NHS England and NHS Improvement South East - Integrated Healthcare Services to Kent and Medway Prisons

A Contract Award Notice (Social)
by NHS ENGLAND AND NHS IMPROVEMENT SOUTH EAST

Source
OJEU
Type
Contract (Services)
Duration
7 year (est.)
Value
£150M
Sector
HEALTH
Published
29 Dec 2021
Delivery
To 28 Dec 2028 (est.)
Deadline
n/a

Concepts

Location

Horley

Geochart for 2 buyers and 2 suppliers

Description

NHS England and NHS Improvement South East (the Commissioner) sought to commission prime providers for the provision of Integrated Healthcare Services to Kent and Medway Prisons. The procurement was split into two lots: • HMP Elmley, HMP Standford Hill and HMP Swaleside (lot 1) • HMP/YOI Rochester, HMP Maidstone and HMP/YOI East Sutton Park (lot 2) NHS England and NHS Improvement will hold a contract with the prime provider for each lot, who in turn can directly provide care and/or subcontract care to other specialist providers. The contracts are due to commence on the 1st April 2022, the contract duration will be 7 years. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Lot Division

1 Integrated Healthcare Services to HMP Elmley, HMP Standford Hill and HMP Swaleside

NHS England and NHS Improvement South East (the Commissioner) sought to commission a prime provider model for the provision of Integrated Healthcare Services to the following prisons in Kent: • HMP Elmley; local Category B/C men's prison • HMP Standford Hill; Category D men's prison • HMP Swaleside; Category B men’s prison NHS England will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. This service will be commissioned as part of the overall Offender Health pathway within the prisons and as such this model will ensure an integrated, recovery orientated service delivery system both within the prisons and onwards into the community. The service will focus on delivering person-centred care within seamless, integrated structured clinical and psychosocial interventions/services in prison and facilitating arrangements through the gate into the community to ensure effective continuity of care. Close joint working with other healthcare services, as well as other departments within the prison such as Education, Offender Management, and Physical Education, is imperative to the success of the delivery of this service. The healthcare services in the contract include (please see the service specification for further information and full list of services required): • General Practitioners provision • Primary care nursing • Dental services • Inpatient Unit facility, where one exists • Substance misuse services • Optometry • Podiatry • Audiology • Primary and Secondary Mental Health and Learning Disability Services • Health Promotion and Prevention • Appropriate administrative and data management support (including data intelligence and reporting resource; data and intelligence analysis) • Musculoskeletal therapies • Smoking cessation • Blood Borne Viruses testing, to include funding, access and delivery (including provision of testing facilities where necessary). • Consultant-led pain management clinics • Therapies • Sexual Health screening (Tiers 1, 2 & 3) • IM&T provision • Escorts and bed watches (via a risk share agreement) • Requirement to communicate and work with incumbent pharmacy provider The provider will also be responsible for ensuring effective and meaningful pathways of care are established with secondary care / diagnostics and other services outside of the specification, including hospital-based services, to meet patient’s health needs. The contract is due to commence on 1st April 2022, and the contract duration will be 7 years. The maximum annual contract value for the service is £15,743,008, with a maximum total contract lifecycle value of £110,201,056.

2 Integrated Healthcare Services to HMP/YOI Rochester, HMP Maidstone and HMP/YOI East Sutton Park

NHS England and NHS Improvement South East (the Commissioner) sought to commission a prime provider model for the provision of Integrated Healthcare Services to the following prisons in Kent and Medway: • HMP/YOI Rochester; male young offenders institution • HMP Maidstone; dedicated Foreign National, Category C men's prison • HMP/YOI East Sutton Park; women’s open prison and young offenders institution NHS England will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract care to other specialist providers. This service was be commissioned as part of the overall Offender Health pathway within the prisons and as such this model will ensure an integrated, recovery orientated service delivery system both within the prisons and onwards into the community. The service will focus on delivering person-centred care within seamless, integrated structured clinical and psychosocial interventions/services in prison and facilitating arrangements through the gate into the community to ensure effective continuity of care. Close joint working with other healthcare services, as well as other departments within the prison such as Education, Offender Management, and Physical Education, is imperative to the success of the delivery of this service. The healthcare services in the contract include (please see the service specification for further information and full list of services required): • General Practitioners Provision • Primary Care Nursing • Dental services • Substance misuse services • Optometry • Podiatry • Audiology • Primary and Secondary Mental Health and Learning Disability Services • Health Promotion and prevention • Appropriate administrative and data management support (including data intelligence and reporting resource; data and intelligence analysis) • Musculoskeletal therapies • Smoking cessation • Blood Born Viruses testing to include funding, access and delivery (including provision of testing facilities where necessary). • Consultant-led pain management clinics • Therapies • Sexual health screening (Tiers 1, 2 & 3) • IM&T provision • Escorts and bedwatches (via a risk share agreement) The provider will also be responsible for ensuring effective and meaningful pathways of care are established with secondary care / diagnostics and other services outside of the specification, including hospital-based services, to meet patient’s health needs. The contract is due to commence on 1st April 2022, the contract duration is 7 years. The maximum annual contract value for the service is £5,699,607, with a maximum total contract lifecycle value of £39,897,249.

Award Detail

1 Oxleas NHS Trust (Kent)
  • Integrated Healthcare Services to HMP Elmley, HMP Standford Hill and HMP Swaleside
  • Reference: 1
  • Num offers: 5
  • Value: £110,180,251
  • Subcontracting opportunities are expected.
2 Oxleas NHS Trust (Kent)
  • Integrated Healthcare Services to HMP/YOI Rochester, HMP Maidstone and HMP/YOI East Sutton Park
  • Reference: 2
  • Num offers: 3
  • Value: £39,895,147
  • Subcontracting opportunities are expected.

CPV Codes

  • 85000000 - Health and social work services

Indicators

Other Information

Interested providers were able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, that was available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home On registration, please include at least two contacts to allow for access to the system in times of absence. In the interest of encouraging collaborative working, organisations that did not wish to bid for the entire contracts but wanted their details shared with potential bidders as subcontractors or potential consortium partners sent their contact details to the SCW procurement team using the correspondence function of the In-Tend system. 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 was 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 ran a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union 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 voluntarily observed the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders received scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals were in accordance with Regulation 87 and Regulation 91 of the Regulations

Reference

Domains