Tender

Greater Manchester - Gender Dysphoria Service for Adults (Non-Surgical) NHS England

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 2 releases in its history.

TenderUpdate

05 Jul 2023 at 14:53

Tender

05 Jul 2023 at 08:11

Summary of the contracting process

The procurement process involves NHS England (NHSE) commissioning a specialised healthcare service for adults in Greater Manchester experiencing gender dysphoria. The procurement stage is currently active, with a two-stage process allowing providers to showcase their capability and capacity before submitting service proposals. The contract is expected to start in December 2023, with a term of 5 years and a possible 2-year extension. NHSE will evaluate providers based on service delivery proposals to choose a single contractor for a recurring contract worth up to £1,773,000 per annum.

This tender offers opportunities for healthcare service providers to deliver specialised care for individuals with gender dysphoria in Greater Manchester. Businesses with expertise in health and social work services, specifically in gender dysphoria treatment, are well-suited to compete. The procurement method is open, with an emphasis on assessing provider capability and capacity, as well as service delivery proposals. Interested businesses can actively participate in the procurement process through shortlisting and bid submission under the guidance of NHSE's service specification.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Greater Manchester - Gender Dysphoria Service for Adults (Non-Surgical) NHS England

Notice Description

Following a successful pilot, NHS England (NHSE) is substantively commissioning specialised healthcare interventions (non-surgical) within a primary care setting that is appropriate to service the population in Greater Manchester, for adults on the NHS pathway of care for the treatment of gender dysphoria. Providers who have the capability and capacity to deliver the service requirements are invited to take part in a procurement process that will result in a single contract being let. The two-stage process will first test provider capability and capacity, then shortlisted providers will be invited to submit substantive service delivery proposals. The successful provider will utilise a multi-disciplinary team of professionals, and the service will be delivered in compliance with NHSE's published service specification (provided with this notice). The service will provide assessment of individuals for the purpose of diagnosis and will provide (or arrange access to) healthcare interventions for those who receive a diagnosis of gender dysphoria as described in the service specification. The contract is currently expected to commence in December 2023, though this is subject to mobilisation timings and therefore this date may be delayed (at the commissioner's sole discretion). The contract term will be 5 years with an option to extend for a further 2 years (at commissioner discretion). The indicative contract value at this stage is up to PS1,773,000 p/a recurring and up to PS100,000 to cover mobilisation costs (if required, and at the commissioner's sole discretion). The commissioner reserves the right to add related service elements and funding during the contract if they deem it to be necessary.

Lot Information

Lot 1

The objectives of the service are: * provide a high-quality, timely and sustainable service for adults who are registered with a GP in Greater Manchester and who have gender dysphoria; and promote respect, dignity, and equality for all individuals. * an integrated approach that supports the wider system in delivering an individual's overall health and social care needs. * provide a service with a visible profile, with at least one 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 healthcare professionals, with a named clinical lead, 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 service users in the co-design and ongoing development and delivery of the service. * establishment and development of meaningful collaborative relationships with local statutory services to meet the needs of the population. * exploitation of digital technology to facilitate patient access and enhance the patient experience. Interested providers will be able to view this opportunity via the 'current tenders' list on the e-procurement system, Atamis, available on the following link: https://healthfamily.force.com/s/Welcome. 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. The procurement process will consist of two stages: 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 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03dee5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019184-2023
Current Stage
Tender
All Stages
Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85100000 - Health services

Notice Value(s)

Tender Value
£8,865,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Jul 20232 years ago
Submission Deadline
2 Aug 2023Expired
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

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
TLD North West (England)

Local Authority
Bristol, City of
Electoral Ward
Central
Westminster Constituency
Bristol Central

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03dee5-2023-07-05T15:53:58+01:00",
    "date": "2023-07-05T15:53:58+01:00",
    "ocid": "ocds-h6vhtk-03dee5",
    "initiationType": "tender",
    "tender": {
        "id": "WA14210",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Greater Manchester - Gender Dysphoria Service for Adults (Non-Surgical) NHS England",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "Following a successful pilot, NHS England (NHSE) is substantively commissioning specialised healthcare interventions (non-surgical) within a primary care setting that is appropriate to service the population in Greater Manchester, for adults on the NHS pathway of care for the treatment of gender dysphoria. Providers who have the capability and capacity to deliver the service requirements are invited to take part in a procurement process that will result in a single contract being let. The two-stage process will first test provider capability and capacity, then shortlisted providers will be invited to submit substantive service delivery proposals. The successful provider will utilise a multi-disciplinary team of professionals, and the service will be delivered in compliance with NHSE's published service specification (provided with this notice). The service will provide assessment of individuals for the purpose of diagnosis and will provide (or arrange access to) healthcare interventions for those who receive a diagnosis of gender dysphoria as described in the service specification. The contract is currently expected to commence in December 2023, though this is subject to mobilisation timings and therefore this date may be delayed (at the commissioner's sole discretion). The contract term will be 5 years with an option to extend for a further 2 years (at commissioner discretion). The indicative contract value at this stage is up to PS1,773,000 p/a recurring and up to PS100,000 to cover mobilisation costs (if required, and at the commissioner's sole discretion). The commissioner reserves the right to add related service elements and funding during the contract if they deem it to be necessary.",
        "value": {
            "amount": 8865000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The objectives of the service are: * provide a high-quality, timely and sustainable service for adults who are registered with a GP in Greater Manchester and who have gender dysphoria; and promote respect, dignity, and equality for all individuals. * an integrated approach that supports the wider system in delivering an individual's overall health and social care needs. * provide a service with a visible profile, with at least one 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 healthcare professionals, with a named clinical lead, 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 service users in the co-design and ongoing development and delivery of the service. * establishment and development of meaningful collaborative relationships with local statutory services to meet the needs of the population. * exploitation of digital technology to facilitate patient access and enhance the patient experience. Interested providers will be able to view this opportunity via the 'current tenders' list on the e-procurement system, Atamis, available on the following link: https://healthfamily.force.com/s/Welcome. 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. The procurement process will consist of two stages: 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 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.",
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    }
                ],
                "deliveryLocation": {
                    "description": "Manchester"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://healthfamily.force.com/s/Welcome.",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2023-08-02T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "https://health-family.force.com/s/Welcome"
                        },
                        "where": {
                            "section": "I.4",
                            "label": "Internet Address(es)"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-72915",
            "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
            "identifier": {
                "legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "THREE SIX ZERO",
                "locality": "BRISTOL",
                "region": "UKK11",
                "postalCode": "BS13NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "scwcsu.procurement@nhs.net",
                "url": "https://healthfamily.force.com/s/Welcome."
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://healthfamily.force.com/s/Welcome.",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-72915",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    },
    "language": "en"
}