Published date: 17 May 2021

Last edited date: 18 May 2021

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 18 June 2021, 12pm

Contract summary

Industry

  • Health and social work services - 85000000

Location of contract

South West

Value of contract

£31,403,539

Procurement reference

WA10324/1

Published date

17 May 2021

Closing date

18 June 2021

Closing time

12pm

Contract start date

1 October 2022

Contract end date

30 September 2029

Contract type

Service contract

Procedure type

Other: A two stage process under the light touch regime

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

NHS England and NHS Improvement (NHSEI) South West, in partnership with the South West Offices of the Police & Crime Commissioners and Police Forces are re-commissioning Sexual Offence Examiner (SOE) and Sexual Assault Referral Centre (SARC) provision for both adults and paediatrics across the South West.

Through this recommissioning exercise SARC and SOE provision are being integrated under one delivery model.

For the purposes of this procurement, the South West refers to the below areas and subsequently is divided into the following lots:

1. Avon & Somerset
2. Devon & Cornwall (including the Isles of Scilly)
3. Swindon & Wiltshire and Gloucestershire

Providers may bid for one or more of the above lots.

The overarching aim of the re-commissioning exercise is to secure provider(s) of SARC services who can meet the specification requirements and has (have) the necessary capacity and capability to:

- Deliver high quality, safe and compassionate services focused on meeting the needs of victims/ survivors of sexual assault
- Respond positively to the recommendations of the Health Needs Assessment
- Deliver services which meet national clinical standards, legislation and guidance
- Deliver integrated SARC and SOE services in addition to onward referrals along the Sexual Assault and Abuse Services pathway
- Improve cross-border links between SARCs, both within the region and outside of the South West region
- Continuously improve and remain responsive to changing needs and fluctuating demand
- Ensure services are of a standard to meet UKAS/ Forensic Regulator accreditation requirements from October 2023

The services within scope of this re-commissioning exercise include core SARC provision (primarily the provision of medical, forensic, crisis support and onward referral services for people who have experienced sexual assault). In addition, the provision of non-recent Child Sexual Abuse services for Devon & Cornwall is in scope and will be provided at the Exeter Paediatric Centre of Excellence.

The following services are out of scope:

- Independent Sexual Violence Advisor (ISVA) services
- Therapeutic provision
- Non-recent/ historic Child Sexual Abuse (CSA) examinations in Avon & Somerset, Swindon & Wiltshire and Gloucestershire

References made to standards and guidance throughout the specifications are in line with existing and current guidance; where standards and guidance are reviewed and updated during the life of the contract, SARC services must maintain compliance with any changes and as such the contract may be varied accordingly.

This procurement is taking the form of a two-stage process. The closing date of 18th June is the submission date for Stage 1 Applications and thus the close date for expressing an interest in these services.

Stage 1 takes the form of a Provider Capability Assessment, including both a standard Selection Questionnaire (SQ) and narrative questions to gauge Provider suitability.


More information

Previous notice about this procurement

NHS England and NHS Improvement (South West) Sexual Offence Examiners & Sexual Assault Referral Centres across the South West

  • Early engagement
  • Published 10 September 2020

Links

Additional text

Providers shortlisted at Stage 1 will be taken forward to Stage 2 of the process.

Stage 2 will either be (a) a non-competitive Provider and Service Assurance Process (where only one capable Provider is identified at Stage 1) or (b) a competitive tendering process (where more than one capable Provider is identified at Stage 1), for each lot.

Providers may submit an Application for multiple lots. However, each lot will be considered separately. There are separate specifications, supporting documentation and question sets for each lot.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home

You will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

Where a competitive tender procedure is followed at Stage 2, the Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and


About the buyer

Contact name

Alexandra Searle

Address

South Plaza, Marlborough Street
Bristol
BS13NX
England

Email

Scwcsu.procurement@nhs.net