Section one: Contracting authority
one.1) Name and addresses
NHS Blackpool Clinical Commissioning Group and NHS Fylde & Wyre Clinical Commissioning Group collectively known as Fylde Coast CCGs
Blackpool Stadium, Seasiders Way
Blackpool
FY1 6JX
Contact
MLCSU Procurement Team
Country
United Kingdom
NUTS code
UKD42 - Blackpool
Internet address(es)
Main address
https://mlcsu.bravosolution.co.uk
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://mlcsu.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://mlcsu.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS Fylde Coast CCGs – Adult Integrated Respiratory Service (AIRS)
Reference number
L-21-12
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is procuring an Adult Integrated Respiratory Service (AIRS) on behalf of NHS Blackpool Clinical Commissioning Group and NHS Fylde & Wyre Clinical Commissioning Group collectively known as Fylde Coast CCGs, who are currently the Contracting Authority for this opportunity. It is anticipated that CCGs will merge into Lancashire & South Cumbria Integrated Commissioning Board (ICB), part of the proposed Lancashire & South Cumbria Integrated Care Systems (ICS). It is anticipated this contract will novate to the ICB when it is formed.
The AIRS service incorporates a Home Oxygen Service – Assessment & Referral; a Pulmonary Rehabilitation Service; and a service to help patients who are experiencing post-COVID syndrome.
two.1.5) Estimated total value
Value excluding VAT: £3,684,659
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is procuring an Adult Integrated Respiratory Service (AIRS) on behalf of NHS Blackpool Clinical Commissioning Group and NHS Fylde & Wyre Clinical Commissioning Group collectively known as Fylde Coast CCGs, who are currently the Contracting Authority for this opportunity. It is anticipated that CCGs will merge into Lancashire & South Cumbria Integrated Commissioning Board (ICB), part of the proposed Lancashire & South Cumbria Integrated Care Systems (ICS). It is anticipated this contract will novate to the ICB when it is formed.
Fylde Coast CCGs are looking to redesign respiratory services locally and develop a truly integrated respiratory team capable of delivering “joined up care at the right time in the optimal setting” as set out in the NHS Long-Term plan. The ambition is that the AIRS will incorporate a multidisciplinary approach that has a strong focus on care based in the community, with in-reach into the acute setting facilitating earlier discharge and supporting admission/readmission avoidance.
Fylde Coast CCGs are initially seeking to commission an integrated combined Home Oxygen Service-Assessment and Review (HOS-AR) and Pulmonary Rehabilitation Service that will form the foundation of AIRS. The service will align with the vision of the Fylde Coast Respiratory Transformation Programme and develop into a fully integrated, multi-disciplinary, Adult Integrated Respiratory Service, over a three-year timeframe. The delivery model will focus on prevention, identification and early intervention and on-going management, which for the Fylde Coast population will aim to
• Reduce their risk of developing respiratory disease
• Ensure equitable access to early and accurate diagnosis of respiratory diseases, with early intervention to improve quality of life and slow disease progression.
• Provide high quality, consistent and integrated care for those living with respiratory diseases, with treatments and support provided in a community setting wherever possible.
The service, which will also deliver support for patients who have been diagnosed with post-Covid syndrome, will integrate with existing services e.g. Rapid Response, Respiratory Virtual Ward, to ensure that patients are managed on the most appropriate treatment pathway and that they experience a seamless transition of care.
Candidates wishing to be considered must register their expression of interest & provide additional procurement-specific information (by registering on the Bravo portal). Candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,684,659
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There will be an initial contract period of 3 years commencing on 1st October 2022. There will be the option to extend for a further 2-year period from 1st October 2025. The contract value is set at £3,684,659 over the entire 5-year contract period – please refer to breakdown in section II 2.14.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The contract has been valued at approximately £621,639 in year one with service investment in years two and three to a maximum annual value of £784,209.
The total contract value is valued at approximately
£3,684,659 over the 5-year period.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
N/A
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 April 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 April 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (‘Regulations’) http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made
Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made
The Contracting Authority is not voluntarily following any other part of the Regulations.
The only selection for type of Procedure was “Open” and the Contracting Authority wishes to clarify that this is not a Restricted procedure but “Other” procedure under the Light Touch Regime. The procedure which the Contracting Authority is following is set out in the procurement documents.
The procedure which the Contracting Authority is following is set out in the procurement documents.
As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.
Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.
The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.
Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.
In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority.
Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.
Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.
Further details will be made available via documentation and information released during the tender process.
All documentation can be accessed via https://mlcsu.bravosolution.co.uk
For technical support in submitting your Selection Questionnaire or tender submission, contact the Bravo Solution Helpdesk on +44 8003684850 or E-mail: help@bravosolution.co.uk
six.4) Procedures for review
six.4.1) Review body
NHS Midlands & Lancashire Commissioning Support Unit
Heron House, Grove Road
Stoke-on-Trent
ST4 4LX
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS Midlands & Lancashire Commissioning Support Unit
Heron House, Grove Road
Stoke-on-Trent
ST4 4LX
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NHS Midlands & Lancashire Commissioning Support Unit
Heron House, Grove Road
Stoke-on-Trent
ST4 4LX
Country
United Kingdom