Tender

GB-SUFFOLK: Psychological Assessments

NORFOLK AND SUFFOLK NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Tender

25 Jul 2018 at 10:06

Summary of the contracting process

The Norfolk and Suffolk NHS Foundation Trust is seeking tenders for the "GB-SUFFOLK: Psychological Assessments" project, which falls under the education and training services sector. This procurement process is currently in the Tender stage, with an end date for submission set for 3rd August 2018. The service will be delivered at HMP Wayland, located in Thetford, Norfolk. The contract period is scheduled to commence on 31st August 2018 and will conclude on 31st August 2019. The tendering method for this project is an open procedure, encouraging a competitive bidding environment.

This tender presents a significant opportunity for small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) that specialise in psychological assessments and related clinical services. Businesses that possess relevant accreditation, particularly those with practitioners registered with the Health and Care Professions Council, would be well-suited to compete. The assessments to be conducted require a firm understanding of forensic psychology and the ability to generate comprehensive reports that influence treatment decisions within the pathway, thus providing a valuable contribution to the field of mental health in the corrections system.

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

GB-SUFFOLK: Psychological Assessments

Notice Description

The requirement is for our PD Pathway, Assessment & Treatment service based at HMP Wayland, a Cat C male prison near Thetford, Norfolk. The Pathway services are provided by NSFT as part of a partnership with HMPS and are commissioned jointly by NHS England and HMPPS. The service requires approximately 10 x initial assessment/and/or end of treatment risk assessment reports to be conducted per annum, on an as required basis. The initial assessments will need to include a core set of structured forensic assessments and, where necessary, clinical assessments of area such as ADHD and trauma symptomology, together with the collection of some primary care-level screening measures. Additional assessment may be required on a case by case basis, depending on client and service need. The appointed contractor may also need to work with PD Pathway clinicians to ensure that the evidence from existing treatment reviews and therapy reports is included in end of treatment reports. Core measures are likely to include, the following, though this may differ from case to case.. 1.HCR-20 (V3) 2.IPDE 3.PCL-R 4.SAPROF 5.WAIS -IV Reports produced will be used to influence treatment decisions in the PD Pathway and to alert front line clinicians to areas of significant clinical risk. Therefore, the provider will need to ensure that assessing clinicians are familiar with the service, its ethos, and the available treatment pathways and mandated therapeutic approaches that it offers, as well as orientated to the prison system in general. Reports may be represented as part of Parole Board hearings and therefore, it is essential that all assessing clinicians are appropriately qualified and registered with the Health and Care Professions Council as practitioner psychologists or equivalent. The provider will also need to demonstrate that it has a relevant, up to date understanding of Information Governance in relation to the client group and setting, and have processes in place in order to satisfy the professional and organisational needs to maintain client and service confidentiality. Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-32691d64-a721-4da4-9412-8e4698544240
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/9a470172-cd2c-4cd0-9e0d-ebff7e2d2db0
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Jul 20187 years ago
Submission Deadline
3 Aug 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Aug 2018 - 31 Aug 2019 1-2 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
NORFOLK AND SUFFOLK NHS FOUNDATION TRUST
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
IPSWICH
Postcode
IP1 2BX
Post Town
Ipswich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH62 Ipswich
Delivery Location
Not specified

Local Authority
Ipswich
Electoral Ward
Gipping
Westminster Constituency
Ipswich

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-b5fd17-32691d64-a721-4da4-9412-8e4698544240-2018-07-25T11:06:36+01:00",
    "date": "2018-07-25T11:06:36+01:00",
    "ocid": "ocds-b5fd17-32691d64-a721-4da4-9412-8e4698544240",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "BIP335120136",
        "title": "GB-SUFFOLK: Psychological Assessments",
        "description": "The requirement is for our PD Pathway, Assessment & Treatment service based at HMP Wayland, a Cat C male prison near Thetford, Norfolk. The Pathway services are provided by NSFT as part of a partnership with HMPS and are commissioned jointly by NHS England and HMPPS. The service requires approximately 10 x initial assessment/and/or end of treatment risk assessment reports to be conducted per annum, on an as required basis. The initial assessments will need to include a core set of structured forensic assessments and, where necessary, clinical assessments of area such as ADHD and trauma symptomology, together with the collection of some primary care-level screening measures. Additional assessment may be required on a case by case basis, depending on client and service need. The appointed contractor may also need to work with PD Pathway clinicians to ensure that the evidence from existing treatment reviews and therapy reports is included in end of treatment reports. Core measures are likely to include, the following, though this may differ from case to case.. 1.HCR-20 (V3) 2.IPDE 3.PCL-R 4.SAPROF 5.WAIS -IV Reports produced will be used to influence treatment decisions in the PD Pathway and to alert front line clinicians to areas of significant clinical risk. Therefore, the provider will need to ensure that assessing clinicians are familiar with the service, its ethos, and the available treatment pathways and mandated therapeutic approaches that it offers, as well as orientated to the prison system in general. Reports may be represented as part of Parole Board hearings and therefore, it is essential that all assessing clinicians are appropriately qualified and registered with the Health and Care Professions Council as practitioner psychologists or equivalent. The provider will also need to demonstrate that it has a relevant, up to date understanding of Information Governance in relation to the client group and setting, and have processes in place in order to satisfy the professional and organisational needs to maintain client and service confidentiality. Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.",
        "datePublished": "2018-07-25T11:06:36+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2018-08-03T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-08-31T00:00:00+01:00",
            "endDate": "2019-08-31T23:59:59+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/9a470172-cd2c-4cd0-9e0d-ebff7e2d2db0",
                "datePublished": "2018-07-25T11:06:36+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Please follow this link to view the notice.",
                "url": "https://www.delta-esourcing.com/delta/respondToList.html?noticeId=335120136"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-16914",
            "name": "Norfolk and Suffolk NHS Foundation Trust",
            "identifier": {
                "legalName": "Norfolk and Suffolk NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Endeavour House, Russell Road",
                "locality": "Ipswich",
                "postalCode": "IP1 2BX",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Paul A Smith",
                "email": "paul.a.smith@nsft.nhs.uk",
                "telephone": "01473266353"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-16914",
        "name": "Norfolk and Suffolk NHS Foundation Trust"
    }
}