Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House
Leeds
LS2 7UE
Contact
Miss Khadijah Yasmin
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
PRJ943 - Healthcare Services at Heathrow Immigration Removal Centres
Reference number
DN568890
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England and NHS Improvement (London Region) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Healthcare Services in Heathrow Immigration Removal Centres (IRCs).
Healthcare services delivered at Heathrow Immigration Removal Centres are commissioned by the Health & Justice team, as part of NHSE/I London’s Specialised Commissioning division.
Accommodation
The IRC Environment is constructed to be equivalent to Category B prisons.
Healthcare services are delivered across the 2 sites Harmondsworth and Colnbrook, which are based near Heathrow Airport.
Reception Criteria
• Male and female adult residents.
• Detainees are subject to immigration restrictions.
• The site hosts a wide range of nationalities– patient profile is subject to changes in line with Home Office activity.
• Currently part of the IRC is being used a Short-Term Holding Facility for Calais Crossing arrivals.
Scope of Services:
The following services will need to be delivered through the contract commissioned through this procurement:
• Emergency medical response – 365 days per annum. 24/7 on both sites
• Reception healthcare screen – 365 days per annum. 24/7 on both sites
• Primary care, including the provision of urgent care within the establishment and the management of long-term health conditions relevant for the adult population
• Public health services
• Sexual health services
• Allied healthcare services such as:
o occupational therapy
o physiotherapy
o radiology
o radiography
o podiatry
o dietetics
• Optometry
• Pharmacy and medicines management
• Mental health and trauma informed services
• Inpatient facilities
• Trauma Informed Care
• Clinical substance misuse services
• Psychosocial interventions for substance misuse and mental health
• Healthcare administration and support services
Bidders must refer to the procurement documentation for full detail about the Services to be delivered.
This procurement does not include Dental services which formed part of the procurement for Personal Dental Services in London prisons and the IRC (2020). The new contract for dental services started on 1 September 2021.
Contract Length and value:
The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).
The maximum available annual contract value for this project is £5,800,000 per annum.
Over the 7 years, if contract is extended to its full duration, the total maximum contract value will be £40,600,000.
The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance.
Annual maximum contract value: £5,800,000
Maximum Contract value for 5 years: £29,000,000
Maximum Contract value for 7 years = £40,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £40,600,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
HS England and NHS Improvement (London Region) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Healthcare Services in Heathrow Immigration Removal Centres (IRC).
Healthcare services delivered at Heathrow Immigration Removal Centres are commissioned by the Health & Justice team, as part of NHSE/I London’s Specialised Commissioning division.
Accommodation
The IRC Environment is constructed to be equivalent to Category B prisons.
Healthcare services are delivered across the 2 sites Harmondsworth and Colnbrook, which are based near Heathrow Airport.
Reception Criteria
Male and female adult residents.
Detainees are subject to immigration restrictions.
The site hosts a wide range of nationalities– patient profile is subject to changes in line with Home Office activity.
Currently part of the IRC is being used a Short-Term Holding Facility for Calais Crossing arrivals.
Scope of Services:
The following services will need to be delivered through the contract commissioned through this procurement:
• Emergency medical response – 365 days per annum. 24/7 on both sites
• Reception healthcare screen – 365 days per annum. 24/7 on both sites
• Primary care, including the provision of urgent care within the establishment and the management of long-term health conditions relevant for the adult population
• Public health services
• Sexual health services
• Allied healthcare services such as:
o occupational therapy
o physiotherapy
o radiology
o radiography
o podiatry
o dietetics
• Optometry
• Pharmacy and medicines management
• Mental health and trauma informed services
• Inpatient facilities
• Trauma Informed Care
• Clinical substance misuse services
• Psychosocial interventions for substance misuse and mental health
• Healthcare administration and support services
Bidders must refer to the procurement documentation for full detail about the Services to be delivered.
This procurement does not include Dental services which formed part of the procurement for Personal Dental Services in London prisons and the IRC (2020). The new contract for dental services started on 1 September 2021.
Contract Length and value:
The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).
The maximum available annual contract value for this project is £5,800,000 per annum.
Over the 7 years, if contract is extended to its full duration, the total maximum contract value will be £40,600,000.
The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance.
Annual maximum contract value: £5,800,000
Maximum Contract value for 5 years: £29,000,000
Maximum Contract value for 7 years = £40,600,000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-023105
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 January 2022
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Practice Plus Group Health and Rehabilitation Services Limited.
Hawker House 5-6 Napier Court, Napier Road
Berkshire
RG1 8BW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,600,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
NHS England
Quarry House
Leeds
LS2 7UE
Country
United Kingdom