Published date: 7 December 2020

Last edited date: 7 April 2021

This notice was replaced on 24 December 2021

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 24 December 2021)

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

£150,098,305

Procurement reference

PR003694/ITT

Published date

7 December 2020

Closing date

29 April 2021

Closing time

12pm

Contract start date

1 April 2022

Contract end date

31 March 2029

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

NHS England and NHS Improvement South East (the Commissioner) seeks to commission prime providers for the provision of Integrated Healthcare Services to Kent and Medway Prisons. The procurement is split into 2 lots:

Lot 1
•HMP Elmley; local Category B/C men's prison
•HMP Standford Hill; Category D men's prison
•HMP Swaleside; Category B men's prison

Lot 2
•HMP/YOI Rochester; male young offenders institution
•HMP Maidstone; dedicated Foreign National, Category C men's prison
•HMP/YOI East Sutton Park; women's open prison and young offenders institution

NHSEI will hold a contract with the prime provider for each lot, who in turn can directly provide care and/or subcontract care to other specialist providers.

The services will be commissioned as part of the overall Offender Health pathway within the prisons and as such this model will ensure an integrated, recovery orientated service delivery system both within the prisons and onwards into the community. The service will focus on delivering person-centred care within seamless, integrated structured clinical and psychosocial interventions/services in prison and facilitating arrangements through the gate into the community to ensure effective continuity of care. Close joint working with other healthcare services, as well as other departments within the prison is imperative to the success of the delivery of this service.

The healthcare services in the contract include (please see the service specification for further information and full list of services required):
•General Practitioners Provision
•Primary care nursing
•Dental services - to commence 1st April 2022 where stated
•Inpatient Unit facility where one exists
•Substance misuse services
•Optometry
•Podiatry
•Audiology
•Primary and Secondary Mental Health and Learning Disability Services
•Health Promotion and Prevention
•Appropriate administrative and data management support (including data intelligence and reporting resource; data and intelligence analysis)
•Musculoskeletal therapies
•Smoking cessation
•Blood Borne Viruses testing, to include funding, access and delivery (including provision of testing facilities where necessary)
•Consultant-led pain management clinics
•Therapies
•Sexual health screening (Tiers 1, 2 & 3)
•IM&T provision
•Escorts and bed watches (via risk share agreements)
•Requirement to communicate and work with incumbent pharmacy provider

The provider will also be responsible for ensuring effective and meaningful pathways of care are established with secondary care / diagnostics and other services outside of the specification, including hospital-based services, to meet patients' health needs.

The contracts are due to commence on 1st December 2021, and the contract duration will be 7 years.

The maximum contract values for the services are:
Lot 1 = annual contract value £15,743,008; total contract lifecycle value £110,017,977
Lot 2 = annual contract value £5,699,607; total contract lifecycle value £39,824,897.


More information

Links

Additional text

Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

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 correspondence function of the In-Tend 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 is 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. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful.


About the buyer

Contact name

Louise Smith

Address

South Plaza, Marlborough Street
BRISTOL
BS1 3NX
England

Telephone

07917 000950

Email

Scwcsu.procurement@nhs.net

Website

https://in-tendhost.co.uk/scwcsu/aspx/Home