Tender

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

  • NHS England North East and Yorkshire

F02: Contract notice

Notice identifier: 2025/S 000-035584

Procurement identifier (OCID): ocds-h6vhtk-05549f

Published 27 June 2025, 9:06am



Section one: Contracting authority

one.1) Name and addresses

NHS England North East and Yorkshire

Leeds

Email

necsu.neprocurement@nhs.net

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

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

https://www.necsu.nhs.uk/

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

Email

necsu.neprocurement@nhs.net

Country

United Kingdom