Future opportunity

NHS England and NHS Improvement South (South East) - Integrated Health and Emotional Wellbeing Service to HMYOI Cookham Wood - Market Engagement

  • NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

F21: Social and other specific services – public contracts (prior information notice without call for competition)

Notice reference: 2021/S 000-004177

Published 2 March 2021, 4:38pm



Section one: Contracting authority

one.1) Name and addresses

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

South Plaza,Marlborough Street

BRISTOL

BS13NX

Contact

Louise Smith

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

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

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

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

NHS England and NHS Improvement South (South East) - Integrated Health and Emotional Wellbeing Service to HMYOI Cookham Wood - Market Engagement

Reference number

WA11388

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England and NHS Improvement (NHSE/I) South East (the Commissioner) invites expressions of interest to attend a market engagement event from suitably qualified and experienced providers, to provide an integrated health and wellbeing service to Cookham Wood Young Offender Institution (YOI).

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

The anticipated contract commencement date is 1st April 2022 and the contract duration is anticipated to be 7 years. The indicative annual contract value is £2.4m.

NHS South Central and West Commissioning Support Unit (SCW) are undertaking this exercise on behalf of the Commissioner.

two.1.5) Estimated total value

Value excluding VAT: £16,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Kent

two.2.4) Description of the procurement

NHS England and NHS Improvement (NHSE/I) South East (the Commissioner) invites expressions of interest to attend a market briefing event from suitably qualified and experienced providers, to provide an Integrated Health and Emotional Wellbeing Service to Cookham Wood Young Offender Institution (YOI).

It is recognised that previous engagement with potential bidders has been undertaken in relation to HMPYOI Cookham Wood in 2019. The Commissioner wishes to offer a further opportunity for engagement, to obtain an up-to-date understanding of the provider market and provide interested providers with up-to-date information regarding the YOI, national strategic expectations and service requirements.

The Integrated Health and Emotional Wellbeing Service is expected to lead on the ongoing embedding of a trauma informed environment for the children and young people at HMPYOI Cookham Wood alongside HMPPS and Youth Custody Services by continuing the delivery of the national SECURE STAIRS programme. The Integrated Health and Emotional Wellbeing Service will meet the clinical needs of children and young people, alongside delivering positive change in health behaviours and attitudes via a whole setting approach to health.

HMP YOI Cookham Wood is in Rochester, Kent with a population made up of for boys and young men aged 15-18 years. Although the current average length of stay is 2-3 months, there are increasing numbers starting longer sentences who will require proactive support with their transition to the adult secure estate.

The healthcare related services in the contract are likely to include:

• Primary care nursing

• GP provision

• Healthcare administration support (including data intelligence and reporting resource)

• Mental health and emotional wellbeing services including: Primary and Secondary

• Mental health with access to a range of psychologically informed interventions appropriate for young people, both formal and informal

• SALT, NDT and Learning Disability provision

• Assessment, care planning and support for young people with complex needs.

• Sexual health and Harmful Sexual Behaviour services

• Psycho-social interventions service for substance misusers

• Public health programmes including health promotion and health education.

• Responsibility for prescribing and management of appropriate pharmaceutical interventions for physical and mental health

• Promotion and active support for service user participation in service design and delivery

• Dental provision

• Appropriate specialist health provision: Optometry, Physiotherapy, Occupational Therapy

• Delivery of appropriate health and emotional wellbeing training for non-healthcare staff

The provider will also be responsible for ensuring:

• Close collaboration with the education and training provider to develop a shared health curriculum and working partnership that supports young people with emotional and health needs in the classroom

• Effective and meaningful pathways of care are established with community-based specialist health provision, including hospital-based services where appropriate

• Robust working relationships with relevant Local Authorities to ensure delivery of the key responsibilities regarding social care provision.

• The delivery of appropriate reflective supervision to non-healthcare staff

NHSE/I is seeking to contract with a prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers where appropriate.

The anticipated contract commencement date is 1st April 2022 and the indicative contract duration is 7 years. The indicative annual contract value is £2.4m.

NHS South Central and West Commissioning Support Unit (SCW) are undertaking this exercise on behalf of the Commissioner.

two.2.14) Additional information

The Commissioner will be holding a market briefing event on Wednesday 31st March 2021, 10:00 - 11:30am. The event will be run virtually via MicrosoftTeams.

Further details will be confirmed to those providers who express interest.

To express an interest in attending, please register on the e-procurement system, In-Tend and submit a 'correspondence' with the following details:

Name of attendee(s)

Title / role

Contact details (email and telephone number)

Whether you are interested as a prime provider or sub-contractor by COP on Thursday 25th March 2021.

Interested providers will be able to view this opportunity and express interest via the 'current tenders' list on In-Tend, available on the following link: https://intendhost.co.uk/scwcsu/aspx/Home

two.3) Estimated date of publication of contract notice

3 March 2021


Section six. Complementary information

six.3) Additional information

This notice is an information gathering exercise rather than a call for competition in its own right, and therefore publication or response does not commit the Commissioner or respondents to a future procurement, nor provide any process exemptions or preferential treatment to any parties expressing an interest. Commissioners are looking to establish what interest there might be in providing such a service from suitably qualified, capable and competent organisations.

The Commissioner will not be liable for costs incurred by any interested party in participating in this exercise. Interested parties should note that a response to this notice does not guarantee an automatic invitation to any subsequent formal procurement, which the commissioners will consider in due course.

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

Any future tendering process will be conducted in accordance with the requirements and flexibilities provided by 74 to 77 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.