Award

Integrated Mental Health Service for Kent and Medway Prisons for NHS England (NHSE)

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 2 releases in its history.

Award

16 Apr 2019 at 06:59

Tender

18 Oct 2018 at 12:58

Summary of the contracting process

NHS South, Central and West Commissioning Support Unit is commissioning an Integrated Mental Health Service for Kent and Medway Prisons, which includes HMP Elmley, HMP Swaleside, HMP Standford Hill, HMP/YOI Rochester, HMP Maidstone, and HMP/YOI East Sutton Park. The contract, valued at approximately £15,988,000, will commence on 1st July 2019 and will initially span five years, with an option to extend for an additional two years. This procurement is currently in the Award stage, having been conducted through an open procedure, with the tender period concluding on 30th November 2018.

This tender presents significant opportunities for businesses operating in the healthcare sector, particularly those specialising in mental health services. Suitable applicants might include small and medium-sized enterprises (SMEs) that have experience in delivering integrated health services, trauma-informed care, or support for individuals with learning disabilities. Potential bidders should be ready to collaborate closely with NHS England and be adaptable to any forthcoming government policy changes impacting prison healthcare provision.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Integrated Mental Health Service for Kent and Medway Prisons for NHS England (NHSE)

Notice Description

NHS England South (South East), the commissioner, seeks to commission an Integrated Mental Health Service for Kent and Medway Prisons to; HMP Elmley, HMP Swaleside, HMP Standford Hill HMP/YOI Rochester, HMP Maidstone, HMP/YOI East Sutton Park The contract will be for an initial term of 5 years, with a possible extension of a further 2 years, at the discretion of the Commissioner. Services are planned to commence 1st July 2019. The Commissioner has a total maximum budget available of PS2,284,000, per annum. The Commissioner will be contracting for the Services using the standard NHS England contract (full length) for services. The service provider will provide a recovery focused, trauma informed integrated mental health service. This service will provide psychologically informed, evidence based specialist support for all those assessed as requiring interventions to address mental health, personality disorder, and support for individuals with learning disabilities. The service will work closely with the substance misuse treatment provider and others where dual diagnosis is identified and with primary care and others where co-morbid physical or social care needs are present, and will utilise a "stepped care" model as appropriate. The service will be available to all prisoners within the establishment(s). The service must meet the unique needs of each establishment and take into account the needs of the population within that establishment. This procurement is undertaken in good faith, potential government policy changes could enact changes to prison healthcare provision. Bidders/providers must be prepared to work with commissioners to implement any nationally mandated directives, whether during the procurement or the ensuing contract. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of NHS England South (South East). 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 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 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-27cff78b-4df1-4ad9-b2ef-65f2759f2ee2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/312cae02-7602-4033-a209-8f040b9a9e65
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services

85 - Health and social work services


CPV Codes

75231230 - Prison services

85100000 - Health services

Notice Value(s)

Tender Value
£15,988,000 £10M-£100M
Lots Value
Not specified
Awards Value
£15,988,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
16 Apr 20196 years ago
Submission Deadline
30 Nov 2018Expired
Future Notice Date
Not specified
Award Date
8 Apr 20196 years ago
Contract Period
30 Jun 2019 - 31 Mar 2026 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
Contact Name
Louise Smith
Contact Email
scwcsu.procurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS1 3LL
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
TLJ South East (England)

Local Authority
Bristol, City of
Electoral Ward
Central
Westminster Constituency
Bristol Central

Supplier Information

Number of Suppliers
1
Supplier Name

OXLEAS NHS FOUNDATION TRUST

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-27cff78b-4df1-4ad9-b2ef-65f2759f2ee2-2019-04-16T07:59:31+01:00",
    "date": "2019-04-16T07:59:31+01:00",
    "ocid": "ocds-b5fd17-27cff78b-4df1-4ad9-b2ef-65f2759f2ee2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PR002669AN",
        "title": "Integrated Mental Health Service for Kent and Medway Prisons for NHS England (NHSE)",
        "description": "NHS England South (South East), the commissioner, seeks to commission an Integrated Mental Health Service for Kent and Medway Prisons to; HMP Elmley, HMP Swaleside, HMP Standford Hill HMP/YOI Rochester, HMP Maidstone, HMP/YOI East Sutton Park The contract will be for an initial term of 5 years, with a possible extension of a further 2 years, at the discretion of the Commissioner. Services are planned to commence 1st July 2019. The Commissioner has a total maximum budget available of PS2,284,000, per annum. The Commissioner will be contracting for the Services using the standard NHS England contract (full length) for services. The service provider will provide a recovery focused, trauma informed integrated mental health service. This service will provide psychologically informed, evidence based specialist support for all those assessed as requiring interventions to address mental health, personality disorder, and support for individuals with learning disabilities. The service will work closely with the substance misuse treatment provider and others where dual diagnosis is identified and with primary care and others where co-morbid physical or social care needs are present, and will utilise a \"stepped care\" model as appropriate. The service will be available to all prisoners within the establishment(s). The service must meet the unique needs of each establishment and take into account the needs of the population within that establishment. This procurement is undertaken in good faith, potential government policy changes could enact changes to prison healthcare provision. Bidders/providers must be prepared to work with commissioners to implement any nationally mandated directives, whether during the procurement or the ensuing contract. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of NHS England South (South East). 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 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 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.",
        "datePublished": "2018-10-18T13:58:22+01:00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "75231230",
            "description": "Prison services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 15988000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2018-11-30T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-07-01T00:00:00+01:00",
            "endDate": "2026-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/44a553a4-ba56-42a5-87e0-d554906c4198",
                "datePublished": "2018-10-18T13:58:22+01:00",
                "format": "text/html",
                "language": "en"
            }
        ],
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85100000",
                "description": "Health services"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
            "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
            "identifier": {
                "legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/FDEK7nf7"
            },
            "address": {
                "streetAddress": "17 Marlborough St,",
                "locality": "Bristol",
                "postalCode": "BS1 3LL",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Louise Smith",
                "email": "scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-112949",
            "name": "Oxleas NHS Foundation Trust",
            "identifier": {
                "legalName": "Oxleas NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Pinewood House Pinewood Place Dartford Kent DA2 7WG"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-27cff78b-4df1-4ad9-b2ef-65f2759f2ee2-1",
            "status": "active",
            "date": "2019-04-09T00:00:00+01:00",
            "datePublished": "2019-04-16T07:59:31+01:00",
            "value": {
                "amount": 15988000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-112949",
                    "name": "Oxleas NHS Foundation Trust"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-07-01T00:00:00+01:00",
                "endDate": "2026-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/312cae02-7602-4033-a209-8f040b9a9e65",
                    "datePublished": "2019-04-16T07:59:31+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}