Section one: Contracting authority
one.1) Name and addresses
NHS England North East and Yorkshire
Leeds
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
NHS Organisation Data Service
X2407
Internet address(es)
Main address
https://www.england.nhs.uk/north-east-yorkshire/
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:
NHS North of England Commissioning Support
John Snow House
Durham
DH1 3YG
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
NHSE448 Primary Care Services (Medical and Nursing) including Clinical Substance Misuse for HMP New Hall and HMP Askham Grange and Integrated Mental Health Services including Neurodiveristy and Psychosocial Substance Misuse Services for HMP New Hall and HMP Askham Grange
Reference number
NHSE448
two.1.2) Main CPV code
- 85100000 - Health 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 East and Yorkshire (the Relevant Authority) Health and Justice Team, who are undertaking a competition to provide Primary Care Services (Medical and Nursing) including Clinical Substance Misuse for HMP New Hall and HMP Askham Grange and Integrated Mental Health Services including Neurodiversity and Psychosocial Substance Misuse Services for HMP New Hall and HMP Askham Grange under the NHS Standard Contract.
two.1.5) Estimated total value
Value excluding VAT: £48,429,936
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Primary Care Services (Medical and Nursing) including Clinical Substance Misuse for HMP New Hall and HMP Askham Grange
Lot No
1
two.2.2) Additional CPV code(s)
- 85120000 - Medical practice and related services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
HMP New Hall and HMP Askham Grange
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 East and Yorkshire (the Relevant Authority) Health and Justice Team, who are undertaking a competition to provide Primary Care Services (Medical and Nursing) including Clinical Substance Misuse for HMP New Hall and HMP Askham Grange under the NHS Standard Contract. (Ref NHSE448)
Services will be delivered in Lots:
Lot 1 Primary Care Services (Medical and Nursing) including Clinical Substance Misuse for HMP New Hall and HMP Askham Grange;
The maximum annual contract value is:
Lot 1 £3,110,093
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) do not apply to this award.
The contract term is for an initial period of 5 years commencing on 01 April 2026, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.
The closing date for submission of competition response is by 12 noon, 11 August 2025.
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: £24,880,744
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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: Yes
Description of options
The contract term is for an initial period of 5 years commencing on 01 April 2026, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.
two.2.14) Additional information
The Provider Response Document includes the contract award criteria, including the agreed relative importance of key criteria (for example weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria and mandatory requirements.
two.2) Description
two.2.1) Title
Integrated Mental Health Services including Neurodiversity and Psychosocial Substance Misuse Services for HMP New Hall and HMP Askham Grange
Lot No
2
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
HMP New Hall and HMP Askham Grange
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 East and Yorkshire (the Relevant Authority) Health and Justice Team, who are undertaking a competition to provide Integrated Mental Health Services including Neurodiversity and Psychosocial Substance Misuse Services for HMP New Hall and HMP Askham Grange under the NHS Standard Contract. (Ref NHSE448)
Services will be delivered in Lots:
Lot 2 Integrated Mental Health Services including Neurodiversity Services for HMP New Hall and HMP Askham Grange
The maximum annual contract value is:
Lot 2 £2,943,649
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) do not apply to this award.
The contract term is for an initial period of 5 years commencing on 01 April 2026, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.
The closing date for submission of competition response is by 12 noon, 11 August 2025.
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: £23,549,192
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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: Yes
Description of options
The contract term is for an initial period of 5 years commencing on 01 April 2026, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.
two.2.14) Additional information
The Provider Response Document includes the contract award criteria, including the agreed relative importance of key criteria (for example weightings apportioned to questions within the key criteria) against which responses will be evaluated. The providers will be assessed against the relevant 5 key criteria and mandatory requirements.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
11 August 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
12 August 2025
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) 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, Providers 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 2024/S 000-038532.
NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response 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 providers 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
Competition documentation will be available on the e-tendering site from 27 June 2025.
six.4) Procedures for review
six.4.1) Review body
NHS England North East and Yorkshire
Leeds
Country
United Kingdom