Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House, Quarry Hill
Leeds
LS2 7UE
Contact
Khadijah Yasmin
Country
United Kingdom
Region code
UKI - London
NHS Organisation Data Service
Y56
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
London Liaison & Diversion Service and Mental Health Treatment Requirement (MHTR) Service for Men
Reference number
PRJ2053
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 (London Region) (hereafter referred to as "the Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of an integrated London Liaison and Diversion Service (L&D) and London Mental Health Treatment Service (MHTR) for Men only. L&D and MHTR services are commissioned by the Health & Justice team, as part of NHS England London's Specialised Commissioning division.
The Services
Liaison and Diversion Service
The provider will identify individuals with mental health, neurodiverse needs, substance misuse or other psychosocial vulnerabilities, when they come into contact with the youth and criminal justice systems. The service aims to:
• Improve overall health outcomes by providing better access to healthcare and support services for vulnerable people
• Reduce reoffending by addressing the underlying factors contributing to offending behaviour.
The provider will deliver the L&D service in all London custody suites, Magistrates' Courts, Crown Courts and will include a dedicated Community Team of community link workers and peer support workers. It will also deliver a service for individuals who are dealt with by Voluntary Attendance/Interview who have vulnerabilities. It will share appropriate information with Criminal Justice System partners (police, Judiciary, Crown Prosecution Service, Probation etc) as well as supporting individuals into appropriate health and other services.
Mental Health Treatment Requirements for Men only
The provider will deliver in London MHTR treatment service for men only where the Courts deem it would be appropriate to include a MHTR as part of a Community Sentence. The service would screen men who had been referred by either Probation, Defence or Liaison and Diversion who are potentially suitable for a MHTR. If the individual agrees, this will be shared with Probation who will include the recommendation into the Pre Sentence Report for the Judiciary for them to consider whether a MHTR could be part of any sentencing options. Where a man is given a MHTR as part of a community order the provider would deliver a number of sessions over a specified period, determined by the court and provide psychological treatment/interventions, to address the underlying mental health issues which may be contributing towards the underlying offending issues. The Service will work directly with probation around support which will increase compliance, as well as proactively support the man to comply with the MHTR, and therefore reduce breaches. This service would be available to any man appearing in any of the Magistrates' Courts or Crown Courts in London.
The authority has divided London into two Lots - North and South. Lot 1 - The North London Lot will be based on the North West London, North Central London and North East London ICBs geographical footprints and Lot 2 - The South London Lot will be based on the South West London and South East London ICBs geographical footprint
Contract Length and value:
The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).
two.1.5) Estimated total value
Value excluding VAT: £116,178,097
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
The North
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The North London Lot will be based on the North West London, North Central London and North East London ICBs geographical footprints
Lot 1 (North): Funding of £236,973 per annum will be allocated to recruit one Band 8b Programme Manager and two Band 7 Project Managers.
two.2.6) Estimated value
Value excluding VAT: £78,639,372
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
two.2.14) Additional information
The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).
two.2) Description
two.2.1) Title
The South
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The South London Lot will be based on the South West London and South East London ICBs geographical footprint.
Lot 2 (South): Funding of £165,553 per annum will be allocated to recruit one Band 8b Programme Manager and one Band 7 Project Manager.
two.2.6) Estimated value
Value excluding VAT: £37,538,725
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
two.2.14) Additional information
The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-028189
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance.
To ensure the new Integrated Model of delivery (Liaison and Diversion, and Men's Primary Mental Health Treatment Requirements) from a Liaison and Diversion only service, including enhancing the effectiveness and quality of service delivery across both Lots, additional non-recurrent funding is allocated. This is to support the integration of the two functions and establish formal agreements on how both Lots will collaborate to deliver a cohesive service. This funding, available for a period of two years, will be distributed as follows:
• Lot 1 (North): Funding of £236,973 per annum will be allocated to recruit one Band 8b Programme Manager and two Band 7 Project Managers.
• Lot 2 (South): Funding of £165,553 per annum will be allocated to recruit one Band 8b Programme Manager and one Band 7 Project Manager.
These roles will be ringfenced exclusively to managing the integration of the two functions within their respective Lots. They will also work collaboratively with their counterparts in the other Lot to drive service development, as outlined in the Service Development and Improvement Plan (SDIP).
Please use this link to register as a supplier on the Atamis tendering portal - https://atamis-1928.my.site.com/s/Welcome
This is a Provider Selection Regime (PSR) Contract 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 Contract Regulations 2015 does not apply to this award.
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023.