Award

NHS England South (South East) Healthcare Services at HMPs Elmley, Swaleside, Standford Hill (Lot 1) and HMPs Maidstone & East Sutton Park (Lot 2)

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 3 releases in its history.

Award

25 Jan 2018 at 09:50

TenderAmendment

04 Aug 2017 at 13:54

Tender

04 Aug 2017 at 13:50

Summary of the contracting process

NHS England South (South East) is seeking to commission healthcare services at prisons including HMPs Elmley, Swaleside, Standford Hill, Maidstone, and East Sutton Park. This procurement is being facilitated by NHS South, Central & West Commissioning Support Unit. The contract is structured into two lots: Lot 1 relates to the Kent-based establishments which has a total estimated value of £6,670,000 per annum, while Lot 2 corresponds to Maidstone and East Sutton Park with an estimated annual value of £950,000. The services are scheduled to commence on the 1st of April 2018, with a contract duration of three years and a potential 24-month extension. The procurement is being conducted through an open procedure adhering to NHS guidelines.

This tender presents significant growth opportunities for businesses in healthcare services, particularly those with capabilities in general practice, nursing, mental health services, and various specialised healthcare provisions. Companies that specialise in delivering integrated healthcare services, especially those with experience in the prison system or similar environments, will find this procurement especially relevant. Small and medium enterprises (SMEs) and voluntary/community sector enterprises (VCSEs) are encouraged to participate, potentially increasing their market reach and operational scope through successful bids for one or both lots.

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

NHS England South (South East) Healthcare Services at HMPs Elmley, Swaleside, Standford Hill (Lot 1) and HMPs Maidstone & East Sutton Park (Lot 2)

Notice Description

NHS England South (South East) (the Commissioner) seeks to commission Healthcare Services at HMPs Elmley, Swaleside, Standford Hill and HMPs Maidstone & East Sutton Park. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCWCSU) on behalf of the Commissioners. The procurement has been split into two lots, detail of which can be found below. NHS England will commission a lead provider model (for each lot) for prison healthcare services in order to support integrated, patient centred care across the full range of service specialities required to manage the complex healthcare needs of those in the prison settings. NHS England will hold a contract with the lead provider (for each lot), who in turn can directly provide care and/or subcontract care to other specialist providers. The lead provider will ensure that all services operating within the prison work in an integrated way delivering seamless care pathways. NHS England requires provision of a comprehensive range of healthcare services in-house (for each lot) which includes; * GP Service * Healthcare Nursing and Administration Service * Medicines Optimisation Service * Mental health promotion and primary prevention * Prison In-patient Care (HMP Swaleside and Elmley only) * Healthcare Administration Services * Optometry * Sexual Health Services * Pain Management * Physiotherapy * X-ray * Podiatry * Health Promotion and Prevention * Audiology * Social Care Provision * Smoking cessation The two Lots are: Lot 1 HMP YOI Elmley is an adult and young offender male Category B Local Prison with an operational capacity of 1252. HMP Swaleside is an adult male Category B Training prison with an operational capacity of 1132. HMP Standford Hill is an adult male Open prison with an operational capacity of 456. The three establishments within this lot are situated on the Isle of Sheppey in Kent. Lot 2 HMP Maidstone is a Category C Working Prison situated on the northern edge of the County Town of Kent, with an operational capacity of 600. HMP East Sutton Park holds both adult and young offender women in open conditions and is situated in the village of East Sutton, with an operational capacity of 100. Bidders may bid for one or both lots. There are no limitations to the number of Lots which can be awarded to any one tenderer. The expected service commencement date for the Lot 1 establishments is the 1st April 2018, with a contract value of PS6,670,000 per annum. The expected service commencement date for the Lot 2 establishments is also the 1st April 2018, with a contract value of PS950,000 per annum. The contract duration (for both lots) will be for an initial term of 3 years, with a possible extension period up to a further 24 months, as defined and at the discretion of the Commissioner. The services will be contracted using the NHS Standard Contract with Alternative Provider Medical Services Contract (APMS) module. Additional information: Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement portal (In-tend). https://in-tendhost.co.uk/scwcsu/aspx/Home Or you should be able to go directly to this particular notice by following the link below: https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/453 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. The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU ("the Directive") and Schedule 3 to the Public Contract Regulations 2015 ("the Regulations"). 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 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 Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the 2015 Regulations. Unsuccessful tenderers will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-da8b9a0e-8de1-4ba6-8121-4a628ea90386
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/6b3574c0-13ca-4b2b-b842-c07b5586bf9e
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
£38,100,000 £10M-£100M
Lots Value
Not specified
Awards Value
£38,090,745 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
25 Jan 20188 years ago
Submission Deadline
13 Sep 2017Expired
Future Notice Date
Not specified
Award Date
3 Nov 20178 years ago
Contract Period
31 Mar 2018 - 31 Mar 2023 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
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

Supplier Information

Number of Suppliers
2
Supplier Names

INTEGRATED CARE 24

OXLEAS NHS FOUNDATION TRUST

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-da8b9a0e-8de1-4ba6-8121-4a628ea90386-2018-01-25T09:50:52Z",
    "date": "2018-01-25T09:50:52Z",
    "ocid": "ocds-b5fd17-da8b9a0e-8de1-4ba6-8121-4a628ea90386",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PR001949",
        "title": "NHS England South (South East) Healthcare Services at HMPs Elmley, Swaleside, Standford Hill (Lot 1) and HMPs Maidstone & East Sutton Park (Lot 2)",
        "description": "NHS England South (South East) (the Commissioner) seeks to commission Healthcare Services at HMPs Elmley, Swaleside, Standford Hill and HMPs Maidstone & East Sutton Park. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCWCSU) on behalf of the Commissioners. The procurement has been split into two lots, detail of which can be found below. NHS England will commission a lead provider model (for each lot) for prison healthcare services in order to support integrated, patient centred care across the full range of service specialities required to manage the complex healthcare needs of those in the prison settings. NHS England will hold a contract with the lead provider (for each lot), who in turn can directly provide care and/or subcontract care to other specialist providers. The lead provider will ensure that all services operating within the prison work in an integrated way delivering seamless care pathways. NHS England requires provision of a comprehensive range of healthcare services in-house (for each lot) which includes; * GP Service * Healthcare Nursing and Administration Service * Medicines Optimisation Service * Mental health promotion and primary prevention * Prison In-patient Care (HMP Swaleside and Elmley only) * Healthcare Administration Services * Optometry * Sexual Health Services * Pain Management * Physiotherapy * X-ray * Podiatry * Health Promotion and Prevention * Audiology * Social Care Provision * Smoking cessation The two Lots are: Lot 1 HMP YOI Elmley is an adult and young offender male Category B Local Prison with an operational capacity of 1252. HMP Swaleside is an adult male Category B Training prison with an operational capacity of 1132. HMP Standford Hill is an adult male Open prison with an operational capacity of 456. The three establishments within this lot are situated on the Isle of Sheppey in Kent. Lot 2 HMP Maidstone is a Category C Working Prison situated on the northern edge of the County Town of Kent, with an operational capacity of 600. HMP East Sutton Park holds both adult and young offender women in open conditions and is situated in the village of East Sutton, with an operational capacity of 100. Bidders may bid for one or both lots. There are no limitations to the number of Lots which can be awarded to any one tenderer. The expected service commencement date for the Lot 1 establishments is the 1st April 2018, with a contract value of PS6,670,000 per annum. The expected service commencement date for the Lot 2 establishments is also the 1st April 2018, with a contract value of PS950,000 per annum. The contract duration (for both lots) will be for an initial term of 3 years, with a possible extension period up to a further 24 months, as defined and at the discretion of the Commissioner. The services will be contracted using the NHS Standard Contract with Alternative Provider Medical Services Contract (APMS) module. Additional information: Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement portal (In-tend). https://in-tendhost.co.uk/scwcsu/aspx/Home Or you should be able to go directly to this particular notice by following the link below: https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/453 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. The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU (\"the Directive\") and Schedule 3 to the Public Contract Regulations 2015 (\"the Regulations\"). 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 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 Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the 2015 Regulations. Unsuccessful tenderers will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.",
        "datePublished": "2017-08-04T14:50:58+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"
                    }
                ]
            }
        ],
        "value": {
            "amount": 38100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2017-09-13T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-04-01T00:00:00+01:00",
            "endDate": "2023-03-31T23:59:59+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/d88ea770-a6c3-431f-9d00-d13da4f82444",
                "datePublished": "2017-08-04T14:54:29+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "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, Marlborough Street",
                "locality": "Bristol",
                "postalCode": "BS1 3NX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Louise Smith",
                "email": "Scwcsu.procurement@nhs.net"
            },
            "details": {
                "url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-71567",
            "name": "Integrated Care 24 Limited",
            "identifier": {
                "legalName": "Integrated Care 24 Limited"
            },
            "address": {
                "streetAddress": "Kingston House Orbital Park Ashford Kent"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-71568",
            "name": "Oxleas NHS Foundation Trust",
            "identifier": {
                "legalName": "Oxleas NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Pinewood House Pinewood Place Dartford Kent"
            },
            "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-da8b9a0e-8de1-4ba6-8121-4a628ea90386-1",
            "status": "active",
            "date": "2017-11-03T00:00:00Z",
            "datePublished": "2018-01-25T09:50:52Z",
            "value": {
                "amount": 38090745,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-71567",
                    "name": "Integrated Care 24 Limited"
                },
                {
                    "id": "GB-CFS-71568",
                    "name": "Oxleas NHS Foundation Trust"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-04-01T00:00:00+01:00",
                "endDate": "2023-03-31T23:59:59+01:00"
            },
            "description": "Integrated Care 24 Limited: Lot 1 Oxleas NHS Foundation Trust: Lot 2",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/6b3574c0-13ca-4b2b-b842-c07b5586bf9e",
                    "datePublished": "2018-01-25T09:50:52Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}