Tender

Integrated Healthcare Services to Campsfield House and Haslar Immigration Removal Centres (IRCs)

NHS ENGLAND

This public procurement record has 2 releases in its history.

TenderUpdate

29 Sep 2023 at 15:00

Tender

09 Aug 2023 at 17:03

Summary of the contracting process

The National Health Service (NHS) England South East is seeking prime-provider led integrated healthcare services for Campsfield House and Haslar Immigration Removal Centres. The procurement is split into two Lots, where providers can bid for one or both. The contracts are expected to start in January 2024, with service delivery commencing in July 2024. The total contract term for each Lot will be 7 years and 3 months, with a maximum total value for Lot 1 of £15,160,224 and for Lot 2 of £21,092,208.

This tender presents an opportunity for healthcare service providers to deliver outcome-focused healthcare services to foreign nationals in detention. The successful bidder must have the ability to provide integrated healthcare services, covering physical health, mental health, and substance misuse services. Interested providers should be prepared for on-site mobilisation immediately post-contract award in January 2024, to commence service delivery in July 2024. Providers with experience in healthcare services and contract management would be well-suited to compete for this tender.

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

Integrated Healthcare Services to Campsfield House and Haslar Immigration Removal Centres (IRCs)

Notice Description

NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Campsfield House and Haslar Immigration Removal Centres (IRCs). The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application. The procurement is split into 2 lots: * Lot 1 - Campsfield House IRC * Lot 2 - Haslar IRC Providers may bid for one or both of the Lots. Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services. NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. Campsfield House IRC is located in Kidlington, Oxford and is expected to have an initial operational capacity of 160 male detainees in phase one of the contract, rising to 400 in phase two. Haslar IRC is located in Gosport Hampshire and is expected to have an initial operational capacity of 130 male detainees in phase one, rising to 600 in phase two. For both sites there will be an incremental occupancy increase over the first year of the contract. Immediately post confirmation of the contract award (expected to be January 2024) and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation. The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024. The maximum total contract values for the service delivery period are as follows: Lot 1 PS15,160,224 Lot 2 PS21,092,208 plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period. The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

Lot Information

Campsfield House IRC

NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Campsfield House IRC. The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application. The procurement is split into 2 lots: * Lot 1 - Campsfield House IRC Providers may bid for one or both of the Lots. Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services. NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. Campsfield House IRC is located in Kidlington, Oxford and is expected to have an initial operational capacity of 160 male detainees in phase one of the contract, rising to 400 in phase two. For both sites there will be an incremental occupancy increase over the first year of the contract. Immediately post confirmation of the contract award expected to be January 2024 and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation. The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024. The maximum total contract value for the service delivery period are as follows: Lot 1 PS15,160,224 Lot 2 PS21,092,208 plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period. The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome Additional information: 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).

Haslar IRC

NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Haslar Immigration Removal Centre (IRC). The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application. The procurement is split into 2 lots: * Lot 2 - Haslar IRC Providers may bid for one or both of the Lots. Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services. NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. Haslar IRC is located in Gosport Hampshire and is expected to have an initial operational capacity of 130 male detainees in phase one, rising to 600 in phase two. For both sites there will be an incremental occupancy increase over the first year of the contract. Immediately post confirmation of the contract award (expected to be January 2024) and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation. The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024. The maximum total contract value for the service delivery period are as follows: Lot 2 PS21,092,208 plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period. The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome Additional information: 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).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ee67
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028847-2023
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

75 - Administration, defence and social security services

85 - Health and social work services


CPV Codes

75231230 - Prison services

85000000 - Health and social work services

Notice Value(s)

Tender Value
£36,252,432 £10M-£100M
Lots Value
£36,252,432 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Sep 20232 years ago
Submission Deadline
4 Oct 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 ENGLAND
Contact Name
Louise Smith
Contact Email
scwcsu.procurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
HORLEY
Postcode
RH6 7DE
Post Town
Redhill
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ26 East Surrey
Delivery Location
TLJ14 Oxfordshire CC, TLJ35 South Hampshire

Local Authority
Reigate and Banstead
Electoral Ward
Horley Central & South
Westminster Constituency
Dorking and Horley

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-03ee67-2023-09-29T16:00:37+01:00",
    "date": "2023-09-29T16:00:37+01:00",
    "ocid": "ocds-h6vhtk-03ee67",
    "description": "Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome. Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page. If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid. 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 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 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. Bidders will be notified of a contract award decision and the Contracting Authority intends to voluntarily observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).",
    "initiationType": "tender",
    "tender": {
        "id": "C183401",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Integrated Healthcare Services to Campsfield House and Haslar Immigration Removal Centres (IRCs)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Campsfield House and Haslar Immigration Removal Centres (IRCs). The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application. The procurement is split into 2 lots: * Lot 1 - Campsfield House IRC * Lot 2 - Haslar IRC Providers may bid for one or both of the Lots. Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services. NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. Campsfield House IRC is located in Kidlington, Oxford and is expected to have an initial operational capacity of 160 male detainees in phase one of the contract, rising to 400 in phase two. Haslar IRC is located in Gosport Hampshire and is expected to have an initial operational capacity of 130 male detainees in phase one, rising to 600 in phase two. For both sites there will be an incremental occupancy increase over the first year of the contract. Immediately post confirmation of the contract award (expected to be January 2024) and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation. The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024. The maximum total contract values for the service delivery period are as follows: Lot 1 PS15,160,224 Lot 2 PS21,092,208 plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period. The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome",
        "value": {
            "amount": 36252432,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Campsfield House IRC",
                "description": "NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Campsfield House IRC. The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application. The procurement is split into 2 lots: * Lot 1 - Campsfield House IRC Providers may bid for one or both of the Lots. Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services. NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. Campsfield House IRC is located in Kidlington, Oxford and is expected to have an initial operational capacity of 160 male detainees in phase one of the contract, rising to 400 in phase two. For both sites there will be an incremental occupancy increase over the first year of the contract. Immediately post confirmation of the contract award expected to be January 2024 and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation. The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024. The maximum total contract value for the service delivery period are as follows: Lot 1 PS15,160,224 Lot 2 PS21,092,208 plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period. The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome Additional information: 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).",
                "value": {
                    "amount": 15160224,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2610
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Haslar IRC",
                "description": "NHS England South East (NHSE) is seeking to commission prime-provider led integrated healthcare services at Haslar Immigration Removal Centre (IRC). The IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application. The procurement is split into 2 lots: * Lot 2 - Haslar IRC Providers may bid for one or both of the Lots. Interested providers should have the capacity and capability to provide an outcome focused, integrated and patient centred primary healthcare service, equivalent to that available to the local community, for the IRC. The service will deliver a comprehensive range of services in-house, to include physical health, mental health and substance misuse services; please refer to the service specification(s) for a full list of services. NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. Haslar IRC is located in Gosport Hampshire and is expected to have an initial operational capacity of 130 male detainees in phase one, rising to 600 in phase two. For both sites there will be an incremental occupancy increase over the first year of the contract. Immediately post confirmation of the contract award (expected to be January 2024) and subject to signing of the contract, the successful bidder for each lot will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award, in order to effectively commence service delivery once the first detainees arrive in July 2024. Payment will be made for this period as described in the ITT documentation. The contracts will end on 31st March 2031, meaning that the total Contract term for each lot will be a maximum of 7 years and 3 months, inclusive of the mobilisation period of 6 months (based on Contract Signature in January 2024). The Service Delivery period is expected to be 6 years and 9 months, based on Service Commencement to detainees on 1st July 2024. The maximum total contract value for the service delivery period are as follows: Lot 2 PS21,092,208 plus payments during the mobilisation periods as per the ITT and subject to reconciliation against actual expenditure during this period. The published Service Specifications are currently awaiting final approval. All amendments will be notified via the procurement portal. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome Additional information: 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).",
                "value": {
                    "amount": 21092208,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2610
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75231230",
                        "description": "Prison services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75231230",
                        "description": "Prison services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ35"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://health-family.force.com/s/Welcome",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2023-10-04T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "reviewDetails": "As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-10-04T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-10-11T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-84117",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "York House",
                "locality": "Horley",
                "region": "UKJ",
                "postalCode": "RH6 7DE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Louise Smith",
                "email": "scwcsu.procurement@nhs.net",
                "url": "https://health-family.force.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/south/",
                "buyerProfile": "https://health-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-18220",
            "name": "High Court in London",
            "identifier": {
                "legalName": "High Court in London"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-84117",
        "name": "NHS England"
    },
    "language": "en"
}