Contract

Integrated Non-Custodial Healthcare Services to NHS England South West.

  • NHS England

F03: Contract award notice

Notice identifier: 2024/S 000-031767

Procurement identifier (OCID): ocds-h6vhtk-043770

Published 3 October 2024, 3:47pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Wellington House, 133-135 Waterloo Road

London

SE1 8UG

Contact

Louise Smith

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk

Buyer's address

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

Integrated Non-Custodial Healthcare Services to NHS England South West.

Reference number

C248001

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 (NHSE) Health & Justice were seeking to re-commission Non-Custodial Services across the South West region.

The following elements of offender health will form Integrated Non-Custodial Services:

- Liaison and Diversion services.

- Reconnect services.

- Primary Mental Health Treatment Requirements.

The procurement was divided into 5 lots and cover the Offices of Police and Crime Commissioner (OPCC) boundaries within the South West as follows:

Lot 1: Avon and Somerset

Lot 2: Devon and Cornwall

Lot 3: Dorset

Lot 4: Gloucestershire

Lot 5: Wiltshire

The service will ensure people receive seamless care and support irrelevant of where they are in the criminal justice system.

Alignment of regional non-custodial contracts will provide an opportunity to drive an innovative way of working with all stakeholders to deliver an integrated non-custodial healthcare service for each of the five OPCC boundaries. It will allow consistency in patient outcomes and quality standards whilst providing the correct pathway to the individual demographic in the South West.

The Contracts will be for a term of 7 years and services are planned to commence from 1st April 2025.

Total financial envelopes (inclusive of mobilisation and improvement funding) as advertised:

Lot 1 - £25,987,000

Lot 2 - £21,979,000

Lot 3 - £11,471,000

Lot 4 - £9,034,000

Lot 5 - £10,897,000

Financial envelopes (exclusive of mobilisation and improvement funding, for purposes of assessment, as advertised):

Lot 1 - £25,357,000

Lot 2 - £21,447,000

Lot 3 - £11,205,000

Lot 4 - £8,824,000

Lot 5 - £10,645,000

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £79,368,000

two.2) Description

two.2.1) Title

Avon and Somerset

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice were seeking to re-commission Non-Custodial Services for the population of Avon and Somerset (Lot 1).

The service is being co-commissioned with Avon and Somerset Office of the Police and Crime Commissioner (OPCC) and the Probation Service.

The following elements of offender health will form the Integrated Non-Custodial Service:

- Liaison and Diversion services.

- Reconnect services.

- Primary Mental Health Treatment Requirements.

The service will ensure people receive seamless care and support irrelevant of where they are in the criminal justice system.

Alignment of regional non-custodial contracts will provide an opportunity to drive an innovative way of working with all stakeholders to deliver an integrated non-custodial healthcare service for each of the five OPCC boundaries. It will allow consistency in patient outcomes and quality standards whilst providing the correct pathway to the individual demographic in the South West.

The Contract will be for a term of 7 years and services are planned to commence from 1st April 2025.

The maximum total contract value is:

Lot 1: £25,987,000 (inclusive of mobilisation and improvement funding)

Lot 1: £25,357,000 (exclusive of mobilisation and improvement funding)

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 46%

Quality criterion - Name: Value / Weighting: 8%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 17%

Quality criterion - Name: Improving Access, Reducing Health Inequalities, and Facilitating Choice / Weighting: 17%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Devon and Cornwall

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK30 - Cornwall and Isles of Scilly
  • UKK43 - Devon CC

two.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice were seeking to re-commission Non-Custodial Services for the population of Devon and Cornwall (Lot 2).

The following elements of offender health will form the Integrated Non-Custodial Service:

- Liaison and Diversion services.

- Reconnect services.

- Primary Mental Health Treatment Requirements

The service will ensure people receive seamless care and support irrelevant of where they are in the criminal justice system.

Alignment of regional non-custodial contracts will provide an opportunity to drive an innovative way of working with all stakeholders to deliver an integrated non-custodial healthcare service for each of the five OPCC boundaries. It will allow consistency in patient outcomes and quality standards whilst providing the correct pathway to the individual demographic in the South West.

The Contract will be for a term of 7 years and services are planned to commence from 1st April 2025.

The maximum total contract value is:

Lot 2: £21,979,000 (inclusive of mobilisation and improvement funding)

Lot 2: £21,447,000 (exclusive of mobilisation and improvement funding)

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 46%

Quality criterion - Name: Value / Weighting: 8%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 17%

Quality criterion - Name: Improving Access, Reducing Health Inequalities, and Facilitating Choice / Weighting: 17%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Dorset

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK25 - Dorset

two.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice were seeking to re-commission Non-Custodial Services for the population of Dorset (Lot 3).

The following elements of offender health will form the Integrated Non-Custodial Service:

- Liaison and Diversion services.

- Reconnect services.

- Primary Mental Health Treatment Requirements

The service will ensure people receive seamless care and support irrelevant of where they are in the criminal justice system.

Alignment of regional non-custodial contracts will provide an opportunity to drive an innovative way of working with all stakeholders to deliver an integrated non-custodial healthcare service for each of the five OPCC boundaries. It will allow consistency in patient outcomes and quality standards whilst providing the correct pathway to the individual demographic in the South West.

The Contract will be for a term of 7 years and services are planned to commence from 1st April 2025.

The maximum total contract value is:

Lot 3: £11,471,000 (inclusive of mobilisation and improvement funding)

Lot 3: £11,205,000 (exclusive of mobilisation and improvement funding)

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 46%

Quality criterion - Name: Value / Weighting: 8%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 17%

Quality criterion - Name: Improving Access, Reducing Health Inequalities, and Facilitating Choice / Weighting: 17%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Gloucestershire

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK13 - Gloucestershire

two.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice were seeking to re-commission Non-Custodial Services for the population of Gloucestershire (Lot 4).

The following elements of offender health will form the Integrated Non-Custodial Service:

- Liaison and Diversion services.

- Reconnect services.

- Primary Mental Health Treatment Requirements

The service will ensure people receive seamless care and support irrelevant of where they are in the criminal justice system.

Alignment of regional non-custodial contracts will provide an opportunity to drive an innovative way of working with all stakeholders to deliver an integrated non-custodial healthcare service for each of the five OPCC boundaries. It will allow consistency in patient outcomes and quality standards whilst providing the correct pathway to the individual demographic in the South West.

The Contract will be for a term of 7 years and services are planned to commence from 1st April 2025.

The maximum total contract value is:

Lot 4: £9,034,000 (inclusive of mobilisation and improvement funding)

Lot 4: £8,824,000 (exclusive of mobilisation and improvement funding)

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 46%

Quality criterion - Name: Value / Weighting: 8%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 17%

Quality criterion - Name: Improving Access, Reducing Health Inequalities, and Facilitating Choice / Weighting: 17%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Wiltshire

Lot No

5

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK15 - Wiltshire CC

two.2.4) Description of the procurement

NHS England South West (NHSE) Health & Justice were seeking to re-commission Non-Custodial Services for the population of Wiltshire (Lot 5)

The following elements of offender health will form the Integrated Non-Custodial Service:

- Liaison and Diversion services.

- Reconnect services.

- Primary Mental Health Treatment Requirements

The service will ensure people receive seamless care and support irrelevant of where they are in the criminal justice system.

Alignment of regional non-custodial contracts will provide an opportunity to drive an innovative way of working with all stakeholders to deliver an integrated non-custodial healthcare service for each of the five OPCC boundaries. It will allow consistency in patient outcomes and quality standards whilst providing the correct pathway to the individual demographic in the South West.

The Contract will be for a term of 7 years and services are planned to commence from 1st April 2025.

The maximum total contract value is:

Lot 5: £10,897,000 (inclusive of mobilisation and improvement funding)

Lot 5: £10,645,000 (exclusive of mobilisation and improvement funding)

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 46%

Quality criterion - Name: Value / Weighting: 8%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 17%

Quality criterion - Name: Improving Access, Reducing Health Inequalities, and Facilitating Choice / Weighting: 17%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 2%

two.2.11) Information about options

Options: 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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-008712


Section five. Award of contract

Contract No

1

Lot No

1

Title

Avon and Somerset

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 September 2024

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Avon and Wiltshire Mental Health Partnership NHS Trust

Bath NHS House, Newbridge Hill

Bath

BA1 3QE

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £25,987,000

Total value of the contract/lot: £25,987,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Devon and Cornwall

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 September 2024

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Devon Partnership NHS Trust

Wonford House, Dryden Road

Exeter

EX2 5AF

Country

United Kingdom

NUTS code
  • UKK - South West (England)
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £21,979,000

Total value of the contract/lot: £21,979,000


Section five. Award of contract

Contract No

3

Lot No

3

Title

Dorset

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 September 2024

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Dorset HealthCare University NHS Foundation Trust

Sentinel House, 4-6 Nuffield Road, Poole

Dorset

BH17 0RB

Country

United Kingdom

NUTS code
  • UKK25 - Dorset
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £11,471,000

Total value of the contract/lot: £11,471,000


Section five. Award of contract

Contract No

4

Lot No

4

Title

Gloucestershire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 September 2024

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Gloucestershire Health and Care NHSFT

Trust HQ, Edward Jenner Court, 1010 Pioneer Ave

Gloucester

GL3 4AW

Country

United Kingdom

NUTS code
  • UKK13 - Gloucestershire
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £9,034,000

Total value of the contract/lot: £9,034,000


Section five. Award of contract

Contract No

5

Lot No

5

Title

Wiltshire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 September 2024

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Avon and Wiltshire Mental Health Partnership NHS Trust

Bath NHS House, Newbridge Hill

Bath

BA1 3QE

Country

United Kingdom

NUTS code
  • UKK15 - Wiltshire CC
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £10,897,000

Total value of the contract/lot: £10,897,000


Section six. Complementary information

six.3) Additional information

The decision to award this contract in line with the Competitive Process was based on evaluation against the basic selection criteria (in the form of a Selection Questionnaire), which was assessed on a pass/fail basis, and the PSR 5 key criteria, which were assessed on a 0-4 scale, with the below weightings.

Several tender questions were asked under each of the key criteria.

- Quality and Innovation: 46%

- Value: 10%

- Integration, Collaboration and Service Sustainability: 17%

- Improving Access, Reducing Health Inequalities, and

Facilitating Choice: 17%

- Social Value: 10%

The providers selected for award have been chosen as they passed the basic selection criteria and were the highest scoring bidder overall, against the key criteria.

After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, NHS England South East is content that the providers' bids sufficiently met the key criteria and thus can proceed to contract award under the Health Care Services (Provider Selection Regime) Regulations 2023.

The evaluation panel consisted of representatives from NHS England Health & Justice Commissioners, NHSE Finance, NHSE Nursing and Quality, NHSE Public health, Offices of the Police and Crime Commissioner, Probation Service and those with Lived Experience.

Award decisions have been recommended by the NHS England South West Health & Justice Senior Commissioning Manager for Non-Custodial and Children and Young People services.

Award decisions have been made by the NHS England South West System Oversight and Co-ordination Leadership Team, with key decision makers being:

Managing Director - System Commissioning Development

Director of Collaborative Commissioning

Director of Commissioning Finance

There were four potential declarations of conflict of interest made via the conflict of interest process and recorded accordingly. However, none were deemed as actual conflicts. One potential / perceived conflict, whilst deemed as no risk to the procurement by the Programme Board Chair, was managed accordingly with appropriate mitigations.

This is a Provider Selection Regime (PSR) intention to award notice.

The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on Wednesday 16th October 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Written representations should be sent to scwcsu.procurement@nhs.net

six.4) Procedures for review

six.4.1) Review body

NHS England

London

Country

United Kingdom