Notice Information
Notice Title
NHS England and NHS Improvement South East -Healthcare Services at Gatwick Immigration Removal Centre (Brook House and Tinsley House)
Notice Description
NHS England and NHS Improvement South (South East) (NHSE/I) is seeking to recommission healthcare services at Gatwick Immigration Removal Centre (IRC). Gatwick IRC provides primary medical services to people who are detained whilst awaiting deportation from the United Kingdom. The IRC has two sites closely located: Brook House and Tinsley House. Interested providers should have the capacity and capability to provide an outcome focused, integrated primary healthcare service, equivalent to that available to the local community, for Gatwick IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services. NHS England are re-commissioning this service using a prime provider model, in order to support integrated, patient centred care across the full range of service specialties required to manage the complex healthcare needs of those in the IRC setting. NHS England will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. The prime provider will be responsible for ensuring that all healthcare services operating within the IRC work in an integrated way, delivering seamless care pathways. Brook House has an operational capacity of 448. It has a robust secure physical environment including a separation unit and holds a male population, many with complex needs. Tinsley House has an operational capacity of 162 beds and holds predominantly young men, although children and women are also detained in its family unit, which has a capacity of 16 beds in Pre-Departure Accommodation and Boarders Apartments. Both Brook House and Tinsley House have a high turnover of arrivals and departures each month. It is recognised that this is a significant time of change and transition in terms of NHSE/I commissioning pathways, the Home Office review of detention enforcement policies, and the impact of COVID-19, all of which require excellent partnership working. The services included in the contract are: * GP provision * Primary care nursing and admin services * Pharmacy services (including mechanism for OOH provision) * Substance misuse services * Reception and transfer screening * Rule 34 and 35 assessment * Public health testing and screening * Optometry * Physiotherapy * Podiatry * Primary and secondary mental health and learning disability services * Sexual health services * Health promotion and prevention * Dental services (room identified for use) * Continuity of care including discharge planning and delivery of the RECONNECT programme * Application of Detention Service Orders as they relate to health provision. The Commissioner will be contracting for the services using the National NHS Standard Contract. Contracts will be for a term of 7 years and are planned to commence from 1st September 2021. The maximum value of the contract will be PS20,310,050 over the seven years. Additional information: Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. Bidders are required to respond to the Selection Questionnaire and ITT questions directly within the system and attach any requested documents separately to the placeholders provided. On registration, please include at least two contacts to allow for access to the system in times of absence. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. 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 is 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 the Treaty on the Functioning of the European Union 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. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-5b7a96ad-800f-47ed-b900-eb0d198cb730
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/12f61b84-e9e6-4f7b-9f28-043b52f50e65
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £20,310,050 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £20,310,050 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Oct 20214 years ago
- Submission Deadline
- 11 Feb 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 11 May 20214 years ago
- Contract Period
- 31 Aug 2021 - 31 Aug 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS1 3NX
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK51 Bristol, City of
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Bristol, City of
- Electoral Ward
- Central
- Westminster Constituency
- Bristol Central
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/12f61b84-e9e6-4f7b-9f28-043b52f50e65
1st October 2021 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/1f3af31b-0d77-4152-8d76-97c6c69e9cff
1st February 2021 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-5b7a96ad-800f-47ed-b900-eb0d198cb730-2021-10-01T13:03:28+01:00",
"date": "2021-10-01T13:03:28+01:00",
"ocid": "ocds-b5fd17-5b7a96ad-800f-47ed-b900-eb0d198cb730",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "PR003251-ITT",
"title": "NHS England and NHS Improvement South East -Healthcare Services at Gatwick Immigration Removal Centre (Brook House and Tinsley House)",
"description": "NHS England and NHS Improvement South (South East) (NHSE/I) is seeking to recommission healthcare services at Gatwick Immigration Removal Centre (IRC). Gatwick IRC provides primary medical services to people who are detained whilst awaiting deportation from the United Kingdom. The IRC has two sites closely located: Brook House and Tinsley House. Interested providers should have the capacity and capability to provide an outcome focused, integrated primary healthcare service, equivalent to that available to the local community, for Gatwick IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services. NHS England are re-commissioning this service using a prime provider model, in order to support integrated, patient centred care across the full range of service specialties required to manage the complex healthcare needs of those in the IRC setting. NHS England will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. The prime provider will be responsible for ensuring that all healthcare services operating within the IRC work in an integrated way, delivering seamless care pathways. Brook House has an operational capacity of 448. It has a robust secure physical environment including a separation unit and holds a male population, many with complex needs. Tinsley House has an operational capacity of 162 beds and holds predominantly young men, although children and women are also detained in its family unit, which has a capacity of 16 beds in Pre-Departure Accommodation and Boarders Apartments. Both Brook House and Tinsley House have a high turnover of arrivals and departures each month. It is recognised that this is a significant time of change and transition in terms of NHSE/I commissioning pathways, the Home Office review of detention enforcement policies, and the impact of COVID-19, all of which require excellent partnership working. The services included in the contract are: * GP provision * Primary care nursing and admin services * Pharmacy services (including mechanism for OOH provision) * Substance misuse services * Reception and transfer screening * Rule 34 and 35 assessment * Public health testing and screening * Optometry * Physiotherapy * Podiatry * Primary and secondary mental health and learning disability services * Sexual health services * Health promotion and prevention * Dental services (room identified for use) * Continuity of care including discharge planning and delivery of the RECONNECT programme * Application of Detention Service Orders as they relate to health provision. The Commissioner will be contracting for the services using the National NHS Standard Contract. Contracts will be for a term of 7 years and are planned to commence from 1st September 2021. The maximum value of the contract will be PS20,310,050 over the seven years. Additional information: Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. Bidders are required to respond to the Selection Questionnaire and ITT questions directly within the system and attach any requested documents separately to the placeholders provided. On registration, please include at least two contacts to allow for access to the system in times of absence. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. 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 is 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 the Treaty on the Functioning of the European Union 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. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.",
"datePublished": "2020-12-18T16:48:58Z",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 20310050,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2021-02-11T12:00:00Z"
},
"contractPeriod": {
"startDate": "2021-09-01T00:00:00+01:00",
"endDate": "2028-08-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/1f3af31b-0d77-4152-8d76-97c6c69e9cff",
"datePublished": "2020-12-18T16:48:58Z",
"format": "text/html",
"language": "en",
"dateModified": "2021-02-01T12:21:39Z"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"identifier": {
"legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/FDEK7nf7"
},
"address": {
"streetAddress": "South Plaza,Marlborough Street",
"locality": "BRISTOL",
"postalCode": "BS13NX",
"countryName": "England"
},
"contactPoint": {
"name": "Emma Banton",
"email": "scwcsu.procurement@nhs.net"
},
"details": {
"url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-10498997",
"name": "Practice Plus Group Health & Rehabilitation Services Limited",
"identifier": {
"legalName": "Practice Plus Group Health & Rehabilitation Services Limited",
"scheme": "GB-COH",
"id": "10498997"
},
"address": {
"streetAddress": "Hawker House 5-6 Napier Court Napier Road Reading Berkshire RG1 8BW"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
},
"awards": [
{
"id": "ocds-b5fd17-5b7a96ad-800f-47ed-b900-eb0d198cb730-1",
"status": "active",
"date": "2021-05-12T00:00:00+01:00",
"datePublished": "2021-10-01T13:03:28+01:00",
"value": {
"amount": 20310050,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-10498997",
"name": "Practice Plus Group Health & Rehabilitation Services Limited"
}
],
"contractPeriod": {
"startDate": "2021-09-01T00:00:00+01:00",
"endDate": "2028-08-31T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/12f61b84-e9e6-4f7b-9f28-043b52f50e65",
"datePublished": "2021-10-01T13:03:28+01:00",
"format": "text/html",
"language": "en"
}
]
}
]
}