Opportunity

PRJ943 - Healthcare Services at Heathrow Immigration Removal Centres (IRCs)

  • NHS England

F02: Contract notice

Notice reference: 2021/S 000-023105

Published 16 September 2021, 5:21pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House

Leeds

LS2 7UE

Contact

Miss Khadijah Yasmin

Email

khadijah.yasmin@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.england.nhs.uk/

Buyer's 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://procontract.due-north.com/Supplier/Advert/View?advertId=54925f5f-3216-ec11-810e-005056b64545&fromProjectDashboard=False&fromRfxSummary=False&selectWorkgroup=False&fromAdvertEvent=False&fromActivityDashboard=False

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Supplier/Advert/View?advertId=54925f5f-3216-ec11-810e-005056b64545&fromProjectDashboard=False&fromRfxSummary=False&selectWorkgroup=False&fromAdvertEvent=False&fromActivityDashboard=False

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

PRJ943 - Healthcare Services at Heathrow Immigration Removal Centres (IRCs)

Reference number

DN568890

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England and NHS Improvement (London Region) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Healthcare Services in Heathrow Immigration Removal Centres (IRCs).

Healthcare services delivered at Heathrow Immigration Removal Centres are commissioned by the Health & Justice team, as part of NHSE/I London’s Specialised Commissioning division.

Accommodation

The IRC Environment is constructed to be equivalent to Category B prisons.

Healthcare services are delivered across the 2 sites Harmondsworth and Colnbrook, which are based near Heathrow Airport.

Reception Criteria

• Male and female adult residents.

• Detainees are subject to immigration restrictions.

• The site hosts a wide range of nationalities– patient profile is subject to changes in line with Home Office activity.

• Currently part of the IRC is being used a Short-Term Holding Facility for Calais Crossing arrivals.

Scope of Services:

The following services will need to be delivered through the contract commissioned through this procurement:

• Emergency medical response – 365 days per annum. 24/7 on both sites

• Reception healthcare screen – 365 days per annum. 24/7 on both sites

• Primary care, including the provision of urgent care within the establishment and the management of long-term health conditions relevant for the adult population

• Public health services

• Sexual health services

• Allied healthcare services such as:

o occupational therapy

o physiotherapy

o radiology

o radiography

o podiatry

o dietetics

• Optometry

• Pharmacy and medicines management

• Mental health and trauma informed services

• Inpatient facilities

• Trauma Informed Care

• Clinical substance misuse services

• Psychosocial interventions for substance misuse and mental health

• Healthcare administration and support services

Bidders must refer to the procurement documentation for full detail about the Services to be delivered.

This procurement does not include Dental services which formed part of the procurement for Personal Dental Services in London prisons and the IRC (2020). The new contract for dental services started on 1 September 2021.

Contract Length and value:

The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).

The maximum available annual contract value for this project is £5,800,000 per annum.

Over the 7 years, if contract is extended to its full duration, the total maximum contract value will be £40,600,000.

The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance.

Annual maximum contract value: £5,800,000

Maximum Contract value for 5 years: £29,000,000

Maximum Contract value for 7 years = £40,600,000

two.1.5) Estimated total value

Value excluding VAT: £40,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

NHS England and NHS Improvement (London Region) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Healthcare Services in Heathrow Immigration Removal Centres (IRC).

Healthcare services delivered at Heathrow Immigration Removal Centres are commissioned by the Health & Justice team, as part of NHSE/I London’s Specialised Commissioning division.

Accommodation

The IRC Environment is constructed to be equivalent to Category B prisons.

Healthcare services are delivered across the 2 sites Harmondsworth and Colnbrook, which are based near Heathrow Airport.

Reception Criteria

 Male and female adult residents.

 Detainees are subject to immigration restrictions.

 The site hosts a wide range of nationalities– patient profile is subject to changes in line with Home Office activity.

 Currently part of the IRC is being used a Short-Term Holding Facility for Calais Crossing arrivals.

Scope of Services:

The following services will need to be delivered through the contract commissioned through this procurement:

• Emergency medical response – 365 days per annum. 24/7 on both sites

• Reception healthcare screen – 365 days per annum. 24/7 on both sites

• Primary care, including the provision of urgent care within the establishment and the management of long-term health conditions relevant for the adult population

• Public health services

• Sexual health services

• Allied healthcare services such as:

o occupational therapy

o physiotherapy

o radiology

o radiography

o podiatry

o dietetics

• Optometry

• Pharmacy and medicines management

• Mental health and trauma informed services

• Inpatient facilities

• Trauma Informed Care

• Clinical substance misuse services

• Psychosocial interventions for substance misuse and mental health

• Healthcare administration and support services

Bidders must refer to the procurement documentation for full detail about the Services to be delivered.

This procurement does not include Dental services which formed part of the procurement for Personal Dental Services in London prisons and the IRC (2020). The new contract for dental services started on 1 September 2021.

Contract Length and value:

The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).

The maximum available annual contract value for this project is £5,800,000 per annum.

Over the 7 years, if contract is extended to its full duration, the total maximum contract value will be £40,600,000.

The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance.

Annual maximum contract value: £5,800,000

Maximum Contract value for 5 years: £29,000,000

Maximum Contract value for 7 years = £40,600,000

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).

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


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.2.2) Time limit for receipt of tenders or requests to participate

Date

11 November 2021

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

11 November 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS England

Quarry House

Leeds

LS2 7UE

Country

United Kingdom