Section one: Contracting authority
one.1) Name and addresses
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
South Plaza,Marlborough Street
BRISTOL
BS13NX
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main 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
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) are entering into a commissioning process to secure the provision of Gender Dysphoria Services in Sussex. NHSE seeks Provider Capability Assessment (Stage 1) applications from providers who have the capability and capacity 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).
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)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS England (NHSE) are entering into a commissioning process to secure the provision of Gender Dysphoria Services in Sussex. NHSE seeks Provider Capability Assessment (Stage 1) applications from providers who have the capability and capacity 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.
Full details will be provided with Stage 1 documentation upon provider application via the e-procurement portal in-tend.
This procurement process will consist of two stages, of which this is Stage 1: (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.
This exercise is being carried out by NHS South, Central & West Commissioning Support Unit on behalf of NHSE. This notice as a call for competition is a direct follow on from the previously released PIN dated 16/07/2021, 2021/S 000-016796.
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.
two.2.7) Duration of the contract or the framework agreement
Duration in months
24
two.2.14) Additional information
With option to extend for 12 months
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
7 October 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English