Tender

Integrated Healthcare Services to Campsfield House and Haslar Immigration Removal Centres (IRCs)

  • NHS England

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

Notice identifier: 2023/S 000-023289

Procurement identifier (OCID): ocds-h6vhtk-03ee67

Published 9 August 2023, 6:03pm



The closing date and time has been changed to:

11 October 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS England

York House

Horley

RH6 7DE

Contact

Louise Smith

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKJ - South East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

Buyer's address

https://health-family.force.com/s/Welcome

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

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

Integrated Healthcare Services to Campsfield House and Haslar Immigration Removal Centres (IRCs)

Reference number

C183401

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Campsfield House and Haslar Immigration Removal Centres (IRCs). The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application.

The procurement is split into 2 lots:

• Lot 1 - Campsfield House IRC

• Lot 2 - Haslar IRC

Providers may bid for one or both of the Lots.

Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services.

NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers.

Campsfield House IRC is located in Kidlington, Oxford and is expected to have an initial operational capacity of 160 male detainees in phase one of the contract, rising to 400 in phase two.

Haslar IRC is located in Gosport Hampshire and is expected to have an initial operational capacity of 130 male detainees in phase one, rising to 600 in phase two.

For both sites there will be an incremental occupancy increase over the first year of the contract.

Immediately post confirmation of the contract award (expected to be January 2024) and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation.

The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024.

The maximum total contract values for the service delivery period are as follows:

Lot 1 £15,160,224

Lot 2 £21,092,208

plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period.

The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

two.1.5) Estimated total value

Value excluding VAT: £36,252,432

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Campsfield House IRC

Lot No

1

two.2.2) Additional CPV code(s)

  • 75231230 - Prison services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire

two.2.4) Description of the procurement

NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Campsfield House IRC. The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application.

The procurement is split into 2 lots:

• Lot 1 - Campsfield House IRC

Providers may bid for one or both of the Lots.

Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services.

NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers.

Campsfield House IRC is located in Kidlington, Oxford and is expected to have an initial operational capacity of 160 male detainees in phase one of the contract, rising to 400 in phase two.

For both sites there will be an incremental occupancy increase over the first year of the contract.

Immediately post confirmation of the contract award expected to be January 2024 and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation.

The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024.

The maximum total contract value for the service delivery period are as follows:

Lot 1 £15,160,224

Lot 2 £21,092,208

plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period.

The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

two.2.6) Estimated value

Value excluding VAT: £15,160,224

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

Duration in months

87

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).

two.2) Description

two.2.1) Title

Haslar IRC

Lot No

2

two.2.2) Additional CPV code(s)

  • 75231230 - Prison services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ35 - South Hampshire

two.2.4) Description of the procurement

NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Haslar Immigration Removal Centre (IRC). The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application.

The procurement is split into 2 lots:

• Lot 2 - Haslar IRC

Providers may bid for one or both of the Lots.

Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services.

NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers.

Haslar IRC is located in Gosport Hampshire and is expected to have an initial operational capacity of 130 male detainees in phase one, rising to 600 in phase two.

For both sites there will be an incremental occupancy increase over the first year of the contract.

Immediately post confirmation of the contract award (expected to be January 2024) and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation.

The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024.

The maximum total contract value for the service delivery period are as follows:

Lot 2 £21,092,208

plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period.

The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

two.2.6) Estimated value

Value excluding VAT: £21,092,208

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

Duration in months

87

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) Form of procedure

Open procedure

four.2) Administrative information

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

Originally published as:

Date

4 October 2023

Local time

12:00pm

Changed to:

Date

11 October 2023

Local time

12:00pm

See the change notice.

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

English


Section six. Complementary information

six.3) Additional information

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

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.

Bidders will be notified of a contract award decision and the Contracting Authority intends to voluntarily observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).

six.4) Procedures for review

six.4.1) Review body

High Court in London

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.