Social and other specific services – public contracts
Contract award notice
Section I: Contracting
authority
I.1) Name and addresses
NHS England and NHS Improvement South (South West)
South Plaza, Marlborough Street
Bristol
BS1 3NX
UK
Contact person: Alexandra Searle
E-mail: scwcsu.procurement@nhs.net
NUTS: UKK23
Internet address(es)
Main address: https://in-tendhost.co.uk/scwcsu/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NHS England and NHS Improvement South (South West) — Dorset Sexual Assault Referral Centre Services
Reference number: WA09945
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS England and NHS Improvement South (South West) (NHSE/I), as lead commissioner and the Dorset Office of the Police and Crime Commissioner as co-commissioner, recommissioned Dorset Sexual Assault Referral Centre (SARC) services.
The commissioning exercise aimed to increase equity of access and ensure a consistent and high standard of quality care to victims of sexual assault in line with the Strategic Direction for Sexual Assault and Abuse Services (2018).
The Commissioner contracted the services using the National NHS Standard Contract. The contract will be for a term of 7 years and will commence from 1 April 2021. The total contract value of the service will be GBP 3 720 206 over the 7 years.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 721 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK2
Main site or place of performance:
Dorset.
II.2.4) Description of the procurement
NHS England and NHS Improvement South (South West) (NHSE/I), as lead commissioner and the Dorset Office of the Police and Crime Commissioner as co-commissioner, recommissioned Dorset Sexual Assault Referral Centre (SARC) services.
Dorset SARC services aim to increase equity of access and ensure a consistent and high standard of quality care to victims of sexual assault in line with the Strategic Direction for Sexual Assault and Abuse Services (2018). The following outcomes are anticipated during the life of the contract:
• be people-oriented and focused on addressing the needs of service users;
• provide consistency of available services offered to different age groups, i.e. adults and paediatrics, and equal access to services;
• meet national quality and clinical standards;
• provide value and effectiveness of provision;
• ensure 24/7 access to crisis support and specialist clinical and forensic care/advice;
• ensure the workforce has the required capabilities and competencies;
• operate as part of a coherent Sexual Assault Pathway;
• ensure effective collaboration with key partners.
Key elements of Dorset SARC services include:
• adult provision;
• paediatric provision, co-delivered by paediatricians at Poole Hospital Foundation Trust (PHFT);
• forensic physicians (for complex cases and pre-pubertal children up to their 14th birthday);
• forensic nurse examiners (for adults and post-pubertal young people aged 14 years and above);
• crisis workers;
• estates and facilities (in liaison with Dorset Police and the OPCC).
Independent Sexual Violence Advisor (ISVA) services and therapeutic provision fall outside of the scope of this contract.
The Dorset SARC provider will be required to work closely with the paediatric department from PHFT, who are commissioned separately by NHSE/I to provide the paediatric workforce for assessment and examinations of children and young people. PHFT also deliver provision of non-recent/historic child sexual abuse services.
Services will be delivered under the national service specification (Spec 30), coupled with the Dorset (local) specification, that are aligned with best practice, current Faculty for Forensic and Legal Medicine (FFLM) guidelines and current Royal Colleges’ guidance. Where standards and guidance are reviewed and updated during the life of the contract, SARC services must maintain compliance with any changes and as such the contract may be varied accordingly.
The Commissioner contracted the Services using the National NHS Standard Contract. The contract will be for a term of 7 years and will commence from 1 April 2021. The total contract value is GBP 3 720 206 over the 7 years.
This procurement was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
These 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 is instead governed by the ‘Light Touch Regime’ contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.11) Main features of the award procedure:
Bids were evaluated based on the Most Economically Advantageous Tender (MEAT).
Questions were split into sections with specified weightings with an overall weighting of 90 % for quality and 10 % for finance. All scored questions were evaluated using a 0-4 scale as published within the ITT documentation, firstly by individual evaluators and then a consensus score reached for each question via moderation meetings. Associated weightings were applied and summed to reach an overall total score.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 127-312166
Section V: Award of contract
Title: Dorset Sexual Assault Referral Centre Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/01/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
G4S Health Services (UK) Ltd
18 Hoffmanns Way
Essex
CM1 1GU
UK
NUTS: UKJ
Internet address(es)
URL: https://www.g4s.com
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 3 720 206.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) 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 is instead governed by the ‘Light Touch Regime’ contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The tendering process has been 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 ran 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.
The contracting authority voluntarily observed the award decision notices provisions and held a 10 day standstill period as described in Regulation 86 of the Regulations. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.
VI.4) Procedures for review
VI.4.1) Review body
High Court London
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As described in VI.3), deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.
VI.5) Date of dispatch of this notice
15/02/2021