Section one: Contracting authority
one.1) Name and addresses
NHS England North West
Liverpool
Country
United Kingdom
Region code
UKD - North West (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.england.nhs.uk/north-west/
Buyer's address
https://health-family.force.com/s/Welcome
one.3) Communication
Additional information can be obtained from another address:
North of England Commissioning Support
John Snow House
Durham
DH1 3YG
Country
United Kingdom
Region code
UKC1 - Tees Valley and Durham
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Health & Social Care Services (incl. substance misuse) and Mental Health Services for HMP Garth and HMP Wymott
Reference number
NHSE880
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
"North of England Commissioning Support (NECS) is working for and on behalf of NHS England North West Region (the Contracting Authority), who are conducting a Request for Information (RFI) exercise in order to gain a better understanding of the capacity and appetite of the market to deliver Health and Social Care Services and Mental Health Services to HMP Garth and HMP Wymott.
There will be 4 lots for this competition
• Health & Social Care (inc. substance misuse) - HMP Garth
• Health & Social Care (inc. substance misuse) - HMP Wymott
• Mental Health - HMP Garth
• Mental Health - HMP Wymott
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Health & Social Care Services (incl. substance misuse) - HMP Garth
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
HMP Garth
two.2.4) Description of the procurement
Health and Social Care Services, including substance misuse
two.2) Description
two.2.1) Title
Mental Health Services HMP Garth
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
HMP Garth
two.2.4) Description of the procurement
Mental Health Services
two.2) Description
two.2.1) Title
Health & Social Care Services (incl substance misuse) HMP Wymott
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
HMP Wymott
two.2.4) Description of the procurement
Health and Social Care Services, including substance misuse
two.2) Description
two.2.1) Title
Mental Health services HMP Wymott
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
HMP Wymott
two.2.4) Description of the procurement
Mental Health Services
two.3) Estimated date of publication of contract notice
29 April 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intended approach 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.
It is important to note that this PIN/RFI is not a call for competition and as such potential providers will need to express an interest in any future tender opportunity once a contract notice is published on Find and Tender Service and on Contracts Finder.
It should be noted that this PIN/RFI invites individuals and organisations to express an interest in this RFI exercise only, and it is NOT part of any pre-qualification or selection process. This PIN/RFI is intended as an awareness, communication, and information gathering exercise. An expression of interest is no indication of a commitment to participate in the RFI process nor does it infer any preferential or special status on those individuals and organisations who express an interest.
NECS is utilising an electronic tendering tool to manage this RFI exercise and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including RFI submissions, will be conducted via Atamis: https://health-family.force.com/s/Welcome
If you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register.
If you have not already done so you should now register as a Supplier on the shared system.
You can register here: https://health-family.force.com/s/Welcome
It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. If you find that you need any advice or support in registering, please contact the Atamis helpdesk using the following details:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
Opening times 8am - 6pm
RFI documentation will be available on the e-tendering site on 12 January 2024.
Completed RFI questionnaires must be submitted by 12:00 noon on 01 February 2024.
Potential providers are to note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply to a future procurement including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.
Following review of returned RFI responses, should the commissioner wish to seek further clarification to any part of the responses, further market engagement may be carried out. Providers will be made aware of these arrangements via the Atamis system.