Published date: 8 December 2021

This notice was replaced on 20 April 2023

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 20 April 2023)

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.


Contract summary

Industry

  • Health services - 85100000

Location of contract

South West

Value of contract

£780,000

Procurement reference

WA12103

Published date

8 December 2021

Closing date

21 January 2022

Closing time

12pm

Contract start date

1 August 2022

Contract end date

31 July 2025

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

NHS England and NHS Improvement South West (the Commissioner) seeks to commission Mental Health Treatment Requirements (MHTRs) Services in Avon.

Initially, the commissioner is seeking a provider who can deliver MHTRs focussing on Bristol Magistrates Court.

MHTRs form part of the wider Community Sentence Treatment Requirements (CSTRs) Programme which is a partnership between the Ministry of Justice (MoJ), Department of Health and Social Care (DHSC), NHS England and NHS Improvement (NHSE/I), Public Health England (PHE) and Her Majesty's Prison and Probation Service (HMPPS).

The CSTR Programme aims to develop pathways to enable and facilitate the increased use of all three treatment requirements:
- Mental Health Treatment Requirements (MHTRs)
- Drug Rehabilitation Requirements (DRRs)
- Alcohol Treatment Requirements (ATRs)

ATRs and DRRs in Avon are outside the scope of this procurement, beyond the co-ordination of CSTRs for combined orders. However, there is an expectation that MHTR and ATR & DTR providers will work closely together in the best interests of the service user, especially where it can be identified that a combined order is the best outcome.

MHTR in the context of the CSTR programme is intended for the sentencing of individuals convicted of an offence(s) which has crossed the community order sentencing threshold and may be used as an alternative to short custodial sentences for individuals who may have range of mental health, personality disorder and psychological issues/vulnerabilities which do not require forensic or secondary care treatment.

The aims of the service are to:
• Increase the proportion of offenders with mental health issues for whom an effective mental health treatment plan is in place.
• Reduce re-offending by addressing the underlying causes of offending behaviour.
• Prevent custodial sentences (especially short ones), by offering robust community treatment options.
• Provide tailored mental health support to the most vulnerable offenders. Individuals supported by pilot sites included those who suffered from post-traumatic stress, trauma, bipolar, personality and phobia disorders, psychosis and ASD.

Contracts will be for an initial term of 2 years, with a possible extension of a further one year.

The substantive/initial financial envelope relates to delivering an indicative volume of 160 MHTRs annually, primarily to Bristol Magistrates Court.

The Commissioner has a maximum financial envelope of £162,500 per annum for this element.

Services are planned to commence on 01 August 2022.

During the life of the contract, it is likely that the Commissioner will wish to work with the successful provider to 'scale up' the service in order to deliver MHTRs to other Magistrates and Crown Courts across Avon. The additional activity is not guaranteed at this time.

The timing and funding for the scale up will be agreed with the provider based on operational capacity and subject to availability of funding.


More information

Links

Additional text

The total potential maximum contract value for the 3 year contract (including 1 year extension option and potential scale up) is £780,000.

Further information in regard to the potential 'scale up' of delivery, including indicative activity and budgets, is detailed within the Invitation to Tender document.

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/ProjectManage/1431

In order to submit a bid, you will need to be registered on the e-procurement system, 'express an interest' and 'Opt in', then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

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

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 are 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 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.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations.


About the buyer

Contact name

Evan Williams

Address

South Plaza,Marlborough Street
BRISTOL
BS13NX
England

Email

Scwcsu.procurement@nhs.net