Tender

Health & Social Care Needs Assessments (HSCNAs) and Equality & Health Inequalities Impact Assessments (EHIAs) into Health and Justice services across the South East (Lots 1&2)

  • NHS England

F02: Contract notice

Notice identifier: 2022/S 000-024850

Procurement identifier (OCID): ocds-h6vhtk-0365ed

Published 5 September 2022, 4:35pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House

Leeds

LS2 7UE

Contact

Rebecca Rogers

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.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

Health & Social Care Needs Assessments (HSCNAs) and Equality & Health Inequalities Impact Assessments (EHIAs) into Health and Justice services across the South East (Lots 1&2)

two.1.2) Main CPV code

  • 85100000 - Health 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 two Health and Justice related services.
NHSE intend to publish the HSCNAs and EHIAs in three batches, split into several lots to group Health and Justice services appropriately.
This advert relates to Batch 1 only and has been split into two lots including Sexual Assault Referral Centres (SARCs) and Liaison & Diversion (L&D) services. For both lots, services cover the regions of Hampshire, Kent, Surrey, Sussex and Thames Valley.
The second Batch is anticipated to be published towards the end of October 2022 and Batch 3 has an indicative publication date of end February 2023.

two.1.5) Estimated total value

Value excluding VAT: £360,000

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

HSCNA is a systematic method for reviewing the health 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 contract is due to commence in January 2023, and the contract duration will be 3 years. The maximum contract value is £360,000 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.
NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.
The services are deemed to be subject to the full regime of current European Union (EU) 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.

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: £360,000

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

Start date

2 January 2023

End date

30 April 2025

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

6 October 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

6 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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 attached in the documents provided in Atamis
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

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