Notice Information
Notice Title
NHS England South (South East) - Integrated Healthcare Service to Sussex Adult prisons (HMPs Ford and Lewes)
Notice Description
NHS England South (South East) seeks to commission a lead provider model for Integrated Healthcare services to HMP Ford and HMP Lewes. The provider will be expected to deliver integrated patient centred care across the full range of health service specialties detailed in the service specification(s). NHS England will be using the most recently published, NHS Standard Contract for Healthcare Service(s), including the APMS contract in Schedule 2L, and an NHS Personal Dental Services (PDS) contract for the Dental services provision. A tripartite agreement will be necessary between the Prime provider, the dental services provider and NHS England if the prime provider cannot hold a PDS contract in their own right. The contract is due to commence on 1st April 2020 (except for SMS at HMP Lewes). Contract duration is 7 years. Maximum total contract value; PS42,235,000 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. The services include (please see service specifications) * General Practitioners Provision * Primary Care Nursing * Dental services - HMP Lewes only * Pharmacy Services (Including mechanism for OOH provision). * Inpatient Unit facility at HMP Lewes * Substance Misuse Services (including Substance Misuse wing at HMP Lewes). (NB: Service delivery commencement for this element is deferred to 3rd October 2020 for HMP Lewes only. Provision at HMP Ford will commence on 1st April 2020). * 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; date 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 clinic(s) * Therapies * Sexual Health screening The preferred bidder will liaise with the SMS provider to ensure mobilisation of services under this contract from 3rd October 2020. NHS England will work with the provider to transfer the budget and responsibility for IM&T provision to them during the life of the contract, via a contract variation. In order to ensure the Provider can manage Escort and Bed Watch Services in an effective and efficient manner and to protect the Provider against significant costs that are out of their control, a risk share agreement scheme will be included within the contract. Additional information: Interested providers will be able to view the opportunity via the 'current tenders' list on In-Tend: https://in- tendhost.co.uk/scwcsu/aspx/Home Alternatively you can view the opportunity directly by following the link below: https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/955 In order to submit a bid, you will need to register on the e-procurement portal and 'express an interest' and then complete all necessary questions as specified within the documents. On registration, please include at least two contacts, to allow for access to the portal in times of absence. NHS England will not be liable for costs incurred by any interested party in participating in this exercise. 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. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-37a426e0-1cda-4919-b72c-0358386ce0b5
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/95d814d4-8673-4d89-ae5e-2820e3a71e28
- 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, VCSE
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £42,235,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £42,235,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Dec 20196 years ago
- Submission Deadline
- 31 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Oct 20196 years ago
- Contract Period
- 31 Mar 2020 - 31 Mar 2027 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS1 3NX
- 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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/95d814d4-8673-4d89-ae5e-2820e3a71e28
10th December 2019 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/5a3f05e0-dade-4048-a5d9-a501f28472ed
7th June 2019 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-37a426e0-1cda-4919-b72c-0358386ce0b5-2019-12-10T09:20:17Z",
"date": "2019-12-10T09:20:17Z",
"ocid": "ocds-b5fd17-37a426e0-1cda-4919-b72c-0358386ce0b5",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "PR002806",
"title": "NHS England South (South East) - Integrated Healthcare Service to Sussex Adult prisons (HMPs Ford and Lewes)",
"description": "NHS England South (South East) seeks to commission a lead provider model for Integrated Healthcare services to HMP Ford and HMP Lewes. The provider will be expected to deliver integrated patient centred care across the full range of health service specialties detailed in the service specification(s). NHS England will be using the most recently published, NHS Standard Contract for Healthcare Service(s), including the APMS contract in Schedule 2L, and an NHS Personal Dental Services (PDS) contract for the Dental services provision. A tripartite agreement will be necessary between the Prime provider, the dental services provider and NHS England if the prime provider cannot hold a PDS contract in their own right. The contract is due to commence on 1st April 2020 (except for SMS at HMP Lewes). Contract duration is 7 years. Maximum total contract value; PS42,235,000 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. The services include (please see service specifications) * General Practitioners Provision * Primary Care Nursing * Dental services - HMP Lewes only * Pharmacy Services (Including mechanism for OOH provision). * Inpatient Unit facility at HMP Lewes * Substance Misuse Services (including Substance Misuse wing at HMP Lewes). (NB: Service delivery commencement for this element is deferred to 3rd October 2020 for HMP Lewes only. Provision at HMP Ford will commence on 1st April 2020). * 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; date 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 clinic(s) * Therapies * Sexual Health screening The preferred bidder will liaise with the SMS provider to ensure mobilisation of services under this contract from 3rd October 2020. NHS England will work with the provider to transfer the budget and responsibility for IM&T provision to them during the life of the contract, via a contract variation. In order to ensure the Provider can manage Escort and Bed Watch Services in an effective and efficient manner and to protect the Provider against significant costs that are out of their control, a risk share agreement scheme will be included within the contract. Additional information: Interested providers will be able to view the opportunity via the 'current tenders' list on In-Tend: https://in- tendhost.co.uk/scwcsu/aspx/Home Alternatively you can view the opportunity directly by following the link below: https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/955 In order to submit a bid, you will need to register on the e-procurement portal and 'express an interest' and then complete all necessary questions as specified within the documents. On registration, please include at least two contacts, to allow for access to the portal in times of absence. NHS England will not be liable for costs incurred by any interested party in participating in this exercise. 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. 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.",
"datePublished": "2019-06-05T15:05:27+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 42235000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2019-07-31T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2020-04-01T00:00:00+01:00",
"endDate": "2027-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/5a3f05e0-dade-4048-a5d9-a501f28472ed",
"datePublished": "2019-06-07T12:18:46+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2019-06-07T12:18:46+01:00"
}
]
},
"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": "SOUTH PLAZA",
"locality": "BRISTOL",
"postalCode": "BS13NX",
"countryName": "England"
},
"contactPoint": {
"name": "Louise Smith",
"email": "scwcsu.procurement@nhs.net"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-10498997",
"name": "CARE UK HEALTH & REHABILITATION SERVICES LIMITED",
"identifier": {
"legalName": "CARE UK HEALTH & REHABILITATION SERVICES LIMITED",
"scheme": "GB-COH",
"id": "10498997"
},
"address": {
"streetAddress": "Connaught House,850 The Crescent COLCHESTER Essex CO4 9QB GB"
},
"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-b5fd17-37a426e0-1cda-4919-b72c-0358386ce0b5-1",
"status": "active",
"date": "2019-10-29T00:00:00Z",
"datePublished": "2019-12-10T09:20:17Z",
"value": {
"amount": 42235000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-10498997",
"name": "CARE UK HEALTH & REHABILITATION SERVICES LIMITED"
}
],
"contractPeriod": {
"startDate": "2020-04-01T00:00:00+01:00",
"endDate": "2027-03-31T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/95d814d4-8673-4d89-ae5e-2820e3a71e28",
"datePublished": "2019-12-10T09:20:17Z",
"format": "text/html",
"language": "en"
}
]
}
]
}