Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House, Quarry Hill
Leeds
LS2 7UE
Contact
Nicola Hayward
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
WA12112 - Healthcare Services to Vinney Green Secure Children's Home
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England) South West (the Commissioner) seeks a Provider with the capability and capacity to deliver Healthcare Services to Vinney Green Secure Children’s Home.
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: £5,075,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Bristol
two.2.4) Description of the procurement
NHS England) South West (the Commissioner) seeks a Provider with the capability and capacity to deliver Healthcare Services to Vinney Green Secure Children’s Home.
The aims and objectives of the service:
• The service is child focused and is based on tools, guidance and interventions that are designed for use with children and young people.
• Children and young people are provided with a health screen on reception, using the validated Comprehensive Health Assessment Tool (CHAT). This takes the form of an initial screening followed by more in-depth assessment according to clinical need.
• Safeguarding of the child is paramount and consideration is always paid to awareness and management of self-harm and suicide.
• There is understanding among all staff of how and when to share information.
• Children and young people understand how to access and consent to services, are involved in feedback on services, know how to comment on them and have choices about their treatment where appropriate.
• Service referral pathways are documented and understood by all staff.
• Healthcare services are not silo based but multidisciplinary, comprehensive and collaborative. There is a lead healthcare coordinator and a health plan for each child. Healthcare staff work together with staff across the secure setting e.g. care staff, education
• The healthcare service demonstrates a commitment to a ‘whole setting’ approach to improving the health and wellbeing of children, young people and staff across the Secure Children’s Home.
• The healthcare service is committed to the principles of the Framework for Integrated Care (SECURE STAIRS) and can evidence its ongoing delivery across the whole setting.
• Access to healthcare services is timely, consistent and equivalent to that which children and young people would receive in the community.
• Emergency service provision is available 24 hours a day, 7 days a week, all year round.
• Evidence based policies and strategies are in place, that describe why a service is provided in the way it is.
• Continuity of care is maintained on transition to adult services, to another secure setting and to community services, through collaborative working across the setting. Transition planning includes all aspects of health service provision.
• Discharge planning starts on reception into the secure setting.
• Facilities for providing healthcare interventions are, within the confines of the structure of the building, equivalent to those that would be available in the community and are maintained in the same way and subject to the same guidance and legislation. Guidance should be individualised for each secure setting.
• The service is staffed by people with the particular competencies needed to work with children and young people in secure settings.
• Staff need to be aware of developing guidance and legislation relating to children and young people to ensure all staff, across the disciplines, act upon new guidance and legislation when published
The healthcare services provision will include:
• General Medical Services
• Mental Health Services
• Primary Care Nursing
• Public Health Programmes
• Emotional Wellbeing services
• Contraception and sexual health advice services
• Substance misuse services – Psychosocial and pathways to clinical treatment.
• Screening and immunisation
• Diagnostic services
• Smoking Cessation Services
• Management of long-term conditions
• Health promotion and prevention
The service will facilitate access to community based secondary care services, including dentistry and optometry.
The contract term will be for 7 years, with a maximum annual value of £725,000 and a total maximum contract value of £5,075,000.00.
The new contract is due to commence on 1st April 2023.
Bidders are directed to the specification(s) provided with this opportunity for full details of the programme’s objectives and requirements.
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: £5,075,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2030
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
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 are 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.1.1) 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: 2022/S 000-012501
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 September 2022
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
27 July 2022
Local time
9:30am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Interested providers will be able to view this notice via the ‘Live Opportunities’ list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
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 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 notice 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
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom