Award

Prison to Community Specialist Clinical Pathways Service

NHS ENGLAND

This public procurement record has 2 releases in its history.

TenderUpdate

14 Apr 2025 at 17:33

Award

19 Mar 2025 at 18:07

Summary of the contracting process

NHS England South West has initiated a contract for the Prison to Community Specialist Clinical Pathways Service, aiming to enhance continuity of care for individuals transitioning from prison to community-based support services. The procurement is focused on health services and covers the South West region of the UK. This contract, valued at £893,000, will run from 1st April 2025 to 31st March 2026, using the most suitable provider process as per the Provider Selection Regime (PSR) regulations. The procurement stage is currently in the award phase, with Devon Partnership NHS Trust being identified as the provider meeting all necessary criteria, following a thorough evaluation process.

This tender offers significant opportunities for businesses in health services, particularly those specialising in clinical pathways and community-based psychological support. Suitable businesses could include healthcare providers, clinical service integrators, and organisations experienced in managing complex transitions from institutional environments. The commissioned services, Enhanced Reconnect (ER) and Medication to Manage Sexual Arousal Service (MMSA), require expertise in high-risk case management and advanced clinical governance. With the contract focusing on reducing reoffending risks and improving well-being, qualified providers will have the chance to contribute to substantial social value and public health improvements, fostering business growth through impactful 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

Prison to Community Specialist Clinical Pathways Service

Notice Description

NHS England South West (the Commissioner) launched a pilot scheme to improve the transition of individuals from prison into community-based support services. The pilot phase was developed in close collaboration with prison healthcare services, criminal justice agencies, local authorities, and other relevant organisations. The initiative focused on specialist clinical pathways, aiming to enhance continuity of care and reduce reoffending risks. To continue this work, NHS England South West has commissioned the Prison to Community Specialist Clinical Pathways service for 2025-26. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The total contract value is PS893,000, over the 1 year period which will commence on 1st April 2025. 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 has commissioned the Prison to Community Specialist Clinical Pathways service for 2025-26, which consists of two key elements: 1. Enhanced Reconnect (ER) - A psychologically led service providing complex case management for individuals transitioning from prison into existing community services. ER focuses on those considered to present a particularly high risk due to serious violent, sexual, or terrorism-related offences. 2. Medication to Manage Sexual Arousal Service (MMSA) - A service offering assessment and prescribing of medication to help individuals manage problematic sexual arousal and sexual preoccupation. MMSA is offered to individuals convicted of sexual offences, with the aim of improving their well-being. A notice (ref. 2024/S 000-039051) 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. Three providers submitted an expression of interest in being considered as the most suitable provider. A Request for Information (RfI) was then sent to these three providers seeking the return of further information to support the Commissioner's assessment. Two of the interested suppliers did not submit the requested information and as such, were deemed 'not assured', resulting them in not being nominated as the most suitable provider to deliver this service. Devon Partnership Trust (DPT) submitted a response to the RfI and after conducting an assessment, taking into account the key criteria and applying the basic selection criteria, NHS England South West is content that DPT will likely satisfy the proposed contract to a sufficient standard. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The contract term will be for a duration of 1 year, and will commence on 1st April 2025. The total contract value is PS893,000. 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 a new service being awarded to a provider delivering the existing pilot service. 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 decision makers by midnight on 1st April 2025. 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-04ef5b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015103-2025
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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

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

Notice Dates

Publication Date
14 Apr 202510 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
19 Mar 202511 months 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

DEVON PARTNERSHIP NHS TRUST

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-04ef5b-2025-04-14T18:33:08+01:00",
    "date": "2025-04-14T18:33:08+01:00",
    "ocid": "ocds-h6vhtk-04ef5b",
    "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 were assessed on a \"Pass\" / \"Fail\" basis, and the 5 key criteria (see below), which were assessed on an \"Assured\" / \"Not assured\" basis. The key criteria were weighted equally. Assessment of the provider was based on the evidence available through the commissioners existing knowledge, as well as further information that was requested as part of the MSP process. DPT attained a \"pass\" on all elements of the basic selection criteria and \"assured\" on all elements of the key criteria assessment, meeting the requirements of the assessment. Award decisions have been recommended by the NHS England Planning & Contracts Lead, Health & Justice Commissioning Team. 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. The key criteria for review were 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. 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 1st April 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to: scwcsu.procurement@nhs.net",
    "initiationType": "tender",
    "tender": {
        "id": "C319347",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Prison to Community Specialist Clinical Pathways Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS England South West (the Commissioner) launched a pilot scheme to improve the transition of individuals from prison into community-based support services. The pilot phase was developed in close collaboration with prison healthcare services, criminal justice agencies, local authorities, and other relevant organisations. The initiative focused on specialist clinical pathways, aiming to enhance continuity of care and reduce reoffending risks. To continue this work, NHS England South West has commissioned the Prison to Community Specialist Clinical Pathways service for 2025-26. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The total contract value is PS893,000, over the 1 year period which will commence on 1st April 2025. 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 has commissioned the Prison to Community Specialist Clinical Pathways service for 2025-26, which consists of two key elements: 1. Enhanced Reconnect (ER) - A psychologically led service providing complex case management for individuals transitioning from prison into existing community services. ER focuses on those considered to present a particularly high risk due to serious violent, sexual, or terrorism-related offences. 2. Medication to Manage Sexual Arousal Service (MMSA) - A service offering assessment and prescribing of medication to help individuals manage problematic sexual arousal and sexual preoccupation. MMSA is offered to individuals convicted of sexual offences, with the aim of improving their well-being. A notice (ref. 2024/S 000-039051) 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. Three providers submitted an expression of interest in being considered as the most suitable provider. A Request for Information (RfI) was then sent to these three providers seeking the return of further information to support the Commissioner's assessment. Two of the interested suppliers did not submit the requested information and as such, were deemed 'not assured', resulting them in not being nominated as the most suitable provider to deliver this service. Devon Partnership Trust (DPT) submitted a response to the RfI and after conducting an assessment, taking into account the key criteria and applying the basic selection criteria, NHS England South West is content that DPT will likely satisfy the proposed contract to a sufficient standard. The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The contract term will be for a duration of 1 year, and will commence on 1st April 2025. The total contract value is PS893,000. 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 a new service being awarded to a provider delivering the existing pilot service. 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": "20"
                        }
                    ]
                },
                "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 decision makers by midnight on 1st April 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR'.",
        "amendments": [
            {
                "id": "2",
                "description": "The Commissioner intends to contract for the Services using the latest version of the NHS Standard Contract. The total contract value is PS893,000, over the 1 year period which commenced on 1st April 2025. 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": "010264-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-104317",
                    "name": "Devon Partnership NHS Trust"
                }
            ]
        }
    ],
    "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": {
                "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-FTS-104317",
            "name": "Devon Partnership NHS Trust",
            "identifier": {
                "legalName": "Devon Partnership NHS Trust",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Wonford House, Dryden Road",
                "locality": "Exeter",
                "region": "UKK",
                "postalCode": "EX2 5AF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-7114",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-131160",
        "name": "NHS England"
    },
    "contracts": [
        {
            "id": "010264-2025-1",
            "awardID": "010264-2025-1",
            "status": "active",
            "value": {
                "amount": 893000,
                "currency": "GBP"
            },
            "dateSigned": "2025-03-19T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}