Tender

KMMH, KCHFT, DGT - Freedom To Speak Up Services

KENT AND MEDWAY MENTAL HEALTH NHS TRUST

This public procurement record has 3 releases in its history.

Tender

06 Feb 2026 at 23:08

PlanningUpdate

29 Aug 2025 at 15:41

Planning

28 Aug 2025 at 15:28

Summary of the contracting process

Kent and Medway Mental Health NHS Trust, in collaboration with Kent Community Health NHS Foundation Trust and Dartford and Gravesham NHS Trust, is actively seeking tenders for the "Freedom to Speak Up Services." This procurement process is ongoing under the "tender" stage as per the Procurement Act 2023, utilising the Open Procedure. The services aim to provide a confidential, impartial platform for staff to address workplace concerns. The contract covers regions within the United Kingdom with specific allocations for each trust, divided into three Lots. Interested suppliers can submit tenders until 13 March 2026, with awarding decisions expected by 9 April 2026. Key industry categories include business and management consultancy, guidance services, and human resources management consultancy, with the total estimated contract value grossing £1,716,000 GBP.

This procurement represents a substantial opportunity for suppliers specialising in consultancy, staff development, and human resources management services. It is particularly suited for businesses registered with the National Guardian’s Office, possessing a track record in delivering quality and innovative staff support solutions. The competitive bidding process opens a pathway for SMEs and VCSEs looking to expand their portfolio within the NHS sector, providing services that support organisational safety and enhanced cultural practices. With potential contracts spanning up to five years and opportunities for delivering services across multiple NHS Trust locations, participants can significantly contribute to and benefit from this high-impact public health initiative.

How relevant is this notice?

Notice Information

Notice Title

KMMH, KCHFT, DGT - Freedom To Speak Up Services

Notice Description

Kent and Medway Mental Health NHS Trust, acting as the Lead Contracting Authority on behalf of Kent Community Health NHS Foundation Trust and Dartford and Gravesham NHS Trust, invites suitably qualified and experienced Suppliers to submit tenders for the provision of Freedom to Speak Up (FTSU) Services. The FTSU Services will provide staff across the participating Contracting Authorities with a confidential, impartial, and accessible mechanism for raising concerns relating to workplace issues. These may include (though are not limited to) matters of patient care and safety, bullying, harassment, discrimination, unfair treatment, and other concerns regarding conduct, safety, culture, or working practices. The services must be delivered by qualified, accredited, and experienced FTSU 'Guardians' registered on the National Guardian's Office Directory, who possess the expertise necessary to deliver impartial support and guidance to staff concerned about potential shortcomings in behaviour, service quality, or organisational culture. The purpose of the Services is to support the Contracting Authorities in delivering their strategic organisational aims by: * empowering staff to speak up safely and confidently through impartial support; * strengthening leadership behaviours and approaches; * Enhancing organisational responsiveness; and * promoting innovation, learning, and continuous improvement through a transparent and responsive organisational culture. This procurement is being conducted in accordance with the Open Procedure under the Procurement Act 2023, alongside the Contracting Authorities' respective Standing Financial Instructions. The opportunity is divided into three Lots, as follows: * Lot 1: Kent and Medway Mental Health NHS Trust * Lot 2: Kent Community Health NHS Foundation Trust * Lot 3: Dartford and Gravesham NHS Trust Suppliers may submit a Tender for one, two, or all three Lots. A single Contract will be awarded for each Lot, covering the full scope of Services as defined in the Specification. Suppliers may be awarded multiple Lots, subject to the outcome of the evaluation process. Please note that the contract values included within this notice are estimates only, reflecting the potential scale of the contract and optional extension periods. These figures do not however take into account: (i) the application of indexation; or (ii) potential increases or decreases in the demand for services during the Contract term as detailed within the tender documents. The Contracting Authorities do not guarantee any volume or value under this contract or in association with this notice.

Lot Information

Kent and Medway Mental Health NHS Trust

Kent and Medway NHS and Social Care Partnership Trust invites tenders for the provision of Freedom to Speak Up services, providing its staff with a confidential, impartial, and accessible mechanism for raising concerns relating to workplace issues, behaviour, service quality, safety and/or organisational culture The Contracting Authority is a large Mental Health NHS Trust, providing a full range of adult mental health and learning disability services to our local population of 1.8 million people across Kent and Medway, as well as specialist services for adults in Sussex and Surrey. Each year we care for over 2,000 people in our hospitals and 54,000 people in the community. The Contracting Authority will award one Contract for the provision of all services detailed in the Specification.

Options: During the Contract Term, the Supplier and the Contracting Authority may explore alternative service availability models based on a standard core hours (08:00 - 18:00, Monday to Friday) approach, as opposed to the current 24/7/365 continuous availability arrangement. Any agreed modifications to the delivery model will be subject to the Contract Change Control Process and will require a comprehensive review of related requirements, including key performance indicators, the impact of the changes on the service, and an assessment of commercial viability and value for money.

Renewal: The Term may be extended provided that the duration of this Contract shall be no longer than five (5) years and one (1) month in total from the Services Commencement Date.

Kent Community Health NHS Foundation Trust

Kent Community Health NHS Foundation Trust invites tenders for the provision of Freedom to Speak Up services, providing its staff with a confidential, impartial, and accessible mechanism for raising concerns relating to workplace issues, behaviour, service quality, safety and/or organisational culture The Contracting Authority is one of the largest NHS community health providers in England, serving a population of about 3.6million across Kent, East Sussex and parts of London. The trust has over 70 clinical services, and has achieved the highly coveted 'Outstanding' CQC rating. The Trust provides wide-ranging NHS care for people in the community, in a range of settings including people's own homes, nursing homes, health clinics, community hospitals, schools, urgent treatment centres and mobile units. The Contracting Authority will award one Contract for the provision of all services detailed in the Specification.

Options: During the Contract Term, the Supplier and the Contracting Authority may explore alternative service availability models based on a standard core hours (08:00 - 18:00, Monday to Friday) approach, as opposed to the current 24/7/365 continuous availability arrangement. Any agreed modifications to the delivery model will be subject to the Contract Change Control Process and will require a comprehensive review of related requirements, including key performance indicators, the impact of the changes on the service, and an assessment of commercial viability and value for money.

Renewal: The Term may be extended provided that the duration of this Contract shall be no longer than five (5) years in total from the Services Commencement Date.

Dartford and Gravesham NHS Trust

Dartford and Gravesham NHS Trust invites tenders for the provision of Freedom to Speak Up services, providing its staff with a confidential, impartial, and accessible mechanism for raising concerns relating to workplace issues, behaviour, service quality, safety and/or organisational culture The Contracting Authority is one of the largest hospital trusts in North Kent, with services at four sites serving a local population of over 500,000 people. The Trust's vision is to be an outstanding hospital Trust providing the best possible care for patients that is safe, well-coordinated, in the right place and designed around the patient's needs. The Contracting Authority will award one Contract for the provision of all services detailed in the Specification.

Options: During the Contract Term, the Supplier and the Contracting Authority may explore alternative service availability models based on a standard core hours (08:00 - 18:00, Monday to Friday) approach, as opposed to the current 24/7/365 continuous availability arrangement. Any agreed modifications to the delivery model will be subject to the Contract Change Control Process and will require a comprehensive review of related requirements, including key performance indicators, the impact of the changes on the service, and an assessment of commercial viability and value for money.

Renewal: The Term may be extended provided that the duration of this Contract shall be no longer than four (4) years and eleven (11) months in total from the Services Commencement Date.

Planning Information

This engagement is intended to gather valuable feedback from potential providers to help shape the Trusts’ procurement strategy. In particular, the Trusts are seeking insights into viable delivery models, approaches to risk mitigation, appropriate contract structures, and the scalability of services across multiple organisations. The exercise also aims to assess the level of market interest and the capacity of providers to deliver a collaborative, multi-Trust solution, while exploring opportunities for achieving efficiencies and cost savings through a joint procurement approach. Providers who express an interest will be invited to complete a structured questionnaire to share their insights, capabilities, and recommendations. They will also be invited to attend a virtual market engagement presentation at 14:00 on Friday 5th September 2025, during which the Trusts will outline their objectives, anticipated timelines, and expectations for both the procurement process and the future service. Suppliers wishing to participate are invited to contact Jake Fisher, Procurement and Contracts Manager, via email at kmpt.procurement@nhs.net Upon registration of interest, further details (including the questionnaire and presentation invitation) will be provided.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058fbe
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011191-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
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

79400000 - Business and management consultancy and related services

79414000 - Human resources management consultancy services

79633000 - Staff development services

85312300 - Guidance and counselling services

85312310 - Guidance services

Notice Value(s)

Tender Value
£1,430,000 £1M-£10M
Lots Value
£1,430,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Feb 20263 days ago
Submission Deadline
13 Mar 20262 months to go
Future Notice Date
22 Sep 2025Expired
Award Date
Not specified
Contract Period
4 Aug 2026 - 30 Jun 2029 2-3 years
Recurrence
2031-01-03

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
KENT AND MEDWAY MENTAL HEALTH NHS TRUST
Additional Buyers

DARTFORD AND GRAVESHAM NHS TRUST

KENT AND MEDWAY NHS AND SOCIAL CARE PARTNERSHIP TRUST

KENT COMMUNITY HEALTH NHS FOUNDATION TRUST

Contact Name
Jake Fisher
Contact Email
dgt.procurementhelpdesk@nhs.net, kchft.procurement@nhs.net, kmmh.procurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
MAIDSTONE
Postcode
ME16 9PH
Post Town
Rochester
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ45 Mid Kent
Delivery Location
TLJ4 Kent

Local Authority
Ashford
Electoral Ward
Goat Lees
Westminster Constituency
Ashford

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-058fbe-2026-02-06T23:08:06Z",
    "date": "2026-02-06T23:08:06Z",
    "ocid": "ocds-h6vhtk-058fbe",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNZR-1968-PDPD",
            "name": "Kent and Medway Mental Health NHS Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNZR-1968-PDPD"
            },
            "address": {
                "streetAddress": "Priority House, Hermitage Lane",
                "locality": "Maidstone",
                "postalCode": "ME16 9PH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ45"
            },
            "contactPoint": {
                "name": "Jake Fisher",
                "email": "kmmh.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.kentmedwaymentalhealth.nhs.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PWRB-2618-VVJG",
            "name": "Dartford and Gravesham NHS Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWRB-2618-VVJG"
            },
            "address": {
                "streetAddress": "Darent Valley Hospital Darenth Wood Road",
                "locality": "Dartford",
                "postalCode": "DA2 8DA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ43"
            },
            "contactPoint": {
                "email": "dgt.procurementhelpdesk@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.dvh.nhs.uk",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PHVC-1716-LBDJ",
            "name": "Kent Community Health NHS Foundation Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVC-1716-LBDJ"
            },
            "address": {
                "streetAddress": "Trinity House, 110 - 120 Upper Pemberton,",
                "locality": "Ashford",
                "postalCode": "TN25 4AZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ45"
            },
            "contactPoint": {
                "email": "kchft.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.kentcht.nhs.uk",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNZR-1968-PDPD",
        "name": "Kent and Medway Mental Health NHS Trust"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "This engagement is intended to gather valuable feedback from potential providers to help shape the Trusts' procurement strategy. In particular, the Trusts are seeking insights into viable delivery models, approaches to risk mitigation, appropriate contract structures, and the scalability of services across multiple organisations. The exercise also aims to assess the level of market interest and the capacity of providers to deliver a collaborative, multi-Trust solution, while exploring opportunities for achieving efficiencies and cost savings through a joint procurement approach. Providers who express an interest will be invited to complete a structured questionnaire to share their insights, capabilities, and recommendations. They will also be invited to attend a virtual market engagement presentation at 14:00 on Friday 5th September 2025, during which the Trusts will outline their objectives, anticipated timelines, and expectations for both the procurement process and the future service. Suppliers wishing to participate are invited to contact Jake Fisher, Procurement and Contracts Manager, via email at kmpt.procurement@nhs.net Upon registration of interest, further details (including the questionnaire and presentation invitation) will be provided.",
                "dueDate": "2025-09-05T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "052151-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/052151-2025",
                "datePublished": "2025-08-28T16:28:19+01:00",
                "format": "text/html"
            },
            {
                "id": "052599-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/052599-2025",
                "datePublished": "2025-08-29T16:41:13+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C385777",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "KMMH, KCHFT, DGT - Freedom To Speak Up Services",
        "description": "Kent and Medway Mental Health NHS Trust, acting as the Lead Contracting Authority on behalf of Kent Community Health NHS Foundation Trust and Dartford and Gravesham NHS Trust, invites suitably qualified and experienced Suppliers to submit tenders for the provision of Freedom to Speak Up (FTSU) Services. The FTSU Services will provide staff across the participating Contracting Authorities with a confidential, impartial, and accessible mechanism for raising concerns relating to workplace issues. These may include (though are not limited to) matters of patient care and safety, bullying, harassment, discrimination, unfair treatment, and other concerns regarding conduct, safety, culture, or working practices. The services must be delivered by qualified, accredited, and experienced FTSU 'Guardians' registered on the National Guardian's Office Directory, who possess the expertise necessary to deliver impartial support and guidance to staff concerned about potential shortcomings in behaviour, service quality, or organisational culture. The purpose of the Services is to support the Contracting Authorities in delivering their strategic organisational aims by: * empowering staff to speak up safely and confidently through impartial support; * strengthening leadership behaviours and approaches; * Enhancing organisational responsiveness; and * promoting innovation, learning, and continuous improvement through a transparent and responsive organisational culture. This procurement is being conducted in accordance with the Open Procedure under the Procurement Act 2023, alongside the Contracting Authorities' respective Standing Financial Instructions. The opportunity is divided into three Lots, as follows: * Lot 1: Kent and Medway Mental Health NHS Trust * Lot 2: Kent Community Health NHS Foundation Trust * Lot 3: Dartford and Gravesham NHS Trust Suppliers may submit a Tender for one, two, or all three Lots. A single Contract will be awarded for each Lot, covering the full scope of Services as defined in the Specification. Suppliers may be awarded multiple Lots, subject to the outcome of the evaluation process. Please note that the contract values included within this notice are estimates only, reflecting the potential scale of the contract and optional extension periods. These figures do not however take into account: (i) the application of indexation; or (ii) potential increases or decreases in the demand for services during the Contract term as detailed within the tender documents. The Contracting Authorities do not guarantee any volume or value under this contract or in association with this notice.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312310",
                        "description": "Guidance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79633000",
                        "description": "Staff development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79414000",
                        "description": "Human resources management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312310",
                        "description": "Guidance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79633000",
                        "description": "Staff development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79414000",
                        "description": "Human resources management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312300",
                        "description": "Guidance and counselling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312310",
                        "description": "Guidance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79633000",
                        "description": "Staff development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79414000",
                        "description": "Human resources management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 1716000,
            "amount": 1430000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-09T00:00:00+01:00",
                    "endDate": "2029-06-30T23:59:59+01:00",
                    "maxExtentDate": "2031-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Kent and Medway Mental Health NHS Trust",
                "description": "Kent and Medway NHS and Social Care Partnership Trust invites tenders for the provision of Freedom to Speak Up services, providing its staff with a confidential, impartial, and accessible mechanism for raising concerns relating to workplace issues, behaviour, service quality, safety and/or organisational culture The Contracting Authority is a large Mental Health NHS Trust, providing a full range of adult mental health and learning disability services to our local population of 1.8 million people across Kent and Medway, as well as specialist services for adults in Sussex and Surrey. Each year we care for over 2,000 people in our hospitals and 54,000 people in the community. The Contracting Authority will award one Contract for the provision of all services detailed in the Specification.",
                "value": {
                    "amountGross": 555600,
                    "amount": 463000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Net Zero and Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Quality",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "renewal": {
                    "description": "The Term may be extended provided that the duration of this Contract shall be no longer than five (5) years and one (1) month in total from the Services Commencement Date."
                },
                "hasOptions": true,
                "options": {
                    "description": "During the Contract Term, the Supplier and the Contracting Authority may explore alternative service availability models based on a standard core hours (08:00 - 18:00, Monday to Friday) approach, as opposed to the current 24/7/365 continuous availability arrangement. Any agreed modifications to the delivery model will be subject to the Contract Change Control Process and will require a comprehensive review of related requirements, including key performance indicators, the impact of the changes on the service, and an assessment of commercial viability and value for money."
                }
            },
            {
                "id": "2",
                "title": "Kent Community Health NHS Foundation Trust",
                "description": "Kent Community Health NHS Foundation Trust invites tenders for the provision of Freedom to Speak Up services, providing its staff with a confidential, impartial, and accessible mechanism for raising concerns relating to workplace issues, behaviour, service quality, safety and/or organisational culture The Contracting Authority is one of the largest NHS community health providers in England, serving a population of about 3.6million across Kent, East Sussex and parts of London. The trust has over 70 clinical services, and has achieved the highly coveted 'Outstanding' CQC rating. The Trust provides wide-ranging NHS care for people in the community, in a range of settings including people's own homes, nursing homes, health clinics, community hospitals, schools, urgent treatment centres and mobile units. The Contracting Authority will award one Contract for the provision of all services detailed in the Specification.",
                "status": "active",
                "value": {
                    "amountGross": 600000,
                    "amount": 500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Net Zero and Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Quality",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2029-06-30T23:59:59+01:00",
                    "maxExtentDate": "2031-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Term may be extended provided that the duration of this Contract shall be no longer than five (5) years in total from the Services Commencement Date."
                },
                "hasOptions": true,
                "options": {
                    "description": "During the Contract Term, the Supplier and the Contracting Authority may explore alternative service availability models based on a standard core hours (08:00 - 18:00, Monday to Friday) approach, as opposed to the current 24/7/365 continuous availability arrangement. Any agreed modifications to the delivery model will be subject to the Contract Change Control Process and will require a comprehensive review of related requirements, including key performance indicators, the impact of the changes on the service, and an assessment of commercial viability and value for money."
                }
            },
            {
                "id": "3",
                "title": "Dartford and Gravesham NHS Trust",
                "description": "Dartford and Gravesham NHS Trust invites tenders for the provision of Freedom to Speak Up services, providing its staff with a confidential, impartial, and accessible mechanism for raising concerns relating to workplace issues, behaviour, service quality, safety and/or organisational culture The Contracting Authority is one of the largest hospital trusts in North Kent, with services at four sites serving a local population of over 500,000 people. The Trust's vision is to be an outstanding hospital Trust providing the best possible care for patients that is safe, well-coordinated, in the right place and designed around the patient's needs. The Contracting Authority will award one Contract for the provision of all services detailed in the Specification.",
                "status": "active",
                "value": {
                    "amountGross": 560400,
                    "amount": 467000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Net Zero and Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Quality",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-05T00:00:00+01:00",
                    "endDate": "2029-06-30T23:59:59+01:00",
                    "maxExtentDate": "2031-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Term may be extended provided that the duration of this Contract shall be no longer than four (4) years and eleven (11) months in total from the Services Commencement Date."
                },
                "hasOptions": true,
                "options": {
                    "description": "During the Contract Term, the Supplier and the Contracting Authority may explore alternative service availability models based on a standard core hours (08:00 - 18:00, Monday to Friday) approach, as opposed to the current 24/7/365 continuous availability arrangement. Any agreed modifications to the delivery model will be subject to the Contract Change Control Process and will require a comprehensive review of related requirements, including key performance indicators, the impact of the changes on the service, and an assessment of commercial viability and value for money."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-22T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "052599-2025",
                "description": "Reference to incorrect date for virtual market engagement presentation."
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The Contracting Authorities are utilising an electronic Tendering system (\"E-Tendering Portal\") to manage this procurement and communicate with Tenderers. Accordingly, there will be no hard copy documents issued to Tenderers and all communications with the Contracting Authorities, including the submission of Tender responses will be conducted solely via the following link: https://health-family.force.com/s/Welcome A user guide can be found at the following link: https://services.atamis.co.uk/docs/Supplier_User_Guide.pdf For any technical queries, please contact support-health@atamis.co.uk or via telephone on 0800 995 6035 (08:00-18:00 Monday-Friday excluding public holidays).",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-13T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-13T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-04-09T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "011191-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011191-2026",
                "datePublished": "2026-02-06T23:08:06Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-01-03T23:59:59Z"
                }
            ]
        },
        "riskDetails": "Contract Performance: The Contracting Authorities have identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded: (i) Increased demand for the services during the Contract term due to changes to the organisational structure, or services offered by, any of the Contracting Authorities. (ii) Any national or NHS policy or regulatory amendments concerning Freedom to Speak Up and related services that necessitate adjustments to the Contract requirements to ensure compliance. The Contracting Authorities has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023 Exclusions: If at any time during the procurement, or post award, it comes to the attention of the Contracting Authorities, by whatever means, that a Supplier has become 'excluded' or 'excludable' as per Sec 57 of the PA2023, the Contracting Authorities, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded. Reservations of rights and disclaimers of liability: The Contracting Authorities expressly reserves the right: (i). not to award any contract as a result of the procurement process commenced by publication of this notice; (ii). to make whatever changes it may see fit to the content and structure of the tendering Competition; and (iii). in no circumstances will the Contracting Authorities be liable for any costs incurred by candidates"
    },
    "language": "en"
}