- Scope of the procurement
- 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.
Section one: Contracting authority
one.1) Name and addresses
NHS England
Wellington House, 133-135 Waterloo Road
London
SE1 8UG
Contact
Ashley Preece
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lived Experience Services across the South East Health and Justice Secure Estate
Reference number
WA17305 / C324855
two.1.2) Main CPV code
- 75122000 - Administrative healthcare services
two.1.3) Type of contract
Services
two.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 (36 months), 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
Bidders may only submit bids for a maximum of 3 lots.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.1.5) Estimated total value
Value excluding VAT: £1,350,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
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 No
1
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
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
two.2.4) Description of the procurement
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within Kent & Medway prisons, which encompasses HMP Swaleside, HMP Elmley, HMP Standford Hill, HMP Maidstone, HMP/YOI Rochester, HMP/YOI East Sutton Park and HMP Cookham Wood.
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 (36 months), 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 lot 1 is £119,000.
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £357,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.14) Additional information
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
two.2) Description
two.2.1) Title
Lot 2: Surrey prisons - HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield
Lot No
2
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Surrey prisons - HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield
two.2.4) Description of the procurement
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within Surrey prisons, which encompasses HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield
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 (36 months), 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 lot 2 is £85,000.
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £255,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.14) Additional information
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
two.2) Description
two.2.1) Title
Lot 3: Thames Valley prisons - HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury
Lot No
3
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance
Thames Valley prisons - HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury
two.2.4) Description of the procurement
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within Thames Valley prisons, which encompasses HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury
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 (36 months), 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 lot 3 is £85,000
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £255,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.14) Additional information
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
two.2) Description
two.2.1) Title
Lot 4: Sussex, Hampshire & Isle of Wight (IOW) prisons - HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW
Lot No
4
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
Sussex, Hampshire & Isle of Wight (IOW) prisons - HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW
two.2.4) Description of the procurement
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within Sussex, Hampshire & Isle of Wight (IOW) prisons, which encompasses HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW.
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 (36 months), 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 lot 4 is £68,000.
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £204,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.14) Additional information
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
two.2) Description
two.2.1) Title
Lot 5: South East Immigration Removal Centres (IRCs) - Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC
Lot No
5
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
South East Immigration Removal Centres (IRCs) - Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC
two.2.4) Description of the procurement
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within South East Immigration Removal Centres (IRCs), which encompasses Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC.
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 (36 months), 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 lot 5 is £34,000.
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £102,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.14) Additional information
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
two.2) Description
two.2.1) Title
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.
Lot No
6
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
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.
two.2.4) Description of the procurement
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within South East CYP establishments, which encompasses 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 (36 months), 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 lot 6 is £59,000.
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £177,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years (36 months), with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2.14) Additional information
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-034145
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 8 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 February 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
The contracting authority intends to observe the award decision notices provisions and 10 day standstill period described in the Public Contracts Regulations 2015.
six.4) Procedures for review
six.4.1) Review body
High Court in London
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As described in VI.3.