Tender

Sussex Trans Health Services - Gender Dysphoria Services for Adults (Non Surgical)

  • NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

F21: Social and other specific services – public contracts (prior information notice with call for competition)

Notice identifier: 2021/S 000-016796

Procurement identifier (OCID): ocds-h6vhtk-02c90e

Published 16 July 2021, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

South Plaza,Marlborough Street

BRISTOL

BS13NX

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main 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://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

Sussex Trans Health Services - Gender Dysphoria Services for Adults (Non Surgical)

Reference number

WA11804

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England (NHSE) seeks Expressions of Interest (EOIs) from providers who have the capability and capacity (to be assessed as part of initial procurement process) to deliver non-surgical interventions for individuals on the NHS pathway of care for the treatment of gender dysphoria and who are registered with a general practitioner within the following clinical commissioner groups (CCGs):

• Brighton and Hove

• East Sussex

• West Sussex

NHSE wish to implement a pilot programme that will evaluate how the care delivered by a Gender Dysphoria Clinic can be delivered by a primary care team in a local setting with the support of a linked Gender Dysphoria Clinic, adapted to meet the specific needs of the population of Sussex (the Trans Health Service).

The Trans Health Service will establish a small multi-disciplinary team of professionals led by a clinician who will be supported in developing extended competencies, with the lead clinician holding the key leadership role. The team may comprise of professionals who already have some experience and expertise in the care of individuals with gender dysphoria; but in any event the team will receive training through the Royal College of Physicians / University of London accredited credential for Gender Identity Healthcare Practice (funded by NHS England), and through experiential training with the linked Gender Dysphoria Clinic.

The Trans Health Service will focus on individuals registered with a GP in Sussex and already on a waiting list with an adult Gender Dysphoria Clinic (17 and over) that is commissioned by NHS England. Should the relevant waiting list(s) be cleared then extending to other CCGs or new referrals may be considered (at commissioner discretion).

The contract term will be 2 years with an option to extend for a further 12 months (at commissioner discretion) and the total contract value is £4.5m (over the 3-year period, should the extension be granted and based on 2021/22 values). The contract is due to commence January 2022, though this may change.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

The objectives of the Trans Health Service are:

• provide a high-quality, timely and sustainable service for adults (17 and over) who have gender dysphoria; and promote respect, dignity and equality for all individuals.

• provide a service with a visible profile and presence within Sussex, with at least 1 physical location where individuals feel safe, supported and welcomed.

• provide a service with robust clinical and operational governance structures, systems and frameworks

• establishment of a multi-disciplinary team of professionals who either have experience or are interested in developing competencies and expertise in the care of individuals with gender dysphoria

• engagement with and inclusion of the trans and non-binary communities of Sussex in the co-design and ongoing development and delivery of the pilot service

• establishment and development of meaningful collaborative relationships with local statutory services and voluntary sector services to meet the needs of the population

• exploitation of digital technology to facilitate patient access and enhance the patient experience

EOIs received will be used to help NHSE finalise their commissioning and contracting approach for this service.

This exercise is being carried out by NHS South, Central & West Commissioning Support Unit on behalf of NHSE. This PIN as a call for competition is initially published as a notice for expressions of interest. The Commissioner may then choose to proceed directly to a procurement process with parties who have responded to the notice and there shall be no further notice published.

Interested providers will be able to view this opportunity 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

If you are not already registered on the system you will need to do so before you can fully access the opportunity. On registration, please include at least two contacts to allow for access to the system in times of absence.

Should NHSE/I proceed to a procurement process it is anticipated to consist of two stages: (1) Stage 1 The aim of this shortlisting stage is predominantly to test the capability and capacity of potential Providers and to identify whether there is more than one capable provider; (2) Stage 2 will either be: (a) a competitive process (if more than one capable provider is identified at Stage 1), which may involve dialogue and will involve assessment of bids against published evaluation criteria and weightings; or (b) a collaborative "Assurance Process" with a single provider, if only one capable provider is identified at Stage 1. Both approaches will involve evidence being considered by subject matter experts and assessed against critical success factors and expected minimum standards.

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 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 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 will observe a voluntary award decision notices provisions and may observe a 10 day standstill period described in Regulation 86 of the Regulations. Bidders who are unsuccessful will receive scores and reasons for the decision, including the reasons why the Bidder/application was unsuccessful (Stage 1) and the characteristics and relative advantages of the winning bid (if there is a competitive tender at Stage 2.

two.2.6) Estimated value

Value excluding VAT: £4,500,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

36


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

four.2.2) Time limit for receipt of expressions of interest

Date

30 July 2021

Local time

5:00pm

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

English