Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Central and North West London NHS Foundation Trust
Postal address: 350 euston road
Town: London
NUTS code:
UK UNITED KINGDOMPostal code: NW1 3AX
Country: United Kingdom
Contact person: Miss Sara Mukendi
E-mail:
sara.mukendi@nhs.netInternet address(es):
Main address: http://www.cnwl.nhs.uk
Address of the buyer profile: http://www.cnwl.nhs.uk
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:GP Services provision for Feltham and Surrey Prisons
Reference number: DN502138
II.1.2)Main CPV code85000000 Health and social work services
II.1.3)Type of contractServices
II.1.4)Short description:CNWL is a successful NHS Foundation Trust that delivers around 300 different services and employs 7 000 staff. Offender Care (OC) sits as a Directorate within the Diggory Division within CNWL. Offender Care provides a Healthcare Assessment and Treatment service to people at all points along the Ministry of Justice (MOJ) custodial and Home Office (HO) detention pathways.
The Offender Care motto is: ‘Caring not Judging’ Healthcare is provided at nine prisons and an Immigration Removal Centre. Offender care also provide mental health low secure inpatient beds and community forensic assessment and outreach services across Boroughs of London.
GP practices, voluntary and community sector providers (with a proven track record of successfully delivering GP services) are invited to submit a proposal for the opportunity to provide GP services at:
• Lot 1: HMP/YOI Felltham (4 + 2 years);
• Lot 2: Surrey Prisons (HMP Highdown, HMP Send, HMP Downview and HMP Coldingley (1 year).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)85000000 Health and social work services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:The provider will employ GPs who will work collaboratively and in partnership with all prison healthcare professionals to deliver an integrated and young person’s centered service.
Primary care healthcare professionals may include but are not limited to: advanced and emergency nurse practitioners, paramedics, pediatric nurses, healthcare assistants, nurse associates, pharmacists and other allied health professionals.
GP and primary care healthcare professionals must possess the appropriate competencies and skills mix, including relevant and current qualifications in line with their specific role and the population of HMYOI Feltham, which should be evidenced and updated regularly.
The provider will ensure there is a lead GP to provide robust clinical leadership at a local level and a clearly described hierarchy of leadership with links to clinical governance structures.
Providers are invited to bid to develop a bespoke HMPYOI Feltham GP model of service that is able to support patients across two sites for an initial 4 years contract.
Feltham Young Offenders Institution has two distinct populations.
Young people — Feltham A (Age 17-19)
There are currently six units in operation for young people including an induction unit. Each Unit holds up to 30 young people. A Side full capacity is 180.
Young Adults — Feltham B (Age 19-21)
There are seven units in operation the young adult side with a mixture of double and single accommodation. All standard residential units hold 56 young adults, with full capacity at 360.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 80 %
Cost criterion - Name: Commercial / Weighting: 20 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The proposal is funded for 4 years + 2 years contract extension, commencing on 1 April 2021.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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 information
II.2)Description
II.2.1)Title:Surrey Prisons (HMP Highdown, HMP Send, HMP Downview and HMP Coldingley)
Lot No: 2
II.2.2)Additional CPV code(s)85000000 Health and social work services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:The proposal is funded for 12 months in the first instance through Central and North West London to provide GP services including depression and pain management clinics at the offender care sites within the Surrey Prison Cluster.
The prisons in Surrey are HMP Highdown, HMP Send, HMP Downview and HMP Coldingley.
Providers are invited to bid to develop a bespoke Surrey Prisons GP model of service that is able to support minimum of approximately 2 000 plus patients across four locations for an initial 12-month period.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 80 %
Cost criterion - Name: Commercial / Weighting: 20 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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 information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 05/11/2020
Local time: 18:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tendersDate: 07/10/2020
Local time: 08:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Central and North West London NHS Foundation Trust
Town: London
Postal code: NW1 3AX
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:01/10/2020