Tender

NHSE943 - Delivery of Healthcare Services within the Children and Young People's Secure Estates in Yorkshire and Humber

  • NHS England - North East and Yorkshire

F02: Contract notice

Notice identifier: 2024/S 000-024133

Procurement identifier (OCID): ocds-h6vhtk-0486bd

Published 1 August 2024, 1:19pm



Section one: Contracting authority

one.1) Name and addresses

NHS England - North East and Yorkshire

7 & 8 Wellington Place

Leeds

LS1 4AP

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk/north-east-yorkshire/

Buyer's address

https://atamis-1928.my.site.com/s/Welcome

one.3) Communication

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

https://atamis-1928.my.site.com/s/Welcome

Additional information can be obtained from another address:

NHS North of England Commissioning Support Unit

John Snow House

Durham

DH1 3YG

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

https://www.necsu.nhs.uk/

Buyer's address

https://atamis-1928.my.site.com/s/Welcome

Tenders or requests to participate must be submitted electronically via

https://atamis-1928.my.site.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

NHSE943 - Delivery of Healthcare Services within the Children and Young People's Secure Estates in Yorkshire and Humber

Reference number

NHSE943

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North East and Yorkshire (the Relevant Authority), who are undertaking a competition to commission healthcare services within the children and young people's secure estates in Yorkshire and Humber.

Services will be delivered in lots as follows:

• Lot 1 will be Physical healthcare (Primary Care universal health services).

• Lot 2 will be Mental health/neurodevelopmental conditions and psychosocial substance misuse.

• Lot 3 will be Dental including orthodontics (HMYOI Wetherby Only).

two.1.5) Estimated total value

Value excluding VAT: £39,608,415

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Physical healthcare (Primary Care universal health services).

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

All services are to be delivered from Aldine House Secure Children's Home (SCH), Adel Beck SCH and His Majesty's Young Offender Institution (HMYOI) Wetherby, with the exception of Dental services, which will be delivered from HMYOI Wetherby only

two.2.4) Description of the procurement

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North East and Yorkshire (the Relevant Authority) who are undertaking a competition to commission healthcare services within the children and young people's secure estates in Yorkshire and Humber.

Services will be delivered in lots as follows:

• Lot 1 will be Physical healthcare (Primary Care universal health services).

• Lot 2 will be Mental health/neurodevelopmental conditions and psychosocial substance misuse.

• Lot 3 will be Dental including orthodontics (HMYOI Wetherby Only).

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

The contract terms are for an initial period of 4 years commencing on 01 April 2025, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

The closing date for submission of competition responses is by 12 noon on 11 September 2024.

two.2.5) Award criteria

Quality criterion - Name: Quality / Key Criteria / Weighting: 80

Quality criterion - Name: Finance / Weighting: 20

Cost criterion - Name: Quality/Key Criteria / Weighting: 80

Cost criterion - Name: Finance / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £12,876,906

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

Duration in months

84

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: Yes

Description of options

The contracts for all 3 services are for 4 years, with effect from 01 April 2025, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.

two.2.14) Additional information

The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract.

Providers are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

Previous publications concerning this procedure publication:

2023/S 000-018963

2024/S 000-000055

NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:

Support-health@Atamis.co.uk or phone number 0800 9956035

The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm

Competition documentation will be available on the e-tendering site on 01 August 2024.

two.2) Description

two.2.1) Title

Mental health/neurodevelopmental conditions and psychosocial substance misuse.

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

All services are to be delivered from Aldine House Secure Children's Home (SCH), Adel Beck SCH and His Majesty's Young Offender Institution (HMYOI) Wetherby, with the exception of Dental services, which will be delivered from HMYOI Wetherby only.

two.2.4) Description of the procurement

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North East and Yorkshire (the Relevant Authority) who are undertaking a competition to commission healthcare services within the children and young people's secure estates in Yorkshire and Humber.

Services will be delivered in lots as follows:

• Lot 1 will be Physical healthcare (Primary Care universal health services).

• Lot 2 will be Mental health/neurodevelopmental conditions and psychosocial substance misuse.

• Lot 3 will be Dental including orthodontics (HMYOI Wetherby Only).

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

The contract terms are for an initial period of 4 years commencing on 01 April 2025, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

The closing date for submission of competition responses is by 12 noon on 11 September 2024.

two.2.5) Award criteria

Quality criterion - Name: Quality / Key Criteria / Weighting: 80

Quality criterion - Name: Finance / Weighting: 20

Cost criterion - Name: Quality / Key Criteria / Weighting: 80

Cost criterion - Name: Finance / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £25,681,509

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

Duration in months

84

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: Yes

Description of options

The contracts for all 3 services are for 4 years, with effect from 01 April 2025, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.

two.2.14) Additional information

The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract.

Providers are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

Previous publications concerning this procedure publication:

2023/S 000-018963

2024/S 000-000055

NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:

Support-health@Atamis.co.uk or phone number 0800 9956035

The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm

Competition documentation will be available on the e-tendering site on 01 August 2024.

two.2) Description

two.2.1) Title

Dental including orthodontics (HMYOI Wetherby Only).

Lot No

3

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

All services are to be delivered from Aldine House Secure Children's Home (SCH), Adel Beck SCH and His Majesty's Young Offender Institution (HMYOI) Wetherby, with the exception of Dental services, which will be delivered from HMYOI Wetherby only.

two.2.4) Description of the procurement

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North East and Yorkshire (the Relevant Authority) who are undertaking a competition to commission healthcare services within the children and young people's secure estates in Yorkshire and Humber.

Services will be delivered in lots as follows:

• Lot 1 will be Physical healthcare (Primary Care universal health services).

• Lot 2 will be Mental health/neurodevelopmental conditions and psychosocial substance misuse.

• Lot 3 will be Dental including orthodontics (HMYOI Wetherby Only).

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

The contract terms are for an initial period of 4 years commencing on 01 April 2025, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

The closing date for submission of competition responses is by 12 noon on 11 September 2024.

two.2.5) Award criteria

Quality criterion - Name: Quality / Key Criteria / Weighting: 80

Quality criterion - Name: Finance / Weighting: 20

Cost criterion - Name: Quality / Key Criteria / Weighting: 80

Cost criterion - Name: Finance / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £1,050,000

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

Duration in months

84

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: Yes

Description of options

The contracts for all 3 services are for 4 years, with effect from 01 April 2025, with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance and at the discretion of the Relevant Authority.

two.2.14) Additional information

The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract.

Providers are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

Previous publications concerning this procedure publication:

2023/S 000-018963

2024/S 000-000055

NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:

Support-health@Atamis.co.uk or phone number 0800 9956035

The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm

Competition documentation will be available on the e-tendering site on 01 August 2024.


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 September 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

12 September 2024

Local time

12:00pm


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

Royal Courts of Justice

London

Country

United Kingdom