Tender

Integrated Health and Emotional Wellbeing Services for Oasis Restore

  • NHS England

F02: Contract notice

Notice identifier: 2023/S 000-008467

Procurement identifier (OCID): ocds-h6vhtk-03a4ed

Published 23 March 2023, 12:34pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Louise Smith

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.england.nhs.uk/

Buyer's address

https://www.england.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

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

Integrated Health and Emotional Wellbeing Services for Oasis Restore

Reference number

C132259

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England (NHSE) South East seeks to commission a prime provider who has the capability and capacity to deliver an integrated health and emotional wellbeing service to the students at the new Oasis Restore Secure School, in Medway, Kent.

NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or partner with/subcontract elements to other specialist providers, under the single contract with NHSE.

Oasis Restore Secure School will be managed and operated by Oasis Academies Trust and will offer a reparative opportunity to children and young people who have become criminally involved. The students will either be on remand or have received a sentence via court. The School will have an initial capacity of 49 students aged 12 to 18 years, accepting boys and girls, and students will receive an intensive package of psycho-social and educational assessment and support.

The integrated health and emotional wellbeing service will be required to deliver a range of clinical health interventions alongside innovative approaches to providing wellbeing provision, directly contributing to a fully integrated care, education and health programme designed and delivered alongside Oasis onsite. Oasis Restore Secure School will offer a whole establishment approach to developing a trauma informed setting.

Subject to commissioner satisfaction that all checks and appropriate planning are in place, the successful bidder will be expected to actively participate in the on-site mobilisation of the integrated model of care, education and health for children alongside Oasis immediately post the contract award, in order to effectively commence delivery of Health and Wellbeing services once the first children start to arrive in 1st February 2024.

Immediately post the Contract Award (expected to be September 2023) and subject to the subsequent signing of the Contract / Collaborative agreement (as applicable), the Commissioner will commence payment to the provider for the mobilisation of services as per the contract terms as described in the ITT documentation. This will continue until the Service Commencement Date (expected to be 1st February 2024).

Prior to the Service Commencement date, the provider will be required to provide a Financial Statement of expenditure incurred during this period which will be reconciled against contracts payments made.

The total Contract term is expected to be 7 years and 5 months, inclusive of the mobilisation period of 5 months (based on Contract Signature in September 2023) and the Service Delivery period of 7 years maximum (with expected Service Commencement in February 2024).

The maximum total contract value is expected to be £14,833,333 (inclusive of a 5-month indicative mobilisation period, subject to Contract Sign offs).

The service model will be required to encompass both clinical and non-clinical healthcare services, please refer to service specification(s).

two.1.5) Estimated total value

Value excluding VAT: £14,833,333

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ41 - Medway
Main site or place of performance

Oasis Restore Secure School, in Medway, Kent

two.2.4) Description of the procurement

NHS England (NHSE) South East seeks to commission a prime provider who has the capability and capacity to deliver an integrated health and emotional wellbeing service to the students at the new Oasis Restore Secure School, in Medway, Kent.
NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or partner with/subcontract elements to other specialist providers, under the single contract with NHSE.
Oasis Restore Secure School will be managed and operated by Oasis Academies Trust and will offer a reparative opportunity to children and young people who have become criminally involved. The students will either be on remand or have received a sentence via court. The School will have an initial capacity of 49 students aged 12 to 18 years, accepting boys and girls, and students will receive an intensive package of psycho-social and educational assessment and support.
The integrated health and emotional wellbeing service will be required to deliver a range of clinical health interventions alongside innovative approaches to providing wellbeing provision, directly contributing to a fully integrated care, education and health programme designed and delivered alongside Oasis onsite. Oasis Restore Secure School will offer a whole establishment approach to developing a trauma informed setting.
Subject to commissioner satisfaction that all checks and appropriate planning are in place, the successful bidder will be expected to actively participate in the on-site mobilisation of the integrated model of care, education and health for children alongside Oasis immediately post the contract award, in order to effectively commence delivery of Health and Wellbeing services once the first children start to arrive in 1st February 2024.
Immediately post the Contract Award (expected to be September 2023) and subject to the subsequent signing of the Contract / Collaborative agreement (as applicable), the Commissioner will commence payment to the provider for the mobilisation of services as per the contract terms as described in the ITT documentation. This will continue until the Service Commencement Date (expected to be 1st February 2024).
Prior to the Service Commencement date, the provider will be required to provide a Financial Statement of expenditure incurred during this period which will be reconciled against contracts payments made.
The total Contract term is expected to be 7 years and 5 months, inclusive of the mobilisation period of 5 months (based on Contract Signature in September 2023) and the Service Delivery period of 7 years maximum (with expected Service Commencement in February 2024).
The maximum total contract value is expected to be £14,833,333 (inclusive of a 5-month indicative mobilisation period, subject to Contract Sign offs).
The service model will be required to encompass both clinical and non-clinical healthcare services, please refer to service specification(s).
Bidders’ attention is drawn to the fact there are site visits available on either 11th or 13th April 2023. For further details and instructions on how to register to attend one of the Oasis Restore site visits, please see section A.10 ‘Site Visits’, of the Invitation to Tender document.
This procurement is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
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
Please search for the project ‘Integrated Health and Wellbeing Services for Oasis Restore Secure School’.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £14,833,333

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 January 2031

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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: 2023/S 000-004264

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 May 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 May 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In the interest of encouraging collaborative working, organisations that do not wish to bid for the entire contract but would like their details shared with potential bidders as subcontractors or potential consortium partners should send their contact details to the SCW procurement team using the messaging function of the Atamis system.

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 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.

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

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/