Notice Information
Notice Title
PRJ943 - Healthcare Services at Heathrow Immigration Removal Centres
Notice Description
NHS England and NHS Improvement (London Region) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Healthcare Services in Heathrow Immigration Removal Centres (IRCs). Healthcare services delivered at Heathrow Immigration Removal Centres are commissioned by the Health & Justice team, as part of NHSE/I London's Specialised Commissioning division. Accommodation The IRC Environment is constructed to be equivalent to Category B prisons. Healthcare services are delivered across the 2 sites Harmondsworth and Colnbrook, which are based near Heathrow Airport. Reception Criteria * Male and female adult residents. * Detainees are subject to immigration restrictions. * The site hosts a wide range of nationalities- patient profile is subject to changes in line with Home Office activity. * Currently part of the IRC is being used a Short-Term Holding Facility for Calais Crossing arrivals. Scope of Services: The following services will need to be delivered through the contract commissioned through this procurement: * Emergency medical response - 365 days per annum. 24/7 on both sites * Reception healthcare screen - 365 days per annum. 24/7 on both sites * Primary care, including the provision of urgent care within the establishment and the management of long-term health conditions relevant for the adult population * Public health services * Sexual health services * Allied healthcare services such as: o occupational therapy o physiotherapy o radiology o radiography o podiatry o dietetics * Optometry * Pharmacy and medicines management * Mental health and trauma informed services * Inpatient facilities * Trauma Informed Care * Clinical substance misuse services * Psychosocial interventions for substance misuse and mental health * Healthcare administration and support services Bidders must refer to the procurement documentation for full detail about the Services to be delivered. This procurement does not include Dental services which formed part of the procurement for Personal Dental Services in London prisons and the IRC (2020). The new contract for dental services started on 1 September 2021. Contract Length and value: The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months). The maximum available annual contract value for this project is PS5,800,000 per annum. Over the 7 years, if contract is extended to its full duration, the total maximum contract value will be PS40,600,000. The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance. Annual maximum contract value: PS5,800,000 Maximum Contract value for 5 years: PS29,000,000 Maximum Contract value for 7 years = PS40,600,000
Lot Information
Lot 1
HS England and NHS Improvement (London Region) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Healthcare Services in Heathrow Immigration Removal Centres (IRC). Healthcare services delivered at Heathrow Immigration Removal Centres are commissioned by the Health & Justice team, as part of NHSE/I London's Specialised Commissioning division. Accommodation The IRC Environment is constructed to be equivalent to Category B prisons. Healthcare services are delivered across the 2 sites Harmondsworth and Colnbrook, which are based near Heathrow Airport. Reception Criteria Male and female adult residents. Detainees are subject to immigration restrictions. The site hosts a wide range of nationalities- patient profile is subject to changes in line with Home Office activity. Currently part of the IRC is being used a Short-Term Holding Facility for Calais Crossing arrivals. Scope of Services: The following services will need to be delivered through the contract commissioned through this procurement: * Emergency medical response - 365 days per annum. 24/7 on both sites * Reception healthcare screen - 365 days per annum. 24/7 on both sites * Primary care, including the provision of urgent care within the establishment and the management of long-term health conditions relevant for the adult population * Public health services * Sexual health services * Allied healthcare services such as: o occupational therapy o physiotherapy o radiology o radiography o podiatry o dietetics * Optometry * Pharmacy and medicines management * Mental health and trauma informed services * Inpatient facilities * Trauma Informed Care * Clinical substance misuse services * Psychosocial interventions for substance misuse and mental health * Healthcare administration and support services Bidders must refer to the procurement documentation for full detail about the Services to be delivered. This procurement does not include Dental services which formed part of the procurement for Personal Dental Services in London prisons and the IRC (2020). The new contract for dental services started on 1 September 2021. Contract Length and value: The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months). The maximum available annual contract value for this project is PS5,800,000 per annum. Over the 7 years, if contract is extended to its full duration, the total maximum contract value will be PS40,600,000. The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance. Annual maximum contract value: PS5,800,000 Maximum Contract value for 5 years: PS29,000,000 Maximum Contract value for 7 years = PS40,600,000
Renewal: The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e1b4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007348-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- 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
- £40,600,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £40,600,000 £10M-£100M
Notice Dates
- Publication Date
- 17 Mar 20223 years ago
- Submission Deadline
- 11 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Jan 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS ENGLAND
- Contact Name
- Miss Khadijah Yasmin
- Contact Email
- khadijah.yasmin@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- LEEDS
- Postcode
- LS2 7UE
- Post Town
- Leeds
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE42 Leeds
- Delivery Location
- Not specified
-
- Local Authority
- Leeds
- Electoral Ward
- Little London & Woodhouse
- Westminster Constituency
- Leeds Central and Headingley
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-02e1b4-2022-03-17T16:29:50Z",
"date": "2022-03-17T16:29:50Z",
"ocid": "ocds-h6vhtk-02e1b4",
"initiationType": "tender",
"tender": {
"id": "DN568890",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "PRJ943 - Healthcare Services at Heathrow Immigration Removal Centres",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "NHS England and NHS Improvement (London Region) (hereafter referred to as \"The Authority\") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Healthcare Services in Heathrow Immigration Removal Centres (IRCs). Healthcare services delivered at Heathrow Immigration Removal Centres are commissioned by the Health & Justice team, as part of NHSE/I London's Specialised Commissioning division. Accommodation The IRC Environment is constructed to be equivalent to Category B prisons. Healthcare services are delivered across the 2 sites Harmondsworth and Colnbrook, which are based near Heathrow Airport. Reception Criteria * Male and female adult residents. * Detainees are subject to immigration restrictions. * The site hosts a wide range of nationalities- patient profile is subject to changes in line with Home Office activity. * Currently part of the IRC is being used a Short-Term Holding Facility for Calais Crossing arrivals. Scope of Services: The following services will need to be delivered through the contract commissioned through this procurement: * Emergency medical response - 365 days per annum. 24/7 on both sites * Reception healthcare screen - 365 days per annum. 24/7 on both sites * Primary care, including the provision of urgent care within the establishment and the management of long-term health conditions relevant for the adult population * Public health services * Sexual health services * Allied healthcare services such as: o occupational therapy o physiotherapy o radiology o radiography o podiatry o dietetics * Optometry * Pharmacy and medicines management * Mental health and trauma informed services * Inpatient facilities * Trauma Informed Care * Clinical substance misuse services * Psychosocial interventions for substance misuse and mental health * Healthcare administration and support services Bidders must refer to the procurement documentation for full detail about the Services to be delivered. This procurement does not include Dental services which formed part of the procurement for Personal Dental Services in London prisons and the IRC (2020). The new contract for dental services started on 1 September 2021. Contract Length and value: The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months). The maximum available annual contract value for this project is PS5,800,000 per annum. Over the 7 years, if contract is extended to its full duration, the total maximum contract value will be PS40,600,000. The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance. Annual maximum contract value: PS5,800,000 Maximum Contract value for 5 years: PS29,000,000 Maximum Contract value for 7 years = PS40,600,000",
"value": {
"amount": 40600000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "HS England and NHS Improvement (London Region) (hereafter referred to as \"The Authority\") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Healthcare Services in Heathrow Immigration Removal Centres (IRC). Healthcare services delivered at Heathrow Immigration Removal Centres are commissioned by the Health & Justice team, as part of NHSE/I London's Specialised Commissioning division. Accommodation The IRC Environment is constructed to be equivalent to Category B prisons. Healthcare services are delivered across the 2 sites Harmondsworth and Colnbrook, which are based near Heathrow Airport. Reception Criteria Male and female adult residents. Detainees are subject to immigration restrictions. The site hosts a wide range of nationalities- patient profile is subject to changes in line with Home Office activity. Currently part of the IRC is being used a Short-Term Holding Facility for Calais Crossing arrivals. Scope of Services: The following services will need to be delivered through the contract commissioned through this procurement: * Emergency medical response - 365 days per annum. 24/7 on both sites * Reception healthcare screen - 365 days per annum. 24/7 on both sites * Primary care, including the provision of urgent care within the establishment and the management of long-term health conditions relevant for the adult population * Public health services * Sexual health services * Allied healthcare services such as: o occupational therapy o physiotherapy o radiology o radiography o podiatry o dietetics * Optometry * Pharmacy and medicines management * Mental health and trauma informed services * Inpatient facilities * Trauma Informed Care * Clinical substance misuse services * Psychosocial interventions for substance misuse and mental health * Healthcare administration and support services Bidders must refer to the procurement documentation for full detail about the Services to be delivered. This procurement does not include Dental services which formed part of the procurement for Personal Dental Services in London prisons and the IRC (2020). The new contract for dental services started on 1 September 2021. Contract Length and value: The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months). The maximum available annual contract value for this project is PS5,800,000 per annum. Over the 7 years, if contract is extended to its full duration, the total maximum contract value will be PS40,600,000. The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance. Annual maximum contract value: PS5,800,000 Maximum Contract value for 5 years: PS29,000,000 Maximum Contract value for 7 years = PS40,600,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 7 years (84 months)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Supplier/Advert/View?advertId=54925f5f-3216-ec11-810e-005056b64545&fromProjectDashboard=False&fromRfxSummary=False&selectWorkgroup=False&fromAdvertEvent=False&fromActivityDashboard=False",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2021-11-11T13:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-11-11T13:00:00Z"
},
"bidOpening": {
"date": "2021-11-11T13:00:00Z"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-3717",
"name": "NHS England",
"identifier": {
"legalName": "NHS England"
},
"address": {
"streetAddress": "Quarry House",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS2 7UE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Miss Khadijah Yasmin",
"email": "khadijah.yasmin@nhs.net",
"url": "https://procontract.due-north.com/Supplier/Advert/View?advertId=54925f5f-3216-ec11-810e-005056b64545&fromProjectDashboard=False&fromRfxSummary=False&selectWorkgroup=False&fromAdvertEvent=False&fromActivityDashboard=False"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "https://www.england.nhs.uk/",
"buyerProfile": "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"
}
]
}
},
{
"id": "GB-FTS-47163",
"name": "Practice Plus Group Health and Rehabilitation Services Limited.",
"identifier": {
"legalName": "Practice Plus Group Health and Rehabilitation Services Limited."
},
"address": {
"streetAddress": "Hawker House 5-6 Napier Court, Napier Road",
"locality": "Berkshire",
"region": "UK",
"postalCode": "RG1 8BW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-3717",
"name": "NHS England"
},
"language": "en",
"awards": [
{
"id": "007348-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47163",
"name": "Practice Plus Group Health and Rehabilitation Services Limited."
}
]
}
],
"contracts": [
{
"id": "007348-2022-1",
"awardID": "007348-2022-1",
"status": "active",
"value": {
"amount": 40600000,
"currency": "GBP"
},
"dateSigned": "2022-01-21T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
}
]
}
}