Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House
Leeds
LS2 7UE
Contact
Miss Khadijah Yasmin
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert?advertId=63ab4539-6201-ed11-8116-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert?advertId=63ab4539-6201-ed11-8116-005056b64545
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
PRJ1146 Prison Healthcare Services
Reference number
DN617120
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London:
• HMP Belmarsh
• HMP Thameside
• HMP Pentonville
• HMP Wormwood Scrubs
• HMP/YOI Isis
The Authority intends to commission Prison Healthcare Services in the above establishments through three lots:
Lot 1 - HMP Belmarsh & HMP Thameside
Lot 2 - HMP Pentonville and HMP Wormwood Scrubs
Lot 3 - HMP YOI Isis
The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers.
The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare.
The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential.
The healthcare services in the contract include (see service specification for full requirements)
• Primary Care services
• Primary and Secondary Mental health and Learning Disability Services
• Substance Misuses Services
• Public Health & Screening Programmes
• Diagnostics and Pathology
• Podiatry
• Physiotherapy
• Occupational Therapy
• Radiology
• Radiography
• Optometry
• Musculoskeletal therapies
• Pharmacy and Medicine management
• Cleaning within Clinical areas
• Translation and Interpretation
• Portering
• Administration and Performance Management
• Social care in partnership with Local Authority
Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered.
two.1.5) Estimated total value
Value excluding VAT: £302,838,669
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
HMP Belmarsh and HMP Thameside
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London:
• HMP Belmarsh
• HMP Thameside
• HMP Pentonville
• HMP Wormwood Scrubs
• HMP/YOI Isis
The Authority intends to commission Prison Healthcare Services in the above establishments through three lots:
Lot 1 - HMP Belmarsh & HMP Thameside
Lot 2 - HMP Pentonville and HMP Wormwood Scrubs
Lot 3 - HMP YOI Isis
The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers.
The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare.
The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential.
The healthcare services in the contract include (see service specification for full requirements)
• Primary Care services
• Primary and Secondary Mental health and Learning Disability Services
• Substance Misuses Services
• Public Health & Screening Programmes
• Diagnostics and Pathology
• Podiatry
• Physiotherapy
• Occupational Therapy
• Radiology
• Radiography
• Optometry
• Musculoskeletal therapies
• Pharmacy and Medicine management
• Cleaning within Clinical areas
• Translation and Interpretation
• Portering
• Administration and Performance Management
• Social care in partnership with Local Authority
Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered.
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: £119,433,132
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).
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
Contract length and value:
The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).
The maximum annual contract value for this project is £43,262,667 per annum.
Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be £302,838,669.
Lot 1: HMP Belmarsh and HMP Thameside:
• HMP Belmarsh - Contract value (per annum) is £8,041,723, Contract Value (5 years) is £40,208,615, Contract Value (7 years) is £56,292,061.
• HMP Thameside - Contract value (per annum) is £9,020,153, Contract Value (5 years) is £45,100,765, Contract Value (7 years) is £63,141,071.
Lot 2: HMP Pentonville and HMP Wormwood Scrubs:
• HMP Pentonville - Contract value (per annum) is £11,163,122, Contract Value (5 years) is £55,815,609, Contract Value (7 years) is £78,141,854.
• HMP Wormwood Scrubs - Contract value (per annum) is £10,889,582, Contract Value (5 years) is £54,447,910, Contract Value (7 years) is £76,227,074.
Lot 3: HMP/YOI Isis:
HMP/YOI Isis - Contract value (per annum) is £4,148,087, Contract Value (5 years) is £20,740,435, Contract Value (7 years) is £29,036,609.
Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots.
This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London.
Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison.
The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot.
Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022
The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015).
Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon).
The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022).
All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal.
This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the “Light Touch Regime” (LTR). None of the reference to the "Restricted Procedure" or the use of the term "EOI", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.
two.2) Description
two.2.1) Title
HMP Pentonville and HMP Wormwood Scrubs
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London:
• HMP Belmarsh
• HMP Thameside
• HMP Pentonville
• HMP Wormwood Scrubs
• HMP/YOI Isis
The Authority intends to commission Prison Healthcare Services in the above establishments through three lots:
Lot 1 - HMP Belmarsh & HMP Thameside
Lot 2 - HMP Pentonville and HMP Wormwood Scrubs
Lot 3 - HMP YOI Isis
The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers.
The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare.
The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential.
The healthcare services in the contract include (see service specification for full requirements)
• Primary Care services
• Primary and Secondary Mental health and Learning Disability Services
• Substance Misuses Services
• Public Health & Screening Programmes
• Diagnostics and Pathology
• Podiatry
• Physiotherapy
• Occupational Therapy
• Radiology
• Radiography
• Optometry
• Musculoskeletal therapies
• Pharmacy and Medicine management
• Cleaning within Clinical areas
• Translation and Interpretation
• Portering
• Administration and Performance Management
• Social care in partnership with Local Authority
Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered.
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: £154,368,928
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).
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
Contract length and value:
The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).
The maximum annual contract value for this project is £43,262,667 per annum.
Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be £302,838,669.
Lot 1: HMP Belmarsh and HMP Thameside:
• HMP Belmarsh - Contract value (per annum) is £8,041,723, Contract Value (5 years) is £40,208,615, Contract Value (7 years) is £56,292,061.
• HMP Thameside - Contract value (per annum) is £9,020,153, Contract Value (5 years) is £45,100,765, Contract Value (7 years) is £63,141,071.
Lot 2: HMP Pentonville and HMP Wormwood Scrubs:
• HMP Pentonville - Contract value (per annum) is £11,163,122, Contract Value (5 years) is £55,815,609, Contract Value (7 years) is £78,141,854.
• HMP Wormwood Scrubs - Contract value (per annum) is £10,889,582, Contract Value (5 years) is £54,447,910, Contract Value (7 years) is £76,227,074.
Lot 3: HMP/YOI Isis:
HMP/YOI Isis - Contract value (per annum) is £4,148,087, Contract Value (5 years) is £20,740,435, Contract Value (7 years) is £29,036,609.
Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots.
This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London.
Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison.
The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot.
Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022
The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015).
Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon).
The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022).
All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal.
This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the “Light Touch Regime” (LTR). None of the reference to the "Restricted Procedure" or the use of the term "EOI", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.
two.2) Description
two.2.1) Title
HMP/YOI Isis
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London:
• HMP Belmarsh
• HMP Thameside
• HMP Pentonville
• HMP Wormwood Scrubs
• HMP/YOI Isis
The Authority intends to commission Prison Healthcare Services in the above establishments through three lots:
Lot 1 - HMP Belmarsh & HMP Thameside
Lot 2 - HMP Pentonville and HMP Wormwood Scrubs
Lot 3 - HMP YOI Isis
The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers.
The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare.
The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential.
The healthcare services in the contract include (see service specification for full requirements)
• Primary Care services
• Primary and Secondary Mental health and Learning Disability Services
• Substance Misuses Services
• Public Health & Screening Programmes
• Diagnostics and Pathology
• Podiatry
• Physiotherapy
• Occupational Therapy
• Radiology
• Radiography
• Optometry
• Musculoskeletal therapies
• Pharmacy and Medicine management
• Cleaning within Clinical areas
• Translation and Interpretation
• Portering
• Administration and Performance Management
• Social care in partnership with Local Authority
Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered.
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: £29,036,609
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).
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
Contract length and value:
The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).
The maximum annual contract value for this project is £43,262,667 per annum.
Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be £302,838,669.
Lot 1: HMP Belmarsh and HMP Thameside:
• HMP Belmarsh - Contract value (per annum) is £8,041,723, Contract Value (5 years) is £40,208,615, Contract Value (7 years) is £56,292,061.
• HMP Thameside - Contract value (per annum) is £9,020,153, Contract Value (5 years) is £45,100,765, Contract Value (7 years) is £63,141,071.
Lot 2: HMP Pentonville and HMP Wormwood Scrubs:
• HMP Pentonville - Contract value (per annum) is £11,163,122, Contract Value (5 years) is £55,815,609, Contract Value (7 years) is £78,141,854.
• HMP Wormwood Scrubs - Contract value (per annum) is £10,889,582, Contract Value (5 years) is £54,447,910, Contract Value (7 years) is £76,227,074.
Lot 3: HMP/YOI Isis:
HMP/YOI Isis - Contract value (per annum) is £4,148,087, Contract Value (5 years) is £20,740,435, Contract Value (7 years) is £29,036,609.
Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots.
This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London.
Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison.
The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot.
Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022
The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015).
Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon).
The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022).
All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal.
This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the “Light Touch Regime” (LTR). None of the reference to the "Restricted Procedure" or the use of the term "EOI", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
25 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS England
Quarry House
Leeds
LS2 7UE
Country
United Kingdom