Tender

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

  • NHS England

F02: Contract notice

Notice identifier: 2025/S 000-000570

Procurement identifier (OCID): ocds-h6vhtk-04b01f

Published 8 January 2025, 4:32pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Wellington House, 133-135 Waterloo Road

London

SE1 8UG

Contact

Ashley Preece

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk/

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.