Tender

Mental Health Treatment Requirements (MHTRs) in the South East (Phase 2) on behalf of NHS England South East

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 1 release in its history.

Tender

04 Nov 2022 at 16:24

Summary of the contracting process

The NHS South, Central and West Commissioning Support Unit is seeking to commission Mental Health Treatment Requirements (MHTRs) Services in the South East as part of the wider Community Sentence Treatment Requirements Programme. The procurement exercise is split into 4 Lots for different courts with varying contract values. The tender period ends on 12th December 2022, and services are planned to commence on 1st July 2023.

This tender presents an opportunity for healthcare service providers to offer tailored mental health support to offenders in the South East. The procurement method is an open procedure, and SMEs and VCSEs are considered suitable to compete. Interested providers can find more information on the opportunity through the e-procurement system, Atamis. The contracting authority seeks to treat all bidders equally and will adhere to specific procurement regulations related to healthcare services.

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

Mental Health Treatment Requirements (MHTRs) in the South East (Phase 2) on behalf of NHS England South East

Notice Description

NHS England South East (the Commissioner) seeks to commission Mental Health Treatment Requirements (MHTRs) Services across the South East. This forms part of the wider Community Sentence Treatment Requirements (CSTRs) Programme which is a partnership between the Ministry of Justice (MoJ), Department of Health and Social Care (DHSC), NHS England (NHSE), Public Health England (PHE) and His Majesty's Prison and Probation Service (HMPPS). The CSTR Programme aims to develop pathways to enable and facilitate the increased use of all three treatment requirements: - Mental Health Treatment Requirements (MHTRs) - Drug Rehabilitation Requirements (DRRs) - Alcohol Treatment Requirements (ATRs) ATRs and DRRs in the South East are outside the scope of this procurement, beyond the co-ordination of CSTRs for combined orders. However, there is an expectation that MHTR and ATR & DTR providers will work closely together in the best interests of the service user, especially where it can be identified that a combined order is the best outcome. MHTR in the context of the CSTR programme is intended for the sentencing of individuals convicted of an offence(s) which has crossed the community order sentencing threshold and may be used as an alternative to short custodial sentences for individuals who may have range of mental health, personality disorder and psychological issues/vulnerabilities which do not require forensic or secondary care treatment. The aims of the service are to: * Increase the proportion of offenders with mental health issues for whom an effective mental health treatment plan is in place. * Reduce re-offending by addressing the underlying causes of offending behaviour. * Prevent custodial sentences (especially short ones), by offering robust community treatment options. * Provide tailored mental health support to the most vulnerable offenders. Individuals supported by pilot sites included those who suffered from post-traumatic stress, trauma, bipolar, personality and phobia disorders, psychosis and ASD. Contracts will be for an initial term of 3 years, with a possible extension of a further three years, as defined and at the discretion of the Commissioner. Services are planned to commence on 01 July 2023. The procurement exercise is split into 4 Lots with the corresponding 3 year initial term maximum contract values. Lot 1: Southampton Courts (Crown and Magistrates Court) & Portsmouth Combined Court Centre (Crown and Magistrates Court) - PS1,395,000 Lot 2: High Wycombe Magistrates Court - PS615,000 Lot 3: Guildford Courts (Crown and Magistrates Court) - PS900,000 Lot 4: Brighton Magistrates Court - PS1,290,000 Interested providers will be able to view this opportunity via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome Additional information: Secondary MHTRs are outside the scope of this service specification and should be provided through locally commissioned frameworks for secondary care. Primary MHTRs are the sole focus of this service specification. Treatment should thereby be provided by a suitable trained and experienced team of practitioners, for individuals who do not meet the criteria for secondary mental health treatment. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. 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 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 Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-49463211-d282-4bad-b45a-a9f81ffb5981
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/84a2c2af-7748-4396-b233-ce52b3011424
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 (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

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

Notice Dates

Publication Date
4 Nov 20223 years ago
Submission Deadline
12 Dec 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2023 - 30 Jun 2029 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-b5fd17-49463211-d282-4bad-b45a-a9f81ffb5981-2022-11-04T16:24:58Z",
    "date": "2022-11-04T16:24:58Z",
    "ocid": "ocds-b5fd17-49463211-d282-4bad-b45a-a9f81ffb5981",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C106817",
        "title": "Mental Health Treatment Requirements (MHTRs) in the South East (Phase 2) on behalf of NHS England South East",
        "description": "NHS England South East (the Commissioner) seeks to commission Mental Health Treatment Requirements (MHTRs) Services across the South East. This forms part of the wider Community Sentence Treatment Requirements (CSTRs) Programme which is a partnership between the Ministry of Justice (MoJ), Department of Health and Social Care (DHSC), NHS England (NHSE), Public Health England (PHE) and His Majesty's Prison and Probation Service (HMPPS). The CSTR Programme aims to develop pathways to enable and facilitate the increased use of all three treatment requirements: - Mental Health Treatment Requirements (MHTRs) - Drug Rehabilitation Requirements (DRRs) - Alcohol Treatment Requirements (ATRs) ATRs and DRRs in the South East are outside the scope of this procurement, beyond the co-ordination of CSTRs for combined orders. However, there is an expectation that MHTR and ATR & DTR providers will work closely together in the best interests of the service user, especially where it can be identified that a combined order is the best outcome. MHTR in the context of the CSTR programme is intended for the sentencing of individuals convicted of an offence(s) which has crossed the community order sentencing threshold and may be used as an alternative to short custodial sentences for individuals who may have range of mental health, personality disorder and psychological issues/vulnerabilities which do not require forensic or secondary care treatment. The aims of the service are to: * Increase the proportion of offenders with mental health issues for whom an effective mental health treatment plan is in place. * Reduce re-offending by addressing the underlying causes of offending behaviour. * Prevent custodial sentences (especially short ones), by offering robust community treatment options. * Provide tailored mental health support to the most vulnerable offenders. Individuals supported by pilot sites included those who suffered from post-traumatic stress, trauma, bipolar, personality and phobia disorders, psychosis and ASD. Contracts will be for an initial term of 3 years, with a possible extension of a further three years, as defined and at the discretion of the Commissioner. Services are planned to commence on 01 July 2023. The procurement exercise is split into 4 Lots with the corresponding 3 year initial term maximum contract values. Lot 1: Southampton Courts (Crown and Magistrates Court) & Portsmouth Combined Court Centre (Crown and Magistrates Court) - PS1,395,000 Lot 2: High Wycombe Magistrates Court - PS615,000 Lot 3: Guildford Courts (Crown and Magistrates Court) - PS900,000 Lot 4: Brighton Magistrates Court - PS1,290,000 Interested providers will be able to view this opportunity via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome Additional information: Secondary MHTRs are outside the scope of this service specification and should be provided through locally commissioned frameworks for secondary care. Primary MHTRs are the sole focus of this service specification. Treatment should thereby be provided by a suitable trained and experienced team of practitioners, for individuals who do not meet the criteria for secondary mental health treatment. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. 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 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 Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations.",
        "datePublished": "2022-11-04T16:24:58Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 8400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-12-12T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-07-01T00:00:00+01:00",
            "endDate": "2029-06-30T23:59:59+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/84a2c2af-7748-4396-b233-ce52b3011424",
                "datePublished": "2022-11-04T16:24:58Z",
                "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",
                "locality": "BRISTOL",
                "postalCode": "BS13NX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Evan Williams",
                "email": "Scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    }
}