Section one: Contracting authority
one.1) Name and addresses
NHS England North West
Liverpool
Country
United Kingdom
Region code
UKD - North West (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.england.nhs.uk/north-west/
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 another address:
North of England Commissioning Support
Durham
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
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
Trauma Informed Talking Therapy Service for North West prisons
Reference number
NHSE904
two.1.2) Main CPV code
- 85000000 - Health and social work 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 West, Health and Justice Team (the Contracting Authority), who are undertaking a procurement to commission a Trauma Informed Talking Therapy Service for North West prisons under the NHS Standard Contract 2023/24.
two.1.5) Estimated total value
Value excluding VAT: £3,675,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The service is to be provided at the following sites:
• HMP Altcourse;
• HMP Buckley Hall;
• HMP Forest Bank;
• HMP Garth;
• HMP Haverigg;
• HMP Hindley;
• HMP Kirkham;
• HMP Lancaster Farms;
• HMP Liverpool;
• HMP Manchester;
• HMP Preston;
• HMP Risley;
• HMP Styal;
• HMP Thorn Cross; and
• HMP Wymott.
The contract term is for an initial period of 5 years commencing on 01 April 2024, with an option to extend for a further 2 years at the discretion of the Contracting Authority and subject to satisfactory contractual and financial performance.
Please note that caveat responses will be considered as non-acceptance of this requirement.
The closing date for submission of tenders is by 12:00 noon on 12 October 2023.
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. However, Bidders 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 publication concerning this procedure publication reference 2023/S 000-016231.
NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid 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 bidders 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 9am - 5.30pm
Tender documentation will be available on the e-tendering site from 11 September 2023.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Objective rules and criteria for participation
Under the Public Services (Social Value) Act 2012, Contracting Authorities must consider:
(a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and
(b) How, in conducting the process of procurement, they might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and environmental well-being".
The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No102) (for Health, Social, Education, and certain other Service Contracts).
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authorities will act in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Part 3 Chapter 6 Regulation 88 to 104 of the Public Contract Regulations 2015 (as amended) (PCR 2015). Part 3 of the PCR2015 provides for appeals to be made to the High Court subject to time limitations and other required procedural steps. The rules relating to appeal are complex and a dissatisfied bidder is advised to take their own prompt legal advice.
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
The High Courts of Justice
London
WC24 2LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice