Tender

Pharmacy Services to Kent and Medway Prisons for NHS England and NHS Improvement (NHSE/I) South East

  • NHS England

F02: Contract notice

Notice identifier: 2022/S 000-019086

Procurement identifier (OCID): ocds-h6vhtk-035137

Published 12 July 2022, 5:13pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Louise Smith

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

Pharmacy Services to Kent and Medway 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 provider who has 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.

two.1.5) Estimated total value

Value excluding VAT: £13,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85149000 - Pharmacy services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

NHS England and NHS Improvement (NHSE/I) South East seeks to commission a provider who has 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 is due to commence on 1st April 2023, and the contract duration will be 6 years. The maximum contract value is £13,800,000 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.

Interested providers will be able to view this notice on Atamis (https://health-family.force.com/s/Welcome)

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: £13,800,000

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

Start date

1 April 2023

End date

31 March 2029

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


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

1 September 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

4:00pm


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 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.

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