Award

NHS England South (South Central) - Procurement for Healthcare Services for HMP Isle of Wight

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 2 releases in its history.

Award

29 Nov 2018 at 11:49

Tender

22 Aug 2017 at 16:33

Summary of the contracting process

NHS England, through the NHS South, Central and West Commissioning Support Unit, is seeking to award a contract for the procurement of healthcare services at HMP Isle of Wight. The title of the tender is "NHS England South (South Central) - Procurement for Healthcare Services for HMP Isle of Wight". This procurement falls under the health and social work services category and is set in the South East region of the United Kingdom. The procurement process is currently in the Award stage, with a maximum contract value of £25,588,000 over a contract duration of five years, commencing on 1st April 2018, and the deadline for ITT submissions having been 11th October 2017.

This tender presents significant business opportunities for organisations specialising in healthcare services, particularly those capable of delivering primary care nursing, pharmacy services, mental health services, and integrated substance misuse services within a prison environment. Businesses that are well-suited to compete in this tender include SMEs with expertise in healthcare provision, particularly those that can demonstrate a commitment to enhancing service quality and reducing health inequalities. Those interested in bidding should consider collaboration as a strategy to effectively respond to the comprehensive service specifications outlined in the tender.

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 Central) - Procurement for Healthcare Services for HMP Isle of Wight

Notice Description

NHS England seeks to re-commission an outcome focused primary healthcare service, equivalent to that available to the local community, at HMP Isle of Wight. The services being commissioned include (please see service specifications for further information and full lists of services required): * GP Provision, including Out-of-Hours service (OOH under a co-commissioning arrangement with Isle of Wight CCG) * Primary Care Nursing * Pharmacy Services * 18 bed inpatient unit, including End of Life care * Dental Services (contract commencement deferred to April 2019) * Podiatry * Optometry * Physiotherapy * Integrated Substance Misuse Services * Primary and Secondary Mental Health Services The key objectives of the service are: * To improve the quality outcomes with the aim of achieving an equitable healthcare provision, in line with the local community, and reduce health inequalities * Develop a flexible consistent service, across both sites * Enhance access to high quality services * Improve value for money * Provide a greater range of in house services that greater reflect the needs of the population at HMP Isle of Wight * Reduction of the number of healthcare visits outside of the prison walls * Contribute to the reduction of reoffending * Integration of healthcare with the prison regime * Identification and reduction of health inequalities NHS England may seek at a later date to commission consultant-led ADHD and Memory clinic services as part of this contract The maximum total contract value for the service will be PS25,588,000, inclusive of all specified service elements (including the integrated substance misuse service, BBV, GP out of hours and the dental service (the latter from 19/20 onwards)), but excluding escorts and bedwatches, which will be funded via a risk share arrangement (PS640,000 per annum, prior to risk share mechanisms being applied). Please refer to the ITT documents for further information. (NB: the indicated maximum total funding levels elsewhere in this notice DO include escorts and bedwatches). The contract duration will be 5 years, due to commence on 01/04/18 (aside from Dental Services, which will commence on 1st April 2019) Commissioners will not be liable for costs incurred by any interested party in participating in this process Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the Open procedure and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider The procurement will be conducted via the In-Tend portal & can be accessed via the 'current tenders' list on https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation, you will need to 'express an interest' and register on the system for full access. Bidders are required to respond to questions directly within In-Tend and attach any requested documents separately to the placeholders provided Additional information: All ITT responses must be returned by 12 Noon on 11th October 2017. In the interests of encouraging collaborative working, any organisations that do not wish to bid for the entire contract, but would like their details to be shared with potential bidders as subcontractors or consortium partners should send contact details to ashley.preece@nhs.net at their earliest convenience, and these will be circulated via the e-tendering portal. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners. Interested providers will be able to view the tender opportunity via the 'current tenders' list on the e-procurement system https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation you will need to 'express an interest' and register on the system. Bidders are required to respond to Selection & ITT questions directly within the system and attach any requested documents separately to the placeholders provided. 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

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-faeaae84-705f-4e37-bd87-4d3941e7cac9
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/667e5b37-341c-4feb-be49-5bf1f5cfd532
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
Tender Suitability
SME
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
£28,788,000 £10M-£100M
Lots Value
Not specified
Awards Value
£25,588,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
29 Nov 20187 years ago
Submission Deadline
11 Oct 2017Expired
Future Notice Date
Not specified
Award Date
3 Jan 20188 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
1
Supplier Name

CARE UK HEALTH & REHABILITATION SERVICES

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-faeaae84-705f-4e37-bd87-4d3941e7cac9-2018-11-29T11:49:09Z",
    "date": "2018-11-29T11:49:09Z",
    "ocid": "ocds-b5fd17-faeaae84-705f-4e37-bd87-4d3941e7cac9",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PR001918 Award",
        "title": "NHS England South (South Central) - Procurement for Healthcare Services for HMP Isle of Wight",
        "description": "NHS England seeks to re-commission an outcome focused primary healthcare service, equivalent to that available to the local community, at HMP Isle of Wight. The services being commissioned include (please see service specifications for further information and full lists of services required): * GP Provision, including Out-of-Hours service (OOH under a co-commissioning arrangement with Isle of Wight CCG) * Primary Care Nursing * Pharmacy Services * 18 bed inpatient unit, including End of Life care * Dental Services (contract commencement deferred to April 2019) * Podiatry * Optometry * Physiotherapy * Integrated Substance Misuse Services * Primary and Secondary Mental Health Services The key objectives of the service are: * To improve the quality outcomes with the aim of achieving an equitable healthcare provision, in line with the local community, and reduce health inequalities * Develop a flexible consistent service, across both sites * Enhance access to high quality services * Improve value for money * Provide a greater range of in house services that greater reflect the needs of the population at HMP Isle of Wight * Reduction of the number of healthcare visits outside of the prison walls * Contribute to the reduction of reoffending * Integration of healthcare with the prison regime * Identification and reduction of health inequalities NHS England may seek at a later date to commission consultant-led ADHD and Memory clinic services as part of this contract The maximum total contract value for the service will be PS25,588,000, inclusive of all specified service elements (including the integrated substance misuse service, BBV, GP out of hours and the dental service (the latter from 19/20 onwards)), but excluding escorts and bedwatches, which will be funded via a risk share arrangement (PS640,000 per annum, prior to risk share mechanisms being applied). Please refer to the ITT documents for further information. (NB: the indicated maximum total funding levels elsewhere in this notice DO include escorts and bedwatches). The contract duration will be 5 years, due to commence on 01/04/18 (aside from Dental Services, which will commence on 1st April 2019) Commissioners will not be liable for costs incurred by any interested party in participating in this process Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the Open procedure and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider The procurement will be conducted via the In-Tend portal & can be accessed via the 'current tenders' list on https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation, you will need to 'express an interest' and register on the system for full access. Bidders are required to respond to questions directly within In-Tend and attach any requested documents separately to the placeholders provided Additional information: All ITT responses must be returned by 12 Noon on 11th October 2017. In the interests of encouraging collaborative working, any organisations that do not wish to bid for the entire contract, but would like their details to be shared with potential bidders as subcontractors or consortium partners should send contact details to ashley.preece@nhs.net at their earliest convenience, and these will be circulated via the e-tendering portal. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners. Interested providers will be able to view the tender opportunity via the 'current tenders' list on the e-procurement system https://in-tendhost.co.uk/scwcsu/aspx/Home In order to access the tender documentation you will need to 'express an interest' and register on the system. Bidders are required to respond to Selection & ITT questions directly within the system and attach any requested documents separately to the placeholders provided. 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": "2017-08-22T17:33:44+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"
                    }
                ]
            }
        ],
        "value": {
            "amount": 28788000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-10-11T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-04-01T00:00:00+01:00",
            "endDate": "2023-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/97a3587d-d56b-4e7d-85f5-6bd314b8d729",
                "datePublished": "2017-08-22T17:33:44+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": "Tom Griffiths",
                "email": "tomgriffiths@nhs.net"
            },
            "details": {
                "url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
            },
            "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-faeaae84-705f-4e37-bd87-4d3941e7cac9-1",
            "status": "active",
            "date": "2018-01-03T00:00:00Z",
            "datePublished": "2018-11-29T11:49:09Z",
            "value": {
                "amount": 25588000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-10498997",
                    "name": "CARE UK HEALTH & REHABILITATION SERVICES LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-04-01T00:00:00+01:00",
                "endDate": "2023-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/667e5b37-341c-4feb-be49-5bf1f5cfd532",
                    "datePublished": "2018-11-29T11:49:09Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}