NHSE South East - Health Needs Assessments & Equality & Health Inequalities Impact Assessments for Prisons across the South East (Великобритания (Англия, Шотландия, Уэльс) - Тендер #42513550) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: NHS England Номер конкурса: 42513550 Дата публикации: 01-06-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | NHSE South East - Health Needs Assessments & Equality & Health Inequalities Impact Assessments for Prisons across the South East |
OCID: | ocds-h6vhtk-03d0c7 |
Published by: | NHS England |
Authority ID: | AA20005 |
Publication Date: | 01/06/2023 |
Deadline Date: | 17/07/2023 |
Deadline Time: | 12:00 |
Notice Type: | Contract Notice |
Has Documents: | No |
Has SPD: | No |
Abstract: |
Lot 1: Thames Valley, including HMPs Huntercombe, Grendon, Springhill and Bullingdon Total 3 year value: £144,000 |
NHS England
York House
Horley
RH6 7DE
UK
Contact person: Rebecca Rogers
E-mail: scwcsu.procurement@nhs.net
NUTS: UKJ
Internet address(es)
Main address: https://health-family.force.com/s/Welcome
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Body governed by public law
Health
NHSE South East - Health Needs Assessments & Equality & Health Inequalities Impact Assessments for Prisons across the South East
Reference number: C175506
II.1.2) Main CPV code85000000
II.1.3) Type of contractServices
II.1.4) Short descriptionNHS England (South East) (the Commissioner) invites bids from suitably qualified and experienced providers, to undertake a Health & Social Care Needs Assessment (HSCNA) and Equality and Health Inequalities Impact Assessment (EHIA) for the commissioning of Healthcare provision of Health and Justice related services.
NHSE has published the HSCNAs and EHIAs in three batches, split into several lots to group Health and Justice services appropriately.
This advert relates to Batch 3 only and is seeking suitable provider(s) to undertake HSCNAs and EHIAs for all prisons across the South East. This procurement has been split into four lots as follows:
Lot 1: Thames Valley, including HMPs Huntercombe, Grendon, Springhill and Bullingdon
Lot 2: Surrey, including HMPs Bronzefield, Coldingley, Downview, Send and Highdown
Lot 3: Sussex, Hampshire & Isle of Wight, including HMPs Ford, Lewes, Winchester and Isle of Wight
Lot 4: Kent, including HMPs Elmley, Standford Hill, Swaleside, East Sutton Park, Maidstone and Rochester
A full HSCNA is required for all lots during year 1 of the contract, with refreshes undertaken in years 2 and 3.
The contract is due to commence in October 2023, and the contract duration will be 3 years. The maximum contract value is £684,000 for all lots over the contract term.
Providers who wish to view further information and submit a bid, will need to register on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
This process is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
II.1.5) Estimated total valueValue excluding VAT: 648 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
Lot No: 1
II.2.1) TitleLot 1 - Thames Valley, including HMPs Huntercombe, Grendon, Springhill and Bullingdon
II.2.2) Additional CPV code(s)85000000
II.2.3) Place of performanceNUTS code:
UKJ
II.2.4) Description of the procurementLot 1: Thames Valley, including HMPs Huntercombe, Grendon, Springhill and Bullingdon
Total 3 year value: £144,000
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/08/2024
End: 30/09/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationInterested providers will be able to view this opportunity via the live opportunities list on the "Health Family" e-procurement system, Atamis. Click on "View our Live Opportunities" from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on "Register interest" - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
The contracting authority intends to observe the award decision notices provisions and 10 day standstill period described in the Public Contracts Regulations 2015.
NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.
Lot No: 2
II.2.1) TitleLot 2 - Surrey, including HMPs Bronzefield, Coldingley, Downview, Send and Highdown
II.2.2) Additional CPV code(s)85000000
II.2.3) Place of performanceNUTS code:
UKJ
II.2.4) Description of the procurementLot 2: Surrey, including HMPs Bronzefield, Coldingley, Downview, Send and Highdown
Total 3 year value: £180,000
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/08/2023
End: 30/09/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationInterested providers will be able to view this opportunity via the live opportunities list on the "Health Family" e-procurement system, Atamis. Click on "View our Live Opportunities" from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on "Register interest" - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
The contracting authority intends to observe the award decision notices provisions and 10 day standstill period described in the Public Contracts Regulations 2015.
NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.
Lot No: 3
II.2.1) TitleLot 3 - Sussex, Hampshire & Isle of Wight, including HMPs Ford, Lewes, Winchester and Isle of Wight
II.2.2) Additional CPV code(s)85000000
II.2.3) Place of performanceNUTS code:
UKJ
II.2.4) Description of the procurementLot 3: Sussex, Hampshire & Isle of Wight, including HMPs Ford, Lewes, Winchester and Isle of Wight
Total 3 year value: £144,000
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/08/2023
End: 30/09/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationInterested providers will be able to view this opportunity via the live opportunities list on the "Health Family" e-procurement system, Atamis. Click on "View our Live Opportunities" from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on "Register interest" - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
The contracting authority intends to observe the award decision notices provisions and 10 day standstill period described in the Public Contracts Regulations 2015.
NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.
Lot No: 4
II.2.1) TitleLot 4 - Kent, including HMPs Elmley, Standford Hill, Swaleside, East Sutton Park, Maidstone and Rochester
II.2.2) Additional CPV code(s)85000000
II.2.3) Place of performanceNUTS code:
UKJ
II.2.4) Description of the procurementLot 4: Kent, including HMPs Elmley, Standford Hill, Swaleside, East Sutton Park, Maidstone and Rochester
Total 3 year value: £216,000
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/08/2026
End: 30/09/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationInterested providers will be able to view this opportunity via the live opportunities list on the "Health Family" e-procurement system, Atamis. Click on "View our Live Opportunities" from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on "Register interest" - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
The contracting authority intends to observe the award decision notices provisions and 10 day standstill period described in the Public Contracts Regulations 2015.
NHSE South East will not be liable for costs incurred by any interested party in participating in this exercise.
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
Date: 17/07/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.7) Conditions for opening of tendersDate: 18/07/2023
Local time: 12:00
This is a recurrent procurement: No
HSCNA is a systematic method for reviewing the health and social care issues facing a population, leading to agreed priorities and resource allocation that will improve health and reduce inequalities (NICE, 2005). HSCNAs play an important part in guiding an organisation in effectively balancing their efforts in achieving the goals and objectives specific to their strategic direction alongside the government policy and direction of the time.
The provider will be expected to deliver (as a minimum):
• A description of the population at the relevant establishment including information and detail about the cohort demographics, as applicable
• A description of the current health provision for patients and wider health promotion activity; this will include direct reference to hours of operation; utilisation of service offers; nature of service delivery.
• An investigation of the full range of health needs and report on the epidemiology of health problems experienced by patients compared to the general population and also to patients in other similar secure settings
• A detailed report on the demand for prescribed medication, including: types of medication; level of demand.
• A gap analysis between current service provisions, needs of the population, best practice, effective interventions and national care standards.
• Service User feedback to hear the views of patients who use healthcare and try and understand any barriers of unmet need.
• Identify and report on organisational barriers to the delivery of current/proposed models of care.
• Formulate recommendations for existing pathway improvements and opportunities for onsite care to reduce the need for external appointments
• To obtain user and staff perceptions on current service provision and how services can be improved, and explore and report on the attitudes towards the delivery and effectiveness of healthcare in each setting through interviews with staff, service users, internal/external service providers and where possible carers, families and advocates
• To use robust research methodology, including statistical modelling and analysis to compare the health of those in secure settings with sensible comparator groups in the community and in other establishments
• A report on the equality of healthcare services access and provision in relation to the core equality strands (e.g. race, disability, age, religion and sexual orientation) and complete an Equality Impact Assessment; include specific reference to the utilisation of mental health provision by Black, Asian, Minority and Ethnic (BAME) groups.
• To make recommendations on future service developments.
• Review the staffing profile against need, business continuity, recruitment and retention and resources.
The EHIA will assess the equality of healthcare service delivery within a secure estate and identify which groups are disadvantaged as well providing actions to improve service delivery for those groups. Please find guidance on the Atamis system.
The provider will be expected to (as a minimum):
• Complete a scoping of the services considered within the assessment and to include all health care provision that is contracted by NHS England and Improvement
• Review the 9 protected characteristics under the Equality Act and assess their relevance to the general duty in the context of each establishment
• Identify the profile of health care beneficiaries across all services
• Identify levels of proportionate representation in services and hence identify under representation and over representation
• Identify areas of service provision where there are clear inequalities
• Compare profiles of health care needs in the community and where feasible compare these to the prison context
• Engage where feasible with representatives of key equality groups to identify their views and perceptions of health care provision.
• Set the context and scope of the equality impact assessment in each establishment
• Work with residential, offender management, safer custody, equalities, education, healthcare and the chaplaincy service to enhance the understanding of the equality and diversity profile of residents in each establishment
• Undertake desk research and data analysis pertinent to the EHIA/s
• Collect data including the equalities profile of:
o Primary care services, general practice, nurse led clinics, major
conditions, Long Term Conditions (LTCs), palliative and end of
life care, dentistry, opticians, inpatients, screening and
immunisation, sexual health, escorting and bed watch, health
champions, health promotion
o Substance misuse services including a break down, where
feasible, of clinical and nonclinical service users, (a breakdown
and profile of Multidisciplinary Teams (MDTs), and finds)
o Mental health services, depression, anxiety, PD, severe and
enduring mental health
o Social care, including provision of care packages and
adjustments/equipment
• Assess and evaluate the needs of different protected characteristics in the context of all services
The contract is due to commence in October 2023, and the contract duration will be 3 years. The maximum contract value is £684,000 for all lots over the contract term.
This process is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
High Court in London
London
UK
31/05/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | scwcsu.procurement@nhs.net |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
85000000 | Health and social work services | Other Services |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |