Section one: Contracting authority
one.1) Name and addresses
The NHS Commissioning Board operating as NHS England
Leeds
Contact
Alexandra Searle
Telephone
+44 1179002569
Country
United Kingdom
NUTS code
UKK - South West (England)
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/scwcsu/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/scwcsu/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/scwcsu/aspx/Home
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
NHS England and NHS Improvement South West - Sexual Assault Referral Centres (SARCs) across the South West
Reference number
WA10324/1
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 and NHS Improvement (NHSEI) South West, in partnership with the South West Offices of the Police & Crime Commissioners and Police Forces are re-commissioning Sexual Offence Examiner (SOE) and Sexual Assault Referral Centre (SARC) provision for both adults and paediatrics across the South West.
Through this recommissioning exercise, SARC and SOE provision are being integrated under one delivery model.
For the purposes of this procurement, the South West refers to the below areas and subsequently is divided into the following lots:
1. Avon & Somerset
2. Devon & Cornwall (including the Isles of Scilly)
3. Swindon & Wiltshire and Gloucestershire
Providers may bid for one or more of the above lots.
The overarching aim of the re-commissioning exercise is to secure provider(s) of SARC services who can meet the specification requirements and has (have) the necessary capacity and capability to:
- Deliver high quality, safe and compassionate services focused on meeting the needs of victims/ survivors of sexual assault
- Respond positively to the recommendations of the Health Needs Assessment (2020)
- Deliver services which meet national clinical standards, legislation and guidance
- Deliver integrated SARC and SOE services in addition to onward referrals along the Sexual Assault and Abuse Services (SAAS) pathway
- Improve cross-border links between SARCs, both within the region and outside of the South West region. - Continuously improve and remain responsive to changing needs and fluctuating demand
- Ensure services are of a standard to meet UKAS/ Forensic Regulator accreditation requirements from October 2023
This procurement is taking the form of a two-stage process. The closing date 18th June is the submission date for Stage 1 Applications and thus the close date for expressing an interest in these services.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners
two.1.5) Estimated total value
Value excluding VAT: £31,403,539
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Avon and Somerset
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
- UKK2 - Dorset and Somerset
Main site or place of performance
Avon & Somerset
two.2.4) Description of the procurement
The overarching aim of the re-commissioning exercise is to secure a provider to deliver SARC services in Avon & Somerset who can meet the specification requirements and has (have) the necessary capacity and capability to:
• Deliver high quality, safe and compassionate services focused on meeting the needs of victims/ survivors of sexual assault
• Respond positively to the recommendations of the Health Needs Assessment (2020)
• Deliver services which meet national clinical standards, legislation and guidance
• Deliver integrated SARC and SOE services in addition to onward referrals along the Sexual Assault and Abuse Services (SAAS) pathway
• Improve cross-border links between SARCs, both within the region and outside of the South West region
• Continuously improve and remain responsive to changing needs and fluctuating demand
• Ensure services are of a standard to meet UKAS/ Forensic Regulator accreditation requirements from October 2023
The services within scope of this lot include core SARC provision (primarily the provision of medical, forensic, crisis support and onward referral services for people who have experienced sexual assault).
Provision within Avon & Somerset includes both adult services and paediatric services delivered from a 'Paediatric Centre of Excellence' (COE).
In addition to cases from the Avon and Somerset region, the COE (and thus this lot) also covers recent paediatric cases from Swindon & Wiltshire and Gloucestershire.
The following services are out of scope:
• Independent Sexual Violence Advisor (ISVA) services
• Therapeutic provision
• Non-recent/ historic Child Sexual Abuse (CSA) services
References made to standards and guidance throughout the specifications are in line with existing and current guidance; where standards and guidance are reviewed and updated during the life of the contract, SARC services must maintain compliance with any changes and as such the contract may be varied accordingly.
two.2.6) Estimated value
Value excluding VAT: £9,873,613
two.2.7) Duration of the contract or the framework agreement
Start date
1 October 2022
End date
30 September 2029
two.2.14) Additional information
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 is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
two.2) Description
two.2.1) Title
Devon & Cornwall and the Isles of Scilly
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
- UKK4 - Devon
Main site or place of performance
Devon & Cornwall and the Isles of Scilly
two.2.4) Description of the procurement
The overarching aim of the re-commissioning exercise is to secure a provider to deliver SARC services in Devon & Cornwall who can meet the specification requirements and has (have) the necessary capacity and capability to:
- Deliver high quality, safe and compassionate services focused on meeting the needs of victims/ survivors of sexual assault
- Respond positively to the recommendations of the Health Needs Assessment (2020)
- Deliver services which meet national clinical standards, legislation and guidance
- Deliver integrated SARC and SOE services in addition to onward referrals along the Sexual Assault and Abuse Services (SAAS) pathway
- Improve cross-border links between SARCs, both within the region and outside of the South West region
- Continuously improve and remain responsive to changing needs and fluctuating demand
- Ensure services are of a standard to meet UKAS/ Forensic Regulator accreditation requirements from October 2023
The services within scope of this re-commissioning exercise include core SARC provision (primarily the provision of medical, forensic, crisis support and onward referral services for people who have experienced sexual assault).
Provision within Devon & Cornwall includes both adult and paediatric services, seeing cases from across the Peninsula, including the Isles of Scilly.
Paediatric provision is delivered from a 'Paediatric Centre of Excellence' (COE) in Exeter.
In addition, the provision of non-recent Child Sexual Abuse services for Devon & Cornwall and the Isles of Scilly is in scope.
The following services are out of scope:
- Independent Sexual Violence Advisor (ISVA) services
- Therapeutic provision
References made to standards and guidance throughout the specifications are in line with existing and current guidance; where standards and guidance are reviewed and updated during the life of the contract, SARC services must maintain compliance with any changes and as such the contract may be varied accordingly.
two.2.6) Estimated value
Value excluding VAT: £13,985,616
two.2.7) Duration of the contract or the framework agreement
Start date
1 October 2022
End date
30 September 2029
two.2.14) Additional information
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 is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
two.2) Description
two.2.1) Title
Swindon & Wiltshire and Gloucestershire
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Swindon & Wiltshire and Gloucestershire
two.2.4) Description of the procurement
The overarching aim of the re-commissioning exercise is to secure a provider to deliver SARC services across both Swindon & Wiltshire and Gloucestershire, who can meet the specification requirements and has (have) the necessary capacity and capability to:
- Deliver high quality, safe and compassionate services focused on meeting the needs of victims/ survivors of sexual assault
- Respond positively to the recommendations of the Health Needs Assessment (2020)
- Deliver services which meet national clinical standards, legislation and guidance
- Deliver integrated SARC and SOE services in addition to onward referrals along the Sexual Assault and Abuse Services (SAAS) pathway
- Improve cross-border links between SARCs, both within the region and outside of the South West region
- Continuously improve and remain responsive to changing needs and fluctuating demand
- Ensure services are of a standard to meet UKAS/ Forensic Regulator accreditation requirements from October 2023
The services within scope of this re-commissioning exercise include core SARC provision (primarily the provision of medical, forensic, crisis support and onward referral services for people who have experienced sexual assault).
Provision within this region (lot) includes adult services only (aged 16 and above).
The following services are out of scope:
- Independent Sexual Violence Advisor (ISVA) services
- Therapeutic provision
- Recent and non-recent/ historic Child Sexual Abuse (CSA) services
References made to standards and guidance throughout the specifications are in line with existing and current guidance; where standards and guidance are reviewed and updated during the life of the contract, SARC services must maintain compliance with any changes and as such the contract may be varied accordingly.
two.2.6) Estimated value
Value excluding VAT: £7,544,310
two.2.7) Duration of the contract or the framework agreement
Start date
1 October 2022
End date
30 September 2029
two.2.14) Additional information
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 is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Section four. Procedure
four.1) Description
four.1.11) Main features of the award procedure
This procurement is taking the form of a two-stage process. The closing date of 18th June is the submission date for Stage 1 Applications and thus the close date for expressing an interest in these services.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
Stage 1 takes the form of a Provider Capability Assessment, including both a standard Selection Questionnaire (SQ) and narrative questions to gauge Provider suitability.
Providers shortlisted at Stage 1 will be taken forward to Stage 2 of the process.
Areas of assessment at Stage 1 include experience, staffing and premises.
Stage 2 will either take the form of (a) a non-competitive Provider and Service Assurance Process (where only one capable Provider is identified at Stage 1); or (b) a competitive tendering process (where more than one capable Provider is identified at Stage 1), for each lot.
Providers may submit an Application for one, two or three lots. However, each lot will be considered separately and assessed in their own right. There are separate specifications, supporting documentation and Stage 1 question sets for each lot.
Full details can be found in the Provider Capability Assessment Instructions document within In-Tend.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
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/Home
In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and 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.
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 is 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.
Where a competitive tender procedure is followed at Stage 2, the Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.