Opportunity

WA12138 - Integrated Healthcare Services to Isle of Wight Prisons for NHS England and NHS Improvement (NHSE/I) South East

  • NHS England

F02: Contract notice

Notice reference: 2022/S 000-019012

Published 12 July 2022, 11:07am



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Rebecca Rogers

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

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

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

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

WA12138 - Integrated Healthcare Services to Isle of Wight Prisons for NHS England and NHS Improvement (NHSE/I) South East

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 seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments in the Isle of Wight.
• HMP Parkhurst
• HMP Albany

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

two.1.5) Estimated total value

Value excluding VAT: £48,027,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

NHS England and NHS Improvement (NHSE/I) South East seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments on the Isle of Wight.

• HMP Parkhurst
• HMP Albany

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

This service will be commissioned as part of the overall Offender Health pathway within the prisons and as such this model will ensure an integrated, recovery orientated service delivery system, both within the prisons and onwards into the community. The service will focus on delivering person-centred care within seamless, integrated structured clinical and psychosocial interventions services in prison, and facilitating arrangements through the gate into the community to ensure effective continuity of care. Close joint working with other healthcare services, as well as other departments within the prison is imperative to the success of the delivery of this service.

The healthcare services in the contract include (please see the service specification for full list of services):
• General Practitioners provision
• Primary Care Nursing (including long term conditions)
• Dental services
• Pharmacy Services (including OOH provision)
• Inpatient Unit facility
• Substance Misuse Services
• Primary and Secondary Mental Health and Learning Disability Services
• Health Promotion and Prevention
• Musculoskeletal therapies
• Smoking cessation
• Blood Born Viruses testing to include funding, access and delivery (including provision of testing facilities where necessary)
• Consultant-led pain management clinics
• Therapies / clinics (including but not limited to)
-Dietetics
-Weight management
-Optometry
-Pain management
-Physiotherapy
-Podiatry
-Audiology
-Memory Clinics / Dementia Pathway
-Personality Disorder
-Occupational Therapy
-Speech and Language Therapy
-Talking Therapies and counselling
-Access to external community services
• Sexual Health screening - Tiers (1, 2)
• Escorts and bed watches (via risk share agreements)
• Appropriate administrative and data management support

The provider will also be responsible for ensuring that effective and meaningful pathways of care are established with secondary care/diagnostics and other services outside of this specification, including hospital-based services, to meet patients’ health needs.

The contract is due to commence on 1st April 2023, and the contract duration will be 7 years. The maximum contract value is 48,027,000 over the contract term.

The maximum contract envelope is based on current operational capacity figures.
Any change to prison population(s) will be managed through a contract variation process.

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: £48,027,000

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

Duration in months

84

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.2.13) Information about European Union Funds

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

two.2.14) 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 is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).


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: 2021/S 000-032446

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

Date

23 August 2022

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In the interest of encouraging collaborative working, organisations that do not wish to bid for the entire contract but would like their details shared with potential bidders as subcontractors or potential consortium partners should send their contact details to the SCW procurement team using the messaging function of the Atamis system.

Interested providers will be able to view this notice via the ‘Live Opportunities’ list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

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

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 will be 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 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 the Treaty on the Functioning of the European Union 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 Bidder 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 intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals