Tender

WA12138 - Integrated Healthcare Services to Isle of Wight Prisons for NHS England and NHS Improvement (NHSE/I) South East

NHS ENGLAND

This public procurement record has 2 releases in its history.

Tender

12 Jul 2022 at 10:07

Planning

30 Dec 2021 at 13:14

Summary of the contracting process

The NHS England and NHS Improvement South East is currently conducting a tender process titled "WA12138 - Integrated Healthcare Services to Isle of Wight Prisons." This procurement falls under the healthcare services category and is situated in the UK, specifically targeting the establishments of HMP Parkhurst and HMP Albany on the Isle of Wight. The tender is being carried out under the "Light Touch Regime" and follows an open procurement method, allowing for transparent bidding. The deadline for submissions is 23rd August 2022, with the contract expected to commence on 1st April 2023, lasting for seven years with a total value of £48,027,000.

This tender presents significant opportunities for businesses, particularly those involved in healthcare services, including but not limited to mental health, substance misuse, and general healthcare provision. Companies specialising in clinical services, healthcare administration, or those with the capacity to subcontract specialist care will find this tender well-suited for their capabilities. Additionally, third sector and social enterprise organisations may also benefit from this procurement, as the NHS is keen to engage a prime provider capable of integrating various service offerings effectively within the prison system.

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

WA12138 - Integrated Healthcare Services to Isle of Wight Prisons for NHS England and NHS Improvement (NHSE/I) South East

Notice Description

NHS England and NHS Improvement (NHSE/I) South East seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments in the Isle of Wight. <br/>* HMP Parkhurst <br/>* HMP Albany<br/><br/>NHSE/I will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract elements to other specialist providers.

Lot Information

Lot 1

NHS England and NHS Improvement (NHSE/I) South East seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments on the Isle of Wight.

* HMP Parkhurst
* HMP Albany

NHSE/I will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract elements to other specialist providers.

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. Close joint working with other healthcare services, as well as other departments within the prison is imperative to the success of the delivery of this service.

The healthcare services in the contract include (please see the service specification for full list of services):
* General Practitioners provision
* Primary Care Nursing (including long term conditions)
* Dental services
* Pharmacy Services (including OOH provision)
* Inpatient Unit facility
* Substance Misuse Services
* Primary and Secondary Mental Health and Learning Disability Services
* Health Promotion and Prevention
* 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 clinics
* Therapies / clinics (including but not limited to)
-Dietetics
-Weight management
-Optometry
-Pain management
-Physiotherapy
-Podiatry
-Audiology
-Memory Clinics / Dementia Pathway
-Personality Disorder
-Occupational Therapy
-Speech and Language Therapy
-Talking Therapies and counselling
-Access to external community services
* Sexual Health screening - Tiers (1, 2)
* Escorts and bed watches (via risk share agreements)
* Appropriate administrative and data management support

The provider will also be responsible for ensuring that effective and meaningful pathways of care are established with secondary care/diagnostics and other services outside of this specification, including hospital-based services, to meet patients' health needs.

The contract is due to commence on 1st April 2023, and the contract duration will be 7 years. The maximum contract value is 48,027,000 over the contract term.

The maximum contract envelope is based on current operational capacity figures.
Any change to prison population(s) will be managed through a contract variation process. Additional information: 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).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-030635
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019012-2022
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

Tender Value
£48,027,000 £10M-£100M
Lots Value
£48,027,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Jul 20223 years ago
Submission Deadline
23 Aug 2022Expired
Future Notice Date
31 Mar 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS ENGLAND
Additional Buyers

NHS ENGLAND AND NHS IMPROVEMENT SOUTH-EAST

Contact Name
Rebecca Rogers
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)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLJ South East (England)

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

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-h6vhtk-030635-2022-07-12T11:07:15+01:00",
    "date": "2022-07-12T11:07:15+01:00",
    "ocid": "ocds-h6vhtk-030635",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-030635",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "WA12138 - Integrated Healthcare Services to Isle of Wight Prisons for NHS England and NHS Improvement (NHSE/I) South East",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS England and NHS Improvement (NHSE/I) South East seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments in the Isle of Wight. <br/>* HMP Parkhurst <br/>* HMP Albany<br/><br/>NHSE/I will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract elements to other specialist providers.",
        "lots": [
            {
                "id": "1",
                "description": "NHS England and NHS Improvement (NHSE/I) South East seeks to commission a prime provider who has the capability and capacity to deliver Integrated Healthcare Services to the following establishments on the Isle of Wight. <br/><br/>* HMP Parkhurst <br/>* HMP Albany<br/><br/>NHSE/I will hold a contract with the prime provider, who in turn can directly provide care and/or subcontract elements to other specialist providers.<br/><br/>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. Close joint working with other healthcare services, as well as other departments within the prison is imperative to the success of the delivery of this service.<br/><br/>The healthcare services in the contract include (please see the service specification for full list of services):<br/>* General Practitioners provision<br/>* Primary Care Nursing (including long term conditions)<br/>* Dental services<br/>* Pharmacy Services (including OOH provision)<br/>* Inpatient Unit facility<br/>* Substance Misuse Services<br/>* Primary and Secondary Mental Health and Learning Disability Services<br/>* Health Promotion and Prevention<br/>* Musculoskeletal therapies<br/>* Smoking cessation<br/>* Blood Born Viruses testing to include funding, access and delivery (including provision of testing facilities where necessary)<br/>* Consultant-led pain management clinics<br/>* Therapies / clinics (including but not limited to)<br/>-Dietetics<br/>-Weight management<br/>-Optometry<br/>-Pain management<br/>-Physiotherapy<br/>-Podiatry<br/>-Audiology<br/>-Memory Clinics / Dementia Pathway<br/>-Personality Disorder<br/>-Occupational Therapy <br/>-Speech and Language Therapy<br/>-Talking Therapies and counselling<br/>-Access to external community services<br/>* Sexual Health screening - Tiers (1, 2)<br/>* Escorts and bed watches (via risk share agreements)<br/>* Appropriate administrative and data management support<br/><br/>The provider will also be responsible for ensuring that effective and meaningful pathways of care are established with secondary care/diagnostics and other services outside of this specification, including hospital-based services, to meet patients' health needs.<br/><br/>The contract is due to commence on 1st April 2023, and the contract duration will be 7 years. The maximum contract value is 48,027,000 over the contract term.<br/><br/>The maximum contract envelope is based on current operational capacity figures.<br/>Any change to prison population(s) will be managed through a contract variation process. Additional information: 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).",
                "status": "active",
                "value": {
                    "amount": 48027000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-04-01T00:00:00+01:00",
            "atypicalToolUrl": "https://health-family.force.com/s/Welcome"
        },
        "value": {
            "amount": 48027000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://health-family.force.com/s/Welcome",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-08-23T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-07-12T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-07-12T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-39314",
            "name": "NHS England and NHS Improvement South-East",
            "identifier": {
                "legalName": "NHS England and NHS Improvement South-East"
            },
            "address": {
                "streetAddress": "South Plaza,Marlborough Street",
                "locality": "BRISTOL",
                "region": "UK",
                "postalCode": "BS13NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Rebecca Rogers",
                "email": "scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://in-tendhost.co.uk/scwcsu/aspx/Home",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3022",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "streetAddress": "Quarry House, Quarry Hill",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS2 7UE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Rebecca Rogers",
                "email": "scwcsu.procurement@nhs.net",
                "url": "https://health-family.force.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "buyerProfile": "https://www.england.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-497",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "generaloffice@administrativecourtoffice.justice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3022",
        "name": "NHS England"
    },
    "language": "en",
    "description": "In the interest of encouraging collaborative working, organisations that do not wish to bid for the entire contract but would like their details shared with potential bidders as subcontractors or potential consortium partners should send their contact details to the SCW procurement team using the messaging function of the Atamis system.<br/><br/>Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome <br/><br/>This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.<br/><br/>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).<br/><br/>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 any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.<br/> <br/>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.<br/><br/>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."
}