Tender

Offender Personality Disorder (OPD) Pathway Services for HMP Ranby and HMP Holme House

  • NHS England

F02: Contract notice

Notice identifier: 2025/S 000-050276

Procurement identifier (OCID): ocds-h6vhtk-058b8c

Published 20 August 2025, 3:46pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Contact

Anna Salt

Email

anna.salt@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.nhs.uk//

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

Offender Personality Disorder (OPD) Pathway Services for HMP Ranby and HMP Holme House

Reference number

C382407

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU), on behalf of NHS England (referred to as the Authority), is inviting suitably qualified and experienced providers to respond to this Competitive Process for the provision of Offender Personality Disorder (OPD) Pathway Services for HMP Ranby and HMP Holme House.
The service is due to commence on 1st April 2026.
The contract period is 5 years with Commissioners having the option to extend for up to an additional 2 years.
Please note the contract values are estimates and cover the whole potential 7 year contract period.
To express interest and participate in this Competitive Process, please register and access documentation via the Atamis (Health Family) portal:https://atamis-1928.my.site.com/s/Welcome
Should providers have any queries, or have problems using the portal, they should contact Helpdesk at: Phone: 0800 0988 201 E-mail: support-health@atamis.co.uk
The response deadline is 12pm, noon, on 12pm, midday Thursday 2nd October 2025 and the project reference in Atamis is C382407.

two.1.5) Estimated total value

Value excluding VAT: £4,096,019

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Key Criteria Questionnaire - Lot 1 - HMP Ranby

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

As detailed in the Competitive Process documentation.
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
Contracts Regulations 2015 do not apply to this award.
The decision maker of the award will be: NHS England - National Commissioning Group.
The intention is to award a contracts using the Competitive Process.
The announcement by Government, on 13thMarch 2025, will not disrupt commissioning and contracting of this service. NHS England continues to exist as a statutory body for now. The dissolution of NHS England during the term of the contract will be subject to an act of Parliament and its undertakings will be transferred as appropriate. As and when NHS England is dissolved, commissioning responsibilities will be transferred to an alternative commissioning authority. At this time, the General Condition 12 ‘Assignment and Sub-Contracting’ of the NHS Standard Contract, as per the obligations of the commissioner, will set out the terms and conditions under which the contract will be transferred or assigned to the relevant commissioning authority.

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: £2,043,351

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend for up to an additional 2 years following the initial 5 year contract period.

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) Description

two.2.1) Title

Key Criteria Questionnaire - Lot 2 - HMP Holme House

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

As detailed in the Competitive Process
documentation.
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
Contracts Regulations 2015 do not
apply to this award.
The decision maker of the award will
be: NHS England - National
Commissioning Group.
The intention is to award a contracts
using the Competitive Process.
The announcement by Government, on
13thMarch 2025, will not disrupt
commissioning and contracting of this
service. NHS England continues to
exist as a statutory body for now. The
dissolution of NHS England during the
term of the contract will be subject to an
act of Parliament and its undertakings
will be transferred as appropriate. As
and when NHS England is dissolved,
commissioning responsibilities will be
transferred to an alternative
commissioning authority. At this time,
the General Condition 12 ‘Assignment
and Sub-Contracting’ of the NHS
Standard Contract, as per the
obligations of the commissioner, will set
out the terms and conditions under
which the contract will be transferred or
assigned to the relevant commissioning
authority.

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: £2,052,668

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend for up to
an additional 2 years following the initial
5 year contract period.

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

2 October 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 October 2025

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

NHS Arden and Greater East Midlands Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/