Notice Information
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
Notice Details
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
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/667e5b37-341c-4feb-be49-5bf1f5cfd532
29th November 2018 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/97a3587d-d56b-4e7d-85f5-6bd314b8d729
22nd August 2017 - Opportunity notice on Contracts Finder
Notice URLs
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-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"
}
]
}
]
}