Tender

NHSE South East - Health Needs Assessments & Equality & Health Inequalities Impact Assessments for Prisons across the South East

  • NHS England

F02: Contract notice

Notice identifier: 2023/S 000-015465

Procurement identifier (OCID): ocds-h6vhtk-03d0c7

Published 31 May 2023, 4:49pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

York House

Horley

RH6 7DE

Contact

Rebecca Rogers

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKJ - South East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main 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 to 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

NHSE South East - Health Needs Assessments & Equality & Health Inequalities Impact Assessments for Prisons across the South East

Reference number

C175506

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England (South East) (the Commissioner) invites bids from suitably qualified and experienced providers, to undertake a Health & Social Care Needs Assessment (HSCNA) and Equality and Health Inequalities Impact Assessment (EHIA) for the commissioning of Healthcare provision of Health and Justice related services.

NHSE has published the HSCNAs and EHIAs in three batches, split into several lots to group Health and Justice services appropriately.

This advert relates to Batch 3 only and is seeking suitable provider(s) to undertake HSCNAs and EHIAs for all prisons across the South East. This procurement has been split into four lots as follows:

Lot 1: Thames Valley, including HMPs Huntercombe, Grendon, Springhill and Bullingdon

Lot 2: Surrey, including HMPs Bronzefield, Coldingley, Downview, Send and Highdown

Lot 3: Sussex, Hampshire & Isle of Wight, including HMPs Ford, Lewes, Winchester and Isle of Wight

Lot 4: Kent, including HMPs Elmley, Standford Hill, Swaleside, East Sutton Park, Maidstone and Rochester

A full HSCNA is required for all lots during year 1 of the contract, with refreshes undertaken in years 2 and 3.

The contract is due to commence in October 2023, and the contract duration will be 3 years. The maximum contract value is £684,000 for all lots over the contract term.

Providers who wish to view further information and submit a bid, will need to register on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

This process is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.5) Estimated total value

Value excluding VAT: £648,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Thames Valley, including HMPs Huntercombe, Grendon, Springhill and Bullingdon

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 1: Thames Valley, including HMPs Huntercombe, Grendon, Springhill and Bullingdon

Total 3 year value: £144,000

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2024

End date

30 September 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) 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.

NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.

two.2) Description

two.2.1) Title

Lot 2 - Surrey, including HMPs Bronzefield, Coldingley, Downview, Send and Highdown

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 2: Surrey, including HMPs Bronzefield, Coldingley, Downview, Send and Highdown

Total 3 year value: £180,000

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

30 September 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) 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.

NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.

two.2) Description

two.2.1) Title

Lot 3 - Sussex, Hampshire & Isle of Wight, including HMPs Ford, Lewes, Winchester and Isle of Wight

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 3: Sussex, Hampshire & Isle of Wight, including HMPs Ford, Lewes, Winchester and Isle of Wight

Total 3 year value: £144,000

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

30 September 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) 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.

NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.

two.2) Description

two.2.1) Title

Lot 4 - Kent, including HMPs Elmley, Standford Hill, Swaleside, East Sutton Park, Maidstone and Rochester

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 4: Kent, including HMPs Elmley, Standford Hill, Swaleside, East Sutton Park, Maidstone and Rochester

Total 3 year value: £216,000

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2026

End date

30 September 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) 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.

NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

17 July 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

18 July 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

HSCNA is a systematic method for reviewing the health and social care issues facing a population, leading to agreed priorities and resource allocation that will improve health and reduce inequalities (NICE, 2005). HSCNAs play an important part in guiding an organisation in effectively balancing their efforts in achieving the goals and objectives specific to their strategic direction alongside the government policy and direction of the time.

The provider will be expected to deliver (as a minimum):

• A description of the population at the relevant establishment including information and detail about the cohort demographics, as applicable

• A description of the current health provision for patients and wider health promotion activity; this will include direct reference to hours of operation; utilisation of service offers; nature of service delivery.

• An investigation of the full range of health needs and report on the epidemiology of health problems experienced by patients compared to the general population and also to patients in other similar secure settings

• A detailed report on the demand for prescribed medication, including: types of medication; level of demand.

• A gap analysis between current service provisions, needs of the population, best practice, effective interventions and national care standards.

• Service User feedback to hear the views of patients who use healthcare and try and understand any barriers of unmet need.

• Identify and report on organisational barriers to the delivery of current/proposed models of care.

• Formulate recommendations for existing pathway improvements and opportunities for onsite care to reduce the need for external appointments

• To obtain user and staff perceptions on current service provision and how services can be improved, and explore and report on the attitudes towards the delivery and effectiveness of healthcare in each setting through interviews with staff, service users, internal/external service providers and where possible carers, families and advocates

• To use robust research methodology, including statistical modelling and analysis to compare the health of those in secure settings with sensible comparator groups in the community and in other establishments

• A report on the equality of healthcare services access and provision in relation to the core equality strands (e.g. race, disability, age, religion and sexual orientation) and complete an Equality Impact Assessment; include specific reference to the utilisation of mental health provision by Black, Asian, Minority and Ethnic (BAME) groups.

• To make recommendations on future service developments.

• Review the staffing profile against need, business continuity, recruitment and retention and resources.

The EHIA will assess the equality of healthcare service delivery within a secure estate and identify which groups are disadvantaged as well providing actions to improve service delivery for those groups. Please find guidance on the Atamis system.

The provider will be expected to (as a minimum):

• Complete a scoping of the services considered within the assessment and to include all health care provision that is contracted by NHS England and Improvement

• Review the 9 protected characteristics under the Equality Act and assess their relevance to the general duty in the context of each establishment

• Identify the profile of health care beneficiaries across all services

• Identify levels of proportionate representation in services and hence identify under representation and over representation

• Identify areas of service provision where there are clear inequalities

• Compare profiles of health care needs in the community and where feasible compare these to the prison context

• Engage where feasible with representatives of key equality groups to identify their views and perceptions of health care provision.

• Set the context and scope of the equality impact assessment in each establishment

• Work with residential, offender management, safer custody, equalities, education, healthcare and the chaplaincy service to enhance the understanding of the equality and diversity profile of residents in each establishment

• Undertake desk research and data analysis pertinent to the EHIA/s

• Collect data including the equalities profile of:

o Primary care services, general practice, nurse led clinics, major

conditions, Long Term Conditions (LTCs), palliative and end of

life care, dentistry, opticians, inpatients, screening and

immunisation, sexual health, escorting and bed watch, health

champions, health promotion

o Substance misuse services including a break down, where

feasible, of clinical and nonclinical service users, (a breakdown

and profile of Multidisciplinary Teams (MDTs), and finds)

o Mental health services, depression, anxiety, PD, severe and

enduring mental health

o Social care, including provision of care packages and

adjustments/equipment

• Assess and evaluate the needs of different protected characteristics in the context of all services

The contract is due to commence in October 2023, and the contract duration will be 3 years. The maximum contract value is £684,000 for all lots over the contract term.

This process is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

six.4) Procedures for review

six.4.1) Review body

High Court in London

London

Country

United Kingdom