Tender

PRJ1146 Prison Healthcare Services

NHS ENGLAND

This public procurement record has 2 releases in its history.

TenderUpdate

01 Nov 2022 at 16:52

Tender

12 Jul 2022 at 16:23

Summary of the contracting process

The buying organisation, NHS England, has published a tender titled "PRJ1146 Prison Healthcare Services" under the main procurement category of services in the health services industry. The procurement process involves inviting healthcare providers to deliver integrated prison healthcare services in multiple London establishments, including HMP Belmarsh, HMP Thameside, HMP Pentonville, HMP Wormwood Scrubs, and HMP/YOI Isis. The Authority plans to commission these services through three lots, each specifying different establishments. Interested providers must submit expressions of interest and complete questionnaires by Monday 25 July 2022 at 12.00 (Noon).

This tender presents an opportunity for healthcare providers experienced in delivering fully integrated healthcare services, including primary care, mental health, and substance misuse services. The contract duration is initially for 5 years, with a possible extension of up to 84 months. The maximum annual contract value is £43,262,667. Interested businesses must participate in the e-procurement process, and successful bidders will need to meet the strict healthcare service requirements outlined in the tender. The Authority aims to ensure a diverse provision of services across different London prisons to enhance service outcomes and promote competition in the healthcare sector.

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

PRJ1146 Prison Healthcare Services

Notice Description

Below is the same short description which was published on the original advert on 12 July 2022. NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: * HMP Belmarsh * HMP Thameside * HMP Pentonville * HMP Wormwood Scrubs * HMP/YOI Isis The Authority intends to commission Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare. The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) * Primary Care services * Primary and Secondary Mental health and Learning Disability Services * Substance Misuses Services * Public Health & Screening Programmes * Diagnostics and Pathology * Podiatry * Physiotherapy * Occupational Therapy * Radiology * Radiography * Optometry * Musculoskeletal therapies * Pharmacy and Medicine management * Cleaning within Clinical areas * Translation and Interpretation * Portering * Administration and Performance Management * Social care in partnership with Local Authority Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered.

Lot Information

HMP Belmarsh and HMP Thameside

NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: * HMP Belmarsh * HMP Thameside * HMP Pentonville * HMP Wormwood Scrubs * HMP/YOI Isis The Authority intends to commission Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare. The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) * Primary Care services * Primary and Secondary Mental health and Learning Disability Services * Substance Misuses Services * Public Health & Screening Programmes * Diagnostics and Pathology * Podiatry * Physiotherapy * Occupational Therapy * Radiology * Radiography * Optometry * Musculoskeletal therapies * Pharmacy and Medicine management * Cleaning within Clinical areas * Translation and Interpretation * Portering * Administration and Performance Management * Social care in partnership with Local Authority Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered. Additional information: Contract length and value: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months). The maximum annual contract value for this project is PS43,262,667 per annum. Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be PS302,838,669. Lot 1: HMP Belmarsh and HMP Thameside: * HMP Belmarsh - Contract value (per annum) is PS8,041,723, Contract Value (5 years) is PS40,208,615, Contract Value (7 years) is PS56,292,061. * HMP Thameside - Contract value (per annum) is PS9,020,153, Contract Value (5 years) is PS45,100,765, Contract Value (7 years) is PS63,141,071. Lot 2: HMP Pentonville and HMP Wormwood Scrubs: * HMP Pentonville - Contract value (per annum) is PS11,163,122, Contract Value (5 years) is PS55,815,609, Contract Value (7 years) is PS78,141,854. * HMP Wormwood Scrubs - Contract value (per annum) is PS10,889,582, Contract Value (5 years) is PS54,447,910, Contract Value (7 years) is PS76,227,074. Lot 3: HMP/YOI Isis: HMP/YOI Isis - Contract value (per annum) is PS4,148,087, Contract Value (5 years) is PS20,740,435, Contract Value (7 years) is PS29,036,609. Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison. The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot. Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022 The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon). The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the "Light Touch Regime" (LTR). None of the reference to the "Restricted Procedure" or the use of the term "EOI", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.

Renewal: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).

HMP Pentonville and HMP Wormwood Scrubs

NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: * HMP Belmarsh * HMP Thameside * HMP Pentonville * HMP Wormwood Scrubs * HMP/YOI Isis The Authority intends to commission Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare. The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) * Primary Care services * Primary and Secondary Mental health and Learning Disability Services * Substance Misuses Services * Public Health & Screening Programmes * Diagnostics and Pathology * Podiatry * Physiotherapy * Occupational Therapy * Radiology * Radiography * Optometry * Musculoskeletal therapies * Pharmacy and Medicine management * Cleaning within Clinical areas * Translation and Interpretation * Portering * Administration and Performance Management * Social care in partnership with Local Authority Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered. Additional information: Contract length and value: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months). The maximum annual contract value for this project is PS43,262,667 per annum. Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be PS302,838,669. Lot 1: HMP Belmarsh and HMP Thameside: * HMP Belmarsh - Contract value (per annum) is PS8,041,723, Contract Value (5 years) is PS40,208,615, Contract Value (7 years) is PS56,292,061. * HMP Thameside - Contract value (per annum) is PS9,020,153, Contract Value (5 years) is PS45,100,765, Contract Value (7 years) is PS63,141,071. Lot 2: HMP Pentonville and HMP Wormwood Scrubs: * HMP Pentonville - Contract value (per annum) is PS11,163,122, Contract Value (5 years) is PS55,815,609, Contract Value (7 years) is PS78,141,854. * HMP Wormwood Scrubs - Contract value (per annum) is PS10,889,582, Contract Value (5 years) is PS54,447,910, Contract Value (7 years) is PS76,227,074. Lot 3: HMP/YOI Isis: HMP/YOI Isis - Contract value (per annum) is PS4,148,087, Contract Value (5 years) is PS20,740,435, Contract Value (7 years) is PS29,036,609. Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison. The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot. Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022 The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon). The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the "Light Touch Regime" (LTR). None of the reference to the "Restricted Procedure" or the use of the term "EOI", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.

Renewal: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).

HMP/YOI Isis

NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: * HMP Belmarsh * HMP Thameside * HMP Pentonville * HMP Wormwood Scrubs * HMP/YOI Isis The Authority intends to commission Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare. The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) * Primary Care services * Primary and Secondary Mental health and Learning Disability Services * Substance Misuses Services * Public Health & Screening Programmes * Diagnostics and Pathology * Podiatry * Physiotherapy * Occupational Therapy * Radiology * Radiography * Optometry * Musculoskeletal therapies * Pharmacy and Medicine management * Cleaning within Clinical areas * Translation and Interpretation * Portering * Administration and Performance Management * Social care in partnership with Local Authority Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered. Additional information: Contract length and value: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months). The maximum annual contract value for this project is PS43,262,667 per annum. Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be PS302,838,669. Lot 1: HMP Belmarsh and HMP Thameside: * HMP Belmarsh - Contract value (per annum) is PS8,041,723, Contract Value (5 years) is PS40,208,615, Contract Value (7 years) is PS56,292,061. * HMP Thameside - Contract value (per annum) is PS9,020,153, Contract Value (5 years) is PS45,100,765, Contract Value (7 years) is PS63,141,071. Lot 2: HMP Pentonville and HMP Wormwood Scrubs: * HMP Pentonville - Contract value (per annum) is PS11,163,122, Contract Value (5 years) is PS55,815,609, Contract Value (7 years) is PS78,141,854. * HMP Wormwood Scrubs - Contract value (per annum) is PS10,889,582, Contract Value (5 years) is PS54,447,910, Contract Value (7 years) is PS76,227,074. Lot 3: HMP/YOI Isis: HMP/YOI Isis - Contract value (per annum) is PS4,148,087, Contract Value (5 years) is PS20,740,435, Contract Value (7 years) is PS29,036,609. Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison. The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot. Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022 The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon). The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the "Light Touch Regime" (LTR). None of the reference to the "Restricted Procedure" or the use of the term "EOI", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.

Renewal: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035138
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030885-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted 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
£302,838,669 £100M-£1B
Lots Value
£302,838,669 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Nov 20223 years ago
Submission Deadline
25 Jul 2022Expired
Future Notice Date
Not specified
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
Contact Name
Miss Khadijah Yasmin
Contact Email
khadijah.yasmin@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LEEDS
Postcode
LS2 7UE
Post Town
Leeds
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
TLI London

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-035138-2022-11-01T16:52:36Z",
    "date": "2022-11-01T16:52:36Z",
    "ocid": "ocds-h6vhtk-035138",
    "initiationType": "tender",
    "tender": {
        "id": "DN617120",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PRJ1146 Prison Healthcare Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "Below is the same short description which was published on the original advert on 12 July 2022. NHS England - London Region (hereafter referred to as \"The Authority\") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: * HMP Belmarsh * HMP Thameside * HMP Pentonville * HMP Wormwood Scrubs * HMP/YOI Isis The Authority intends to commission Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare. The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) * Primary Care services * Primary and Secondary Mental health and Learning Disability Services * Substance Misuses Services * Public Health & Screening Programmes * Diagnostics and Pathology * Podiatry * Physiotherapy * Occupational Therapy * Radiology * Radiography * Optometry * Musculoskeletal therapies * Pharmacy and Medicine management * Cleaning within Clinical areas * Translation and Interpretation * Portering * Administration and Performance Management * Social care in partnership with Local Authority Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered.",
        "value": {
            "amount": 302838669,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3,
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "HMP Belmarsh and HMP Thameside",
                "description": "NHS England - London Region (hereafter referred to as \"The Authority\") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: * HMP Belmarsh * HMP Thameside * HMP Pentonville * HMP Wormwood Scrubs * HMP/YOI Isis The Authority intends to commission Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare. The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) * Primary Care services * Primary and Secondary Mental health and Learning Disability Services * Substance Misuses Services * Public Health & Screening Programmes * Diagnostics and Pathology * Podiatry * Physiotherapy * Occupational Therapy * Radiology * Radiography * Optometry * Musculoskeletal therapies * Pharmacy and Medicine management * Cleaning within Clinical areas * Translation and Interpretation * Portering * Administration and Performance Management * Social care in partnership with Local Authority Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered. Additional information: Contract length and value: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months). The maximum annual contract value for this project is PS43,262,667 per annum. Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be PS302,838,669. Lot 1: HMP Belmarsh and HMP Thameside: * HMP Belmarsh - Contract value (per annum) is PS8,041,723, Contract Value (5 years) is PS40,208,615, Contract Value (7 years) is PS56,292,061. * HMP Thameside - Contract value (per annum) is PS9,020,153, Contract Value (5 years) is PS45,100,765, Contract Value (7 years) is PS63,141,071. Lot 2: HMP Pentonville and HMP Wormwood Scrubs: * HMP Pentonville - Contract value (per annum) is PS11,163,122, Contract Value (5 years) is PS55,815,609, Contract Value (7 years) is PS78,141,854. * HMP Wormwood Scrubs - Contract value (per annum) is PS10,889,582, Contract Value (5 years) is PS54,447,910, Contract Value (7 years) is PS76,227,074. Lot 3: HMP/YOI Isis: HMP/YOI Isis - Contract value (per annum) is PS4,148,087, Contract Value (5 years) is PS20,740,435, Contract Value (7 years) is PS29,036,609. Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison. The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot. Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022 The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon). The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the \"Light Touch Regime\" (LTR). None of the reference to the \"Restricted Procedure\" or the use of the term \"EOI\", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.",
                "value": {
                    "amount": 119433132,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "HMP Pentonville and HMP Wormwood Scrubs",
                "description": "NHS England - London Region (hereafter referred to as \"The Authority\") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: * HMP Belmarsh * HMP Thameside * HMP Pentonville * HMP Wormwood Scrubs * HMP/YOI Isis The Authority intends to commission Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare. The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) * Primary Care services * Primary and Secondary Mental health and Learning Disability Services * Substance Misuses Services * Public Health & Screening Programmes * Diagnostics and Pathology * Podiatry * Physiotherapy * Occupational Therapy * Radiology * Radiography * Optometry * Musculoskeletal therapies * Pharmacy and Medicine management * Cleaning within Clinical areas * Translation and Interpretation * Portering * Administration and Performance Management * Social care in partnership with Local Authority Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered. Additional information: Contract length and value: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months). The maximum annual contract value for this project is PS43,262,667 per annum. Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be PS302,838,669. Lot 1: HMP Belmarsh and HMP Thameside: * HMP Belmarsh - Contract value (per annum) is PS8,041,723, Contract Value (5 years) is PS40,208,615, Contract Value (7 years) is PS56,292,061. * HMP Thameside - Contract value (per annum) is PS9,020,153, Contract Value (5 years) is PS45,100,765, Contract Value (7 years) is PS63,141,071. Lot 2: HMP Pentonville and HMP Wormwood Scrubs: * HMP Pentonville - Contract value (per annum) is PS11,163,122, Contract Value (5 years) is PS55,815,609, Contract Value (7 years) is PS78,141,854. * HMP Wormwood Scrubs - Contract value (per annum) is PS10,889,582, Contract Value (5 years) is PS54,447,910, Contract Value (7 years) is PS76,227,074. Lot 3: HMP/YOI Isis: HMP/YOI Isis - Contract value (per annum) is PS4,148,087, Contract Value (5 years) is PS20,740,435, Contract Value (7 years) is PS29,036,609. Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison. The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot. Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022 The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon). The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the \"Light Touch Regime\" (LTR). None of the reference to the \"Restricted Procedure\" or the use of the term \"EOI\", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.",
                "value": {
                    "amount": 154368928,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "HMP/YOI Isis",
                "description": "NHS England - London Region (hereafter referred to as \"The Authority\") invites Healthcare providers to submit Expressions of Interest (EoIs) and completion of EOI questionnaires from all suitable providers to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: * HMP Belmarsh * HMP Thameside * HMP Pentonville * HMP Wormwood Scrubs * HMP/YOI Isis The Authority intends to commission Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare. The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) * Primary Care services * Primary and Secondary Mental health and Learning Disability Services * Substance Misuses Services * Public Health & Screening Programmes * Diagnostics and Pathology * Podiatry * Physiotherapy * Occupational Therapy * Radiology * Radiography * Optometry * Musculoskeletal therapies * Pharmacy and Medicine management * Cleaning within Clinical areas * Translation and Interpretation * Portering * Administration and Performance Management * Social care in partnership with Local Authority Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Monday 25 July 2022 at 12.00 (Noon). Any expressions of interest received after this deadline will not be considered. Additional information: Contract length and value: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months). The maximum annual contract value for this project is PS43,262,667 per annum. Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be PS302,838,669. Lot 1: HMP Belmarsh and HMP Thameside: * HMP Belmarsh - Contract value (per annum) is PS8,041,723, Contract Value (5 years) is PS40,208,615, Contract Value (7 years) is PS56,292,061. * HMP Thameside - Contract value (per annum) is PS9,020,153, Contract Value (5 years) is PS45,100,765, Contract Value (7 years) is PS63,141,071. Lot 2: HMP Pentonville and HMP Wormwood Scrubs: * HMP Pentonville - Contract value (per annum) is PS11,163,122, Contract Value (5 years) is PS55,815,609, Contract Value (7 years) is PS78,141,854. * HMP Wormwood Scrubs - Contract value (per annum) is PS10,889,582, Contract Value (5 years) is PS54,447,910, Contract Value (7 years) is PS76,227,074. Lot 3: HMP/YOI Isis: HMP/YOI Isis - Contract value (per annum) is PS4,148,087, Contract Value (5 years) is PS20,740,435, Contract Value (7 years) is PS29,036,609. Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison. The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot. Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022 The contract start date will be 01/04/2023 for all Lots. Interested organisations must express their interest as instructed if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon). The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12 noon on the Monday 25 July 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. This Expression of Interest process is being managed by Procurement and Contracting Hub hosted by NHS North East London, Part of North East London Health and Care Partnership on behalf of The Authority. The Services to which the Procurement relates fall within regulation 74: Public contracts for social and other specific services listed in Schedule 3 within the Public Contracts Regulations 2015, which are procured subject to what is sometimes referred to as the \"Light Touch Regime\" (LTR). None of the reference to the \"Restricted Procedure\" or the use of the term \"EOI\", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to Schedule 3 services under the LTR. Should a competitive procurement process be required following the evaluation of EOI responses, this will be a single stage process under the LTR.",
                "value": {
                    "amount": 29036609,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=63ab4539-6201-ed11-8116-005056b64545",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2022-07-25T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "where": {
                            "section": "DEFAULT"
                        }
                    }
                ],
                "description": "Bidder's should note that the original contracts start dates should be read as 01/05/2023 instead of 01/04/2023. The contracts for the Service will now be awarded for a period of 4 years and 11 months (59 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 6 years and 11 months (83 months). Please also note this is a duplicated advert of 2022/S 000-019089, therefore no further updates will be made for this advert notice. Please see advert link for 2022/S 000-019089, https://www.find-tender.service.gov.uk/Notice/019089-2022"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-3717",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "streetAddress": "Quarry House",
                "locality": "Leeds",
                "region": "UKI",
                "postalCode": "LS2 7UE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Miss Khadijah Yasmin",
                "email": "khadijah.yasmin@nhs.net",
                "url": "https://procontract.due-north.com/Advert?advertId=63ab4539-6201-ed11-8116-005056b64545"
            },
            "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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3717",
        "name": "NHS England"
    },
    "language": "en"
}