Planning

Prison to Community Specialist Clinical Pathways

NHS ENGLAND

This public procurement record has 1 release in its history.

Planning

04 Dec 2024 at 12:27

Summary of the contracting process

NHS England is initiating a public procurement process for the provision of "Prison to Community Specialist Clinical Pathways," focusing on health services in the South West region of the UK. The procurement is currently in the planning stage, with key dates including the questionnaire response deadline of 20th December 2024 and the contract start date set for 1st April 2025. This initiative, governed by the Health Care Services (Provider Selection Regime) Regulations 2023, aims to secure a Prime Provider to deliver services such as Enhanced Reconnect and Medication to Manage Sexual Arousal Service, with an annual contract value of £893,000. The contract will run from 1st April 2025 to 31st March 2026, with all services required to be mobilised by the start date.

This tender presents significant opportunities for businesses with experience in delivering complex clinical pathways, particularly those involving services for individuals in or leaving prison. Ideal candidates will have established networks with prison services and healthcare providers, and must be capable of handling services like case management for high-risk offenders and medication management for sexual arousal issues. Companies that excel in quality, innovation, collaborative working, and have a robust clinical governance framework are likely to be well-suited to compete. Successful providers will also demonstrate strong financial resilience and the ability to meet the service requirements within the financial envelope, thereby opening avenues for business growth in the health services sector.

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

Prison to Community Specialist Clinical Pathways

Notice Description

This notice is placed to seek expressions of interest in being considered as the Most Suitable Provider for the delivery of 'Prison to Community Specialist Clinical Pathways'. NHS England South West (the Commissioner) is seeking to secure a Prime Provider who has the capability and capacity to deliver 'Prison to Community Specialist Clinical Pathways' services, in line with the specified requirements across the South West geographical footprint. Prison to Community Specialist Clinical Pathways consists of, Enhanced Reconnect (ER) and Medication to Manage Sexual Arousal Service (MMSA), both of which will be open to relevant people in prison or leaving prison aged 18 and over via established referral pathways. This provision will continue the work of the MMSA pathway and ER which has been running since 2021 as a pilot scheme. Services will work closely with prison healthcare services, criminal justice services, local authorities, and any other relevant agencies. The contract will commence on 1st April 2025. The contract will expire on 31st March 2026. The maximum annual contract value is PS893,000. The Provider must be able to mobilise by the contract start date, 1st April 2025. 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 Prison to Community Specialist Clinical Pathways, that consists of specialist clinical services to people in prison or who are leaving prison. There are two elements to the service Enhanced Reconnect (ER) is a psychologically led service providing complex case management with a wide range of government services as an individual leaves prison and is transferring to existing community services. It is a service that works with people considered to present a particularly high risk because of their offences, including serious violent, sexual or terrorism related offences. Medication to Manage Sexual Arousal Service (MMSA) provides assessment and prescribing of medication that can support an individual to manage problematic sexual arousal and sexual pre-occupation. It is offered to people convicted of sexual offences, and it aims to improve their well-being. Provision will be for relevant people in prison or who are leaving prison aged 18 and over, via established referral pathways. The contract will commence on 1st April 2025. The contract will expire on 31st March 2026. The annual contract value is PS893,000. Those delivering the services must be qualified and registered with the relevant bodies, such as GMC and Health and Care Professional Council (HCPC). The provider must have experience of delivering the Enhanced Reconnect and Medication to Manage Sexual Arousal pathways within the South West 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, 1st April 2025. 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 the procurement portal, 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: a. The provider's ability to pursue a particular activity b. Economic and financial standing c. 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 service(s) that they have implemented within the last three years ii. Evidence of robust clinical governance and safeguarding policies for the service, including arrangements for effective governance around Forensic Psychiatry. 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 clinical service pathway within the geographical areas of the South West, including with prison providers and prison healthcare providers. ii. Review of provider workforce structure for this contract, including Forensic Psychiatry and Clinical Psychology. iii. Evidence of recruitment, retention and training strategies. 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. 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. Evidence of staff wellbeing policy. 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, at its discretion, 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04c225
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/039051-2024
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

85100000 - Health services

Notice Value(s)

Tender Value
£893,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Dec 20241 years ago
Submission Deadline
Not specified
Future Notice Date
31 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

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

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-04c225-2024-12-04T12:27:24Z",
    "date": "2024-12-04T12:27:24Z",
    "ocid": "ocds-h6vhtk-04c225",
    "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 COP Friday 20th December 2024. Award decisions will be recommended by the NHS England Health & Justice 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": "C319347",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Prison to Community Specialist Clinical Pathways",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "This notice is placed to seek expressions of interest in being considered as the Most Suitable Provider for the delivery of 'Prison to Community Specialist Clinical Pathways'. NHS England South West (the Commissioner) is seeking to secure a Prime Provider who has the capability and capacity to deliver 'Prison to Community Specialist Clinical Pathways' services, in line with the specified requirements across the South West geographical footprint. Prison to Community Specialist Clinical Pathways consists of, Enhanced Reconnect (ER) and Medication to Manage Sexual Arousal Service (MMSA), both of which will be open to relevant people in prison or leaving prison aged 18 and over via established referral pathways. This provision will continue the work of the MMSA pathway and ER which has been running since 2021 as a pilot scheme. Services will work closely with prison healthcare services, criminal justice services, local authorities, and any other relevant agencies. The contract will commence on 1st April 2025. The contract will expire on 31st March 2026. The maximum annual contract value is PS893,000. The Provider must be able to mobilise by the contract start date, 1st April 2025. 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": 893000,
            "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 Prison to Community Specialist Clinical Pathways, that consists of specialist clinical services to people in prison or who are leaving prison. There are two elements to the service Enhanced Reconnect (ER) is a psychologically led service providing complex case management with a wide range of government services as an individual leaves prison and is transferring to existing community services. It is a service that works with people considered to present a particularly high risk because of their offences, including serious violent, sexual or terrorism related offences. Medication to Manage Sexual Arousal Service (MMSA) provides assessment and prescribing of medication that can support an individual to manage problematic sexual arousal and sexual pre-occupation. It is offered to people convicted of sexual offences, and it aims to improve their well-being. Provision will be for relevant people in prison or who are leaving prison aged 18 and over, via established referral pathways. The contract will commence on 1st April 2025. The contract will expire on 31st March 2026. The annual contract value is PS893,000. Those delivering the services must be qualified and registered with the relevant bodies, such as GMC and Health and Care Professional Council (HCPC). The provider must have experience of delivering the Enhanced Reconnect and Medication to Manage Sexual Arousal pathways within the South West 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, 1st April 2025. 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 the procurement portal, 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: a. The provider's ability to pursue a particular activity b. Economic and financial standing c. 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 service(s) that they have implemented within the last three years ii. Evidence of robust clinical governance and safeguarding policies for the service, including arrangements for effective governance around Forensic Psychiatry. 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 clinical service pathway within the geographical areas of the South West, including with prison providers and prison healthcare providers. ii. Review of provider workforce structure for this contract, including Forensic Psychiatry and Clinical Psychology. iii. Evidence of recruitment, retention and training strategies. 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. 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. Evidence of staff wellbeing policy. 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, at its discretion, 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",
                "deliveryAddresses": [
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-01-31T00:00:00Z"
        },
        "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": "UKK",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "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"
}