Tender

NHS England South East - Liaison and Diversion and Reconnect Services

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 4 releases in its history.

Tender

07 Jul 2023 at 09:29

Planning

09 Mar 2023 at 16:57

Planning

09 Mar 2023 at 16:47

Planning

09 Mar 2023 at 14:18

Summary of the contracting process

The NHS England South East is inviting providers to deliver Liaison and Diversion and RECONNECT services across five geographic lots in the South East region. The contract duration is seven years, starting on April 1, 2024, with a maximum combined lot value of £102.6 million. Interested businesses must complete the necessary documentation by the tender period end date of August 31, 2023. This procurement falls under the healthcare services category and represents an opportunity for organisations experienced in delivering non-custodial programmes to improve health and criminal justice outcomes.

The procurement process for the Liaison & Diversion services provides business growth opportunities for service providers capable of delivering timely interventions for vulnerable individuals in contact with the criminal justice system. Successful bidders will engage in early intervention and post-custodial care, supporting transitions to community-based services. With a focus on reducing inequalities and addressing health-related drivers of offending behaviour, this tender is suited for businesses committed to enhancing the wellbeing of those exiting prison or Immigration Removal Centres. The transparent and equal treatment of bidders throughout the process aligns with the Light Touch Regime guidelines, ensuring fair competition among interested parties.

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

Notice Title

NHS England South East - Liaison and Diversion and Reconnect Services

Notice Description

NHS England (NHSE) South East, ("the Commissioner") are seeking Provider(s) who have the capability and capacity to deliver non-custodial services, specifically Liaison & Diversion and RECONNECT services, across the South East of England NHSE region. The non-custodial programmes focus on appropriate diversion, support, and recovery of those entering the criminal justice system (Liaison & Diversion) through to and on release from a secure setting (RECONNECT). The non-custodial programmes provide a continuous pathway of support for individuals, ensuring communication and information sharing across the non-custodial programme interfaces and thereby supporting the individual's access to treatment and support across the pathway. The services 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. The procurement is split across five geographic lots, with the following corresponding maximum annual lot values: * Lot 1 - Thames Valley - PS4.22m * Lot 2 - Hampshire and Isle of Wight - PS3.39m * Lot 3 - Kent - PS3.07m * Lot 4 - Surrey - PS1.67m * Lot 5 - Sussex - PS2.31m The contract duration will be for seven years, with services due to commence on 1st April 2024. The total maximum combined lot value over the life of the seven-year contract is PS102.6m. 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. RECONNECT is a care after custody service that seeks to improve the continuity of care of individuals with an identified health need leaving prison or an Immigration Removal Centre (IRC). This involves working with them before they leave to support their transition to community-based services, thereby safeguarding health gains made whilst in prison or an IRC. RECONNECT services aim to improve the wellbeing of people leaving prison or IRCs, reduce inequalities, address health-related drivers of offending behaviours and/or absconding. Whilst not a service which provides clinical interventions, the RECONNECT service offers liaison, advocacy, signposting, and support to those leaving prison or IRCs to support engagement in community- based health and support services. TUPE implications are likely to apply to all areas; workforce information is available upon request during the tender period. Additional information: This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome. Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page. If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid. 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 are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). 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. Bidders will be notified of a contract award decision and the Contracting Authority intends to voluntarily observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-245a908b-af54-45f2-8a89-505e11390f89
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/53b697ba-99f2-4138-81c5-4ac6f7cb42d6
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

Tender Value
£102,690,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Jul 20232 years ago
Submission Deadline
31 Aug 2023Expired
Future Notice Date
5 Apr 2023Expired
Award Date
Not specified
Contract Period
31 Mar 2024 - 31 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
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

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-b5fd17-245a908b-af54-45f2-8a89-505e11390f89-2023-07-07T10:29:53+01:00",
    "date": "2023-07-07T10:29:53+01:00",
    "ocid": "ocds-b5fd17-245a908b-af54-45f2-8a89-505e11390f89",
    "language": "en",
    "initiationType": "tender",
    "title": "NHS England South East - Liaison and Diversion (L&D) services",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2023-04-05T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ae5db631-d785-43bf-bc5d-2582e0747fad",
                "datePublished": "2023-03-09T14:18:41Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2023-03-09T16:57:04Z"
            }
        ]
    },
    "tender": {
        "id": "C190172",
        "title": "NHS England South East - Liaison and Diversion and Reconnect Services",
        "description": "NHS England (NHSE) South East, (\"the Commissioner\") are seeking Provider(s) who have the capability and capacity to deliver non-custodial services, specifically Liaison & Diversion and RECONNECT services, across the South East of England NHSE region. The non-custodial programmes focus on appropriate diversion, support, and recovery of those entering the criminal justice system (Liaison & Diversion) through to and on release from a secure setting (RECONNECT). The non-custodial programmes provide a continuous pathway of support for individuals, ensuring communication and information sharing across the non-custodial programme interfaces and thereby supporting the individual's access to treatment and support across the pathway. The services 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. The procurement is split across five geographic lots, with the following corresponding maximum annual lot values: * Lot 1 - Thames Valley - PS4.22m * Lot 2 - Hampshire and Isle of Wight - PS3.39m * Lot 3 - Kent - PS3.07m * Lot 4 - Surrey - PS1.67m * Lot 5 - Sussex - PS2.31m The contract duration will be for seven years, with services due to commence on 1st April 2024. The total maximum combined lot value over the life of the seven-year contract is PS102.6m. 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. RECONNECT is a care after custody service that seeks to improve the continuity of care of individuals with an identified health need leaving prison or an Immigration Removal Centre (IRC). This involves working with them before they leave to support their transition to community-based services, thereby safeguarding health gains made whilst in prison or an IRC. RECONNECT services aim to improve the wellbeing of people leaving prison or IRCs, reduce inequalities, address health-related drivers of offending behaviours and/or absconding. Whilst not a service which provides clinical interventions, the RECONNECT service offers liaison, advocacy, signposting, and support to those leaving prison or IRCs to support engagement in community- based health and support services. TUPE implications are likely to apply to all areas; workforce information is available upon request during the tender period. Additional information: This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome. Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page. If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid. 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 are instead governed by the \"Light Touch Regime\" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). 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. Bidders will be notified of a contract award decision and the Contracting Authority intends to voluntarily observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health 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"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "datePublished": "2023-07-07T10:29:53+01:00",
        "minValue": {
            "amount": 11690000,
            "currency": "GBP"
        },
        "value": {
            "amount": 102690000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-08-31T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-04-01T00:00:00+01:00",
            "endDate": "2031-03-31T23:59:59+01:00"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/53b697ba-99f2-4138-81c5-4ac6f7cb42d6",
                "datePublished": "2023-07-07T10:29:53+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "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": "Three-six-zero, Marlborough Street",
                "locality": "BRISTOL",
                "postalCode": "BS13NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Scwcsu.procurement@nhs.net",
                "name": "Jamie Mackay"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://health-family.force.com/s/Welcome"
            }
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    }
}