Tender

Greater Manchester - Gender Dysphoria Service for Adults (Non-Surgical) NHS England

  • NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-019089

Procurement identifier (OCID): ocds-h6vhtk-03dee5

Published 5 July 2023, 9:11am



Section one: Contracting authority

one.1) Name and addresses

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

THREE SIX ZERO

BRISTOL

BS13NX

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKK11 - Bristol, City of

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://healthfamily.force.com/s/Welcome.

one.3) Communication

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

https://healthfamily.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://healthfamily.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

Greater Manchester - Gender Dysphoria Service for Adults (Non-Surgical) NHS England

Reference number

WA14210

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Following a successful pilot, NHS England (NHSE) is substantively commissioning specialised healthcare interventions (non-surgical) within a primary care setting that is appropriate to service the population in Greater Manchester, for adults on the NHS pathway of care for the treatment of gender dysphoria. Providers who have the capability and capacity to deliver the service requirements are invited to take part in a procurement process that will result in a single contract being let. The two-stage process will first test provider capability and capacity, then shortlisted providers will be invited to submit substantive service delivery proposals.

The successful provider will utilise a multi-disciplinary team of professionals, and the service will be delivered in compliance with NHSE's published service specification (provided with this notice). The service will provide assessment of individuals for the purpose of diagnosis and will provide (or arrange access to) healthcare interventions for those who receive a diagnosis of gender dysphoria as described in the service specification.

The contract is currently expected to commence in December 2023, though this is subject to mobilisation timings and therefore this date may be delayed (at the commissioner's sole discretion).

The contract term will be 5 years with an option to extend for a further 2 years (at commissioner discretion). The indicative contract value at this stage is up to £1,773,000 p/a recurring and up to £100,000 to cover mobilisation costs (if required, and at the commissioner's sole discretion). The commissioner reserves the right to add related service elements and funding during the contract if they deem it to be necessary.

two.1.5) Estimated total value

Value excluding VAT: £8,865,000

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
  • UKD - North West (England)
Main site or place of performance

Manchester

two.2.4) Description of the procurement

The objectives of the service are:

• provide a high-quality, timely and sustainable service for adults who are registered with a GP in Greater Manchester and who have gender dysphoria; and promote respect, dignity, and equality for all individuals.

• an integrated approach that supports the wider system in delivering an individual's overall health and social care needs.

• provide a service with a visible profile, with at least one 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 healthcare professionals, with a named clinical lead, 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 service users in the co-design and ongoing development and delivery of the service.

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

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

Interested providers will be able to view this opportunity via the 'current tenders' list on the e-procurement system, Atamis, available on the following link: https://healthfamily.force.com/s/Welcome.

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.

The procurement process will consist of two stages: 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 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.2.7) Duration of the contract or the framework agreement

Duration in months

60


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 tenders or requests to participate

Date

2 August 2023

Local time

12:00pm

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

English