Award

NHS E South (South Central) - Provision of Liaison & Diversion Services across the Thames Valley

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 4 releases in its history.

Award

29 Nov 2018 at 11:35

TenderAmendment

06 Sep 2017 at 14:48

TenderAmendment

26 Jul 2017 at 13:29

Tender

25 Jul 2017 at 14:16

Summary of the contracting process

The NHS South, Central and West Commissioning Support Unit is seeking tenders for the "Provision of Liaison & Diversion Services across the Thames Valley," aimed at improving health and criminal justice outcomes for affected individuals. This procurement falls under the health and social work services category and is located in South East England. The process is currently at the Award stage and has a maximum annual contract value of £2,800,000, with a contract duration of three years commencing on 1st April 2018, and an option to extend for an additional two years. Interested parties had the opportunity to submit their bids by 12 Noon on 6th September 2017.

This tender presents a significant opportunity for various healthcare service providers, particularly small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) that offer similar services. The focus on early intervention within the justice system creates a demand for businesses skilled in supporting vulnerable populations, suggesting that those with expertise in health services, mental health, and related social care will be well-positioned to compete effectively for the contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NHS E South (South Central) - Provision of Liaison & Diversion Services across the Thames Valley

Notice Description

NHS England Health & Justice Team (South Central Region) wish to recommission Liaison and Diversion services across the Thames Valley Police Force area. The service will aim to improve health and criminal justice outcomes for children, young people and adults who come into contact with the youth and criminal justice systems. Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable individuals (both young people and adults) 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. L&D also acts as a point of referral and assertive follow up for these service users, to ensure they can access, and are supported to attend, further help. The Thames Valley area has a population of 2,358,564 and, whilst there has been partial coverage of L&D across the force footprint, this has not to date covered the full area for both adults and young people. A prior information/early engagement notice was published in relation to this procurement in April 2017, seeking expressions of interest. Please note that this previous notice was an information gathering exercise rather than a call for competition in its own right. Although those who responded to that notice will be advised that this contract notice has been published, there will be no process exemptions or preferential treatment afforded to any parties who expressed an interest at that stage. The maximum annual contract value will be PS2,800,000. The contract duration will be three years (with the option to extend by up to a further two years), due to commence on 01/04/18. Commissioners will not be liable for costs incurred by any interested party in participating in this process. Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the Open procedure and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. The procurement will be conducted via the In-Tend portal, and can be accessed via the 'current tenders' list on https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation, you will need to 'express an interest' and register on the system for full access. Bidders are required to respond to questions directly within In-Tend and attach any requested documents separately to the placeholders provided. All ITT responses must be returned by 12 Noon on 6th September 2017, at the latest. Additional information: In the interest of encouraging collaborative working, any organisation who do not wish to bid for the entire contract, but would like their details to be shared with potential bidders as either subcontractors or potential consortium partners should send contact details to ashley.preece@nhs.net at their earliest convenience, these will be circulated via the In-Tend portal. Interested providers will be able to view the tender opportunity via the 'current tenders' list on in-tend. https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation you will need to 'express an interest' and register on the system. Bidders are required to respond to Organisational & ITT questions directly within In-Tend and attach any requested documents separately to the placeholders provided. The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU ("the Directive") and Schedule 3 to the Public Contract Regulations 2015 ("the Regulations"). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the 2015 Regulations. Unsuccessful tenderers will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-0ed4c3e6-5f12-42b6-ad8e-41233b4febc4
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ea2c84b8-66bd-435a-a670-8e52c5ea34e3
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£14,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
£8,400,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
29 Nov 20187 years ago
Submission Deadline
11 Sep 2017Expired
Future Notice Date
Not specified
Award Date
19 Dec 20178 years ago
Contract Period
31 Mar 2018 - 31 Mar 2021 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS1 3NX
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
TLJ South East (England)

Local Authority
Bristol, City of
Electoral Ward
Central
Westminster Constituency
Bristol Central

Supplier Information

Number of Suppliers
1
Supplier Name

BERKSHIRE HEALTHCARE NHS FOUNDATION TRUST

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-0ed4c3e6-5f12-42b6-ad8e-41233b4febc4-2018-11-29T11:35:32Z",
    "date": "2018-11-29T11:35:32Z",
    "ocid": "ocds-b5fd17-0ed4c3e6-5f12-42b6-ad8e-41233b4febc4",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PR001938 Award",
        "title": "NHS E South (South Central) - Provision of Liaison & Diversion Services across the Thames Valley",
        "description": "NHS England Health & Justice Team (South Central Region) wish to recommission Liaison and Diversion services across the Thames Valley Police Force area. The service will aim to improve health and criminal justice outcomes for children, young people and adults who come into contact with the youth and criminal justice systems. Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable individuals (both young people and adults) 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. L&D also acts as a point of referral and assertive follow up for these service users, to ensure they can access, and are supported to attend, further help. The Thames Valley area has a population of 2,358,564 and, whilst there has been partial coverage of L&D across the force footprint, this has not to date covered the full area for both adults and young people. A prior information/early engagement notice was published in relation to this procurement in April 2017, seeking expressions of interest. Please note that this previous notice was an information gathering exercise rather than a call for competition in its own right. Although those who responded to that notice will be advised that this contract notice has been published, there will be no process exemptions or preferential treatment afforded to any parties who expressed an interest at that stage. The maximum annual contract value will be PS2,800,000. The contract duration will be three years (with the option to extend by up to a further two years), due to commence on 01/04/18. Commissioners will not be liable for costs incurred by any interested party in participating in this process. Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the Open procedure and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. The procurement will be conducted via the In-Tend portal, and can be accessed via the 'current tenders' list on https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation, you will need to 'express an interest' and register on the system for full access. Bidders are required to respond to questions directly within In-Tend and attach any requested documents separately to the placeholders provided. All ITT responses must be returned by 12 Noon on 6th September 2017, at the latest. Additional information: In the interest of encouraging collaborative working, any organisation who do not wish to bid for the entire contract, but would like their details to be shared with potential bidders as either subcontractors or potential consortium partners should send contact details to ashley.preece@nhs.net at their earliest convenience, these will be circulated via the In-Tend portal. Interested providers will be able to view the tender opportunity via the 'current tenders' list on in-tend. https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation you will need to 'express an interest' and register on the system. Bidders are required to respond to Organisational & ITT questions directly within In-Tend and attach any requested documents separately to the placeholders provided. The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU (\"the Directive\") and Schedule 3 to the Public Contract Regulations 2015 (\"the Regulations\"). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (\"Open\", \"Restricted\", \"Competitive Procedure with Negotiation\", \"Competitive Dialogue\" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 (\"the Regulations\") which are not subject to the full regime of the Regulations, but is instead governed by the \"Light Touch Regime\" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the 2015 Regulations. Unsuccessful tenderers will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.",
        "datePublished": "2017-07-25T15:16:05+01:00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 8400000,
            "currency": "GBP"
        },
        "value": {
            "amount": 14000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2017-09-11T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-04-01T00:00:00+01:00",
            "endDate": "2021-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8cdb2de9-d4f4-45aa-8eb6-1c62c9a2b221",
                "datePublished": "2017-09-06T15:48:14+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2017-09-06T15:48:14+01:00"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
            "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
            "identifier": {
                "legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/FDEK7nf7"
            },
            "address": {
                "streetAddress": "South Plaza, Marlborough Street",
                "locality": "Bristol",
                "postalCode": "BS1 3NX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Tom Griffiths",
                "email": "scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-82476",
            "name": "BERKSHIRE HEALTHCARE NHS FOUNDATION TRUST",
            "identifier": {
                "legalName": "BERKSHIRE HEALTHCARE NHS FOUNDATION TRUST"
            },
            "address": {
                "streetAddress": "Skimpedhill Lane BRACKNELL BERKSHIRE RG12 1BQ GB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-0ed4c3e6-5f12-42b6-ad8e-41233b4febc4-1",
            "status": "active",
            "date": "2017-12-19T00:00:00Z",
            "datePublished": "2018-11-29T11:35:32Z",
            "value": {
                "amount": 8400000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-82476",
                    "name": "BERKSHIRE HEALTHCARE NHS FOUNDATION TRUST"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-04-01T00:00:00+01:00",
                "endDate": "2021-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/ea2c84b8-66bd-435a-a670-8e52c5ea34e3",
                    "datePublished": "2018-11-29T11:35:32Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}