Sexual Assault Referral Centres (SARCs) to NHS England South East

Unknown

Buyers

Value

£0

Classifications

  • Health services

Tags

  • tenderUpdate

Published

1 year ago

Description

NHS England South East, the Offices of the Police & Crime Commissioner (OPCCs) and Police Forces within the South East were seeking providers who have the capability and capacity to deliver Sexual Assault Referral Centre (SARC) services for both adults (18 years and over) and children (under 18 years).
NHS England is the lead commissioner for these services.  
This procurement was divided into 5 lots with the associated advertised contract values, covering the following areas:
Lot 1: Hampshire (including the Isle of Wight); £9,044,000
Lot 2: Kent; £9,044,000
Lot 3: Surrey; £9,044,000
Lot 4: Sussex; £9,044,000
Lot 5: Thames Valley (excluding Milton Keynes); £13,552,000
Due to its geography, there will be two SARC premises in Thames Valley. For all other areas, there will be one SARC premises.
The services within scope, include core SARC provision, including, SARC management, the provision of medical and forensic examinations (both acute and non-recent), crisis support and onward referral services for people who have experienced sexual assault. It should be noted that non-recent cases will not necessarily need to be undertaken at the (accredited) SARC site.
At present, there is considerable variation in service provision across the SARCs, not only with regard to the age and needs of service users, but also in relation to activity, service specification, and referral pathways.
The recommissioning exercise aims to increase equity of access and ensure a consistent and high standard of quality care to victims of sexual assault. The service will be delivered in line with current national standards, guidance and best practice, and at the same time meet the local needs of each Force area.
The Provider will ensure that services are delivered in an age-appropriate way for children and adults; all staff must meet the skills and competences commensurate with the role they are performing. The service will consider safeguarding, health and forensic requirements in line with current and relevant guidelines. 
Independent Sexual Violence Advisor (ISVA) services and therapeutic provision including counselling and talking therapies are out of scope. However, the SARC provider/s will work closely with these services and ensure service users are referred to onward provision as appropriate.  
The contract term (for each lot) is planned to  commence on 1st April 2025 and will be fixed for a duration of seven years.
This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).
This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

West Lancashire Community Services - NHS Lancashire & South Cumbria ICB (October 25)

NHS Midlands and Lancashire Commissioning Support Unit (CSU) is acting as an agent on behalf of another NHS Body - NHS Lancashire and South Cumbria Integrated Care Board (ICB) who wishes to procure Community Services for West Lancashire. NHS Lancashire and South Cumbria ICB has set out an ambition to have a world-class, community-centric health and care system, with its four place-based partnerships, or 'places', at the heart of this Transformation. One of the ICB's top priorities is to transform community health services and integrated community teams, aiming to elevate health outcomes, tackle health inequalities, and keep more people thriving within their communities. By transforming community services, the Lancashire and South Cumbria system will be empowered to support people in staying well, proactively identifying those at risk of deterioration, and offering them personalised care and support. Community health services cover a wide range of services and provide care for people from birth to the end of their life. Community health teams play a vital role in supporting people with complex health and care needs to live independently in their own home for as long as possible. Lancashire and South Cumbria has four places: Lancashire, South Cumbria, Blackpool, and Blackburn with Darwen. West Lancashire is a district area of Lancashire and is predominantly a rural district. It has a population of approximately 118,000 people and is made up of the 1960s new town of Skelmersdale, the historic market town of Ormskirk, and a number of villages situated primarily in the rural Northern Parishes. West Lancashire Community services are mainly adult physical health services but include paediatric podiatry services for those children who need local access to community services. The current provision will conclude at the end of March 2026, and this notification is provided to enable interested parties to plan for a potential Provider Selection Regime (PSR) Competitive Process. The value of the contract will be £10,997,183 per annum. The total contract value over the 3 years plus the potential 2-year extension will be £54,985,915.00 There is a range of specifications that will form the overall contract and these include a Community Diabetes Service; a Community Stroke and Neuro Rehabilitation Service; and an Intermediate Care Therapy Service. The ICB is looking to award one contract for all of these specifications.

Open

NHS Tier 2 Oral Surgery Services in NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs)

NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements. The procurement is divided into 9 lots across the Kent and Medway ICB and Sussex ICB areas. Providers may bid for a maximum of 3 Lots. Oral surgery deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. It involves the treatment of adolescents and adults, and the management of dentally anxious and medically complex patients. Further information on the services can be found in the Oral Surgery clinical standards: https://www.england.nhs.uk/long-read/oral-surgery-clinical-standard/ The services will provide Level 2 Oral Surgery for patients, either residing in or currently under the care of a General Dental Practitioner (GDP), in Kent & Medway and Sussex. All Mandatory Dental Services, including simple non-surgical extractions, are excluded from the scope but some services will include Sedation in accordance with the Guidance for Commissioning Sedation for Dental Services in Primary Care 2017. The aims of the service (with Sedation) are to: • ensure that equitable, accessible, cost effective, high quality Level 2 Oral Surgery services are available to the public locally • increase the availability and accessibility of the primary care based Level 2 services to those patients who require sedation to support them to receive a minor oral surgical procedure locally • release pressures and waiting times for treatment at secondary care centres Performers will need to be accredited to provide the services to a Level 2 standard. The accreditation will be through an accreditation panel led by the Managed Clinical Network for Oral Surgery, with the support of NHS England and the ICB. Further information on accreditation can be found in the commissioning guide: https://www.england.nhs.uk/wp-content/uploads/2018/09/guidance-for-the-accreditation-of-performers-of-level-2-complexity-care-dec-2018.pdf Performers must follow the agreed regional accreditation process that is estimated to commence from October 2025. The contract term is planned to commence between 1st April and 1st June 2026 and will be for a duration of 6 years with an optional extension of 3 years for lots 1 to 4, and 5 years with an optional extension of 2 years for lots 5 to 9. The maximum total initial contract values (6 years lots 1 - 4, 5 years lots 5 - 9) for each lot are as follows: Lot 1 Kent and Medway 1 - £7,585,962 Lot 2 Kent and Medway 2 - £3,556,650 Lot 3 Kent and Medway 3 - £7,190,676 Lot 4 Kent and Medway 4 - £11,826,438 Lot 5 Sussex 1 - £3,180,977 Lot 6 Sussex 2 - £4,192,100 Lot 7 Sussex 3 - £2,719,116 Lot 8 Sussex 4 - £3,393,457 Lot 9 Sussex 5 - £1,891,728 TUPE may apply to this procurement. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline unknown