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

A Tender Notice
by NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

Source
Contracts Finder
Type
Contract (Services)
Duration
7 year
Value
£36M
Sector
DEFENCE
Published
09 Aug 2023
Delivery
01 Jan 2024 to 31 Mar 2031
Deadline
04 Oct 2023 11:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

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 £15,160,224 Lot 2 £21,092,208 plus payments during the mobilisation periods as per the Financial Model Template (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.

CPV Codes

  • 75231230 - Prison services
  • 85000000 - Health and social work services

Indicators

  • Contract is suitable for SMEs.
  • Contract is suitable for VCOs.

Other Information

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 Please search for the project 'Integrated Healthcare Services to Campsfield House and Haslar IRCs' or Contract Reference 'C183401'. In the interest of encouraging collaborative working, organisations that do not wish to bid for the entire contract but would like their details shared with potential bidders as subcontractors or potential consortium partners should send their contact details to the SCW procurement team using the messaging function of the Atamis system. 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 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 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. Atamis e-procurement system link https://health-family.force.com/s/Welcome

Reference

Domains