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

Integrated Healthcare Services to Surrey Prisons and HMP/YOI Bronzefield for NHS England and NHS Improvement (NHSE/I) South East

  • First published: 11 June 2022
  • Last modified: 11 June 2022

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:
ocds-h6vhtk-02e8e4
Published by:
The NHS Commissioning Board operating as NHS England
Authority ID:
AA80752
Publication date:
11 June 2022
Deadline date:
02 August 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS England and NHS Improvement (NHSE/I) South East seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments in Surrey.

• HMP Downview

• HMP Send

• HMP Bronzefield

• HMP Coldingley

• HMP High Down

NHSE/I will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract elements to other specialist providers.

This service 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 full list of services):

• General Practitioners provision

• Primary Care Nursing (including long term conditions)

• Dental services

• Gender specific considerations (addressing the specific needs of the female population)

• Pharmacy Services (including OOH provision)

• Inpatient Unit facility (as applicable)

• Substance Misuse Services

• Primary and Secondary Mental Health and Learning Disability Services

• Health Promotion and Prevention

• Musculoskeletal therapies

• 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 (including but not limited to)

• Dietetics

• Weight management

• Optometry

• Pain management

• Physiotherapy

• Podiatry

• Audiology

• Obstetrics

• Gynaecology

• Transgender (m-f, f-m)

• Personality Disorder

• Occupational Therapy

• Speech and Language Therapy

• Talking Therapies and counselling

• Sexual Health screening - Tiers (1, 2)

• Escorts and bed watches (via risk share agreements)

• Appropriate administrative and data management support

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 this specification, including hospital-based services, to meet patient's health needs.

There are separate integrated health and wellbeing services specifications for the male prisons and female prisons.

The contract is due to commence on 1st April 2023, and the contract duration will be 7 years.

The maximum contract value is £165,490,087 over the contract term.

The maximum contract envelope is based on current operational capacity figures.

Any change to prison population(s) will be managed through a contract variation process.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The NHS Commissioning Board operating as NHS England

Jubilee House, 5510 John Smith Drive, Oxford Business Park

Oxford

OX4 2LH

UK

Contact person: Louise Smith

E-mail: Scwcsu.procurement@nhs.net

NUTS: UKJ14

Internet address(es)

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Integrated Healthcare Services to Surrey Prisons and HMP/YOI Bronzefield for NHS England and NHS Improvement (NHSE/I) South East

Reference number: WA9251/ITT

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS England and NHS Improvement (NHSE/I) South East seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments in Surrey.

• HMP Downview

• HMP Send

• HMP Bronzefield

• HMP Coldingley

• HMP High Down

NHSE/I will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract elements to other specialist providers.

This service 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.

II.1.5) Estimated total value

Value excluding VAT: 165 490 087.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKJ

II.2.4) Description of the procurement

NHS England and NHS Improvement (NHSE/I) South East seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments in Surrey.

• HMP Downview

• HMP Send

• HMP Bronzefield

• HMP Coldingley

• HMP High Down

NHSE/I will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract elements to other specialist providers.

This service 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 full list of services):

• General Practitioners provision

• Primary Care Nursing (including long term conditions)

• Dental services

• Gender specific considerations (addressing the specific needs of the female population)

• Pharmacy Services (including OOH provision)

• Inpatient Unit facility (as applicable)

• Substance Misuse Services

• Primary and Secondary Mental Health and Learning Disability Services

• Health Promotion and Prevention

• Musculoskeletal therapies

• 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 (including but not limited to)

• Dietetics

• Weight management

• Optometry

• Pain management

• Physiotherapy

• Podiatry

• Audiology

• Obstetrics

• Gynaecology

• Transgender (m-f, f-m)

• Personality Disorder

• Occupational Therapy

• Speech and Language Therapy

• Talking Therapies and counselling

• Sexual Health screening - Tiers (1, 2)

• Escorts and bed watches (via risk share agreements)

• Appropriate administrative and data management support

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 this specification, including hospital-based services, to meet patient's health needs.

There are separate integrated health and wellbeing services specifications for the male prisons and female prisons.

The contract is due to commence on 1st April 2023, and the contract duration will be 7 years.

The maximum contract value is £165,490,087 over the contract term.

The maximum contract envelope is based on current operational capacity figures.

Any change to prison population(s) will be managed through a contract variation process.

II.2.6) Estimated value

Value excluding VAT: 165 490 087.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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).

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-024950

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/08/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.3) Additional information

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.

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, 'express an interest' and 'Opt in', 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.

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 are 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 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 with Regulation 87 and Regulation 91 of the Regulations.

VI.4) Procedures for review

VI.4.1) Review body

High Court in London

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.

VI.5) Date of dispatch of this notice

10/06/2022

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85100000 Health services Health and social work services

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:
Scwcsu.procurement@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.