Tender

Veterans in Custody and Post Custody (North West)

  • NHS England North West Health & Justice Team

F02: Contract notice

Notice identifier: 2024/S 000-029421

Procurement identifier (OCID): ocds-h6vhtk-046e54

Published 13 September 2024, 2:13pm



Section one: Contracting authority

one.1) Name and addresses

NHS England North West Health & Justice Team

Liverpool

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

Region code

UKD - North West (England)

NHS Organisation Data Service

Q48

Internet address(es)

Main address

https://www.england.nhs.uk/north-west/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Tenders or requests to participate must be submitted to the above-mentioned address

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

Veterans in Custody and Post Custody (North West)

Reference number

NHSE1041

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 Veterans in custody and post custody service.

two.1.5) Estimated total value

Value excluding VAT: £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
  • UKD - North West (England)
Main site or place of performance

The current service is delivered in the following prisons in the North West of England:

• HMP Altcourse (Category B Remand Facility);

• HMP Buckley Hall (Category C Trainer Facility);

• HMP Forest Bank (Category B Remand Facility);

• HMP Garth (Highly Secure Facility);

• HMP Haverigg (Category D Facility);

• HMP Hindley (Category C Resettlement Facility);

• HMP Kirkham (Category D Facility);

• HMP Lancaster Farms (Category C Trainer Facility);

• HMP Liverpool (Category B Remand Facility);

• HMP Manchester (Highly Secure Facility);

• HMP Preston (Category B Remand Facility);

• HMP Risley (Category C Trainer Facility);

• HMP Styal (Womens Prison);

• HMP Thorn Cross (Category D Facility); and

• HMP Wymott (Category C Trainer Facility).

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 West Health and Justice Team (the Contracting Authority) who are undertaking a procurement to commission a veterans in custody and post custody service.

The contract term is for an initial period of 3 years commencing on 1st April 2025, 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.

The closing date for submission of tenders is by 12:00 hours on 15th October 2024.

Additional information

Firstly, 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.

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 08.00 am - 06.00 pm

Tender documentation will be available on the e-tendering site from 13th September 2024.

Legal, economic, financial, and technical information

Conditions for participation

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).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

60

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: 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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-017734

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

Date

15 October 2024

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 October 2024

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

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority 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 PCR 2015 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