Tender

Pennine Lancashire CCGs Night Sitting Service Framework

  • NHS Blackburn with Darwen Clinical Commissioning Group
  • NHS East Lancashire Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2022/S 000-006935

Procurement identifier (OCID): ocds-h6vhtk-0321b1

Published 14 March 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Blackburn with Darwen Clinical Commissioning Group

Blackburn

Email

mlcsu.tendersnorth@nhs.net

Country

United Kingdom

NUTS code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

https://www.blackburnwithdarwenccg.nhs.uk/

Buyer's address

https://mlcsu.bravosolution.co.uk

one.1) Name and addresses

NHS East Lancashire Clinical Commissioning Group

Nelson

Email

mlcsu.tendersnorth@nhs.net

Country

United Kingdom

NUTS code

UKD46 - East Lancashire

Internet address(es)

Main address

https://www.eastlancsccg.nhs.uk/

Buyer's address

https://mlcsu.bravosolution.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

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

Pennine Lancashire CCGs Night Sitting Service Framework

Reference number

L-21-13

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Midlands and Lancashire CSU is acting on behalf of NHS Blackburn with Darwen CCG and East Lancashire CCG (the CCGs). The CCGs wish to procure a framework of providers of night sitting services for end of life patients within the localities of the two CCGs.

The Commissioners are planning to support those patients whose preferred place of death is home by means of providing an End of life respite service to enable patients to remain in their usual place of residence whilst receiving 1:1 support. This service will support carers and family members to take breaks from caring for their loved one, whilst knowing they are being care for.

The Framework is for a period of two years (24 months) with an option to extend for 24 months at which time it will be re-opened for new entrants. The estimated financial envelope is £721,590 per annum.

two.1.5) Estimated total value

Value excluding VAT: £2,886,360

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85140000 - Miscellaneous health services

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire
Main site or place of performance

Residential addresses within the boundaries of Blackburn with Darwen CCG and East Lancashire CCG

two.2.4) Description of the procurement

NHS Blackburn with Darwen CCG and NHS East Lancashire CCG wish to procure a framework of providers of night sitting services for end of life patients within the localities of the two CCGs. In September 2021, NICE updated its Quality Standard 13, End of life care for adults. Within this quality standard it advises the following should be in place:

• generalist and specialist services that can meet the physical and specific psychological needs of people approaching the end of life, including access to medicines and equipment, in a safe, effective, and appropriate way at any time of day or night.

• Safe, effective, and appropriate symptom and side-effect management at any time of day or night may require coordinated input from a few different professionals and services. As a minimum, essential 24/7 care services should include:

• generalist medical services (including GPs)

• nursing services (defined as visiting, rapid response services and provision of one-to-one care at home, including overnight)

• personal care services

• access to pharmacy services

• access to equipment and adaptations

• specialist palliative care advice for generalists on symptom and side-effect management.

The North West Model for Life Limiting Conditions covers the breadth of end of life care from stable progressive life-limiting condition; incurable, symptoms treatable all the way through to bereavement care. The requirement of this service provision is to focus on the later stage of element 2 & all stage 3, Advancing Disease & Increasing decline (months and weeks) and last days of life (days and hours).

The Commissioners are planning to support those patients whose preferred place of death is home by procuring a new model for the delivery of night sits. This will be via a provider framework to enable patients to remain in their usual place of residence whilst receiving 1:1 support. This service will support carers and family members to take breaks from caring for their loved one, whilst knowing they are being cared for.

The Framework is for a period of two years (24 months) with an option to extend for 24 months at which time it will be re-opened for new entrants. The estimated financial envelope is £721,590 per annum.

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: £2,886,360

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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


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

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 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.

Further details will be made available via documentation and information released during the tender process.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

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

27 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: 24 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 April 2022

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS Blackburn with Darwen CCG

Blackburn

Country

United Kingdom

Internet address

https://www.blackburnwithdarwenccg.nhs.uk/