Contract

Pharmacy Services to Kent and Medway Prisons for NHS England South East

  • NHS England

F03: Contract award notice

Notice identifier: 2023/S 000-004330

Procurement identifier (OCID): ocds-h6vhtk-035137

Published 13 February 2023, 11:43am



Section one: Contracting authority

one.1) Name and addresses

NHS England

1st Floor, Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Louise Smith

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

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

Buyer's address

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

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

Pharmacy Services to Kent and Medway Prisons for NHS England South East

Reference number

C95386

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England (NHSE) South East sought to commission a provider with the capability and capacity to deliver pharmacy services to the following establishments in Kent and Medway.
• HMP Elmley
• HMP Standford Hill
• HMP Swaleside
• HMP/YOI Rochester
• HMP Maidstone
• HMP/YOI East Sutton Park
• HMP/YOI Cookham Wood

The contract has been awarded to Oxleas NHS Foundation Trust and is due to commence on 1st April 2023, for a duration of 6 years. The total contract value is £13,800,000. This value is based on current operational capacity figures. Any change to prison population(s) will be managed through a contract variation process.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

The project reference number for this opportunity is C95386, (previously WA11482).

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £13,800,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

NHS England (NHSE) South East sought to commission a provider with the capability and capacity to deliver pharmacy services to the following establishments in Kent and Medway.
• HMP Elmley
• HMP Standford Hill
• HMP Swaleside
• HMP/YOI Rochester
• HMP Maidstone
• HMP/YOI East Sutton Park
• HMP/YOI Cookham Wood

The pharmacy service will dispense and deliver medication daily from the pharmacy hub at HMP/YOI Rochester to those establishments listed above, aside from HMP Elmley which will have its own dispensing pharmacy as a satellite to HMP/YOI Rochester and will form part of this contract. This recognises its role as the reception prison for Kent and Medway and the unique pharmacy requirements associated with this cohort.

The pharmacy service will:
• Provide high-quality and effective primary pharmacy services, including medicines management to the Prisons and Young Offenders Institutions (YOI) in scope, in a timely and appropriate manner.
• Provide an equivalent standard of service and controls within the prisons to that in the community
• Integrate with the healthcare provider to ensure a high-quality patient centred service (as defined by NHS Modernisation Agency 2001), including the appropriate essential standards outlined by the Care Quality Commission (CQC) document “Essential Standards of Quality & Safety”
• Work effectively with the healthcare provider, HM Prison and Probation Service (HMPPS) and other relevant stakeholders.
• Be needs-led, patient focused and change according to the needs of the population of the Kent and Medway prisons and HMPPS.

The provider shall:
• Ensure that the delivery of medicines management services within the prison meets the needs of the individual and diverse prison population, with specific reference to the six strands of equality and diversity.
• Deliver the services using the most appropriate clinical staff to address the needs of prisoners and the wider healthcare service.
• Implement relevant guidance as applicable and, in each case, as amended from time to time, to ensure prisoners with disabilities and/or communication difficulties can access the services.
• Supply to all non-English speaking prisoners a professional translation service during all consultations and, for the most common languages spoken, translations of explanatory materials including patient information leaflets.
• Ensure that prisoners are treated with dignity and respect

The contract has been awarded to Oxleas NHS Foundation Trust and is due to commence on 1st April 2023, for a duration of 6 years. The total contract value is £13,800,000. This value is based on current operational capacity figures. Any change to prison population(s) will be managed through a contract variation process.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

The project reference number for this opportunity is C95386, (previously WA11482).

two.2.5) Award criteria

Quality criterion - Name: quality / Weighting: 90

Price - Weighting: 10

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


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: 2022/S 000-019086


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 January 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

OXLEAS NHS FOUNDATION TRUST

Pinewood House, Pinewood Place

Dartford

DA2 7WG

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £13,800,000

Total value of the contract/lot: £13,800,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: £13,800,000

Proportion: 100 %

Short description of the part of the contract to be subcontracted

The provision of Pharmacy Services will be subcontracted to Oxleas Prison Services Ltd (OPS).


Section six. Complementary information

six.3) Additional information

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

The tendering process has been conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority ran a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority has voluntarily observed the award decision notices provisions and held a 10 day standstill period as described in Regulation 87 of the Regulations.

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/