Contract

Provision of a GP led Community sexual assault service in Suffolk (Most Suitable Provider Process)

  • NHS England

F03: Contract award notice

Notice identifier: 2024/S 000-015062

Procurement identifier (OCID): ocds-h6vhtk-044bbd

Published 10 May 2024, 4:46pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

7-8 Wellington Place

Leeds

LS1 4AP

Email

josselin.canevet@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.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

Provision of a GP led Community sexual assault service in Suffolk (Most Suitable Provider Process)

Reference number

AG23526

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Contract for GP led Community sexual assault service in the Suffolk region via the Most Suitable Provider Process.

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: £400,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk

two.2.4) Description of the procurement

This is a notice of intention to award the Contract for a GP led Community sexual assault service in the Suffolk region via the Most Suitable Provider Process (MSP)

The service is for non-recent survivors. Non-recent survivors are the larger cohort, as most people do not present following the last incident of abuse or assault within the forensic window . Services for all survivors of sexual violence are currently co-commissioned by police services and NHS England for differing purposes.

The service is to be provided to adults and children who have experienced non recent sexual assault/abuse. All acute/forensic cases will continue to be referred to the SARCs and managed start to finish via the police led forensic SARCs (to prevent repeat assessment/duplication for the survivor). However, non-recent cases can be referred to the community SA service.
The Service is required to meet the following needs:
•To demonstrate the effectiveness of a GP led community model for survivors of sexual violence
•To obtain service user feedback on the model
•To integrate care for this cohort with other community services; the current model operates
in separation from other services
•To provide education and training to all stakeholders
•To build and develop a new service with local input and collaboration from partners and
stakeholders

This is a new service that will be delivered by a new Provider.

The service will commence from the contract start date of 1st June 2024 until 31st May 2025 there is an option to extend the contract for up to a further 12 months.

Total contract value is £400,000 (£200,000 per annum)

two.2.5) Award criteria

Quality criterion - Name: Key Criteria / Weighting: 100

Cost criterion - Name: Value / Weighting: Pass/Fail

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Under the PSR regulations and Based on the assessment and the evidence collected, NHSE confirm that a contract can be awarded under the most suitable provider process. Most Suitable Process (MSP) followed in accordance with The provider Selection Regime (PSR).

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-009386


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

2 May 2024

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SUFFOLK GP FEDERATION C.I.C.

 Riverside Clinic - Landseer Rd, Ipswich IP3 0BS

Ipswich

IP30AZ

Telephone

+44 7801216580

Country

United Kingdom

NUTS code
  • UKH14 - Suffolk
National registration number

landseer road

Internet address

https://suffolkfed.org.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £400,000

Total value of the contract/lot: £400,000


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by Midnight (00:00) on 22nd May via email to martyna.migas1@nhs.net

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

The decision to award the contract is made by the Commissioner 'NHS England (East of England) - Health & Justice.

There was not conflicts of interest identified and/or declared.

Key Selection Criteria was weighted as follows:

Quality and Innovation 20%

Value - Pass/Fail

Integration, Collaboration and Service Delivery and Sustainability 20%

Improving Access, Reducing Health Inequalities and Facilitating Choice 20%

Social Value 20%

Additional questions were weighted as follows:

Delivery Model - 20%

The award criteria is the Most Suitable Provider Process Key Selection Criteria, with a weighting of 100.

The weighting was determined by the Commissioners to give appropriate relative importance to the questions asked and ensure that providers could evidence and assure the Commissioner through the Most Suitable Provider Process of their skills, knowledge and experience in delivering Community Led Sexual assault service in Suffolk.

six.4) Procedures for review

six.4.1) Review body

Independent Choice and Procurement Panel.

Wellington House

London

SE1 8UG

Country

United Kingdom