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 Award Notice

Lived Experience Services across the South East Health and Justice Secure Estate

  • First published: 03 June 2025
  • Last modified: 03 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-04b01f
Published by:
NHS England
Authority ID:
AA20005
Publication date:
03 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within the South East Secure Adult estate and Secure Children's and Young People's (CYP) estate. The procurement is split into 6 lots:

Lot 1: Kent & Medway prisons - HMP Swaleside, HMP Elmley, HMP Standford Hill, HMP Maidstone, HMP/YOI Rochester, HMP/YOI East Sutton Park and HMP Cookham Wood

Lot 2: Surrey prisons - HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield

Lot 3: Thames Valley prisons - HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury

Lot 4: Sussex, Hampshire & Isle of Wight (IOW) prisons - HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW

Lot 5: South East Immigration Removal Centres (IRCs) - Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC

Lot 6: South East CYP establishments - Lansdowne Secure Children's Home (SCH), Swanwick Lodge SCH, Oasis Restore Secure School and the South East Framework for Integrated Care Community Services.

The contribution of service users who have first-hand experience of using the health and wellbeing services within the secure settings is essential to the delivery of effective services and informing the commissioning process. The Commissioner is committed to listening and acting upon the voice of the service user in the design, delivery and ongoing performance of health and wellbeing services.

The key aims of the Service are:

• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners

• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings

• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.

• To hold commissioners and healthcare providers to account around their delivery against statutory duties.

The service will be expected to consult / engage with service users on the full range of health and wellbeing services delivered within the establishments via delivery of both on-site and remote service user engagement / participation activities.

The service must hold independence from other (e.g. healthcare) service provision in the specified secure settings in order to have the ability to act as an independent and critical friend.

The Lived Experience Services will be expected to support Commissioners and facilitate service user involvement in procurement processes for the provision of healthcare services within the establishments (as required over the life of the contract).

Currently, there are no planned procurement processes scheduled within the South East Detained Estates. Should this position change, the Commissioners will engage in dialogue with the successful provider to understand the financial implications (if any) of the required procurement support and the relevant contract/s may be varied to include additional funding, if required.

It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years, with an option to extend for a further 3 years, at the sole discretion of the Commissioner.

TUPE may apply.

The maximum annual contract value for each lot is:

• Lot 1 = £119,000

• Lot 2 = £85,000

• Lot 3 = £85,000

• Lot 4 = £68,000

• Lot 5 = £34,000

• Lot 6 = £59,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) o

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS England

Wellington House, 133-135 Waterloo Road

London

SE1 8UG

UK

Contact person: Ashley Preece

E-mail: Scwcsu.procurement@nhs.net

NUTS: UKJ

Internet address(es)

Main address: https://atamis-1928.my.salesforce.com/?ec=302&startURL=/visualforce/session?url=https://atamis-1928.lightning.force.com/lightning/page/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

Lived Experience Services across the South East Health and Justice Secure Estate

Reference number: WA17305 / C324855

II.1.2) Main CPV code

75122000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within the South East Secure Adult estate and Secure Children's and Young People's (CYP) estate. The procurement is split into 6 lots:

Lot 1: Kent & Medway prisons - HMP Swaleside, HMP Elmley, HMP Standford Hill, HMP Maidstone, HMP/YOI Rochester, HMP/YOI East Sutton Park and HMP Cookham Wood

Lot 2: Surrey prisons - HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield

Lot 3: Thames Valley prisons - HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury

Lot 4: Sussex, Hampshire & Isle of Wight (IOW) prisons - HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW

Lot 5: South East Immigration Removal Centres (IRCs) - Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC

Lot 6: South East CYP establishments - Lansdowne Secure Children's Home (SCH), Swanwick Lodge SCH, Oasis Restore Secure School and the South East Framework for Integrated Care Community Services.

The contribution of service users who have first-hand experience of using the health and wellbeing services within the secure settings is essential to the delivery of effective services and informing the commissioning process. The Commissioner is committed to listening and acting upon the voice of the service user in the design, delivery and ongoing performance of health and wellbeing services.

The key aims of the Service are:

• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners

• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings

• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.

• To hold commissioners and healthcare providers to account around their delivery against statutory duties.

The service will be expected to consult / engage with service users on the full range of health and wellbeing services delivered within the establishments via delivery of both on-site and remote service user engagement / participation activities.

The service must hold independence from other (e.g. healthcare) service provision in the specified secure settings in order to have the ability to act as an independent and critical friend.

The Lived Experience Services will be expected to support Commissioners and facilitate service user involvement in procurement processes for the provision of healthcare services within the establishments (as required over the life of the contract).

Currently, there are no planned procurement processes scheduled within the South East Detained Estates. Should this position change, the Commissioners will engage in dialogue with the successful provider to understand the financial implications (if any) of the required procurement support and the relevant contract/s may be varied to include additional funding, if required.

It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years, with an option to extend for a further 3 years, at the sole discretion of the Commissioner.

TUPE may apply.

The maximum annual contract value for each lot is:

• Lot 1 = £119,000

• Lot 2 = £85,000

• Lot 3 = £85,000

• Lot 4 = £68,000

• Lot 5 = £34,000

• Lot 6 = £59,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 350 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Kent and Medway prisons

II.2.2) Additional CPV code(s)

75122000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Kent & Medway prisons - HMP Swaleside, HMP Elmley, HMP Standford Hill, HMP Maidstone, HMP/YOI Rochester, HMP/YOI East Sutton Park and HMP Cookham Wood

II.2.4) Description of the procurement

The key aims of the Service are:

• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners

• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings

• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.

• To hold commissioners and healthcare providers to account around their delivery against statutory duties.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90%

Cost criterion: Financial Model Template (Price) / Weighting: 5%

Cost criterion: Financial Planning / Weighting: 5%

II.2.11) Information about options

Options: Yes

Description of options:

an option to extend for a further 3 years, at the sole discretion of the Commissioner.

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Lot 2: Surrey prisons

II.2.2) Additional CPV code(s)

75122000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield

II.2.4) Description of the procurement

The key aims of the Service are:

• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners

• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings

• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.

• To hold commissioners and healthcare providers to account around their delivery against statutory duties.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Cost criterion: Financial Model Template (Price) / Weighting: 5

Cost criterion: Financial Planning / Weighting: 5

II.2.11) Information about options

Options: Yes

Description of options:

an option to extend for a further 3 years, at the sole discretion of the Commissioner.

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Thames Valley prisons

II.2.2) Additional CPV code(s)

75122000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury

II.2.4) Description of the procurement

The key aims of the Service are:

• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners

• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings

• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.

• To hold commissioners and healthcare providers to account around their delivery against statutory duties.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Cost criterion: Financial Model Template (Price) / Weighting: 5

Cost criterion: Financial Planning / Weighting: 5

II.2.11) Information about options

Options: Yes

Description of options:

an option to extend for a further 3 years, at the sole discretion of the Commissioner.

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Sussex, Hampshire & Isle of Wight (IOW) prisons

II.2.2) Additional CPV code(s)

75122000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW

II.2.4) Description of the procurement

The key aims of the Service are:

• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners

• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings

• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.

• To hold commissioners and healthcare providers to account around their delivery against statutory duties.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Cost criterion: Financial Model Template (Price) / Weighting: 5

Cost criterion: Financial Planning / Weighting: 5

II.2.11) Information about options

Options: Yes

Description of options:

an option to extend for a further 3 years, at the sole discretion of the Commissioner.

II.2.13) Information about European Union funds

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

Lot No: 5

II.2.1) Title

South East Immigration Removal Centres (IRCs)

II.2.2) Additional CPV code(s)

75122000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC

II.2.4) Description of the procurement

The key aims of the Service are:

• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners

• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings

• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.

• To hold commissioners and healthcare providers to account around their delivery against statutory duties.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Cost criterion: Financial Model Template (Price) / Weighting: 5

Cost criterion: Financial Planning / Weighting: 5

II.2.11) Information about options

Options: Yes

Description of options:

an option to extend for a further 3 years, at the sole discretion of the Commissioner.

II.2.13) Information about European Union funds

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

Lot No: 6

II.2.1) Title

South East CYP establishments

II.2.2) Additional CPV code(s)

75122000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Lansdowne Secure Children's Home (SCH), Swanwick Lodge SCH, Oasis Restore Secure School and the South East Framework for Integrated Care Community Services.

II.2.4) Description of the procurement

The key aims of the Service are:

• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners

• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings

• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.

• To hold commissioners and healthcare providers to account around their delivery against statutory duties.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Cost criterion: Financial Model Template (Price) / Weighting: 5

Cost criterion: Financial Planning / Weighting: 5

II.2.11) Information about options

Options: Yes

Description of options:

an option to extend for a further 3 years, at the sole discretion of the Commissioner.

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-000570

Section V: Award of contract

Lot No: 1

Title: Kent & Medway prisons

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/05/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

EPIC Consultants Ltd

13980532

150b Bridge Street, Wye, Ashford, Kent, England, TN25 5DP

Ashford

TN25 5DP

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 345 292.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Surrey prisons

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/05/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

EPIC Consultants Ltd

13980532

150b Bridge Street, Wye, Ashford, Kent, England, TN25 5DP

Ashford

TN25 5DP

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 250 129.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Thames Valley prisons

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/05/2025

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

EPIC Consultants Ltd

13980532

150b Bridge Street, Wye, Ashford, Kent, England, TN25 5DP

Ashford

TN25 5DP

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 247 761.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Sussex, Hampshire and IOW prisons

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/05/2025

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ABL Health Ltd

07074944

71 Redgate Way, Farnworth, Bolton, BL4 0JL

Bolton

BL4 0JL

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 203 809.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: South East Immigration Removal Centres (IRCs)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/05/2025

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ABL Health Ltd

07074944

71 Redgate Way, Farnworth, Bolton, BL4 0JL

Bolton

BL4 0JL

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 101 846.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: South East CYP establishments

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/05/2025

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Peer Power Youth

1167758

Fivefields, 8-10 Grosvenor Gardens, London, SW1W 0DH

London

SW1W 0DH

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 176 491.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court in London

London

UK

VI.5) Date of dispatch of this notice

23/05/2025

Coding

Commodity categories

ID Title Parent category
75122000 Administrative healthcare services Administrative services of agencies

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.