Tender

Gender Dysphoria Service for Adults (Non-Surgical) - Cheshire and Merseyside - NHS England

  • NHS England

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-031892

Procurement identifier (OCID): ocds-h6vhtk-040fea

Published 27 October 2023, 5:26pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Floor 4 Wellington House, 133 Waterloo Road

LONDON

SE1 8UG

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk

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

Gender Dysphoria Service for Adults (Non-Surgical) - Cheshire and Merseyside - NHS England

Reference number

C217159

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England (NHSE) is seeking to commission specialised healthcare interventions (non-surgical) within a primary care setting that is appropriate to service the population in Cheshire and Merseyside, for adults on the NHS pathway of care for the treatment of gender dysphoria. Providers who have the capability and capacity to deliver the service requirements are invited to take part in a procurement process that will result in a single contract being let. The two-stage process will first test provider capability and capacity, then shortlisted providers will be invited to submit substantive service delivery proposals.

The successful provider will utilise a multi-disciplinary team of professionals, and the service will be delivered in compliance with NHSE's published service specification, from a primary care setting in the Cheshire and Merseyside area. The service will provide assessment of individuals for the purpose of diagnosis and will provide (or arrange access to) healthcare interventions for those who receive a diagnosis of gender dysphoria as described in the service specification.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.5) Estimated total value

Value excluding VAT: £10,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UKD7 - Merseyside

two.2.4) Description of the procurement

NHS England (NHSE) is seeking to commission specialised healthcare interventions (non-surgical) within a primary care setting that is appropriate to service the population in Cheshire and Merseyside, for adults on the NHS pathway of care for the treatment of gender dysphoria. Providers who have the capability and capacity to deliver the service requirements are invited to take part in a procurement process that will result in a single contract being let. The two-stage process will first test provider capability and capacity, then shortlisted providers will be invited to submit substantive service delivery proposals.

The successful provider will utilise a multi-disciplinary team of professionals, and the service will be delivered in compliance with NHSE's published service specification, from a primary care setting in the Cheshire and Merseyside area. The service will provide assessment of individuals for the purpose of diagnosis and will provide (or arrange access to) healthcare interventions for those who receive a diagnosis of gender dysphoria as described in the service specification.

The contract is currently expected to commence in April 2024, though this is subject to mobilisation timings and therefore this date may be delayed (at the commissioner's sole discretion).

The contract term will be 5 years with an option to extend for a further 2 years (at commissioner discretion). The maximum contract value is £1,500,000 per annum, plus up to £100,000 to cover mobilisation costs (if required, and at the commissioner's sole discretion). Therefore, the maximum total contract value over the life of the contract (including extension options and mobilisation funding), is £10,600,000. The commissioner reserves the right to add related service elements and funding during the contract if they deem it to be necessary.

The objectives of the service are:

• provide a high-quality, timely and sustainable service for adults who are registered with a GP in Cheshire and Merseyside and who have gender dysphoria; and promote respect, dignity, and equality for all individuals.

• an integrated approach that supports the wider system in delivering an individual's overall health and social care needs.

• provide a service with a visible profile, with at least one physical location where individuals feel safe, supported, and welcomed.

• provide a service with robust clinical and operational governance structures, systems and frameworks.

• establishment of a multi-disciplinary team of healthcare professionals, with a named clinical lead, who either have experience or are interested in developing competencies and expertise in the care of individuals with gender dysphoria.

• engagement with and inclusion of service users in the co-design and ongoing development and delivery of the service.

•establishment and development of meaningful collaborative relationships with local statutory services to meet the needs of the population.

• exploitation of digital technology to facilitate patient access and enhance the patient experience.

Interested providers will be able to view this opportunity via the 'current tenders' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

If you are not already registered on the system, you will need to do so before you can fully access the opportunity. On registration, please include at least two contacts to allow for access to the system in times of absence.

The procurement process will consist of two stages:

Stage 1: The aim of this shortlisting stage is predominantly to test the capability and capacity of potential Providers and to identify whether there is more than one capable provider.

Stage 2 will either be: (a) a competitive process (if more than one capable provider is identified at Stage 1), which may involve dialogue and will involve assessment of bids against evaluation criteria and weightings; or (b) a collaborative "Assurance Process" with a single provider, if only one capable provider is identified at Stage 1. Both approaches will involve evidence being considered by subject matter experts and assessed against critical success factors and expected minimum standards.

This process is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

two.2.6) Estimated value

Value excluding VAT: £10,600,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

The procurement process will consist of two stages:

Stage 1: The aim of this shortlisting stage is predominantly to test the capability and capacity of potential Providers and to identify whether there is more than one capable provider.

Stage 2 will either be: (a) a competitive process (if more than one capable provider is identified at Stage 1), which may involve dialogue and will involve assessment of bids against evaluation criteria and weightings; or (b) a collaborative "Assurance Process" with a single provider, if only one capable provider is identified at Stage 1. Both approaches will involve evidence being considered by subject matter experts and assessed against critical success factors and expected minimum standards.

four.2) Administrative information

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

Date

27 November 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.3) Additional information

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

At the conclusion of Stage 1, Bidders will be notified of the outcome as to whether they have been successful and will be invited to progress to Stage 2, or whether they have been unsuccessful and will not be invited to Stage 2.

At the conclusion of Stage 2, where a competitive process is undertaken Bidders will be notified of a contract award decision, and the Contracting Authority intends to voluntarily observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). At the start of the voluntary standstill period, a Contract award notification letter will be sent to each Bidder in accordance with Regulation 86 of the Regulations. Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales)

six.4) Procedures for review

six.4.1) Review body

High Court in London

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3.