Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 532966-2018

04/12/2018    S233

United Kingdom-Oxford: Health and social work services

2018/S 233-532966

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: NHS England South (South Central) — Procurement for Healthcare Services for HMP Isle of Wight
National registration number: PR001918
Postal address: Jubilee House, 5510 John Smith Drive
Town: Oxford
NUTS code: UKJ34 Isle of Wight
Postal code: OX4 2LH
Country: United Kingdom
Contact person: Tom Griffiths (via In-Tend eTendering system)
E-mail: tomgriffiths@nhs.net
Internet address(es):
Main address: http://www.england.nhs.uk/
Address of the buyer profile: https://in-tendhost.co.uk/scwcsu/aspx/Home
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

NHS England South (South Central) — Procurement for Healthcare Services for HMP Isle of Wight

Reference number: PR001918
II.1.2)Main CPV code
85000000 Health and social work services
II.1.3)Type of contract
Services
II.1.4)Short description:

NHS England seeks to re-commission an outcome focused primary healthcare service, equivalent to that available to the local community, at HMP Isle of Wight.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 25 588 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
85100000 Health services
II.2.3)Place of performance
NUTS code: UKJ34 Isle of Wight
Main site or place of performance:

Isle of Wight

II.2.4)Description of the procurement:

NHS England sought to re-commission an outcome focused primary healthcare service, equivalent to that available to the local community, at HMP Isle of Wight.

The services being commissioned include (please see service specifications for further information and full lists of services required):

— GP provision, including Out-of-Hours service (OOH under a co-commissioning arrangement with Isle of Wight CCG),

— primary care nursing,

— pharmacy services,

— 18 bed inpatient unit, including end of life care,

— dental services (contract commencement deferred to April 2019),

— podiatry,

— optometry,

— physiotherapy,

— integrated substance misuse services,

— primary and secondary mental health services.

The key objectives of the service are:

— to improve the quality outcomes with the aim of achieving an equitable healthcare provision, in line with the local community, and reduce health inequalities,

— develop a flexible consistent service, across both sites,

— enhance access to high quality services,

— improve value for money,

— provide a greater range of in house services that greater reflect the needs of the population at HMP Isle of Wight,

— reduction of the number of healthcare visits outside of the prison walls,

— contribute to the reduction of reoffending,

— integration of healthcare with the prison regime,

— identification and reduction of health inequalities.

NHS England may seek at a later date to commission consultant-led ADHD and Memory clinic services as part of this contract, either separately or as part of existing service delivery areas.

The maximum total contract value for the service will be 25 588 000 GBP, inclusive of all specified service elements (including the integrated substance misuse service, BBV, GP out of hours and the dental service (the latter from 19/20 onwards)), but excluding escorts and bedwatches, which will be funded via a risk share arrangement (640 000 GBP per annum, prior to risk share mechanisms being applied).

Please refer to the ITT documents for further information. (NB: the indicated maximum total funding levels elsewhere in this notice DO include escorts and bedwatches). The contract duration will be 5 years, due to commence on 1.4.2018 (aside from dental services, which will commence on 1.4.2019).

Commissioners will not be liable for costs incurred by any interested party in participating in this process.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the Open procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

The procurement will be conducted via the In-Tend portal, and can be accessed via the “current tenders” list on https://in-tendhost.co.uk/scwcsu/aspx/Home

In order to access the tender documentation, you will need to “express an interest” and register on the system for full access. Bidders are required to respond to questions directly within In-Tend and attach any requested documents separately to the placeholders provided.

All ITT responses must be returned by 12:00 noon on 11:10:2017, at the latest.

In the interests of encouraging collaborative working, any organisations that do not wish to bid for the entire contract, but would like their details to be shared with potential bidders as either subcontractors or potential consortium partners should send contact details to ashley.preece@nhs.net at their earliest convenience, and these will be circulated via the e-tendering portal.

The Contracting Authority is purchasing on behalf of other Contracting Authorities — Isle of Wight Clinical Commissioning Group (CCG).

II.2.5)Award criteria
Price
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2017/S 161-332975
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
03/01/2018
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Care UK Health and Rehabilitation Services Ltd
Postal address: Connaught House, 850 The Crescent
Town: Colchester
NUTS code: UK UNITED KINGDOM
Postal code: CO4 9QB
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 25 588 000.00 GBP
Total value of the contract/lot: 25 588 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)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).

The tendering process has been 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 ran a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these services.

Neither the inclusion of a selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive/Schedule 3 of the Regulations.

The Contracting Authority has voluntarily observed the award decision notices provisions and held a 10 day standstill period as described in Regulation 86 of the Regulations. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.

VI.4)Procedures for review
VI.4.1)Review body
Official name: NHS Commissioning Board (NHS England South (South Central))
Postal address: Jubilee House, 5510 John Smith Drive, Oxford Business Park South
Town: Oxford
Postal code: OX4 2LH
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

As described in VI.3), deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.

VI.5)Date of dispatch of this notice:
29/11/2018