Section one: Contracting authority
one.1) Name and addresses
NHS England
Wellington House, 133-135 Waterloo Road
London
SE1 8UG
Contact
Louise Smith
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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