Planning

Early Market Engagement for Psychological Assessment / Fitness for Work and Treatment Services

NATIONAL CRIME AGENCY

This public procurement record has 1 release in its history.

Planning

14 Aug 2024 at 12:49

Summary of the contracting process

The National Crime Agency (NCA) is in the planning stage for the procurement of services related to Psychological Assessment, Fitness for Work, and Treatment Services. This initial phase involves market engagement to gauge market capacity and identify potential barriers to competition. The project will eventually lead to a contract scheduled to replace the current arrangement terminating in Spring 2025. The procurement process involves the services of qualified psychologists, expected to cover varied roles including routine surveillance, pre-employment assessments, and post-incident support among other duties, across the UK. Interested participants are required to submit a Request for Information questionnaire by 12:00 on Monday, 9th September 2024. The contract is valued at up to £4 million inclusive of VAT over a maximum period of four years.

This tender presents a significant opportunity for businesses specialising in health services, particularly those with experience in high-risk roles such as law enforcement. Companies with the capacity to provide suitably qualified and security-cleared psychologists will find this tender particularly well-suited to their services. The NCA's emphasis on security clearance and IT security requirements, including Cyber Essentials Plus and HCPC registration, necessitates participation from firms already compliant with these standards. The opportunity not only promises substantial financial rewards but also long-term engagement, contributing positively towards business growth and market positioning. The hybrid working model, along with comprehensive service requirements, create an inclusive framework for both large and specialist smaller firms to compete effectively.

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

Early Market Engagement for Psychological Assessment / Fitness for Work and Treatment Services

Notice Description

The National Crime Agency (NCA) is publishing this PIN to invite interested suppliers to register their interest and participate in some staged market engagement. The NCA is looking to procure a replacement contract for the provision of Psychological Assessment / Fitness for Work and Treatment Services and, before launching the procurement, is keen to understand what the current market capacity is to deliver the required services and what the barriers might be to effective competition.<br/><br/>The contract is for an initial period of 2 years, plus 1, plus 1 (total max 4 years) with an estimated value in year 1 of PS1m with a total spend up to PS4m inclusive of VAT.<br/><br/>It should be noted that the current model as set out in the specification may change over the period of the contract in that the NCA are looking to recruit some of their own staff and as a result the current estimate of 24 days per week may reduce as the NCA increase their psychologist headcount.<br/><br/>The NCA is looking to conduct the market engagement activities in a series of stages commencing with providing bidders with the draft specification to set out the NCA's technical and security requirements and the core contractual terms to the contract. Bidders are requested to complete the attached Request For Information questionnaire. The responses to this questionnaire will then be reviewed, and depending on the information received, the NCA reserves the right to engage with any of the respondents individually to clarify their responses.<br/><br/>The outcome of this process will then inform how these requirements will then be procured.<br/><br/>Deadline: Participants will need to complete in full and return the Request for Information questionnaire to the abovementioned Sourcing portal by 12:00 Monday 9th September 2024

Lot Information

Lot 1

The current arrangement for delivering Psychological Services is scheduled to terminate in Spring 2025 and so there is need to procure a suitable replacement.
The provider will be required to supply suitably qualified, security cleared, and experienced psychologists to work closely with the NCA's in-house Occupational Health Psychological Services to provide psychological health assessments and services to NCA officers in protected roles and across the NCA's geographical footprint. To that end, the NCA has attached the draft specification to this notice. However, by way of a summary, the core (non-negotiable) requirements under the contract are detailed below.

Core Psychological Services

- Mandatory psychological routine surveillance assessments for high-risk roles;
- Mandatory pre-placement and pre-employment assessments for high-risk roles;
- Periodic psychological health monitoring;
- Specialist psychological assessment following a referral;
- Psychological post incident support;
- Ad-hoc psychological consultation;

The provider will be required to commit to providing a minimum of 24 days of qualified personnel psychological provision per week initially, along with providing cover for leave, sickness (including cover for NCA permanent psychologists) and ad-hoc variable requirements which may arise. This will include a commitment from individual psychologists to work a minimum 3 days (0.6 FTE) per week. Psychologists will be offered hybrid working.

It is important to note that Psychologists will be required to align with NCA ways of working and will therefore be issued with NCA laptops and phones and will use NCA software and processes.

In addition to the core service delivery, there may be a requirement for additional and/ or bespoke support, such as (but not limited to) the following:

- Psychological treatment/counselling;
- Auditing roles on the Psychological Risk Matrix,
- Assessment of needs to design and deliver bespoke events/support; and
- Production of resources.

Qualifications

The Supplier will be required to provide suitably qualified and experienced staff, either directly or through their supply chain. The qualifications and experience required include.

- Registration with the Health and Care Professions Council (HCPC) for a minimum of three years as a Counselling or Clinical Practitioner Psychologist.
- Demonstrate specific experience of delivering psychological assessments for high-risk roles (e.g., policing, law enforcement, aviation, armed forces etc.) for a minimum of 12 consecutive months.
- Have capability and experience in delivering: Compassion Focused Therapy, Cognitive Analytical Therapy, CBT, EMDR and trauma focused therapy.
- Are experienced in delivering adult assessments over several mediums including face to face, video, and telephone.
- Have flexibility to travel across the NCA footprint (UK and the devolved nations) as required, given reasonable notice.

Security Clearance

Due to the nature of the activities carried out by the NCA, it is essential that the supplier can provide staff that not only meet the qualification/ experience requirements above but who also meet the stipulated Disclosure & Barring Service (DBS) checks and National Security Vetting (NSV) checks, at the relevant level. Details of the security requirements that must be met are set out in paragraph 16.4 of Section 16 of the Statement of Requirements.

With the current contract due to expire in Spring 2025, we need bidders with resources who already hold current DBS and ideally SC clearance, either from NCA or from any other central government body. (SC clearance can take in excess of 6 months where is no previous vetting compared to 8 weeks where an individual already hold SC for another department).


Data and IT Requirements

In addition to the individual clearances detailed above, the organisations must also be able to demonstrate that their processes are compliant with the following mandated security requirements as a minimum:

- Cyber Essentials Plus (CE+) and Cyber Essentials Requirements for IT infrastructure 2020. Where certification for Cyber Essentials Plus is not held but certification for ISO 27001 is held and is accredited by the United Kingdom Accreditation Services (UKAS) the scope must include the controls listed within Cyber Essentials Plus;
- HMG Baseline Personnel Security Standard (BPSS) 2018;
- Off-Shoring - Cabinet Office Guidance 2020; and
- Adherence to National Security Vetting;

Further details are set out in the attached specification. Additional information: We would like to invite interested parties to register their interest via the following Atamis Supplier Portal registration link https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk.

Any issues relating to portal registration should be directed to Atamis Support at support@atamis.co.uk

Any general queries about the PIN prior to registration can be sent to Commercial.NCAServices@nca.co.uk

As part of this notice, interested parties have access to a Request for Information questionnaire, the specification for the services and the envisaged core terms of contract which relate to the security and data obligations, as these are critical obligations against which suppliers will be required to deliver.
To ensure there is sufficient capability and interest from the market in order to run any procurement, participants will need to complete in full and return the Request for Information questionnaire to the abovementioned Sourcing portal by:
12:00 Monday 9th September 2024.

Please highlight any areas/barriers to bidding that you would like to discuss.
The NCA encourage only those suppliers who can meet the stated requirements to register their interest and to engage with this process to aid in determining how the NCA moves forward with this requirement.
Suppliers may submit any questions they have through the clarification section of the portal before the deadline for return of Request for Information questionnaires.
However, it should be noted that due to this being a holiday period we cannot guarantee clarifications will be responded to within a certain timeframe.
The option to engage with individual suppliers following the submission of competed RFI does not amount to a commitment to engage and any such engagement will be at the NCA's sole discretion.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-048acd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025800-2024
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security

85 - Health and social work services


CPV Codes

79625000 - Supply services of medical personnel

85100000 - Health services

85121200 - Medical specialist services

85121270 - Psychiatrist or psychologist services

Notice Value(s)

Tender Value
£3,333,333 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Aug 20241 years ago
Submission Deadline
Not specified
Future Notice Date
31 Oct 2024Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NATIONAL CRIME AGENCY
Contact Name
Peter Jones
Contact Email
commercial.ncaservices@nca.gov.uk
Contact Phone
+44 7825127027

Buyer Location

Locality
LONDON
Postcode
NW1W9 JJ.
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-048acd-2024-08-14T13:49:24+01:00",
    "date": "2024-08-14T13:49:24+01:00",
    "ocid": "ocds-h6vhtk-048acd",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-048acd",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Early Market Engagement for Psychological Assessment / Fitness for Work and Treatment Services",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "The National Crime Agency (NCA) is publishing this PIN to invite interested suppliers to register their interest and participate in some staged market engagement. The NCA is looking to procure a replacement contract for the provision of Psychological Assessment / Fitness for Work and Treatment Services and, before launching the procurement, is keen to understand what the current market capacity is to deliver the required services and what the barriers might be to effective competition.<br/><br/>The contract is for an initial period of 2 years, plus 1, plus 1 (total max 4 years) with an estimated value in year 1 of PS1m with a total spend up to PS4m inclusive of VAT.<br/><br/>It should be noted that the current model as set out in the specification may change over the period of the contract in that the NCA are looking to recruit some of their own staff and as a result the current estimate of 24 days per week may reduce as the NCA increase their psychologist headcount.<br/><br/>The NCA is looking to conduct the market engagement activities in a series of stages commencing with providing bidders with the draft specification to set out the NCA's technical and security requirements and the core contractual terms to the contract. Bidders are requested to complete the attached Request For Information questionnaire. The responses to this questionnaire will then be reviewed, and depending on the information received, the NCA reserves the right to engage with any of the respondents individually to clarify their responses.<br/><br/>The outcome of this process will then inform how these requirements will then be procured.<br/><br/>Deadline: Participants will need to complete in full and return the Request for Information questionnaire to the abovementioned Sourcing portal by 12:00 Monday 9th September 2024",
        "value": {
            "amount": 3333333,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The current arrangement for delivering Psychological Services is scheduled to terminate in Spring 2025 and so there is need to procure a suitable replacement.<br/>The provider will be required to supply suitably qualified, security cleared, and experienced psychologists to work closely with the NCA's in-house Occupational Health Psychological Services to provide psychological health assessments and services to NCA officers in protected roles and across the NCA's geographical footprint. To that end, the NCA has attached the draft specification to this notice. However, by way of a summary, the core (non-negotiable) requirements under the contract are detailed below.<br/><br/>Core Psychological Services<br/><br/>- Mandatory psychological routine surveillance assessments for high-risk roles;<br/>- Mandatory pre-placement and pre-employment assessments for high-risk roles;<br/>- Periodic psychological health monitoring;<br/>- Specialist psychological assessment following a referral;<br/>- Psychological post incident support;<br/>- Ad-hoc psychological consultation;<br/><br/>The provider will be required to commit to providing a minimum of 24 days of qualified personnel psychological provision per week initially, along with providing cover for leave, sickness (including cover for NCA permanent psychologists) and ad-hoc variable requirements which may arise. This will include a commitment from individual psychologists to work a minimum 3 days (0.6 FTE) per week. Psychologists will be offered hybrid working. <br/><br/>It is important to note that Psychologists will be required to align with NCA ways of working and will therefore be issued with NCA laptops and phones and will use NCA software and processes.<br/><br/>In addition to the core service delivery, there may be a requirement for additional and/ or bespoke support, such as (but not limited to) the following:<br/> <br/>- Psychological treatment/counselling;<br/>- Auditing roles on the Psychological Risk Matrix,<br/>- Assessment of needs to design and deliver bespoke events/support; and<br/>- Production of resources.<br/><br/>Qualifications<br/><br/>The Supplier will be required to provide suitably qualified and experienced staff, either directly or through their supply chain. The qualifications and experience required include. <br/><br/>- Registration with the Health and Care Professions Council (HCPC) for a minimum of three years as a Counselling or Clinical Practitioner Psychologist. <br/>- Demonstrate specific experience of delivering psychological assessments for high-risk roles (e.g., policing, law enforcement, aviation, armed forces etc.) for a minimum of 12 consecutive months.<br/>- Have capability and experience in delivering: Compassion Focused Therapy, Cognitive Analytical Therapy, CBT, EMDR and trauma focused therapy.<br/>- Are experienced in delivering adult assessments over several mediums including face to face, video, and telephone.<br/>- Have flexibility to travel across the NCA footprint (UK and the devolved nations) as required, given reasonable notice.<br/><br/>Security Clearance<br/><br/>Due to the nature of the activities carried out by the NCA, it is essential that the supplier can provide staff that not only meet the qualification/ experience requirements above but who also meet the stipulated Disclosure & Barring Service (DBS) checks and National Security Vetting (NSV) checks, at the relevant level. Details of the security requirements that must be met are set out in paragraph 16.4 of Section 16 of the Statement of Requirements.<br/><br/>With the current contract due to expire in Spring 2025, we need bidders with resources who already hold current DBS and ideally SC clearance, either from NCA or from any other central government body. (SC clearance can take in excess of 6 months where is no previous vetting compared to 8 weeks where an individual already hold SC for another department).<br/><br/><br/>Data and IT Requirements<br/><br/>In addition to the individual clearances detailed above, the organisations must also be able to demonstrate that their processes are compliant with the following mandated security requirements as a minimum:<br/><br/>- Cyber Essentials Plus (CE+) and Cyber Essentials Requirements for IT infrastructure 2020. Where certification for Cyber Essentials Plus is not held but certification for ISO 27001 is held and is accredited by the United Kingdom Accreditation Services (UKAS) the scope must include the controls listed within Cyber Essentials Plus; <br/>- HMG Baseline Personnel Security Standard (BPSS) 2018;<br/>- Off-Shoring - Cabinet Office Guidance 2020; and<br/>- Adherence to National Security Vetting;<br/><br/>Further details are set out in the attached specification. Additional information: We would like to invite interested parties to register their interest via the following Atamis Supplier Portal registration link https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk. <br/><br/>Any issues relating to portal registration should be directed to Atamis Support at support@atamis.co.uk<br/><br/>Any general queries about the PIN prior to registration can be sent to Commercial.NCAServices@nca.co.uk<br/><br/>As part of this notice, interested parties have access to a Request for Information questionnaire, the specification for the services and the envisaged core terms of contract which relate to the security and data obligations, as these are critical obligations against which suppliers will be required to deliver.<br/>To ensure there is sufficient capability and interest from the market in order to run any procurement, participants will need to complete in full and return the Request for Information questionnaire to the abovementioned Sourcing portal by:<br/>12:00 Monday 9th September 2024.<br/><br/>Please highlight any areas/barriers to bidding that you would like to discuss. <br/>The NCA encourage only those suppliers who can meet the stated requirements to register their interest and to engage with this process to aid in determining how the NCA moves forward with this requirement.<br/>Suppliers may submit any questions they have through the clarification section of the portal before the deadline for return of Request for Information questionnaires. <br/>However, it should be noted that due to this being a holiday period we cannot guarantee clarifications will be responded to within a certain timeframe.<br/>The option to engage with individual suppliers following the submission of competed RFI does not amount to a commitment to engage and any such engagement will be at the NCA's sole discretion.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85121270",
                        "description": "Psychiatrist or psychologist services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79625000",
                        "description": "Supply services of medical personnel"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121200",
                        "description": "Medical specialist services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK - United Kingdom"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-10-31T00:00:00Z",
            "atypicalToolUrl": "https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-121521",
            "name": "National Crime Agency",
            "identifier": {
                "legalName": "National Crime Agency"
            },
            "address": {
                "streetAddress": "PO Box 58345",
                "locality": "London",
                "region": "UK",
                "postalCode": "NW1W 9JJ.",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Peter Jones",
                "telephone": "+44 7825127027",
                "email": "commercial.ncaservices@nca.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nca.gov.uk",
                "buyerProfile": "https://www.nca.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-121521",
        "name": "National Crime Agency"
    },
    "language": "en"
}