Notice Information
Notice Title
NHS England South West - Trauma Resilience Hub in Devon and Cornwall
Notice Description
This notice is placed to set out NHS England South West's (the Commissioner's) intention to follow the Most Suitable Provider Process. NHS England South West is commissioning a Trauma Resilience Hub (TRH) for the area of Devon and Cornwall to provide support to the wider regional Sexual Assault and Abuse Services (SAAS) pathway. This provision is to continue the work of the 'Devon and Cornwall Trauma Pathfinder' which has been running since 2021. The Trauma Pathfinder was initiated nationally to counter the inequalities in access to SAAS support for people with the most complex trauma. The intention is move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes. The Commissioner is seeking a provider/s who are suitable and capable to continue the delivery of this work. The Trauma Resilience Hub will: * provide specialist case consultation, including formulation, to services working with people with complex trauma (both in the SARC and in therapies services). * provide more direct support, where indicated. This may include the convening of multi-agency meetings, support for the development of holistic, trauma-informed care plans and advocating for access to secondary mental health support. * provide professional liaison with mental health provision and advocacy for clients with the most complex needs. * integrate with the Sexual Assault Referral Centre (SARC) in Exeter to provide co-ordination of services for SARC clients and act as the liaison between the SARC and relevant mental health services. * work in an integrated and collaborative way with providers of sexual violence therapies and support across the peninsula. * employ a suitably qualified and registered psychologist, with experience of working with trauma. * employ an Associated Professional (such as a Social Worker or Occupational Therapist) to lead the multi-agency liaison and advocacy work in relation to clients with complex needs. The contract will commence on 1st April 2025. The contract will expire on 30th September 2029. The annual contract value is PS115,000. The provider must have experience of delivering services within the sexual violence pathway in, around and relevant to Devon and Cornwall, and have established links and networks to enable collaborative working and integrated delivery. The Provider must be able to mobilise by the contract start date. Services will be contracted using the latest version of the NHS Standard Contract. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Lot Information
Lot 1
This notice is placed to set out NHS England South West's (the Commissioner's) intention to follow the Most Suitable Provider Process. NHS England South West is commissioning a Trauma Resilience Hub (TRH) for the area of Devon and Cornwall to provide support to the wider regional Sexual Assault and Abuse Services (SAAS) pathway. This provision is to continue the work of the 'Devon and Cornwall Trauma Pathfinder' which has been running since 2021. The Trauma Pathfinder was initiated nationally to counter the inequalities in access to SAAS support for people with the most complex trauma. The intention is move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes. The Commissioner is seeking a provider/s who are suitable and capable to continue the delivery of this work. The Trauma Resilience Hub will: * provide specialist case consultation, including formulation, to services working with people with complex trauma (both in the SARC and in therapies services). * provide more direct support, where indicated. This may include the convening of multi-agency meetings, support for the development of holistic, trauma-informed care plans and advocating for access to secondary mental health support. * provide professional liaison with mental health provision and advocacy for clients with the most complex needs. * integrate with the Sexual Assault Referral Centre (SARC) in Exeter to provide co-ordination of services for SARC clients and act as the liaison between the SARC and relevant mental health services. * work in an integrated and collaborative way with providers of sexual violence therapies and support across the peninsula. * employ a suitably qualified and registered psychologist, with experience of working with trauma. * employ an Associated Professional (such as a Social Worker or Occupational Therapist) to lead the multi-agency liaison and advocacy work in relation to clients with complex needs. The contract will commence on 1st April 2025. The contract will expire on 30th September 2029. The annual contract value is PS115,000. The provider must have experience of delivering services within the sexual violence pathway in, around and relevant to Devon and Cornwall, and have established links and networks to enable collaborative working and integrated delivery. The Provider must be able to mobilise by the contract start date. Services will be contracted using the latest version of the NHS Standard Contract. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. Additional information: The Specification can be found in Atamis (see details below for access), along with a Most Suitable Provider Questionnaire which requires completion in order to express interest. The questionnaire covers organisational details, a set of compliance questions, financial information and a statement as to why you believe you are a suitable provider. Providers who believe they are suitable to deliver these services and express an interest will be assessed against the basic selection criteria and key criteria under the Provider Select Regime (PSR). The basic criteria includes: * The provider's ability to pursue a particular activity * Economic and financial standing * Technical and professional ability The key criteria for review will be as follows: a. Quality and innovation i. Provider to give an example of an improvement in care delivery relevant to the sexual assault and abuse services pathway that they have implemented within the last three years ii. Review of evidence of relevant accreditations or service development initiatives e.g. Bluestar pre-trial guidance iii. Evidence of robust clinical governance and safeguarding policies and frameworks relevant to the delivery of sexual assault and abuse services iv. Evidence of quality assurance processes for monitoring and reporting purposes. b. Value i. Assurance that the provider will be able to meet all of the requirements of the service over the life of the contract within the stated annual and overall financial envelope ii. Assurance of the provider's financial planning and resilience, including the management of financial risk. c. Integration, collaboration and service sustainability i. Evidence of collaborative working and integrated delivery within the sexual violence pathway in, around and relevant to Devon and Cornwall ii. Review of provider workforce strategies including recruitment & retention and training iii. Evidence of successful recruitment and retention of senior and specialist workforce. d. Improving access, reducing health inequalities and facilitating choice i. Evidence of the provider's understanding of the stakeholders they will need to work with to deliver a high quality service ii. Evidence of the provider's ability to support adults with complex trauma who have experienced sexual violence iii. Health inequalities reporting and evidence of improvement e. Social value i. Evidence that the provider over the last five years has taken measures to reduce their carbon emissions and/or contributed to the local community with recruitment opportunities and career development ii. Examples of co-production and elevating the survivor voice iii. Evidence of relevant evaluation, research and best practice development. The Commissioner will undertake a desktop assessment, which will be informed by the Commissioner's knowledge of the provider landscape, the information provided within the Most Suitable Provider Questionnaire, and any further information which the Commissioner may request from any interested provider during the assessment process to help decision-making. The basic selection criteria will be assessed on a "Pass" / "Fail" basis. The key criteria is weighted equally and will be assessed on the basis of "assured" / "not assured". Interested providers must "pass" all basic selection criteria questions and receive "assured" for all key criteria to be considered as a suitable provider. Any provider who cannot meet these requirements will be deemed as a provider who is not suitable to deliver the services. Further details of the desktop assessment process be provided to those who submit an expression of interest.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04be64
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/037995-2024
- 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
85 - Health and social work services
-
- CPV Codes
85312500 - Rehabilitation services
Notice Value(s)
- Tender Value
- £517,500 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Nov 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 17 Jan 2025Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS ENGLAND
- Contact Name
- Hannah Morley
- Contact Email
- scwcsu.procurement@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 8UG
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- TLK3 Cornwall and Isles of Scilly, TLK4 Devon
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-04be64-2024-11-25T12:57:47Z",
"date": "2024-11-25T12:57:47Z",
"ocid": "ocds-h6vhtk-04be64",
"description": "Interested providers should review the Specification, found within Atamis, to determine whether they believe they are capable and suitable to deliver this service. 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 relevant information, 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. Where deemed suitable, providers can express an interest. They must do this by submitting a response to the questionnaire (provided within Atamis), and returning this via the correspondence function within Atamis by midnight on 9th December 2024. Award decisions will be recommended by the NHS England Health & Justice Sexual Assault and Abuse Strategy Commissioner. Award decisions will be made by the NHS England South West System Oversight & Co-ordination Leadership Team, with key decision makers being Managing Director - System Commissioning Development, Director of Commissioning Finance, Director of Collaborative Commissioning. The intention is to award a contract using the most suitable provider process. This is a Provider Selection Regime (PSR) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.",
"initiationType": "tender",
"tender": {
"id": "WA17351 / C318351",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NHS England South West - Trauma Resilience Hub in Devon and Cornwall",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "85312500",
"description": "Rehabilitation services"
},
"mainProcurementCategory": "services",
"description": "This notice is placed to set out NHS England South West's (the Commissioner's) intention to follow the Most Suitable Provider Process. NHS England South West is commissioning a Trauma Resilience Hub (TRH) for the area of Devon and Cornwall to provide support to the wider regional Sexual Assault and Abuse Services (SAAS) pathway. This provision is to continue the work of the 'Devon and Cornwall Trauma Pathfinder' which has been running since 2021. The Trauma Pathfinder was initiated nationally to counter the inequalities in access to SAAS support for people with the most complex trauma. The intention is move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes. The Commissioner is seeking a provider/s who are suitable and capable to continue the delivery of this work. The Trauma Resilience Hub will: * provide specialist case consultation, including formulation, to services working with people with complex trauma (both in the SARC and in therapies services). * provide more direct support, where indicated. This may include the convening of multi-agency meetings, support for the development of holistic, trauma-informed care plans and advocating for access to secondary mental health support. * provide professional liaison with mental health provision and advocacy for clients with the most complex needs. * integrate with the Sexual Assault Referral Centre (SARC) in Exeter to provide co-ordination of services for SARC clients and act as the liaison between the SARC and relevant mental health services. * work in an integrated and collaborative way with providers of sexual violence therapies and support across the peninsula. * employ a suitably qualified and registered psychologist, with experience of working with trauma. * employ an Associated Professional (such as a Social Worker or Occupational Therapist) to lead the multi-agency liaison and advocacy work in relation to clients with complex needs. The contract will commence on 1st April 2025. The contract will expire on 30th September 2029. The annual contract value is PS115,000. The provider must have experience of delivering services within the sexual violence pathway in, around and relevant to Devon and Cornwall, and have established links and networks to enable collaborative working and integrated delivery. The Provider must be able to mobilise by the contract start date. Services will be contracted using the latest version of the NHS Standard Contract. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.",
"value": {
"amount": 517500,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This notice is placed to set out NHS England South West's (the Commissioner's) intention to follow the Most Suitable Provider Process. NHS England South West is commissioning a Trauma Resilience Hub (TRH) for the area of Devon and Cornwall to provide support to the wider regional Sexual Assault and Abuse Services (SAAS) pathway. This provision is to continue the work of the 'Devon and Cornwall Trauma Pathfinder' which has been running since 2021. The Trauma Pathfinder was initiated nationally to counter the inequalities in access to SAAS support for people with the most complex trauma. The intention is move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes. The Commissioner is seeking a provider/s who are suitable and capable to continue the delivery of this work. The Trauma Resilience Hub will: * provide specialist case consultation, including formulation, to services working with people with complex trauma (both in the SARC and in therapies services). * provide more direct support, where indicated. This may include the convening of multi-agency meetings, support for the development of holistic, trauma-informed care plans and advocating for access to secondary mental health support. * provide professional liaison with mental health provision and advocacy for clients with the most complex needs. * integrate with the Sexual Assault Referral Centre (SARC) in Exeter to provide co-ordination of services for SARC clients and act as the liaison between the SARC and relevant mental health services. * work in an integrated and collaborative way with providers of sexual violence therapies and support across the peninsula. * employ a suitably qualified and registered psychologist, with experience of working with trauma. * employ an Associated Professional (such as a Social Worker or Occupational Therapist) to lead the multi-agency liaison and advocacy work in relation to clients with complex needs. The contract will commence on 1st April 2025. The contract will expire on 30th September 2029. The annual contract value is PS115,000. The provider must have experience of delivering services within the sexual violence pathway in, around and relevant to Devon and Cornwall, and have established links and networks to enable collaborative working and integrated delivery. The Provider must be able to mobilise by the contract start date. Services will be contracted using the latest version of the NHS Standard Contract. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. Additional information: The Specification can be found in Atamis (see details below for access), along with a Most Suitable Provider Questionnaire which requires completion in order to express interest. The questionnaire covers organisational details, a set of compliance questions, financial information and a statement as to why you believe you are a suitable provider. Providers who believe they are suitable to deliver these services and express an interest will be assessed against the basic selection criteria and key criteria under the Provider Select Regime (PSR). The basic criteria includes: * The provider's ability to pursue a particular activity * Economic and financial standing * Technical and professional ability The key criteria for review will be as follows: a. Quality and innovation i. Provider to give an example of an improvement in care delivery relevant to the sexual assault and abuse services pathway that they have implemented within the last three years ii. Review of evidence of relevant accreditations or service development initiatives e.g. Bluestar pre-trial guidance iii. Evidence of robust clinical governance and safeguarding policies and frameworks relevant to the delivery of sexual assault and abuse services iv. Evidence of quality assurance processes for monitoring and reporting purposes. b. Value i. Assurance that the provider will be able to meet all of the requirements of the service over the life of the contract within the stated annual and overall financial envelope ii. Assurance of the provider's financial planning and resilience, including the management of financial risk. c. Integration, collaboration and service sustainability i. Evidence of collaborative working and integrated delivery within the sexual violence pathway in, around and relevant to Devon and Cornwall ii. Review of provider workforce strategies including recruitment & retention and training iii. Evidence of successful recruitment and retention of senior and specialist workforce. d. Improving access, reducing health inequalities and facilitating choice i. Evidence of the provider's understanding of the stakeholders they will need to work with to deliver a high quality service ii. Evidence of the provider's ability to support adults with complex trauma who have experienced sexual violence iii. Health inequalities reporting and evidence of improvement e. Social value i. Evidence that the provider over the last five years has taken measures to reduce their carbon emissions and/or contributed to the local community with recruitment opportunities and career development ii. Examples of co-production and elevating the survivor voice iii. Evidence of relevant evaluation, research and best practice development. The Commissioner will undertake a desktop assessment, which will be informed by the Commissioner's knowledge of the provider landscape, the information provided within the Most Suitable Provider Questionnaire, and any further information which the Commissioner may request from any interested provider during the assessment process to help decision-making. The basic selection criteria will be assessed on a \"Pass\" / \"Fail\" basis. The key criteria is weighted equally and will be assessed on the basis of \"assured\" / \"not assured\". Interested providers must \"pass\" all basic selection criteria questions and receive \"assured\" for all key criteria to be considered as a suitable provider. Any provider who cannot meet these requirements will be deemed as a provider who is not suitable to deliver the services. Further details of the desktop assessment process be provided to those who submit an expression of interest.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312500",
"description": "Rehabilitation services"
}
],
"deliveryAddresses": [
{
"region": "UKK3"
},
{
"region": "UKK4"
}
],
"deliveryLocation": {
"description": "Devon & Cornwall"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-01-17T00:00:00Z"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-131160",
"name": "NHS England",
"identifier": {
"legalName": "NHS England",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Rd,",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Hannah Morley",
"email": "Scwcsu.procurement@nhs.net",
"url": "https://health-family.force.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.england.nhs.uk",
"buyerProfile": "https://health-family.force.com/s/Welcome",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-131160",
"name": "NHS England"
},
"language": "en"
}