Award

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

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 4 releases in its history.

Award

23 Jun 2022 at 11:34

Tender

20 Oct 2021 at 14:20

Planning

18 Dec 2019 at 11:12

Planning

18 Dec 2019 at 11:10

Summary of the contracting process

NHS England and NHS Improvement South East is initiating the procurement of integrated healthcare services for Thames Valley prisons, detailed in the tender titled "Integrated Healthcare Services to Thames Valley Prisons." The procurement process is currently at the Award stage, with contracts expected to commence on 1st October 2022, spanning a duration of seven years until 30th September 2029. The total value for this project amounts to £120,112,205, distributed across three lots serving specific establishments within the region. Interested providers are advised to refer to the tender documents for comprehensive details and requirements.

This procurement presents significant growth opportunities for healthcare providers, particularly those specialising in primary healthcare, mental health, pharmacy, and substance misuse services. Businesses that may excel in this tender include small to medium enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) organisations that offer innovative and integrated health services, especially those with a capacity for collaboration in a recovery-oriented framework. This initiative not only aims to enhance prisoner health outcomes but also opens doors for service providers to engage with a structured and stable long-term contract model.

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

Notice 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 (PS31.6m) * Lot 2 - HMP Bullingdon (PS59.6m) * Lot 3 - HMYOI Aylesbury (PS17.5m) The maximum whole life combined contract value available for all lots is PS120,112,205, 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. Additional 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e44c1b5e-b907-4968-868f-a1562e612949
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d67a5310-273e-45a9-a0f1-1870761ef6fa
Current Stage
Award
All Stages
Planning, 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

85100000 - Health services

Notice Value(s)

Tender Value
£120,112,205 £100M-£1B
Lots Value
Not specified
Awards Value
£111,143,669 £100M-£1B
Contracts Value
Not specified

Notice Dates

Publication Date
23 Jun 20223 years ago
Submission Deadline
20 Dec 2021Expired
Future Notice Date
28 Feb 2020Expired
Award Date
7 Jun 20223 years ago
Contract Period
30 Sep 2022 - 30 Sep 2029 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
Jamie Mackay
Contact Email
scwcsu.procurement@nhs.net
Contact Phone
Not specified

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

CENTRAL AND NORTH WEST LONDON NHS FOUNDATION TRUST

PRACTICE PLUS GROUP PRIMARY CARE

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-e44c1b5e-b907-4968-868f-a1562e612949-2022-06-23T12:34:25+01:00",
    "date": "2022-06-23T12:34:25+01:00",
    "ocid": "ocds-b5fd17-e44c1b5e-b907-4968-868f-a1562e612949",
    "language": "en",
    "initiationType": "tender",
    "title": "NHS England and NHS Improvement South Integrated Healthcare Service to Thames Valley Prisons - Market Engagement",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2020-02-28T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/1f8312e4-5f2a-4eba-8af9-c2f2404fc8e8",
                "datePublished": "2019-12-18T11:10:10Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2019-12-18T11:12:35Z"
            },
            {
                "id": "2",
                "documentType": "marketStudies",
                "description": "Market Engagement Questionnaire",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fb0ace9e-d386-410a-a6fc-3d9aeac00aca",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "marketStudies",
                "description": "eProcurement system, In-Tend",
                "url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
            }
        ]
    },
    "tender": {
        "id": "WA10209",
        "title": "Integrated Healthcare Services to Thames Valley Prisons for NHS England and NHS Improvement South East",
        "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 (PS31.6m) * Lot 2 - HMP Bullingdon (PS59.6m) * Lot 3 - HMYOI Aylesbury (PS17.5m) The maximum whole life combined contract value available for all lots is PS120,112,205, 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. Additional 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.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health 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"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "datePublished": "2021-10-20T15:20:05+01:00",
        "value": {
            "amount": 120112205,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-12-20T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-10-01T00:00:00+01:00",
            "endDate": "2029-09-30T23:59:59+01:00"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/cafd2de8-fb94-475e-87ab-2dde84154f5c",
                "datePublished": "2021-10-20T15:20:05+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": "BS13NX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Jamie Mackay",
                "email": "scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-11078321",
            "name": "PRACTICE PLUS GROUP PRIMARY CARE LIMITED",
            "identifier": {
                "legalName": "PRACTICE PLUS GROUP PRIMARY CARE LIMITED",
                "scheme": "GB-COH",
                "id": "11078321"
            },
            "address": {
                "streetAddress": "Hawker House,5-6 Napier Court Napier Road READING Berkshire RG1 8BW GB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-210719",
            "name": "Central and North West London NHS Foundation Trust",
            "identifier": {
                "legalName": "Central and North West London NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "350 Euston Rd, London NW1 3AX"
            },
            "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-e44c1b5e-b907-4968-868f-a1562e612949-1",
            "status": "active",
            "date": "2022-06-08T00:00:00+01:00",
            "datePublished": "2022-06-23T12:34:25+01:00",
            "value": {
                "amount": 32332224,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-11078321",
                    "name": "PRACTICE PLUS GROUP PRIMARY CARE LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-10-01T00:00:00+01:00",
                "endDate": "2029-09-30T23:59:59+01:00"
            },
            "description": "Lot 1: HMP Huntercomber, HMP Grendon & HMP Springhill",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/d67a5310-273e-45a9-a0f1-1870761ef6fa",
                    "datePublished": "2022-06-23T12:34:25+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        },
        {
            "id": "ocds-b5fd17-e44c1b5e-b907-4968-868f-a1562e612949-2",
            "status": "active",
            "date": "2022-06-08T00:00:00+01:00",
            "datePublished": "2022-06-23T12:34:25+01:00",
            "value": {
                "amount": 60888253,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-11078321",
                    "name": "PRACTICE PLUS GROUP PRIMARY CARE LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-10-01T00:00:00+01:00",
                "endDate": "2029-09-30T23:59:59+01:00"
            },
            "description": "Lot 2: HMP Bullingdon",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/d67a5310-273e-45a9-a0f1-1870761ef6fa",
                    "datePublished": "2022-06-23T12:34:25+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        },
        {
            "id": "ocds-b5fd17-e44c1b5e-b907-4968-868f-a1562e612949-3",
            "status": "active",
            "date": "2022-06-08T00:00:00+01:00",
            "datePublished": "2022-06-23T12:34:25+01:00",
            "value": {
                "amount": 17923192,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-210719",
                    "name": "Central and North West London NHS Foundation Trust"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-10-01T00:00:00+01:00",
                "endDate": "2029-09-30T23:59:59+01:00"
            },
            "description": "Lot 3: HMPYOI Aylesbury",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/d67a5310-273e-45a9-a0f1-1870761ef6fa",
                    "datePublished": "2022-06-23T12:34:25+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}