Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

RTL025P — Provision of Prison Healthcare Services at HMP/YOI Holloway and HMP Wormwood Scrubs.

  • First published: 10 April 2015
  • Last modified: 10 April 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS England
Authority ID:
AA20005
Publication date:
10 April 2015
Deadline date:
22 May 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

NHS England London Region (the Contracting Authority) wishes to commission providers of Healthcare services for two Prisons in London. The procurement is split into 2 Lots.

The Lots are as follows — Lot 1 includes HMP/YOI Holloway. Lot 2 includes HMP Wormwood Scrubs.

The establishments listed require the following services to be delivered:

1. Primary Care GP and Nursing services.

2. Healthcare Administration.

3. Mental Heath Services.

4. Sexual Health Services.

5. Clinical Substance Misuse Services.

6. Psycho-social interventions service for substance misusers.

7. Allied Healthcare Services e.g. Chiropody/Podiatry, Physiotherapy etc.

8. Optometry services.

9. Pharmaceutical Services.

10. Dental Services.

11. Clinical Waste management.

12. Escorts and Bedwatches management.

13. Radiology Services (including radiographers, radiation protection advisor/s — where X-Rays are in place).

14. Health Promotion.

15. Continuity of Care.

The above list is not exhaustive and full details on the required services will be outlined in the service specification as part of the contract documents for those Bidders invited to tender.

The Contracting Authority wishes to receive responses to the PQQ from suitably qualified healthcare providers experienced in healthcare service provision within secure settings (Bidders) with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the specified services within the requisite timescales. The Contracting Authority intends to award one contract as a result of this procurement process for each of the Lots described above. Further information on the proposed structure of the contract is provided in the PQQ and Memorandum of Information (MOI) documentation made available online to interested parties on the NHS Sourcing eTendering portal (link below).

The Contracting Authority will consider consortia bids in the procurement. The Contracting Authority will only accept bids from organisations (or groups of organisations) that are able to provide the full list of required services within each Lot. The services within each Lot are non-separable.

To clarify, Bidders who only specialise in certain service areas are able to form consortia or other relationships (for example sub-contracting for a Prime contractor) in order to be considered for the opportunity. Important information regarding Bidder Structures is available on the tender portal for interested parties. This information explains the structures which Bidders are able to/ required to take in Bidding for this opportunity.

The contract will have an initial period of 5 years (60 months) which will be followed by two optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months.

The Estimated Contract Value for Lot 1 is 49 063 000 GBP.

The Estimated Contract Value for Lot 2 is 63 749 000 GBP.

The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).

Interested potential Bidders must access the PQQ documentation via the NHS Sourcing eTendering portal as soon as possible and ensure they are familiar with the process. Completed PQQ responses will only be accepted via the eTendering portal specified and the deadline for submission of these is Friday 22.5.2015 at 12:00 (noon).

If on reading this advert, you do not wish to register as a Lead Bidder but would be interested in becoming a subcontractor for a Lead Bidder, please find within the documentation on the eTendering portal a template to complete and submit to register your interest in this opportunity as a subcontractor. Interested subcontractors should submit their information forms via the portal as soon as possible via

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS England (London)

Southside,105 Victoria Street

London

SW1E 6QT

UK

via the eTendering portal (link below)

Barend Henning

+44 1489779186

barend.henning@nhs.net


www.england.nhs.uk

www.nhssourcing.co.uk

www.nhssourcing.co.uk

www.nhssourcing.co.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

RTL025P — Provision of Prison Healthcare Services at HMP/YOI Holloway and HMP Wormwood Scrubs.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance

HMP/YOI Holloway and HMP Wormwood Scrubs.



UKI

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

NHS England London Region (the Contracting Authority) wishes to commission providers of Healthcare services for two Prisons in London. The procurement is split into 2 Lots.

The Lots are as follows — Lot 1 includes HMP/YOI Holloway. Lot 2 includes HMP Wormwood Scrubs.

The establishments listed require the following services to be delivered:

1. Primary Care GP and Nursing services.

2. Healthcare Administration.

3. Mental Heath Services.

4. Sexual Health Services.

5. Clinical Substance Misuse Services.

6. Psycho-social interventions service for substance misusers.

7. Allied Healthcare Services e.g. Chiropody/Podiatry, Physiotherapy etc.

8. Optometry services.

9. Pharmaceutical Services.

10. Dental Services.

11. Clinical Waste management.

12. Escorts and Bedwatches management.

13. Radiology Services (including radiographers, radiation protection advisor/s — where X-Rays are in place).

14. Health Promotion.

15. Continuity of Care.

The above list is not exhaustive and full details on the required services will be outlined in the service specification as part of the contract documents for those Bidders invited to tender.

The Contracting Authority wishes to receive responses to the PQQ from suitably qualified healthcare providers experienced in healthcare service provision within secure settings (Bidders) with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the specified services within the requisite timescales. The Contracting Authority intends to award one contract as a result of this procurement process for each of the Lots described above. Further information on the proposed structure of the contract is provided in the PQQ and Memorandum of Information (MOI) documentation made available online to interested parties on the NHS Sourcing eTendering portal (link below).

The Contracting Authority will consider consortia bids in the procurement. The Contracting Authority will only accept bids from organisations (or groups of organisations) that are able to provide the full list of required services within each Lot. The services within each Lot are non-separable.

To clarify, Bidders who only specialise in certain service areas are able to form consortia or other relationships (for example sub-contracting for a Prime contractor) in order to be considered for the opportunity. Important information regarding Bidder Structures is available on the tender portal for interested parties. This information explains the structures which Bidders are able to/ required to take in Bidding for this opportunity.

The contract will have an initial period of 5 years (60 months) which will be followed by two optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months.

The Estimated Contract Value for Lot 1 is 49 063 000 GBP.

The Estimated Contract Value for Lot 2 is 63 749 000 GBP.

The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).

Interested potential Bidders must access the PQQ documentation via the NHS Sourcing eTendering portal as soon as possible and ensure they are familiar with the process. Completed PQQ responses will only be accepted via the eTendering portal specified and the deadline for submission of these is Friday 22.5.2015 at 12:00 (noon).

If on reading this advert, you do not wish to register as a Lead Bidder but would be interested in becoming a subcontractor for a Lead Bidder, please find within the documentation on the eTendering portal a template to complete and submit to register your interest in this opportunity as a subcontractor. Interested subcontractors should submit their information forms via the portal as soon as possible via the messaging function on the portal so that it can be shared with potential Lead Bidders (subcontractors should not necessarily wait until PQQ submission date to submit their forms).

Additional information can be found in the Memorandum of Information (MOI) document available now via the eTendering portal. The PQQ documentation will be made available for download on the e-tendering portal (link below) by 16:00 on 17.4.2015.

The dates and other information outlined in this advert are subject to change and interested parties are advised to register on the eTendering portal to keep up to date with any subsequent changes to information relating to this contract opportunity.

The Public Contracts Regulations 2015 do not come into force for clinical healthcare service procurements until April 2016 and therefore the Services to which this requirement relates fall within Part B of Schedule 3 to the Public Contracts Regulations 2006 (the Regulations) and Appendix II B to Council Directive 2004/18/EC. Neither the publication of the advertisement(s), the inclusion of a Bidder selection stage nor the use of the term Pre-Qualification Questionnaire nor any other indication (including any statement in the ITT) shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations, save those applicable to Part B services. NHS England will be using the Restricted tender process as a template for this Part B service procurement — see above.

All communication must be via the eTendering portal stated.

II.1.6)

Common Procurement Vocabulary (CPV)

85100000
85141200
85130000
85149000
85121100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The contract will have an initial period of 5 years (60 months) which will be followed by 2 optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months. The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).

112 812 000
GBP

II.2.2)

Options

The contract will have an initial period of 5 years (60 months) which will be followed by 2 optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months.

Provisional timetable for recourse to these options

Number of possible renewals

2

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

See PQQ documentation for further details.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

See PQQ documentation for further details.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

See PQQ documentation for further details.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://www.nhssourcing.co.uk and click the link to register — Accept the terms and conditions and click 'continue' — Enter your correct business and user details — Note the username you chose and click 'Save' when complete — You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender — Login to the portal with the username/password — Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content. — Click the 'Express Interest' button at the top of the page. — This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender — Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) — You can now use the ‘Messages' function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2)

Economic and financial capacity


See PQQ documentation for further details.



See PQQ documentation for further details.


III.2.3)

Technical capacity


See PQQ documentation for further details.



See PQQ documentation for further details.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

5

Objective criteria for choosing the limited number of candidates

See PQQ documentation for further details.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

RTL025P

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 22-05-2015  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 22-05-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 29-6-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

6 

IV.3.8)

Conditions for opening tenders




Electronic submissions via the eTendering portal onlywww.nhssourcing.co.uk

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The Contracting Authority intends to use an eTendering system in this procurement exercise. See PQQ documentation for further details. www.nhssourcing.co.uk

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


See contact details provided previously







www.nhssourcing.co.uk

Body responsible for mediation procedures


See contact details provided previously







www.nhssourcing.co.uk

VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained


See contact details provided previously







www.nhssourcing.co.uk

VI.5)

Dispatch date of this Notice

 07-04-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



NHS England (London) via eTendering portal only (link below)








www.nhssourcing.co.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



NHS England (London) via eTendering portal only (link below)








www.nhssourcing.co.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



NHS England (London) via eTendering portal only (link below)








www.nhssourcing.co.uk

ANNEX B

Information About Lots

1     HMP/YOI Holloway

1)

Short Description

See previous description.

2)

Common Procurement Vocabulary (CPV)

85100000

3)

Quantity or scope

The contract will have an initial period of 5 years (60 months) which will be followed by 2 optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months. The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).


 49 063 000  GBP.

4)

Indication about different contract dates

84

5)

Additional Information about lots

See tender documentation for details on Lot governance.

ANNEX B

Information About Lots

2     HMP Wormwood Scrubs

1)

Short Description

See previous description.

2)

Common Procurement Vocabulary (CPV)

85100000

3)

Quantity or scope

The contract will have an initial period of 5 years (60 months) which will be followed by 2 optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months. The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).


 63 749 000  GBP.

4)

Indication about different contract dates

84

5)

Additional Information about lots

See tender documentation for details on tender Lot governance.


Coding

Commodity categories

ID Title Parent category
85130000 Dental practice and related services Health services
85121100 General-practitioner services Medical practice services
85100000 Health services Health and social work services
85149000 Pharmacy services Miscellaneous health services
85141200 Services provided by nurses Services provided by medical personnel

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
barend.henning@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.