Published date: 7 November 2019
This notice was replaced on 13 March 2020
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 13 March 2020)
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 services - 85100000
Location of contract
South East
Value of contract
£40,866,539
Procurement reference
PR003251ITT
Published date
7 November 2019
Closing date
18 December 2019
Contract start date
1 July 2020
Contract end date
30 June 2027
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 E & NHS I South (South East) (the Commissioner) seeks to commission a prime provider model for the provision of Integrated Healthcare Services to HMP YOI Winchester in order to support integrated, patient centred care across the full range of service specialities detailed in the service specification(s).
NHSE will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. The contract is due to commence on 01/07/2020. Contract duration = 7 years.
HMP Winchester is a Category B (male; aged 18 upwards) Local Prison (operational capacity of approx. 700) that serves the local courts, with a small 129 bed Category C Resettlement Unit (West Hill).
This service will be commissioned as part of the overall Offender Health pathway within the prison and as such this model will ensure an integrated, recovery orientated service delivery system both within the prison 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. The provider must develop close collaborative working relationships with HMPPS management and staff in HMP Winchester.
The Services being commissioned include (please see service specifications for further information and full lists of services required);
• General Practitioners Provision
• Primary Care Nursing
• Dental services
• Pharmacy Services (Including mechanism for OOH provision)
• Inpatient Unit facility
• Substance Misuse Services (including Substance Misuse wing)
• Optometry
• Podiatry
• Audiology
• Primary and Secondary Mental Health and Learning Disability Services
• Health Promotion and Prevention
• Appropriate administrative and data management support (inc. data intelligence and reporting resource; date and intelligence analysis)
• Musculoskeletal therapies
• Smoking cessation
• Blood Born Viruses testing to include funding, access and delivery (inc. provision of testing facilities where necessary)
• Consultant-led Pain management clinics
• Therapies
• Sexual Health screening (Tiers 1, 2)
In addition the provider will be responsible for ensuring effective and meaningful pathways of care are established with secondary care / diagnostics and other services outside of this specification, including hospital-based services, to meet patient's health needs.
Social Care provision will be included within the contract via a Section 75 agreement with the Local Authority.
In order to ensure the Provider can manage Escort and Bed Watch Services in an effective and efficient manner and to protect the Provider against significant bed watch and escort costs that are out of their control, NHSE will include a risk share agreement scheme within the contract.
The max total contract value = £40,866,539 inc escort & bed watches budget
More information
Additional text
-
This procurement is being carried out by SCW CSU on behalf of the Commissioners.
Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend: 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' 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.
A site visit and 1:1 clarification meetings will be available to potential bidders imminently. Following registration on In-Tend please refer to the ITT bidder instructions for details on how to register.
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/potential consortium partners should send their contact details to the SCW procurement team using the correspondence function of In-Tend.
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. Deadline for lodging of appeals should be in accordance wi
About the buyer
Contact name
Tom Griffiths
Address
South Plaza
Bristol
BS1 3NX
England
Website
Share this notice
All content is available under the
