Section one: Contracting authority
one.1) Name and addresses
The NHS Commissioning Board operating as NHS England
2nd Floor, Jubilee House 5510, John Smith Drive
Oxford
OX4 2LH
Contact
Jamie Mackay
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://in-tendhost.co.uk/scwcsu/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.england.nhs.uk/south-east/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/scwcsu/aspx/Home
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
Provision of Integrated Healthcare Services to Thames Valley Prisons for NHS England and NHS Improvement South East
Reference number
WA10209
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 South East (NHSE/I) is seeking to commission integrated healthcare services for prisons across the Thames Valley region. NHSE/I are seeking to secure Prime Provider(s) who have the capability and capacity to deliver services in line with the specified requirements.
There are a total of 5 establishments within the Thames Valley region, with the procurement split across 3 lots as follows (maximum total contract values shown in brackets):
• Lot 1 - HMP Huntercombe, HMP Grendon & HMP Springhill (£31.6m)
• Lot 2 - HMP Bullingdon (£59.6m)
• Lot 3 - HMYOI Aylesbury (£11.2m)
The maximum whole life combined contract value available for all lots is £102,557,658, over a contract duration of 7 (seven years). Contracts are due to commence on 1st October 2022.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.1.5) Estimated total value
Value excluding VAT: £102,557,658
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
HMP Huntercombe, HMP Grendon & HMP Springhill
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS England and NHS Improvement South East (NHSE/I) is seeking to commission integrated healthcare services for the below prisons. NHSE/I are seeking to secure a Prime Provider who has the capability and capacity to deliver services in line with the specified requirements.
This lot 1 opportunity covers the following prisons:
• HMP Huntercombe
• HMP Grendon
• HMP Springhill
The maximum value of this lot 1 over the term is £31,667,212.
The contract is due to commence on 1st October 2022 with a fixed term of 7 years.
The integrated service will include the following delivery areas:
• Primary healthcare (GP and nursing)
• Mental health and wellbeing
• Integrated substance misuse
• Learning disability/neurodiversity
• Pharmacy
• Social care
• Long term conditions
• Dentistry
• Optometry and audiology
• End of life care
• Sexual health
• Health promotion
• Screening and immunisations
• Therapies (pain management/physio/podiatry etc.)
• Statutory advocacy provision (IMCA and Care Act)
Interested providers are directed to the specification(s) and supporting documentation provided with this opportunity for full details of the commissioning objectives and service requirements.
There is a separate integrated health and wellbeing services specification for each prison within this lot.
In addition, the following national specifications are included:
• Primary care services
• Mental health services
• Substance misuse services
• Dental services
• Public Health Services
There is a national prison expansion programme taking place to increase the number of available places in prison, and it is anticipated that there will be operational capacity changes across the South East prison estate.
The contract envelope is based on current operational capacity figures and the successful provider will be required to work with commissioners to address any changes that happen.
This, along with other changes resulting from reconfiguration, e.g. flow of people, resettlement and trainer populations, and aging populations, will need to be accounted for in the delivery of healthcare services.
Changes to prison population(s) will be managed through the normal contract variation processes.
two.2.6) Estimated value
Value excluding VAT: £31,667,212
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
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 are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
two.2) Description
two.2.1) Title
HMP Bullingdon
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS England and NHS Improvement South East (NHSE/I) is seeking to commission integrated healthcare services for the below prison. NHSE/I are seeking to secure a Prime Provider who has the capability and capacity to deliver services in line with the specified requirements.
This lot 2 opportunity covers the following prison:
• HMP Bullingdon
The maximum value of this lot 2 over the term is 59,635,899
The contract is due to commence on 1st October 2022 with a fixed term of 7 years.
The integrated service will include the following delivery areas:
• Primary healthcare (GP and nursing)
• Mental health and wellbeing
• Integrated substance misuse
• Learning disability/neurodiversity
• Pharmacy
• Social care
• Long term conditions
• Dentistry
• Optometry and audiology
• End of life care
• Sexual health
• Health promotion
• Screening and immunisations
• Therapies (pain management/physio/podiatry etc.)
• Statutory advocacy provision (IMCA and Care Act)
Interested providers are directed to the specification(s) and supporting documentation provided with this opportunity for full details of the commissioning objectives and service requirements.
There is a separate integrated health and wellbeing services specification for each prison within this lot.
In addition, the following national specifications are included:
• Primary care services
• Mental health services
• Substance misuse services
• Dental services
• Public Health Services
There is a national prison expansion programme taking place to increase the number of available places in prison, and it is anticipated that there will be operational capacity changes across the South East prison estate.
The contract envelope is based on current operational capacity figures and the successful provider will be required to work with commissioners to address any changes that happen.
This, along with other changes resulting from reconfiguration, e.g. flow of people, resettlement and trainer populations, and aging populations, will need to be accounted for in the delivery of healthcare services.
Changes to prison population(s) will be managed through the normal contract variation processes.
two.2.6) Estimated value
Value excluding VAT: £59,635,899
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
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 are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
two.2) Description
two.2.1) Title
HMYOI Aylesbury
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS England and NHS Improvement South East (NHSE/I) is seeking to commission integrated healthcare services for the below prison. NHSE/I are seeking to secure a Prime Provider who has the capability and capacity to deliver services in line with the specified requirements.
This lot 3 opportunity covers the following prison:
• HMYOI Aylesbury
The maximum value of this lot 3 over the term is £11,254,547.
The contract is due to commence on 1st October 2022 with a fixed term of 7 years
The integrated service will include the following delivery areas:
• Primary healthcare (GP and nursing)
• Mental health and wellbeing
• Integrated substance misuse
• Learning disability/neurodiversity
• Pharmacy
• Social care
• Long term conditions
• Dentistry
• Optometry and audiology
• End of life care
• Sexual health
• Health promotion
• Screening and immunisations
• Therapies (pain management/physio/podiatry etc.)
• Statutory advocacy provision (IMCA and Care Act)
Interested providers are directed to the specification(s) and supporting documentation provided with this opportunity for full details of the commissioning objectives and service requirements.
There is a separate integrated health and wellbeing services specification for each prison within this lot.
In addition, the following national specifications are included:
• Primary care services
• Mental health services
• Substance misuse services
• Dental services
• Public Health Services
There is a national prison expansion programme taking place to increase the number of available places in prison, and it is anticipated that there will be operational capacity changes across the South East prison estate.
The contract envelope is based on current operational capacity figures and the successful provider will be required to work with commissioners to address any changes that happen.
This, along with other changes resulting from reconfiguration, e.g. flow of people, resettlement and trainer populations, and aging populations, will need to be accounted for in the delivery of healthcare services.
Changes to prison population(s) will be managed through the normal contract variation processes.
two.2.6) Estimated value
Value excluding VAT: £11,254,547
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Bidders must meet the criteria as detailed in the Invitation to Tender document. Bidders are required to pass the Selection Questionnaire, Compliance section of the main ITT and several qualitative and financial criteria.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 November 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home
In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.
On registration, please include at least two contacts to allow for access to the system in times of absence.
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).
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 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
six.4) Procedures for review
six.4.1) Review body
High Court in London
London
Country
United Kingdom