Award

NHS England South West - Co-production Coordination and Additional Specialist Trauma Counselling Capacity for Adults Who Have Experienced Sexual Violence in Avon & Somerset

NHS ENGLAND

This public procurement record has 2 releases in its history.

TenderUpdate

11 Dec 2024 at 09:07

Award

27 Nov 2024 at 17:21

Summary of the contracting process

NHS England South West is set to award a contract for the co-production coordination and additional specialist trauma counselling capacity for adults who have experienced sexual violence in Avon and Somerset. This procurement falls within the services category, specifically rehabilitation services. The contract, valued at £476,325, will span 4 years and 6 months starting from 1st April 2025. This initiative aims to continue the work of the 'Avon and Somerset Enhanced Mental Health Pathfinder,' focusing on proven outcomes from the proof of concept stage. The process follows the Most Suitable Provider Process under the Health Care Services (Provider Selection Regime) Regulations 2023, thus not subjected to the Public Contracts Regulations 2015.

This tender offers significant opportunities for businesses specializing in trauma counselling and co-production coordination to enhance their growth. Businesses with capabilities in designing and implementing inclusive, trauma-informed services have a chance to contribute to the improvement of the Avon and Somerset sexual violence support services pathway. Those with experience in addressing accessibility issues and providing specialist trauma interventions such as EMDR and Narrative Exposure Therapy would be well-suited for this contract. The focus on co-production and the inclusion of service users in decision-making processes also presents an engagement opportunity for businesses committed to collaborative service delivery.

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

NHS England South West - Co-production Coordination and Additional Specialist Trauma Counselling Capacity for Adults Who Have Experienced Sexual Violence in Avon & Somerset

Notice Description

NHS England South West is commissioning co-production of the Avon and Somerset sexual violence support services pathway and provision of additional specialist trauma counselling for adults who have experienced sexual violence with the most complex trauma. This provision is for the area of Avon and Somerset, to continue the work of the 'Avon and Somerset Enhanced Mental Health Pathfinder' which has been running since 2022. The intention is to move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes. The Commissioner intends to contract for the Services using the National NHS Standard Contract. The contract term will be for a duration of 4 years and 6 months and will commence from 1st April 2025. The total contract value is PS476,325 over the 4 years and 6 months. This notice is placed to set out NHS England South West's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR).

Lot Information

Lot 1

NHS England South West is commissioning co-production of the Avon and Somerset sexual violence support services pathway and provision of additional specialist trauma counselling for adults who have experienced sexual violence with the most complex trauma. This provision is for the area of Avon and Somerset, to continue the work of the 'Avon and Somerset Enhanced Mental Health Pathfinder' which has been running since 2022. The intention is to move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes. Scope: Co-production coordination The provider will develop the pathway's embedded co-production model ensuring that service users and people with lived experience are at the heart of decision making and service delivery across the region, which will be led by experienced co-production professional/s. o Lead on the design, delivery and analysis of engagement, consultation and coproduction opportunities. o Develop and deliver relevant policies, procedures, and project approaches for co-production work. o Recruit relevant stakeholders for co-production activities (both survivors and professionals). o Provide ongoing trauma-informed wellbeing and engagement support to survivors. o Facilitate inclusive spaces where all stakeholders are valued and can work together as equals. Scope: Additional specialist trauma counselling capacity The provider will build upon existing provision in the Avon and Somerset pathway to address specific barriers to support, expand the current service offer to include specialist trauma interventions and address accessibility issues. o Address specific barriers to support or access needs for clients with multiple complex needs. This may include reimbursement of transport costs or interpreter provision. o Expand current service offer to include specialist trauma interventions and processing such as Eye Movement Desensitisation and Reprocessing (EMDR) and Narrative Exposure Therapy (NET). o Identify and address accessibility for communities currently under-represented in referral demographics (linked to the work of the co-production element). o Waiting Well - enhance early intervention support for clients on waiting lists, with a particular focus on ensuring this support is equally accessible across all areas and service providers. The services will be for people aged 18 and over. A notice was published for 14 days informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to continue the delivery of this work. To express an interest, providers were required to complete and submit a short Most Suitable Provider Questionnaire through the Atamis portal. Only 1 expression of interest was received, from Somerset and Avon Rape and Sexual Abuse Support (SARSAS). A Request for Information (RfI) was sent to them seeking the return of further information to support the Commissioners assessment. After conducting an assessment, taking into account the key criteria and applying the basic selection criteria, NHS South West is content that the they will likely satisfy the proposed contract to a sufficient standard. The Commissioner intends to contract for the Services using the National NHS Standard Contract. The contract term will be for a duration of 4 years and 6 months and will commence from 1st April 2025. The total contract value is PS476,325 over the 4 years and 6 months. This notice is placed to set out NHS England South West's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR). This is an existing service being awarded to an existing provider. This exercise was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

Procurement Information

This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on Tuesday 10th December 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04c092
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/039835-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85312500 - Rehabilitation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£476,325 £100K-£500K

Notice Dates

Publication Date
11 Dec 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
26 Nov 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS ENGLAND
Contact Name
Not specified
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
TLK South West (England)

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

Supplier Information

Number of Suppliers
1
Supplier Name

SOMERSET AND AVON RAPE AND SEXUAL ABUSE SUPPORT (SARSAS

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-04c092-2024-12-11T09:07:11Z",
    "date": "2024-12-11T09:07:11Z",
    "ocid": "ocds-h6vhtk-04c092",
    "description": "The decision to award this contract in line with the Most Suitable Provider Process was based on evaluation against the basic selection criteria, which was assessed on a pass/fail basis, and the 5 key criteria, which were assessed on an assured/not assured basis, with the below weightings. - Quality and innovation (25%) - Value (5%) - Integration, collaboration and service sustainability (30%) - Improving access, reducing health inequalities and facilitating choice (30%) - Social value (10%) The percentages illustrate the relative importance of these criteria associated with the delivery of these services. Assessment of the provider was based on the evidence available through their existing contract with NHS England South West, as well as further information that was requested as part of the MSP process. Award decisions have been recommended by the NHS England Health & Justice Sexual Assault and Abuse Strategy Commissioner. Award decisions have been 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. No conflicts of interest were declared. This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on Tuesday 10th December 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent scwcsu.procurement@nhs.net",
    "initiationType": "tender",
    "tender": {
        "id": "C303561",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NHS England South West - Co-production Coordination and Additional Specialist Trauma Counselling Capacity for Adults Who Have Experienced Sexual Violence in Avon & Somerset",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85312500",
            "description": "Rehabilitation services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS England South West is commissioning co-production of the Avon and Somerset sexual violence support services pathway and provision of additional specialist trauma counselling for adults who have experienced sexual violence with the most complex trauma. This provision is for the area of Avon and Somerset, to continue the work of the 'Avon and Somerset Enhanced Mental Health Pathfinder' which has been running since 2022. The intention is to move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes. The Commissioner intends to contract for the Services using the National NHS Standard Contract. The contract term will be for a duration of 4 years and 6 months and will commence from 1st April 2025. The total contract value is PS476,325 over the 4 years and 6 months. This notice is placed to set out NHS England South West's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR).",
        "lots": [
            {
                "id": "1",
                "description": "NHS England South West is commissioning co-production of the Avon and Somerset sexual violence support services pathway and provision of additional specialist trauma counselling for adults who have experienced sexual violence with the most complex trauma. This provision is for the area of Avon and Somerset, to continue the work of the 'Avon and Somerset Enhanced Mental Health Pathfinder' which has been running since 2022. The intention is to move from 'proof of concept' stage to an ongoing model of delivery based on proven outcomes. Scope: Co-production coordination The provider will develop the pathway's embedded co-production model ensuring that service users and people with lived experience are at the heart of decision making and service delivery across the region, which will be led by experienced co-production professional/s. o Lead on the design, delivery and analysis of engagement, consultation and coproduction opportunities. o Develop and deliver relevant policies, procedures, and project approaches for co-production work. o Recruit relevant stakeholders for co-production activities (both survivors and professionals). o Provide ongoing trauma-informed wellbeing and engagement support to survivors. o Facilitate inclusive spaces where all stakeholders are valued and can work together as equals. Scope: Additional specialist trauma counselling capacity The provider will build upon existing provision in the Avon and Somerset pathway to address specific barriers to support, expand the current service offer to include specialist trauma interventions and address accessibility issues. o Address specific barriers to support or access needs for clients with multiple complex needs. This may include reimbursement of transport costs or interpreter provision. o Expand current service offer to include specialist trauma interventions and processing such as Eye Movement Desensitisation and Reprocessing (EMDR) and Narrative Exposure Therapy (NET). o Identify and address accessibility for communities currently under-represented in referral demographics (linked to the work of the co-production element). o Waiting Well - enhance early intervention support for clients on waiting lists, with a particular focus on ensuring this support is equally accessible across all areas and service providers. The services will be for people aged 18 and over. A notice was published for 14 days informing the market of the intention to follow the Most Suitable Provider Process. The Commissioner sought a provider/s who were suitable and capable to continue the delivery of this work. To express an interest, providers were required to complete and submit a short Most Suitable Provider Questionnaire through the Atamis portal. Only 1 expression of interest was received, from Somerset and Avon Rape and Sexual Abuse Support (SARSAS). A Request for Information (RfI) was sent to them seeking the return of further information to support the Commissioners assessment. After conducting an assessment, taking into account the key criteria and applying the basic selection criteria, NHS South West is content that the they will likely satisfy the proposed contract to a sufficient standard. The Commissioner intends to contract for the Services using the National NHS Standard Contract. The contract term will be for a duration of 4 years and 6 months and will commence from 1st April 2025. The total contract value is PS476,325 over the 4 years and 6 months. This notice is placed to set out NHS England South West's (the Commissioner's) intention to award a contract under the Most Suitable Provider Process of the Provider Selection Regime (PSR). This is an existing service being awarded to an existing provider. This exercise was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Most suitable provider process with regard to the key criteria",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "5"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on Tuesday 10th December 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.",
        "amendments": [
            {
                "id": "1",
                "description": "The contract term will be for a duration of 4 years and 6 months and will commence from 1st April 2025. The total contract value is PS476,325 over the 4 years and 6 months. This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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. This contract has now been formally awarded using the most suitable provider process."
            }
        ]
    },
    "awards": [
        {
            "id": "038361-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-CHC-1126682",
                    "name": "Somerset and Avon Rape and Sexual Abuse Support (SARSAS)"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-122691",
            "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": {
                "email": "Scwcsu.procurement@nhs.net"
            },
            "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"
                    }
                ]
            }
        },
        {
            "id": "GB-CHC-1126682",
            "name": "Somerset and Avon Rape and Sexual Abuse Support (SARSAS)",
            "identifier": {
                "legalName": "Somerset and Avon Rape and Sexual Abuse Support (SARSAS)",
                "id": "1126682",
                "scheme": "GB-CHC"
            },
            "address": {
                "streetAddress": "Royal Oak House Royal Oak Avenue",
                "locality": "Bristol",
                "region": "UKK11",
                "postalCode": "BS1 4GB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-7114",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-122691",
        "name": "NHS England"
    },
    "contracts": [
        {
            "id": "038361-2024-1",
            "awardID": "038361-2024-1",
            "status": "active",
            "value": {
                "amount": 476325,
                "currency": "GBP"
            },
            "dateSigned": "2024-11-26T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}