Section one: Contracting authority
one.1) Name and addresses
NHS Blackburn with Darwen Clinical Commissioning Group
Blackburn
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
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