By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Offender Healthcare Services within North East Prisons

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

National Health Service Commissioning Board
The Old Exchange, Barnard Street
For the attention of: Vicky Fox
DL1 7DR Darlington
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://england.nhs.net

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Offender Healthcare Services within North East Prisons
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: The following sites in the North East of England:
- HMP Northumberland
- HMP Frankland
- HMP Durham
- HMP YOI Low Newton
- HMP YOI Deerbolt
- HMP Kirklevington Grange
- HMP Holme House
Please note that sexual health services will be required at HMP Holme House during the term of the resulting
contracts
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
NHS England Health and Justice (North East & Cumbria) wishes to commission providers of Offender Health Services. It is anticipated that the Offender Healthcare Services will be divided into the following lots:
1) GP Services including Pharmacy Provision, and Escort Responsibility
2) Dental Services including Sedation Services
3) Ophthalmic Services
4) Community Services including Physiotherapy, Podiatry, Sexual Health, Bed Watch Financial Responsibility, and clinical substance misuse
5) Non Clinical Substance Misuse
6) Mental Health & Learning Disabilities including DSPD, Trauma Services and Constant Watch Financial Responsibility
7) Support Services including Administration, IT, Performance Management, IT training Programmes, Portering and Waste
This list is not exhaustive with all services outlined in the service specification.
The Contracting Authority will by way of best practice follow the restricted procedure. Apart from Lot 7 (Support Services), the procurement will relate to 'Part B services' (as defined in the Public Contracts Regulations 2006 (the Regulations) and therefore the Contracting Authority will not be bound by any of the Regulations except for those which
specifically apply to Part B services contracts.
II.1.6)Common procurement vocabulary (CPV)

85000000, 33600000, 85121100, 85149000, 85140000, 85130000, 85131000, 85131100, 85131110, 33730000, 85121281, 85160000, 85323000, 85142100, 85121270, 75100000, 72222300, 80533100, 98341120, 90524000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 100 000 000 and 114 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Contracting Authority may extend the contract for up to 24 months on review.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: GP Services including Pharmacy Provision, and Escort Responsibility
1)Short description
The Provider is expected to deliver a comprehensive GP service which provides care equivalent to that available to community patients wherever possible within the constraints of the prison regime. There will be a requirement to deliver effective clinical leadership to ensure safe prescribing and will support on-going development of administration systems to ensure effective and efficient use of the GP resource.
2)Common procurement vocabulary (CPV)

85121100, 85140000, 85149000, 33600000

3)Quantity or scope
Estimated value excluding VAT: 22 110 359,75 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Dental Services including Sedation Services
1)Short description
The Provider is expected to deliver a comprehensive service which meets the requirements of each prison population including sedation services.
2)Common procurement vocabulary (CPV)

85130000, 85131000, 85131100, 85131110

3)Quantity or scope
Estimated value excluding VAT: 1 691 502,93 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
In regard to the Dental Services lot, bidders will be contracted on a Unit of Dental Activity (UDA) basis. The estimated cost included in this notice is based on a UDA price range of between £27 - £32. The number of expected UDAs to be delivered is approximately 12,000 UDA per annum.
Providers bidding for Lot 2 (Dental Services) must be eligible to enter into an agreement made under the National Health Service (Personal Dental Services Agreements) Regulations 2005.
Lot No: 3 Lot title: Ophthalmic Services
1)Short description
The Provider is expected to deliver a comprehensive service which meets the requirements of each prison population and will require close working with secondary care ophthalmology services.
2)Common procurement vocabulary (CPV)

33730000, 85121281, 85160000

3)Quantity or scope
Estimated value excluding VAT: 434 957,90 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Community Services including Physiotherapy, Podiatry, Sexual Health, Bed Watch Financial Responsibility, and Clinical Substance Misuse
1)Short description
The Provider is expected to deliver a comprehensive service which meets the requirements of each prison population. The provider will develop an integrated model of care ensuring that reception processes and on-going assessment of patient need is managed effectively. It will be a requirement that the service provider develops integrated nursing services for primary care and clinical substance misuse. The provider will be required to develop health trainers within the health and/or prison community to support the delivery of services.
2)Common procurement vocabulary (CPV)

85323000, 85142100

3)Quantity or scope
Estimated value excluding VAT: 47 589 226,76 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Non Clinical Substance Misuse
1)Short description
The provider is expected to deliver a comprehensive recovery based non-clinical substance misuse service within the Drug and Alcohol Team (DART) ethos. This service will reflect the differing needs of service users within each prison establishment; ensuring integration with clinical delivery and wider partners, including community services. The outcomes to be achieved are reflective of those contained within the Drug and Alcohol strategies. The outcomes the Provider is expected to achieve are:
- Freedom from dependence on drugs or alcohol;
- Prevention of drug-related deaths and blood borne viruses;
- A reduction in crime and re-offending;
- The ability to access and sustain suitable accommodation;
- Improvement in mental and physical health and wellbeing;
- Improved relationships with family members, partners and friends;
- The capacity to be an effective and caring parent.
2)Common procurement vocabulary (CPV)

85000000

3)Quantity or scope
Estimated value excluding VAT: 18 364 888,97 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Mental Health & Learning Disabilities including DSPD, Trauma Services and Constant Watch Financial Responsibility
1)Short description
The Provider is expected to deliver a comprehensive service which meets the requirements of each prison population. The model will cover all aspects of mental health provision, ranging from health promotion, self-help through to secondary care forensic mental health and trauma. The provider will ensure the development of healthcare systems which are sensitive to those with learning disabilities and where appropriate access to specialist services for those with learning disabilities. The provider will be required to develop health trainers within the health and/or prison community to support the delivery of services.
2)Common procurement vocabulary (CPV)

85121270

3)Quantity or scope
Estimated value excluding VAT: 15 755 141,59 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Support Services including Administration, IT, Performance Management, IT training Programmes, Portering and Waste
1)Short description
This lot is for the provision of a separately commissioned support mechanism that will provide administration services for all commissioned providers for each prison. Administration services will be utilised by all commissioned providers can draw upon providing valuable assistance in order to allow clinicians to concentrate on clinical delivery. Included within support services is also IT support, bidders are requested that a full IT support solution is provided. Bidders must provide helpdesk functionality and have the ability to raise support requests to BT N3. IT support must be front line user helpdesk and second line network development and support. IT bidders will be responsible for the provision, maintenance and replacement for all existing network, computers and N3 links.
2)Common procurement vocabulary (CPV)

75100000, 72222300, 80533100, 98341120, 90524000

3)Quantity or scope
Estimated value excluding VAT: 7 974 228,11 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the rights to require deposits, guarantees including parent guarantee bonds and other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided to those who are invited to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Groupings of bidders may be required to form a separate legal entity and/or that one take full responsibility and/or that each takes joint and several liability. Further details will be provided to those who are invited to tender.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Providers bidding for Lot 2 (Dental Services) must be eligible to enter into an agreement made under the National Health Service (Personal Dental Services Agreements) Regulations 2005.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: in accordance with articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of Public Contracts Regulations 2006 and as set out in the relevant contract documents and other documentation including the pre qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with articles 47 of Directive 2004/18/EC and Regulations 24 of Public Contracts Regulations 2006 and as set out in the relevant contract documents and as set out in the pre qualification questionnaire.
Minimum level(s) of standards possibly required: Full details required for PQQ stage will be documented in the PQQ submission document. All conditions will be described in the PQQ but are not required for expression of interest.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
As set out in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 227-395139 of 22.11.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
31.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Prison health care has developed quite successfully over the last 10 years to ensure prisoners have access to the full range of health care services. The North East wish to refocus the next stage of prison health care development through this procurement to encourage providers to work collaboratively in defining a community focused approach to which health care and substance misuse services will interface.
The National Health Service Commissioning Board (the Board) is the Contracting Authority. The Board uses the operational name "NHS England". The Board operates Area Teams in different parts of England. The procurement will be run by NHS England Health & Justice (North East and Cumbria) which is part of the Durham, Darlington and Tees Area Team.
It will be imperative that prospective providers work very closely with key stake holders and prison governors to map out pathways of care and initiate innovative training and development of staff and service users to implement the health trainer and peer support model which is fully integrated with health care and substance misuse services.
The resulting contracts will be for an initial term of 3 years. The Contracting Authority will include an option to extend the contracts for up to 24 months in addition to the initial 3 year term. The term in section II.3 of this Contract Notice includes the optional 24 month extension.

Any organisations interested in this procurement process should request a pre qualification questionnaire (PQQ) by emailing Vicky Fox on . The subject of the email should be "request for Offender Health PQQ". Interested organisations should also state in which lot they are expressing an interest. The deadline for organisations to submit their completed PQQ responses is 12:00 (noon) on 31 January 2014. Further details as to how to submit the PQQ will be set out in the PQQ.

The Contracting Authority will, by way of best practice, follow the restricted procedure under the Public Contracts Regulations 2006 (as updated and amended) (the "Regulations"). Apart from Lot 7 (Support Services) this procurement relates to "Part B services contracts" (as defined in the Regulations) and it is not the Contracting Authority's intention to be bound by any of the Regulations except for those which specifically apply to Part B services contracts.
Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contracts has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental well-being. These priorities will be described in the tender documents.
Tenders and all supporting documentation for the contracts must be priced in sterling and written in English. Any agreements entered into will be considered contracts made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. The Contracting Authority is not liable for any costs incurred by those expressing an interest in tendering for thess contracts opportunity. The Contracting Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contracts by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.12.2013