Healthcare Provision for North East Prisons – Invitation to Tender
NHS England is seeking to procure healthcare provision for all prisons within the North East prison cluster.
United Kingdom-Darlington: Health and social work services
2019/S 082-195912
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Darlington
United Kingdom
Telephone: +44 1642745000
E-mail: necsu.neprocurement@nhs.net
NUTS code: UKC
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Login
I.2)Information about joint procurement
I.3)Communication
Teesdale House, Westpoint Road
Stockton on Tees
TS17 6BL
United Kingdom
E-mail: necsu.neprocurement@nhs.net
NUTS code: UKC
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Healthcare Provision for North East Prisons
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
North of England Commissioning Support is working for and on behalf of NHS England (North) Health and Justice — Cumbria and North East who wish to commission healthcare services for North East Prisons.
The term of the contract will be 6 years with an option to extend for a further 3 years with effect from 1.4.2020.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
North of England Commissioning Support (NECS) are working for and on behalf of NHS England (North) Health and Justice — Cumbria and North East who wish to commission healthcare provision for prisons, within the locality of North East England.
(Important note: If prison reconfiguration and reform results in new geographical locations or potentially new build establishments or prison re-roles then the contract holder will be required to respond accordingly and be flexible in how operational services are to be deployed).
NHS England is seeking to procure healthcare provision for all prisons within the North East prison cluster. The scope of the service provision model currently comprises the populations of the 7 prison establishments, as outlined below:
HMP and YOI Durham Reception;
HMP and YOI Low Newton Closed Female;
HMP Frankland High Security;
HMP Northumberland Cat C Trainer;
HMP Holme House Cat C Trainer (and Drug Recovery Prison);
HMP Kirklevington Grange Resettlement;
HMYOI Deerbolt Closed Male YOI.
The new service model will encompass the same prison establishments, but the service model will change and will comprise of 1 prime provider contract with 3 service specifications:
— prison community care services, including primary care nursing, gp, pharmacy, administration, IM&T and IT support,
— prison mental health, including learning disability, cognitive impairment and dementia care services, and
— prison substance misuse, including clinical and psychosocial substance misuse.
Dental services are not within the scope of the procurement but there is a requirement for the provider to work with prison dentistry colleagues.
Bidders need to note that HMP Holme House is designated as a national Drug Recovery Prison (DRP) pilot as a joint Ministry of Justice/NHS England 3 year project. The newly developed ways of working from the project are expected to continue being embedded and learning spread across the North East. Significant national and ministerial scrutiny should be expected.
The basic principles that mirror that of the open procurement route will be followed for this procurement to test the capacity, capability and technical competence of tenderers in accordance with the Public Contracts Regulations 2015.
Tender documentation will be available on e-tendering site on 25.4.2019.
The closing date for submission of tenders is 12:00 noon on 20.6.2019.
II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.4)Objective rules and criteria for participation
“Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
(a) how what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and
(b) how, in conducting the process of procurement, they might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to “economic, social and environmental well-being”. The basic principles of the open procedure will be followed for this procurement to test the capacity, capability and technical competence of bidders in accordance with the Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education and certain other service contracts).”
Section IV: Procedure
IV.1.1)Form of procedure
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:
Public contracts for health, social, education, and certain other service contracts listed in Schedule 3 of the Public Contracts Regulations 2015 (SI 2015 No 102) (PCR 2015) shall be awarded in accordance with Chapter 3 Section 7 Regulation 74 to 77 of PCR 2015.
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.3)Additional information:
This procurement will be conducted via the NECS e-tendering system (Proactis) as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the PROACTIS portal.
Should you have any queries, or are having problems registering on the portal, you should contact the eTendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 9:00 a.m. to 5:00 p.m.).
Please note that it is free to register on PROACTIS, which can be accessed at any time of day.
The basic principles of the open procedure will be followed for this procurement to test the capacity, capability and technical competence of bidders in accordance with the Public Contracts Regulations 2015 (SI 2015 No 102).
(MT Ref:215669)
VI.4.1)Review body
Teesdale House, Westpoint Road
Stockton-on-Tees
TS17 6BL
United KingdomInternet address: http://www.necsu.nhs.uk
VI.4.2)Body responsible for mediation procedures
Teesdale House
Stockton-on-Tees
TS17 6BL
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will act in accordance with the Public Contracts Regulations 2015. Part 3 of these regulations provides for appeals to be made to the High Court subject to time limitations and other required procedural steps. The rules relating to appeal are complex and a dis-satisfied bidder is advised to take their own prompt legal advice.
VI.4.4)Service from which information about the review procedure may be obtained
Strand
London
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice: