Notice Information
Notice Title
Sussex Trans Health Services - Gender Dysphoria Services for Adults (Non Surgical)
Notice Description
NHS England (NHSE) seeks Expressions of Interest (EOIs) from providers who have the capability and capacity (to be assessed as part of initial procurement process) to deliver non-surgical interventions for individuals on the NHS pathway of care for the treatment of gender dysphoria and who are registered with a general practitioner within the following clinical commissioner groups (CCGs): * Brighton and Hove * East Sussex * West Sussex NHSE wish to implement a pilot programme that will evaluate how the care delivered by a Gender Dysphoria Clinic can be delivered by a primary care team in a local setting with the support of a linked Gender Dysphoria Clinic, adapted to meet the specific needs of the population of Sussex (the Trans Health Service). The Trans Health Service will establish a small multi-disciplinary team of professionals led by a clinician who will be supported in developing extended competencies, with the lead clinician holding the key leadership role. The team may comprise of professionals who already have some experience and expertise in the care of individuals with gender dysphoria; but in any event the team will receive training through the Royal College of Physicians / University of London accredited credential for Gender Identity Healthcare Practice (funded by NHS England), and through experiential training with the linked Gender Dysphoria Clinic. The Trans Health Service will focus on individuals registered with a GP in Sussex and already on a waiting list with an adult Gender Dysphoria Clinic (17 and over) that is commissioned by NHS England. Should the relevant waiting list(s) be cleared then extending to other CCGs or new referrals may be considered (at commissioner discretion). The contract term will be 2 years with an option to extend for a further 12 months (at commissioner discretion) and the total contract value is PS4.5m (over the 3-year period, should the extension be granted and based on 2021/22 values). The contract is due to commence January 2022, though this may change.
Lot Information
Lot 1
The objectives of the Trans Health Service are: * provide a high-quality, timely and sustainable service for adults (17 and over) who have gender dysphoria; and promote respect, dignity and equality for all individuals. * provide a service with a visible profile and presence within Sussex, with at least 1 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 professionals 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 the trans and non-binary communities of Sussex in the co-design and ongoing development and delivery of the pilot service * establishment and development of meaningful collaborative relationships with local statutory services and voluntary sector services to meet the needs of the population * exploitation of digital technology to facilitate patient access and enhance the patient experience EOIs received will be used to help NHSE finalise their commissioning and contracting approach for this service. This exercise is being carried out by NHS South, Central & West Commissioning Support Unit on behalf of NHSE. This PIN as a call for competition is initially published as a notice for expressions of interest. The Commissioner may then choose to proceed directly to a procurement process with parties who have responded to the notice and there shall be no further notice published. Interested providers will be able to view this opportunity 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 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. Should NHSE/I proceed to a procurement process it is anticipated to consist of two stages: (1) 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; (2) 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 published 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. 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 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 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 will observe a voluntary award decision notices provisions and may observe a 10 day standstill period described in Regulation 86 of the Regulations. Bidders who are unsuccessful will receive scores and reasons for the decision, including the reasons why the Bidder/application was unsuccessful (Stage 1) and the characteristics and relative advantages of the winning bid (if there is a competitive tender at Stage 2.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c90e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016796-2021
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £4,500,000 £1M-£10M
- Lots Value
- £4,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Jul 20214 years ago
- Submission Deadline
- 30 Jul 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
- Contact Name
- Not specified
- Contact Email
- scwcsu.procurement@nhs.net
- Contact Phone
- Not specified
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
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-h6vhtk-02c90e-2021-07-16T14:35:31+01:00",
"date": "2021-07-16T14:35:31+01:00",
"ocid": "ocds-h6vhtk-02c90e",
"initiationType": "tender",
"tender": {
"id": "WA11804",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Sussex Trans Health Services - Gender Dysphoria Services for Adults (Non Surgical)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "NHS England (NHSE) seeks Expressions of Interest (EOIs) from providers who have the capability and capacity (to be assessed as part of initial procurement process) to deliver non-surgical interventions for individuals on the NHS pathway of care for the treatment of gender dysphoria and who are registered with a general practitioner within the following clinical commissioner groups (CCGs): * Brighton and Hove * East Sussex * West Sussex NHSE wish to implement a pilot programme that will evaluate how the care delivered by a Gender Dysphoria Clinic can be delivered by a primary care team in a local setting with the support of a linked Gender Dysphoria Clinic, adapted to meet the specific needs of the population of Sussex (the Trans Health Service). The Trans Health Service will establish a small multi-disciplinary team of professionals led by a clinician who will be supported in developing extended competencies, with the lead clinician holding the key leadership role. The team may comprise of professionals who already have some experience and expertise in the care of individuals with gender dysphoria; but in any event the team will receive training through the Royal College of Physicians / University of London accredited credential for Gender Identity Healthcare Practice (funded by NHS England), and through experiential training with the linked Gender Dysphoria Clinic. The Trans Health Service will focus on individuals registered with a GP in Sussex and already on a waiting list with an adult Gender Dysphoria Clinic (17 and over) that is commissioned by NHS England. Should the relevant waiting list(s) be cleared then extending to other CCGs or new referrals may be considered (at commissioner discretion). The contract term will be 2 years with an option to extend for a further 12 months (at commissioner discretion) and the total contract value is PS4.5m (over the 3-year period, should the extension be granted and based on 2021/22 values). The contract is due to commence January 2022, though this may change.",
"value": {
"amount": 4500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The objectives of the Trans Health Service are: * provide a high-quality, timely and sustainable service for adults (17 and over) who have gender dysphoria; and promote respect, dignity and equality for all individuals. * provide a service with a visible profile and presence within Sussex, with at least 1 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 professionals 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 the trans and non-binary communities of Sussex in the co-design and ongoing development and delivery of the pilot service * establishment and development of meaningful collaborative relationships with local statutory services and voluntary sector services to meet the needs of the population * exploitation of digital technology to facilitate patient access and enhance the patient experience EOIs received will be used to help NHSE finalise their commissioning and contracting approach for this service. This exercise is being carried out by NHS South, Central & West Commissioning Support Unit on behalf of NHSE. This PIN as a call for competition is initially published as a notice for expressions of interest. The Commissioner may then choose to proceed directly to a procurement process with parties who have responded to the notice and there shall be no further notice published. Interested providers will be able to view this opportunity 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 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. Should NHSE/I proceed to a procurement process it is anticipated to consist of two stages: (1) 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; (2) 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 published 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. 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 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 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 will observe a voluntary award decision notices provisions and may observe a 10 day standstill period described in Regulation 86 of the Regulations. Bidders who are unsuccessful will receive scores and reasons for the decision, including the reasons why the Bidder/application was unsuccessful (Stage 1) and the characteristics and relative advantages of the winning bid (if there is a competitive tender at Stage 2.",
"value": {
"amount": 4500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
}
],
"deliveryAddresses": [
{
"region": "UKJ"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/scwcsu/aspx/Home",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2021-07-30T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
}
},
"parties": [
{
"id": "GB-FTS-5770",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"identifier": {
"legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
},
"address": {
"streetAddress": "South Plaza,Marlborough Street",
"locality": "BRISTOL",
"region": "UKJ",
"postalCode": "BS13NX",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "scwcsu.procurement@nhs.net",
"url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.england.nhs.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-5770",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
},
"language": "en"
}