLP Specialist Psychological Services (CBT)

two.1.2) Main CPV code

  • 85142100 - Physiotherapy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority is intending to directly awarding a contract under the PSR regime for a proposed contract duration of 2 years with an option to extend for an additional 2 years, in 1 year increments.

This direct award is for the provision of Specialist Psychological Services (CBT) for the City of London Police (COLP). The service requirement includes the delivery of trauma-focused therapy, Eye Movement Desensitisation and Reprocessing (EMDR), and psychological interventions aligned with the National Police Psychological Screening Programme.

two.1.5) Estimated total value

Value excluding VAT: £19,200

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The City of London

two.2.4) Description of the procurement

This proposed direct award is for the provision of Specialist Psychological Services (CBT) for the City of London Police (COLP). The service requirement includes the delivery of trauma-focused therapy, Eye Movement Desensitisation and Reprocessing (EMDR), and psychological interventions aligned with the National Police Psychological Screening Programme.

The Services will commence from the 1st September 2025 until the 31st August 2027.

The Contracting Authority is intending to award the contract in accordance with the PSR under Direct Award Process C where there is an existing provider for the services, and existing provider is satisfying the original contract, and will likely satisfy the proposed new contract, and where additionally the services are not changing considerably.

two.2.5) Award criteria

Quality criterion - Name: Please see detail in Section 3 “Explanation” of this Notice. / Weighting: 0

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £19,200

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months

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 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This is a Direct Award under the PSR 2023 regulations, Option C.

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

Date

30 June 2025

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

four.2.7) Conditions for opening of tenders

Date

30 June 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The intended award of this contract is subject to the Health Care Services ( Provider Selection Regime) Regulations 2023.

The existing contract with the provider named in this Notice is due to expire on the 31st August 2025 , and the Contracting Authority is intending to award a new contract to replace the existing contract at the end of it’s term. The proposed contracting arrangements are not changing considerably from the existing contract. The Contracting Authority is content that the Supplier named in his Notice is satisfying the proposed contract to a sufficient standard, and will likely satisfy the proposed contract to a sufficient standard taking into account the relative importance of the Key criteria referred to in Regulation 5 of the PSR, and applying the Basic selection criteria in accordance with Schedule 16 of the PSR. The Contracting Authority is satisfied that the conditions for Direct Award Process C can be, and have been met.

The intention to award the contract via Direct Award Process C has been approved in accordance with the Contracting Authority’s own internal governance. . The Decision makers when making a decision to award the contract via Direct Award Process C have also taken into consideration amendments to the PSR which have arisen from the Procurement Act 2023 [PA2023] coming into force on the 24th February 2025. NHS England’s updated PSR Statutory Guidance, and which is to be read along with the PSR, taking on board the provisions of the P2023 relating to exclusions and debarment of providers refers.

In accordance with Regulation 21 of the PSR, any potential conflicts of interest have been considered. The Contracting Authority intends to manage any conflicts of interest which may arise during the Contract in accordance with it’s own internal governance.

The publication of this Notice marks the start of the 8 working day mandatory standstill period which will be introduced the day after this Notice is published .

Written representations by providers must be made to decision makers before midnight on the 20th June 2025 . This contract has not yet been formally awarded . This Notice serves as an intention to award under the PSR.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom