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
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
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
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 - Market Engagement
Reference number
WA17305 / C313977
two.1.2) Main CPV code
- 75122000 - Administrative healthcare services
two.1.3) Type of contract
Services
two.1.4) Short description
This notice is placed as a Prior Information Notice (PIN) to facilitate engagement with potential providers and relates only to a pre-procurement market questionnaire.
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services across the South East Health and Justice secure estate.
The contribution of service users who have first-hand experience of using the healthcare services within the secure establishments 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 healthcare services.
The service will be expected to consult / engage with service users on the full range of healthcare 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.
It is anticipated that the contracts will commence on 1st April 2025. The contract term is yet to be confirmed.
At this time, the Commissioner would like to determine the level of provider interest in delivering these services and seeks responses to a questionnaire.
If you are interested in these services, please register on the e-procurement system, Atamis (details at the end of this notice) and submit a completed market sounding questionnaire by 12 noon, on Tuesday 29th October 2024.
This exercise 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: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
This notice is placed as a Prior Information Notice (PIN) to facilitate engagement with potential providers and relates only to a pre-procurement market questionnaire.
NHS England Health & Justice South East (the Commissioner) seeks to re-commission Lived Experience Services across the South East Health and Justice secure estate.
The contribution of service users who have first-hand experience of using the healthcare services within the secure establishments 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 healthcare services.
The aims of the Lived Experience Service are:
•To ensure all service users are able to effectively contribute to the continuous improvement of healthcare services, as well as being supported to have an independent voice, through various forms of consultation and regular feedback to secure setting management, the healthcare providers and commissioners
•To ensure service users are able to inform decision-making in relation to healthcare provision
•To help commissioners and healthcare providers ensure that patient/service user outcomes for patients in the H&J system are equivalent to those in the wider community.
The service will be expected to consult / engage with service users on the full range of healthcare 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 following establishments likely to be in scope, and likely Lots, are:
•Kent and Medway prisons - HMP Swaleside, HMP Elmley, HMP Standford Hill, HMP Maidstone, HMP/YOI Rochester, HMP/YOI East Sutton Park and HMP Cookham Wood
•Surrey prisons - HMP Send, HMP/YOI Downview, HMP Coldingley, HMP/YOI High Down and HMP/YOI Bronzefield
•Thames Valley prisons - HMP Grendon, HMP Springhill, HMP Huntercombe, HMP Bullingdon and HMP Aylesbury
•Sussex, Hampshire and Isle of Wight (IOW) prisons - HMP Ford, HMP Lewes, HMP/YOI Winchester and HMP IOW
•South East Immigration Removal Centres (IRCs) - Gatwick IRC (Brook House & Tinsley House) and Campsfield House IRC
•South East Children and Young People's (CYP) establishments - Lansdowne Secure Children's Home, Swanwick Lodge Secure Children's Home, Oasis Restore Secure School and the South East Framework for Integrated Care Community Services.
It is anticipated that the contracts will commence on 1st April 2025. The contract term is yet to be confirmed.
The contract values have yet to be finalised. However, the Commissioners have an indicative budget of £15,000 per establishment, giving an indicative annual contract value of £405,000 across all of the Lots. These figures have been based on the current contract values and could be subject to change.
At this time, the Commissioner would like to determine the level of provider interest in delivering these services and seeks responses to a questionnaire.
If you are interested in these services, please register on the e-procurement system, Atamis (details at the end of this notice) and submit a completed market sounding questionnaire by 12 noon, on Tuesday 29th October 2024.
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.2.14) Additional information
The services are deemed to be subject to the full regime of current 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.3) Estimated date of publication of contract notice
1 November 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the relevant information and market sounding questionnaire, you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and to be able to submit your expression of interest / completed questionnaire using the messaging function within Atamis. Expressions of interest / completed questionnaire must be received by 12 noon, Tuesday 29th October 2024.
This notice is an information gathering exercise rather than a call for competition in its own right, and therefore publication or response does not commit the Commissioners or respondents to a future procurement, nor provide any process exemptions or preferential treatment to any parties expressing an interest. The Commissioner will not be liable for costs incurred by any interested party in participating in this exercise.
Interested parties should note that a response to this notice does not guarantee an automatic invitation to any subsequent formal procurement, which the commissioners will consider in due course.
The services are deemed to be subject to the full regime of current 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.