Tender

NHSE1054 L&D and RECONNECT Services, Enhanced RECONNECT Services and MH Treatment Requirement Services

  • NHS England North West Region

F02: Contract notice

Notice identifier: 2025/S 000-052692

Procurement identifier (OCID): ocds-h6vhtk-059105

Published 1 September 2025, 10:13am



Section one: Contracting authority

one.1) Name and addresses

NHS England North West Region

Liverpool

Email

Necsu.neprocurement@nhs.net

Country

United Kingdom

Region code

UKD - North West (England)

NHS Organisation Data Service

Q84

Internet address(es)

Main address

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

Buyer's address

https://health-family.force.com/s/Welcome

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

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

NHSE1054 L&D and RECONNECT Services, Enhanced RECONNECT Services and MH Treatment Requirement Services

Reference number

NHSE1054

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North West (the Relevant Authority), who are undertaking a competition to commission Liaison and Diversion and Reconnect Services, Enhanced Reconnect Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria under the NHS Standard Contract.

Liaison and Diversion Services - Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable people as they come to the attention of the criminal justice system. L&D services provide a prompt response to concerns raised by the police, probation service, youth offending teams or court staff, and provide critical information to decision-makers in the justice system, in real time, when it comes to charging and sentencing these vulnerable people.

Reconnect and Enhanced Reconnect Services - RECONNECT seeks to improve the continuity of care of vulnerable people leaving prison by working with them before they leave and support their transition to community-based services, thereby safeguarding health gains made whilst in prison. RECONNECT services aim to improve the wellbeing of people leaving prison, reduce inequalities and address health-related drivers of offending behaviours.

The Enhanced RECONNECT (ER) service builds upon the RECONNECT programme as an enhanced pathway of care. The ER service will work in collaboration with partners, including those from across government to ensure that individuals that have been identified as high risk to the public and have complex health needs that may impact on their risk of reoffending. This may include, but is not limited to, violent and sexual offenders, terrorist act offenses and those at risk of terrorism. This risk must be related to a health need.

Mental Health Treatment Requirement Services - Three Community Sentence Treatment Requirements (CSTRs) were introduced in the Criminal Justice Act 2003 as many offenders experience mental health and substance misuse issues that are proven to underpin their offending behaviour. Treatment requirements offer courts an alternative to custodial sentences (especially short custodial sentences) and seek to prevent reoffending, by addressing the underlying vulnerabilities.

This specification will be focusing on the provision of Primary Care MHTRs. Primary Care MHTRs provide assessment, treatment, and interventions for those whose mental health issues don't cross the threshold of secondary care services, but also may present with additional health, social care, and substance misuse issues.

This service provides a clinical assessment and therapeutic pathway of support for those whose offence crosses the community order threshold, including secondary care MHTRs which may also be combined with either an Alcohol Treatment Requirement (ATR) or Drug Rehabilitation Requirement (DRR).

Services will be delivered in Lots:

Lot 1 will be the Liaison and Diversion and RECONNECT contract

Lot 2 will be the Enhanced RECONNECT contract

Lot 3 will be the Mental Health Treatment Requirement Services contract.

The contract terms for Lot 1 and Lot 3 are for 5 years commencing on 01 April 2026, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

Lot 2 is a fixed term 1-year contract, with effect from 01 April 2026.

All contracts are existing contracts.

The deadline for submission of competition responses is 12 noon on 01 October 2025.

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: 3

two.2) Description

two.2.1) Title

Liaison and Diversion and RECONNECT

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable people as they come to the attention of the criminal justice system. L&D services provide a prompt response to concerns raised by the police, probation service, youth offending teams or court staff, and provide critical information to decision-makers in the justice system, in real time, when it comes to charging and sentencing these vulnerable people.

RECONNECT seeks to improve the continuity of care of vulnerable people leaving prison by working with them before they leave and support their transition to community-based services, thereby safeguarding health gains made whilst in prison. RECONNECT services aim to improve the wellbeing of people leaving prison, reduce inequalities and address health-related drivers of offending behaviours.

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award.

The closing date for submission of competition response is by 12 noon on 01 October 2025.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 25

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 30

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Finance / Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £4,156,000

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

Start date

1 April 2026

End date

31 March 2034

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

The contract term for Lot 1 is 5 years, with effect from 01 April 2026, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.

two.2.14) Additional information

The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.

two.2) Description

two.2.1) Title

Lot 2 - Enhanced RECONNECT

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The Enhanced RECONNECT (ER) service builds upon the RECONNECT programme as an enhanced pathway of care. The ER service will work in collaboration with partners, including those from across government to ensure that individuals that have been identified as high risk to the public and have complex health needs that may impact on their risk of reoffending. This may include, but is not limited to, violent and sexual offenders, terrorist act offenses and those at risk of terrorism. This risk must be related to a health need.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 25

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 30

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Finance / Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £620,000

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

Start date

1 April 2026

End date

31 March 2027

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: No

two.2.14) Additional information

The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.

two.2) Description

two.2.1) Title

Lot 3 - Mental Health Treatment Requirement

Lot No

3

two.2.2) Additional CPV code(s)

  • 85121270 - Psychiatrist or psychologist services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Three Community Sentence Treatment Requirements (CSTRs) were introduced in the Criminal Justice Act 2003 as many offenders experience mental health and substance misuse issues that are proven to underpin their offending behaviour.

Treatment requirements offer courts an alternative to custodial sentences (especially short custodial sentences) and seek to prevent reoffending, by addressing the underlying vulnerabilities.

This specification will be focusing on the provision of Primary Care MHTRs

Primary Care MHTRs provide assessment, treatment, and interventions for those whose mental health issues don't cross the threshold of secondary care services, but also may present with additional health, social care, and substance misuse issues.

This service provides a clinical assessment and therapeutic pathway of support for those whose offence crosses the community order threshold, including secondary care MHTRs which may also be combined with either an Alcohol Treatment Requirement (ATR) or Drug Rehabilitation Requirement (DRR).

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 25

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 30

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Finance / Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £710,000

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

Start date

1 April 2026

End date

31 March 2034

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

The contract term for Lot 3 is 5 years, with effect from 01 April 2026, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.

two.2.14) Additional information

The Provider Response Documentation includes the contract award criteria, including the agreed relative importance of key criteria (for example, weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria.


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

Date

1 October 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

1 October 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:

Support-health@Atamis.co.uk or phone number 0800 0988201

The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm.

The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to these contracts. Providers are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

six.4) Procedures for review

six.4.1) Review body

NHS England - North West Region

Liverpool

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

Internet address

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