Tender

Child House - NHS England London Region

NHS COMMISSIONING BOARD

This public procurement record has 1 release in its history.

Planning

16 Dec 2021 at 15:28

Summary of the contracting process

NHS England London Region is currently inviting Expressions of Interest (EoIs) for a contract titled "Child House - NHS England London Region", aimed at delivering health and social work services. This procurement process falls under the planning and tender stages, with the deadline for submissions set for 14th January 2022 at 12:00 (noon). The contract's total indicative budget is between £4,365,000 and £4,665,000 for the initial three years, commencing from 1st April 2023. Interested providers will need to serve the North Central London area, specifically boroughs including Barnet, Camden, Enfield, Haringey and Islington.

This tender presents significant opportunities for businesses that specialise in health and social care services, particularly those with experience in child protection, therapeutic interventions, and forensic medicine. Businesses capable of providing integrated services under one roof, as well as those familiar with the unique requirements of supporting children and families in sensitive situations, would be well-suited to compete. With a focus on enhancing support mechanisms for victims of child sexual abuse, this procurement aims to attract organisations that can innovate within the framework set by the NHS and its partners.

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

Child House - NHS England London Region

Notice Description

NHS England and NHS Improvement (London Region) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers, who are capable of delivering the Child House Service in North Central London. The Child House Service is a jointly commissioned project between NHS England (London Region), the Mayor's Office for Policing and Crime (MOPAC) and North Central London Clinical Commissioning Group. The Child House aims to radically improve support to children, young people and their non-offending families following incidents of child sexual abuse including exploitation, by delivering services related to health, wellbeing, and criminal justice. Following the success of an initial 3 year pilot, we are seeking to continue with a Child House model going forward, although with a reduced financial envelope we anticipate an adapted offer to the current pilot service in place.

Lot Information

Lot 1

The development of the Child House Pilot came from a review in 2015 of child sexual abuse pathways in London which was commissioned by NHS England (London region). This showed that only 1 in 4 children who have been abused come to the attention of statutory services. If the case then proceeds in the criminal justice system the child or young person is then subjected to a prosecution based process with multiple police interviews. Many cases do not have enough evidence to proceed to trial and those that do can take up to 2 years before they reach court. Conviction rates are also low. Access to specialist health and wellbeing services is a crucial part of supporting children and young people for short term interventions and longer term recovery, whether or not their cases proceed through the criminal justice system. The concept of a Child House is in line with international best practice, the European PROMISE agreement and evidence from the pilot project included in the service evaluation, and aims to provide a service which is centred around the child. Rather than the child/ young person attending numerous agencies and different locations to access different services the Child House will provide support 'under one roof'. The environment will be reflective of the circumstances with an emphasis on being safe, secure and focused around the needs of the child/young person. The service required will include Child Sexual Abuse Medical assessments (non-urgent pathways), therapeutic interventions including counselling, clinical psychology, 1:1s and group work, advocacy, Video Recorded Interviews, Court Live Link and Section 28 remote link suite, Social Care Liaison Officers. It is anticipated that Police Liaison Officers will be directly provided by our partners in the Metropolitan Police Services (MPS). The service will accept both professionals and self-referrals. Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before the 14th January 2022 at 12:00 (noon). Any expressions of interest received after this deadline will not be considered. Portal link: https://procontract.due-north.com/Advert?advertId=1bdc4b6b-8548-ec11-810e-005056b64545 Please note that the contract will be awarded without further publication. Interested organisations must express their interest as instructed in this notice if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). EOI responses will be evaluated using the criteria set out in the online questionnaire. Should only one suitable EOI be received, NHS England reserves the right to undertake a negotiated procedure to award the contract. Where multiple suitable EOIs are received before the stated deadline from capable providers in response to this PIN, NHS England will publish a procurement opportunity to only those providers who have submitted EOIs in response to this PIN in early 2022. Any communications or clarification questions about this contract opportunity must submitted be via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on 7th January 2021. Additional information: During the first 36 months of operation a confirmed minimum financial envelope of PS1,455,000 per annum will apply. A maximum annual envelope of PS1,555,000 will apply (with final funding offer to be confirmed). Following the initial contract period, there will be an optional extension period of an additional 24 months. At time of publishing this notice, the annual financial envelope of PS955,000 per annum is available for the additional 2 year extension due to funding partners being unable to commit beyond the initial 3 years. Should a procurement process be required following this EOI process, the contract start date will be 01/04/2023. Therefore the total indicative budget for the contract will be between PS4,365,000 and PS4,665,000 for the first three years, and up to PS1,900,000 for the additional 2 year extension option. Please note the total budget available should include infrastructure costs, such as IT and Estates. These will not form separate contracting arrangements and should therefore be included within the financial envelope available. The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the 14th January 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. This Expression of Interest process is being managed by London Shared Services (previously NEL CSU) on behalf of The Authority in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. Neither the terms "Restricted Process" not any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.

Renewal: The contract will be offered for an initial period of 3 years (36 months), with an option to extend for an additional 2 years depending on the funding availability of various partner organisations. Should a procurement process be required following this EOI process, the contract start date will be 01/04/2023.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-030257
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031456-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
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
£4,665,000 £1M-£10M
Lots Value
£6,575,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Dec 20214 years ago
Submission Deadline
14 Jan 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NHS COMMISSIONING BOARD
Contact Name
Mr Barend Henning
Contact Email
barend.henning@nhs.net
Contact Phone
+44 7770970400

Buyer Location

Locality
LEEDS
Postcode
LS2 7UE
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLI31 Camden and City of London

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

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-h6vhtk-030257-2021-12-16T15:28:23Z",
    "date": "2021-12-16T15:28:23Z",
    "ocid": "ocds-h6vhtk-030257",
    "initiationType": "tender",
    "tender": {
        "id": "PRJ1090",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Child House - NHS England London Region",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS England and NHS Improvement (London Region) (hereafter referred to as \"The Authority\") invites Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers, who are capable of delivering the Child House Service in North Central London. The Child House Service is a jointly commissioned project between NHS England (London Region), the Mayor's Office for Policing and Crime (MOPAC) and North Central London Clinical Commissioning Group. The Child House aims to radically improve support to children, young people and their non-offending families following incidents of child sexual abuse including exploitation, by delivering services related to health, wellbeing, and criminal justice. Following the success of an initial 3 year pilot, we are seeking to continue with a Child House model going forward, although with a reduced financial envelope we anticipate an adapted offer to the current pilot service in place.",
        "value": {
            "amount": 4665000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The development of the Child House Pilot came from a review in 2015 of child sexual abuse pathways in London which was commissioned by NHS England (London region). This showed that only 1 in 4 children who have been abused come to the attention of statutory services. If the case then proceeds in the criminal justice system the child or young person is then subjected to a prosecution based process with multiple police interviews. Many cases do not have enough evidence to proceed to trial and those that do can take up to 2 years before they reach court. Conviction rates are also low. Access to specialist health and wellbeing services is a crucial part of supporting children and young people for short term interventions and longer term recovery, whether or not their cases proceed through the criminal justice system. The concept of a Child House is in line with international best practice, the European PROMISE agreement and evidence from the pilot project included in the service evaluation, and aims to provide a service which is centred around the child. Rather than the child/ young person attending numerous agencies and different locations to access different services the Child House will provide support 'under one roof'. The environment will be reflective of the circumstances with an emphasis on being safe, secure and focused around the needs of the child/young person. The service required will include Child Sexual Abuse Medical assessments (non-urgent pathways), therapeutic interventions including counselling, clinical psychology, 1:1s and group work, advocacy, Video Recorded Interviews, Court Live Link and Section 28 remote link suite, Social Care Liaison Officers. It is anticipated that Police Liaison Officers will be directly provided by our partners in the Metropolitan Police Services (MPS). The service will accept both professionals and self-referrals. Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before the 14th January 2022 at 12:00 (noon). Any expressions of interest received after this deadline will not be considered. Portal link: https://procontract.due-north.com/Advert?advertId=1bdc4b6b-8548-ec11-810e-005056b64545 Please note that the contract will be awarded without further publication. Interested organisations must express their interest as instructed in this notice if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). EOI responses will be evaluated using the criteria set out in the online questionnaire. Should only one suitable EOI be received, NHS England reserves the right to undertake a negotiated procedure to award the contract. Where multiple suitable EOIs are received before the stated deadline from capable providers in response to this PIN, NHS England will publish a procurement opportunity to only those providers who have submitted EOIs in response to this PIN in early 2022. Any communications or clarification questions about this contract opportunity must submitted be via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on 7th January 2021. Additional information: During the first 36 months of operation a confirmed minimum financial envelope of PS1,455,000 per annum will apply. A maximum annual envelope of PS1,555,000 will apply (with final funding offer to be confirmed). Following the initial contract period, there will be an optional extension period of an additional 24 months. At time of publishing this notice, the annual financial envelope of PS955,000 per annum is available for the additional 2 year extension due to funding partners being unable to commit beyond the initial 3 years. Should a procurement process be required following this EOI process, the contract start date will be 01/04/2023. Therefore the total indicative budget for the contract will be between PS4,365,000 and PS4,665,000 for the first three years, and up to PS1,900,000 for the additional 2 year extension option. Please note the total budget available should include infrastructure costs, such as IT and Estates. These will not form separate contracting arrangements and should therefore be included within the financial envelope available. The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the 14th January 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. This Expression of Interest process is being managed by London Shared Services (previously NEL CSU) on behalf of The Authority in connection with a process under Regulation 75 of the Public Contract Regulations 2015 (\"the Regulations\" (as amended)). The services to which this Procurement relates fall within the \"Light Touch Regime\" (LTR) governing procurement of Health, Social, Education and Other service contracts. Neither the terms \"Restricted Process\" not any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.",
                "value": {
                    "amount": 6575000,
                    "currency": "GBP"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be offered for an initial period of 3 years (36 months), with an option to extend for an additional 2 years depending on the funding availability of various partner organisations. Should a procurement process be required following this EOI process, the contract start date will be 01/04/2023."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI31"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Child House Service will continue to be based from the existing site in Camden and serve the boroughs within the North Central London ICS area (Barnet, Camden, Enfield, Haringey and Islington). Please note the total budget available should include infrastructure costs, such as IT and Estates. These will not form separate contracting arrangements and should therefore be included within the financial envelope available."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=1bdc4b6b-8548-ec11-810e-005056b64545",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-01-14T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-38010",
            "name": "NHS Commissioning Board",
            "identifier": {
                "legalName": "NHS Commissioning Board"
            },
            "address": {
                "streetAddress": "Quarry House, Quarry Hill",
                "locality": "Leeds",
                "region": "UKI",
                "postalCode": "LS2 7UE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Barend Henning",
                "telephone": "+44 7770970400",
                "email": "barend.henning@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.england.nhs.uk",
                "buyerProfile": "https://procontract.due-north.com/Advert?advertId=1bdc4b6b-8548-ec11-810e-005056b64545",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-38011",
            "name": "London Shared Service (previously NEL CSU)",
            "identifier": {
                "legalName": "London Shared Service (previously NEL CSU)"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "nelcsu.strategicprocurement@nhs.net"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-38010",
        "name": "NHS Commissioning Board"
    },
    "language": "en"
}