Section one: Contracting authority
one.1) Name and addresses
NHS England North West Health & Justice Team
Liverpool
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
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