Where Care Excellence Meets Business Success. Transform your operations today - 0333 577 0877
Log in to CareSync Interview Preparation.
Summary, notice description and lot information
The procurement process, led by NHS England, is in the planning stage and is focused on the delivery of integrated healthcare services at the Haslar Immigration Removal Centre (IRC) in Gosport, Hampshire. The industry category is health services, and the procurement method is a Provider Selection Regime (PSR) prior information notice. NHS England intends to commission the services through a prime provider model to cater to the complex healthcare needs at the IRC.
A market engagement event is scheduled on 29th January 2026 in Southampton, Hampshire, to discuss service aims and gather feedback. The contract term is expected to last 7 years and 6 months, with services commencing in July 2027. The contract is valued at approximately £19,052,185.
This tender presents substantial opportunities for businesses specialising in healthcare services, particularly those with expertise in providing comprehensive care in secure environments. Companies that can offer multi-professional primary care, mental health, substance misuse, dental, and pharmacy services, along with administrative and data management support, would be well-suited to engage in this contract. The competitive procurement process is set to begin in summer 2026, providing a significant window for interested parties to prepare and align their offerings with the scope of services required by the Haslar IRC project.
The involvement in such a large-scale project can aid in establishing a presence in the public healthcare sector, fostering business growth and credibility.
NHS England South East (NHSE) (the Commissioner) is seeking to commission prime-provider led integrated healthcare services at Haslar Immigration Removal Centre (IRC). IRCs provide primary medical services to foreign nationals awaiting decisions on their asylum claims or awaiting deportation following a failed application. 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, substance misuse and dental 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 due to have a maximum operational capacity of 600 male residents. The initial operational capacity, over the first three years of the contract, is expected to be 130 residents. Post this term of the contract, there is expected to be an incremental increase in occupancy, as residents are placed there, ramping up to full operational capacity. The services in the contract include (please refer to the service specifications(s) for a full list of the services): * A community equivalent multi-professional primary care service * General Practitioners provision * Primary Care Nursing (including long term conditions) * Dental services * Gender specific considerations * Pharmacy services (including Out of Hours provision) * Substance misuse services * Primary and Secondary Mental Health and Learning Disability Services * Rule 34 and 35 Assessments * Health Promotion and Prevention * Smoking Cessation * Blood Born Viruses testing to include funding, access and delivery (including provision of testing facilities where necessary) * Consultant-led pain management clinics * Therapies / clinics * Access to external community services * Sexual Health screening - Tiers (1, 2) * Appropriate administrative and data management support The successful provider will be expected to actively participate in the on-site mobilisation of the integrated healthcare services immediately post the contract award (expected to be October 2026), in order to effectively commence service delivery once the first residents arrive (expected to be 1st May 2027). Immediately post the contract award and subject to the subsequent signing of the contract, the Commissioner will commence payment to the provider to facilitate the mobilisation of services. This will continue until the service commencement date (expected to be 1st May 2027). Prior to the service commencement date, the provider will be required to provide a financial statement of expenditure incurred during this period which will be reconciled against contract payments made. The contract will end on 30th April 2034, meaning that the total contract term will be a maximum of 7 years and 6 months, inclusive of the mobilisation period of 6 months (based on contract award in October 2026). The service delivery period is expected to be 7 years, based on service commencement to residents on the 1st May 2027. The maximum total contract value (exclusive of the mobilisation period) is PS19,052,186. Payments during the mobilisation period will be made in addition to this contract value as per the Invitation to Tender (ITT) and subject to reconciliation against actual expenditure during this period. TUPE does not apply. Interested parties who wish to take part in the procurement are invited to take part in an ITT process, based on the competitive 'open' procedure. All ITT responses must be returned by 12 noon on 30th June 2026, at the latest. 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 This procurement is being carried out by NHS South, Central & West (SCW) on behalf of the commissioners. SCW is currently subject to restructuring, and the management of this procurement may therefore move to a successor at some point during the procurement process. Bidders will be informed of any such change, and any administrative changes because of it.
Notice type, method, and CPV codes
Financial information and value estimates
Contract duration information not available.
Publication, submission, and award timeline
Current status of tender, lots, awards, and contracts
Buyer organisation and contact details
Supplier who was awarded this contract
External resources and data downloads
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector.
Our expert team can help you prepare a winning bid. Get professional support from CareSync Experts.
Get in touch with our team at Care Sync Experts today for a consultation.
Email: hello@caresyncexperts.co.uk
Phone: 0333 577 0877
Contact Us
Would you like to receive update from CareSync Experts?