Integrated Healthcare Services to Thames Valley Prisons for NHS England and NHS Improvement South East

A Contract Award Notice
by NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

Source
Contracts Finder
Type
Contract (Services)
Duration
7 year
Value
£120M
Sector
HEALTH
Published
23 Jun 2022
Delivery
01 Oct 2022 to 30 Sep 2029
Deadline
20 Dec 2021 12:00

Concepts

Location

Geochart for 1 buyers and 2 suppliers

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 (£17.5m) The maximum whole life combined contract value available for all lots is £120,112,205, over a contract duration of 7 (seven years). Contracts are due to commence on 1st October 2022. 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 each 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(s) 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. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Award Detail

1 Practice Plus Group Primary Care (Reading)
  • Value: £111,143,669
2 Central & North West London NHS Trust (London)
  • Value: £111,143,669

CPV Codes

  • 85100000 - Health services

Indicators

  • Contract is suitable for SMEs.
  • Contract is suitable for VCOs.

Other 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 are 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 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 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 and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.

Reference

Domains