Published date: 18 August 2017
This notice was replaced on 29 November 2018
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 29 November 2018)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Health and social work services - 85000000
Location of contract
South East
Value of contract
£4,329,000
Procurement reference
SCW/NHSEQ81/00000390/2017
Published date
18 August 2017
Closing date
28 September 2017
Contract start date
1 April 2018
Contract end date
31 March 2021
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
NHS England Health & Justice South (South East) wishes to recommission Mental Health and Learning Disability services at HMP/YOI Bronzefield, a closed women's local prison in Ashford, Surrey. The prison has an operational capacity of 572, and accommodates a highly complex and varied population that consists of mothers and babies, young offenders, life and long term sentenced women, short to mid-term sentenced women, foreign nationals and women on remand. Since the closure of HMP Holloway in June 2016, HMP/YOI Bronzefield is now one of the largest women's prisons in Europe.
The mental health service will deliver a fully integrated and comprehensive mental health service to all patients (including those with a learning disability and / or personality disorder) based on careful and systematic assessment of need. The service will take the form of an integrated stepped care model for mental health which will enable patients to flow seamlessly between mild to moderate and severe and enduring stages, based on clinical need and risk at different points in time. The mental health team will deliver a service model with the flexibility to react to, and support, the patient's continuum of need.
The maximum annual contract value will be £826,000 (£1,025,000 in year 1). The contract duration will be three years (with the option to extend by up to a further two years), due to commence on 01/04/18.
Commissioners will not be liable for costs incurred by any interested party in participating in this process.
Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the Open procedure and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider.
The procurement will be conducted via the In-Tend portal, and can be accessed via the 'current tenders' list on https://in-tendhost.co.uk/scwcsu/aspx/Home
In order to access the tender documentation, you will need to 'express an interest' and register on the system for full access. Bidders are required to respond to questions directly within In-Tend and attach any requested documents separately to the placeholders provided.
All ITT responses must be returned by 12 Noon on 28th September 2017, at the latest.
More information
Additional text
-
The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU ("the Directive") and Schedule 3 to the Public Contract Regulations 2015 ("the Regulations"). 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.
About the buyer
Contact name
Tom Griffiths
Address
South Plaza, Marlborough Street
Bristol
BS1 3NX
England
Share this notice
All content is available under the
