Awarded contract

End of Life Care in Hillingdon

  • NHS Hillingdon Clinical Commissioning Group

F21: Social and other specific services – public contracts (contract award notice)

Notice reference: 2021/S 000-011725

Published 26 May 2021, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

NHS Hillingdon Clinical Commissioning Group

Boundary House, Cricket Field Rd

Uxbridge

UB8 1QG

Contact

Sean Bidewell

Email

sean.bidewell@nhs.net

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

https://www.hillingdonccg.nhs.uk/

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

End of Life Care in Hillingdon

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This service sets out the Specialist Palliative Care Services that is

commissioned and provided for the adult (aged 18 and over) GP-registered population in the

borough of Hillingdon, who by virtue of the operation of guidance in respect of identification

of the responsible commissioner are the responsibility of NHS Hillingdon CCG. This includes

residents from adjoining boroughs registered with Hillingdon GPs (within a two mile radius).

The Provider will provide Specialist Palliative Care to patients with progressive, incurable

disease for whom death is foreseeable. The majority of patients will have cancer, but

appropriate care will be offered to patients with al end-stage conditions, such as those with

Motor Neurone Disease, Heart Failure and COPD. Where possible, care will be provided for

people in their own homes.

The Provider will operate collaboratively as part of the health and care system in Hillingdon,

cultivating and maintaining strong and positive relationships with relevant stakeholders and

complementing the direction of travel towards an integrated care partnership. The provider

will ensure that the services specified operate in a seamless and constructive way avoiding

unnecessary duplication of activities, resources or capacity.

The Provider will provide the following services, which are detailed within the service

specification:

• Hospice-based Inpatient Unit -provides a minimum bedded unit of 10 beds for

specialist respite care, symptom control, and terminal care for those patients who

cannot be supported in the community; this would include an in-reach model into

acute Trusts with a particular focus on The Hillingdon Hospitals FT.

• 24 hour consultant-led phone line - a consultant staffed phone line for the use of

health care staff providing support to front line clinicians to enable symptom control

and

• Day care -with the Michael Sobell Hospice Charity provides day hospice services

that deliver personalised outcome-based care plans for patients based on their

individual needs. Providing medical and clinical consultation and care, access to a

multidisciplinary team, a range of complementary therapies, arts activities, exercise

in a range of settings, including hospital, in the home and hospices/palliative care centres.

The professionals who provide this care include palliative medicine consultants, palliative

care nurse specialists, allied health professionals and those able to give spiritual and

psychological support. The services they provide include: assessment, symptom control and

involvement in treatment decisions, advice and care in all settings, coordinated home

support with general providers to enable patients to stay at home, day care services, family

support, bereavement support, and education and training.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £525,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

Along with 7 other CCGs in the area, NHS Hillingdon Clinical Commissioning Group is to be incorporated into a new CCG from 1st April 2021 - North West London Clinical Commissioning Group (CCG). A period of review is required from April 2021 to agree the future model of care and to identify the commissioning strategies for services across NW London for the coming year and beyond.

The existing contract is therefore being modified to extend its duration for an interim period of 7 months in order to enable this review to take place

The CCG has assessed that the service needs to continue whilst a review is completed, and new commissioning plans are developed by the newly formed North West London CCG from April 2021.

This contract modification is assessed to be proportionate and lawful under Regulation 72(1)(b)

The existing contract is being modified through contract variation to extend its term by 7 months which will increase the overall value of the contract by £525,000 during this additional term.

two.2.14) Additional information

This 7-month interim contract will allow the newly established NHS North West London CCG to continue the discussions for consistent commissioning and contracting on the following areas (this is dependent on the findings of the NWL ICS Review of all EoL/SPC services in NW London):

• Contractual framework for commissioning at NWL ICS level

• Finance and staffing resources aligned and consistent with greater demand for Health Inequalities - determine and agree how resources will be allocated

• Models of Care - agree consistent and standardised NWL ICS-wide delivery model to ensure effectiveness, efficiencies and excellent pt. experience across all levels of service delivery whilst meeting local Hillingdon Borough population health & care needs

• Reporting - agree consistent reporting principles and processes taking into account NWL ICS and Hillingdon ICP levels of good governance and robust assurance processes.

• Key Performance Indicators (KPIs) and Outcome Measures (OM) - review current KPIs and outcome measures to see if they are still fit for purpose and are capturing the right information needed for performance monitoring and reflective of the outcomes being measured impacting patient care.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The existing contract is therefore being modified to extend its duration for an interim period of 7 months in order to enable this review to take place.

This modification is necessary to ensure continuity of these services for local patients.

The CCG has considered its obligations under the NHS (Procurement Patient Choice and Competition) (No.2) Regulations 2013 and assesses that the incumbent provider offers the safest solution to ensure this continuity at this time, particularly having regard to the priorities and resource pressures associated with the local NHS response to COVID-19.

This contract modification is assessed to be proportionate and lawful under Regulation 72(1)(b)

four.1.11) Main features of the award procedure

NWL CCG has a duty within the NHS (Procurement Patient Choice and Competition) (No.2) Regulations 2013 to decide how best to commission and procure healthcare services and although consideration should be given to competition, the NWL CCG should assess where the most capable or only provider or providers can be identified. Given the critical nature of this service, NWL CCG has assessed that no other providers will be technically capable to deliver the service which is as integrated with the existing community provider landscape.

The contract is being extended to agree the approach to commission this service at NWL ICS level in line with national and ICS guidance to ensure smoother, less complicated, non-duplicated service delivery. It would be inappropriate the seek interests of competitive proposals from the market at this stage.

The 7 months interim contract period will allow NW London ICS to agree a consistent and standardise Hillingdon-wide delivery model to achieve effectiveness, efficiencies and excellence in patient experience at all levels of service delivery.


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.2) Information about tenders

Number of tenders received: 1

five.2.3) Name and address of the contractor

Harlington Hospice Association

Lansdowne House, St Peters Way,

Harlington

UB3 5AB

Country

United Kingdom

NUTS code
  • UKI74 - Harrow and Hillingdon

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £525,000


Section six. Complementary information

six.3) Additional information

Currently, the nature of the service provision remains unchanged as NWL ICS is completing their region-wide review of all End of Life / Specialist Palliative Care Services across NW London. This 12 months interim contract will allow a period for the new CCG to agree consistent approach in commissioning and contracting this service at NWL ICS level in line with NHSE/I guidance, thereby ensuring standardised and seamless service delivery across the board.

This is an existing service that has been in place since September 2019. The CCG has assessed that the service needs to continue whilst a review is completed and new commissioning plans are developed by the newly formed North West London CCG from April 2021.

The existing contract is being modified through contract variation to extend its term by 7 months. The existing value of the contract of £1,425,000 will increase by £525,000. during this additional term.