Section one: Contracting authority
one.1) Name and addresses
NHS England
Wellington House, 133-135 Waterloo Road
London
SE1 8UG
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
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
Sexual Assault Referral Centres (SARCs) to NHS England South East
Reference number
C251343
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England South East, the Offices of the Police & Crime Commissioner (OPCCs) and Police Forces within the South East were seeking providers who have the capability and capacity to deliver Sexual Assault Referral Centre (SARC) services for both adults (18 years and over) and children (under 18 years).
NHS England is the lead commissioner for these services.
This procurement was divided into 5 lots with the associated advertised contract values, covering the following areas:
Lot 1: Hampshire (including the Isle of Wight); £9,044,000
Lot 2: Kent; £9,044,000
Lot 3: Surrey; £9,044,000
Lot 4: Sussex; £9,044,000
Lot 5: Thames Valley (excluding Milton Keynes); £13,552,000
Due to its geography, there will be two SARC premises in Thames Valley. For all other areas, there will be one SARC premises.
The services within scope, include core SARC provision, including, SARC management, the provision of medical and forensic examinations (both acute and non-recent), crisis support and onward referral services for people who have experienced sexual assault. It should be noted that non-recent cases will not necessarily need to be undertaken at the (accredited) SARC site.
At present, there is considerable variation in service provision across the SARCs, not only with regard to the age and needs of service users, but also in relation to activity, service specification, and referral pathways.
The recommissioning exercise aims to increase equity of access and ensure a consistent and high standard of quality care to victims of sexual assault. The service will be delivered in line with current national standards, guidance and best practice, and at the same time meet the local needs of each Force area.
The Provider will ensure that services are delivered in an age-appropriate way for children and adults; all staff must meet the skills and competences commensurate with the role they are performing. The service will consider safeguarding, health and forensic requirements in line with current and relevant guidelines.
Independent Sexual Violence Advisor (ISVA) services and therapeutic provision including counselling and talking therapies are out of scope. However, the SARC provider/s will work closely with these services and ensure service users are referred to onward provision as appropriate.
The contract term (for each lot) is planned to commence on 1st April 2025 and will be fixed for a duration of seven years.
This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).
This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £49,728,000
two.2) Description
two.2.1) Title
Hampshire (including the Isle of Wight)
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
NHS England (South East), the Office of the Police Crime Commissioner (OPCC) for Hampshire and the Isle of Wight and Hampshire and Isle of Wight Constabulary were seeking providers who have the capability and capacity to deliver Sexual Assault Referral Centres (SARCs) provision for both adults (18 years and over) and children (under 18 years).
The services within scope, include core SARC provision, including, SARC management, the provision of medical and forensic examinations (both acute and non-recent), crisis support and onward referral services for people who have experienced sexual assault. It should be noted that non-recent cases will not necessarily need to be undertaken at the (accredited) SARC site.
The contract term for Hampshire and Isle of Wight SARC services is planned to commence on 1st April 2025 and will be fixed for a duration of seven years.
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 42%
Quality criterion - Name: Value / Weighting: 8%
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 33%
Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 5%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 2%
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Kent
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
NHS England (South East), the Office of the Kent Police & Crime Commissioner (OPCC) and Kent Police were seeking providers who have the capability and capacity to deliver Sexual Assault Referral Centres (SARCs) provision for both adults (18 years and over) and children (under 18 years).
The services within scope, include core SARC provision, including, SARC management, the provision of medical and forensic examinations (both acute and non-recent), crisis support and onward referral services for people who have experienced sexual assault. It should be noted that non-recent cases will not necessarily need to be undertaken at the (accredited) SARC site.
The contract term for Kent SARC services is planned to commence on 1st April 2025 and will be fixed for a duration of seven years.
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 42%
Quality criterion - Name: Value / Weighting: 8%
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 33%
Quality criterion - Name: Improving Access, Reducing Health Inequalities, and Facilitating Choice / Weighting: 5%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 2%
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Surrey
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS England (South East), the Office of the Police and Crime Commissioner (OPCC) for Surrey and Surrey Police were seeking providers who have the capability and capacity to deliver Sexual Assault Referral Centres (SARCs) provision for both adults (18 years and over) and children (under 18 years).
The services within scope, include core SARC provision, including, SARC management, the provision of medical and forensic examinations (both acute and non-recent), crisis support and onward referral services for people who have experienced sexual assault. It should be noted that non-recent cases will not necessarily need to be undertaken at the (accredited) SARC site.
The contract term for Surrey SARC services are planned to commence on 1st April 2025 and will be fixed for a duration of seven years.
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 42%
Quality criterion - Name: Value / Weighting: 8%
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 33%
Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 5%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 2%
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Sussex
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS England, the Office of the Sussex Police and Crime Commissioner (OPCC) and Sussex Police were seeking providers who have the capability and capacity to deliver Sexual Assault Referral Centres (SARCs) provision for both adults (18 years and over) and children (under 18 years).
The services within scope, include core SARC provision, including, SARC management, the provision of medical and forensic examinations (both acute and non-recent), crisis support and onward referral services for people who have experienced sexual assault. It should be noted that non-recent cases will not necessarily need to be undertaken at the (accredited) SARC site.
The contract term for Sussex SARC services is planned to commence on 1st April 2025 and will be fixed for a duration of seven years.
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 42%
Quality criterion - Name: Value / Weighting: 8%
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 33%
Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 5%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 2%
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Thames Valley
Lot No
5
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
NHS England (South East), the Office of the Police Crime Commissioner (OPCC) for Thames Valley and Thames Valley Police were seeking providers who have the capability and capacity to deliver Sexual Assault Referral Centres (SARCs) provision for both adults (18 years and over) and children (under 18 years).
The services within scope, include core SARC provision, including, SARC management, the provision of medical and forensic examinations (both acute and non-recent), crisis support and onward referral services for people who have experienced sexual assault. It should be noted that non-recent cases will not necessarily need to be undertaken at the (accredited) SARC site.
The contract term for Thames Valley SARC services is planned to commence on 1st April 2025 and will be fixed for a duration of seven years.
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: 42%
Quality criterion - Name: Value / Weighting: 8%
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 33%
Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 5%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 2%
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 000-013156
Section five. Award of contract
Contract No
1
Lot No
1
Title
Hampshire (including the Isle of Wight)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 September 2024
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Solent NHS Trust
Highpoint Venue Bursledon Road
Southampton
SO19 8BR
Country
United Kingdom
NUTS code
- UKJ - South East (England)
NHS Organisation Data Service
R1C
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £9,044,000
Total value of the contract/lot: £9,044,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
Kent
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 September 2024
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mountain Healthcare Limited
First Floor, Station Place, Argyle Way
Stevenage
SG1 2AD
Country
United Kingdom
NUTS code
- UKI - London
Companies House
05578727
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £9,044,000
Total value of the contract/lot: £8,988,000
Section five. Award of contract
Contract No
3
Lot No
3
Title
Surrey
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 September 2024
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mountain Healthcare Limited
First Floor, Station Place, Argyle Way
Stevenage
SG1 2AD
Country
United Kingdom
NUTS code
- UKI - London
Companies House
05578727
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £9,044,000
Total value of the contract/lot: £8,988,000
Section five. Award of contract
Contract No
4
Lot No
4
Title
Sussex
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 September 2024
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mountain Health Limited
First Floor, Station Place, Argyle Way
Stevenage
SG1 2AD
Country
United Kingdom
NUTS code
- UKI - London
Companies House
05578727
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £9,044,000
Total value of the contract/lot: £8,988,000
Section five. Award of contract
Contract No
5
Lot No
5
Title
Thames Valley
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 September 2024
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mountain Healthcare Limited
First Floor, Station Place, Argyle Way
Stevenage
SG1 2AD
Country
United Kingdom
NUTS code
- UKI - London
Companies House
05578727
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £13,552,000
Total value of the contract/lot: £13,496,000
Section six. Complementary information
six.3) Additional information
The decision to award this contract in line with the Competitive Process was based on evaluation against the basic selection criteria (in the form of a Selection Questionnaire), which was assessed on a pass/fail basis, the PSR 5 key criteria, which were assessed on a 0-4 scale, with the below weightings.
Several tender questions were asked under each of the key criteria.
- Quality and Innovation: 42%
- Value: 10%
- Integration, Collaboration and Service Sustainability: 33%
- Improving Access, Reducing Health Inequalities, and Facilitating Choice: 5%
- Social Value: 10%
The provider(s) selected for award have been chosen as they passed the basic selection criteria and were the highest scoring bidder overall, against the key criteria.
After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, NHS England South East is content that the providers' bids sufficiently met the key criteria and thus can proceed to contract award under the Health Care Services (Provider Selection Regime) Regulations 2023.
The evaluation panel was made up of NHS England SE Health & Justice Commissioning Team, including Nursing and Quality, Contracting and Finance, the Police, OPCCs, Public Health, Clinical Lead(s), and Service User(s).
The award decisions have been recommended by the NHS England Health & Justice South East Commissioner for SARCs.
Award decisions have been made by the NHS England South East Delivery Group, with key decision makers being:
Director of Specialised Commissioning and Health & Justice, South East Regional Team, NHS England
Senior Finance Manager Health & Justice and OPD, NHS England
Head of Health and Justice for the South East
There was 1 potential declaration of conflict of interest made via the conflict of interest process and recorded accordingly. However, it was not deemed as an actual conflict, and whilst deemed as no risk to the procurement it was managed accordingly with appropriate mitigations.
This is a Provider Selection Regime (PSR) intention to award 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on Wednesday 9th October. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
Written representations should be sent to scwcsu.procurement@nhs.net
six.4) Procedures for review
six.4.1) Review body
NHS England
London
Country
United Kingdom