Section one: Contracting authority
one.1) Name and addresses
NHS England
Wellington House, 133-135 Waterloo Road
London
SE1 8UG
Contact
Ashley Preece
Country
United Kingdom
Region code
UKJ - South East (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
Lived Experience Services across the South East Health and Justice Secure Estate
Reference number
WA17305 / C324855
two.1.2) Main CPV code
- 75122000 - Administrative healthcare services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services within the South East Secure Adult estate and Secure Children's and Young People's (CYP) estate. The procurement is split into 6 lots:
Lot 1: Kent & Medway prisons - HMP Swaleside, HMP Elmley, HMP Standford Hill, HMP Maidstone, HMP/YOI Rochester, HMP/YOI East Sutton Park and HMP Cookham Wood
Lot 2: Surrey prisons - HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield
Lot 3: Thames Valley prisons - HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury
Lot 4: Sussex, Hampshire & Isle of Wight (IOW) prisons - HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW
Lot 5: South East Immigration Removal Centres (IRCs) - Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC
Lot 6: South East CYP establishments - Lansdowne Secure Children's Home (SCH), Swanwick Lodge SCH, Oasis Restore Secure School and the South East Framework for Integrated Care Community Services.
The contribution of service users who have first-hand experience of using the health and wellbeing services within the secure settings is essential to the delivery of effective services and informing the commissioning process. The Commissioner is committed to listening and acting upon the voice of the service user in the design, delivery and ongoing performance of health and wellbeing services.
The key aims of the Service are:
• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners
• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings
• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.
• To hold commissioners and healthcare providers to account around their delivery against statutory duties.
The service will be expected to consult / engage with service users on the full range of health and wellbeing services delivered within the establishments via delivery of both on-site and remote service user engagement / participation activities.
The service must hold independence from other (e.g. healthcare) service provision in the specified secure settings in order to have the ability to act as an independent and critical friend.
The Lived Experience Services will be expected to support Commissioners and facilitate service user involvement in procurement processes for the provision of healthcare services within the establishments (as required over the life of the contract).
Currently, there are no planned procurement processes scheduled within the South East Detained Estates. Should this position change, the Commissioners will engage in dialogue with the successful provider to understand the financial implications (if any) of the required procurement support and the relevant contract/s may be varied to include additional funding, if required.
It is anticipated that the contracts will commence on 1st July 2025. The Contracts will be for an initial term of 3 years, with an option to extend for a further 3 years, at the sole discretion of the Commissioner.
TUPE may apply.
The maximum annual contract value for each lot is:
• Lot 1 = £119,000
• Lot 2 = £85,000
• Lot 3 = £85,000
• Lot 4 = £68,000
• Lot 5 = £34,000
• Lot 6 = £59,000
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,350,000
two.2) Description
two.2.1) Title
Kent and Medway prisons
Lot No
1
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Kent & Medway prisons - HMP Swaleside, HMP Elmley, HMP Standford Hill, HMP Maidstone, HMP/YOI Rochester, HMP/YOI East Sutton Park and HMP Cookham Wood
two.2.4) Description of the procurement
The key aims of the Service are:
• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners
• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings
• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.
• To hold commissioners and healthcare providers to account around their delivery against statutory duties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90%
Cost criterion - Name: Financial Model Template (Price) / Weighting: 5%
Cost criterion - Name: Financial Planning / Weighting: 5%
two.2.11) Information about options
Options: Yes
Description of options
an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2) Description
two.2.1) Title
Lot 2: Surrey prisons
Lot No
2
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield
two.2.4) Description of the procurement
The key aims of the Service are:
• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners
• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings
• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.
• To hold commissioners and healthcare providers to account around their delivery against statutory duties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Financial Model Template (Price) / Weighting: 5
Cost criterion - Name: Financial Planning / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2) Description
two.2.1) Title
Thames Valley prisons
Lot No
3
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury
two.2.4) Description of the procurement
The key aims of the Service are:
• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners
• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings
• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.
• To hold commissioners and healthcare providers to account around their delivery against statutory duties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Financial Model Template (Price) / Weighting: 5
Cost criterion - Name: Financial Planning / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2) Description
two.2.1) Title
Sussex, Hampshire & Isle of Wight (IOW) prisons
Lot No
4
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW
two.2.4) Description of the procurement
The key aims of the Service are:
• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners
• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings
• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.
• To hold commissioners and healthcare providers to account around their delivery against statutory duties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Financial Model Template (Price) / Weighting: 5
Cost criterion - Name: Financial Planning / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2) Description
two.2.1) Title
South East Immigration Removal Centres (IRCs)
Lot No
5
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC
two.2.4) Description of the procurement
The key aims of the Service are:
• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners
• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings
• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.
• To hold commissioners and healthcare providers to account around their delivery against statutory duties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Financial Model Template (Price) / Weighting: 5
Cost criterion - Name: Financial Planning / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
an option to extend for a further 3 years, at the sole discretion of the Commissioner.
two.2) Description
two.2.1) Title
South East CYP establishments
Lot No
6
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Lansdowne Secure Children's Home (SCH), Swanwick Lodge SCH, Oasis Restore Secure School and the South East Framework for Integrated Care Community Services.
two.2.4) Description of the procurement
The key aims of the Service are:
• To ensure all service users are able to effectively contribute to the continuous improvement of health and wellbeing services, as well as being supported to have an independent voice, through various forms of engagement and regular feedback to secure setting management, the healthcare providers and commissioners
• To enable Commissioners to receive clearly the voice of their service users to inform decision-making in relation to healthcare provision in South East secure settings
• To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the South East secure settings are equivalent to those in the wider community.
• To hold commissioners and healthcare providers to account around their delivery against statutory duties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Financial Model Template (Price) / Weighting: 5
Cost criterion - Name: Financial Planning / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
an option to extend for a further 3 years, at the sole discretion of the Commissioner.
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: 2025/S 000-000570
Section five. Award of contract
Lot No
1
Title
Kent & Medway prisons
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
EPIC Consultants Ltd
150b Bridge Street, Wye, Ashford, Kent, England, TN25 5DP
Ashford
TN25 5DP
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
13980532
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £357,000
Total value of the contract/lot: £345,292
Section five. Award of contract
Lot No
2
Title
Surrey prisons
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
EPIC Consultants Ltd
150b Bridge Street, Wye, Ashford, Kent, England, TN25 5DP
Ashford
TN25 5DP
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
13980532
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £255,000
Total value of the contract/lot: £250,129
Section five. Award of contract
Lot No
3
Title
Thames Valley prisons
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
EPIC Consultants Ltd
150b Bridge Street, Wye, Ashford, Kent, England, TN25 5DP
Ashford
TN25 5DP
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
13980532
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £255,000
Total value of the contract/lot: £247,761
Section five. Award of contract
Lot No
4
Title
Sussex, Hampshire and IOW prisons
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ABL Health Ltd
71 Redgate Way, Farnworth, Bolton, BL4 0JL
Bolton
BL4 0JL
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
07074944
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £204,000
Total value of the contract/lot: £203,809
Section five. Award of contract
Lot No
5
Title
South East Immigration Removal Centres (IRCs)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ABL Health Ltd
71 Redgate Way, Farnworth, Bolton, BL4 0JL
Bolton
BL4 0JL
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
07074944
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £102,000
Total value of the contract/lot: £101,846
Section five. Award of contract
Lot No
6
Title
South East CYP establishments
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Peer Power Youth
Fivefields, 8-10 Grosvenor Gardens, London, SW1W 0DH
London
SW1W 0DH
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
1167758
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £177,000
Total value of the contract/lot: £176,491
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court in London
London
Country
United Kingdom