Tender

Environmental Control (EC) Services for Patients with Complex Disability (Lot 1: Norfolk and Suffolk; Lot 2: Cambridgeshire, Peterborough and Bedfordshire (excluding Luton))

  • NHS England

F02: Contract notice

Notice identifier: 2024/S 000-015849

Procurement identifier (OCID): ocds-h6vhtk-0468e4

Published 20 May 2024, 12:40pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

1st Floor, Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Jessica Gaucher-Thompson

Email

jessica.gaucher-thompson@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.nhs.uk//

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

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

Environmental Control (EC) Services for Patients with Complex Disability (Lot 1: Norfolk and Suffolk; Lot 2: Cambridgeshire, Peterborough and Bedfordshire (excluding Luton))

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU), on behalf of NHS England Specialised Commissioning - East of England (referred to as the Commissioner), is inviting suitably qualified and experienced providers to respond to this invitation to tender for the provision of Environmental Control (EC) Services for Patients with Complex Disability (Lot 1: Norfolk and Suffolk; Lot 2: Cambridgeshire, Peterborough and Bedfordshire (excluding Luton)).

The services are expected to commence by 1st April 2025.

As a result of this procurement exercise an agreement will be established with the successful bidder(s) for a period of 5 years with the Commissioners having the option to extend for up to an additional 2 years (maximum contract duration 7 years).

The deadline for ITT submissions is 12.00pm (noon) on Wednesday 26th June 2024.

two.1.5) Estimated total value

Value excluding VAT: £6,881,427

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Norfolk and Suffolk

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

Environmental Control provision promotes independence, safety and quality of life. It is a means of providing a person with a disability, the ability to participate in every-day activities: domestic, social and in the workplace. Reducing dependency on others for routine tasks provides greater autonomy to the individual, assists in managing risks and may reduce support costs. It can also have a positive impact on the wellbeing of carers and family members.

The service is to be available to persons of all ages, diversities, medical conditions (acquired or congenital) and place of residence (independent living, with family, residential care, nursing home), who have a severe disability, which restricts their ability to independently operate standard means for control of the environment and access to computer technology.

Specifically, the EC service aims to:
• provide relevant EC equipment to adults and children with complex physical disabilities, due to variety of medical conditions, in order to improve their independence, quality of life, safety and participation,
• participate with the provision of other Electronic Assistive Technology (EAT) such as communication aids, powered wheelchair controls and other equipment of daily living, where this is appropriate,
• collaborate with other clinical services and social agencies to optimise patient’s wellbeing,
• ensure that patients and carers are well informed on the use of the equipment that has been loaned to them,
• adapt equipment provision to meet the changing needs of the patient,
• provide the service in an independent, unbiased, cost effective and accountable way,
• ensure all staff within the service are trained to an adequate and relevant level of competency, including awareness of technological developments,
• promote the development and application of EC and other relevant EAT products,
• promote equitable provision of service across the population and diagnostic groups, developing and maintaining a care pathway for referral and provision in conjunction with local community services,
• support primary and secondary care staff by offering them specialist professional advice and training,
• collaborate with national initiatives to develop and improve service provision.
The EC service Objectives are to:
• undertake assessment of individual patient’s EC needs by professionals with relevant competencies, working within or alongside the service. This should include recommendations on equipment solutions and referral to other agencies as appropriate.
• maintain access to a loan bank of appropriate EC equipment for assessment, trial and long term loan to patients.
• provide as appropriate, a broad range of equipment as required to meet an individual patient’s independence goals.
• support patient’s use of EC equipment by regularly reviewing them and their equipment requirements so as to meet changing needs and enable them to maintain a reasonable degree of independence.
• ensure all equipment provided is maintained in a satisfactory state and checked in accordance with manufacturers’ recommendations.
• health and social care professionals working in areas where service uptake is low are targeted and encouraged to refer those who could benefit from equitable equipment provision.

The service is expected to cover patients residing in the following Integrated Care Board (ICB) areas:
• Norfolk and Waveney ICB
• Suffolk (Part of NHS Suffolk and North East Essex ICB)

The contract will be for an initial 5 years, with the Commissioner having the option to extend up to a further 24 months (2 years).

The total estimated contract value is £3,879,617 (based on 2024/25 values and Inclusive of VAT).

Providers wishing to be considered for the delivery of these services will need to respond to the provider selection documentation and submit responses prior to the deadline stated in this notice.

The ITT documentation including a questionnaire is available through the Atamis (Health Family) portal:
https://health-family.force.com/s/Welcome.

The reference is C193142 and the closing date for completed ITT responses is 12:00pm (noon), on Wednesday 26th June 2024.

To express interest and participate in the tender, please register and apply via Atamis esourcing portal https://health-family.force.com/s/Welcome.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2025

End date

31 March 2032

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

two.2) Description

two.2.1) Title

Lot 2 - Cambridgeshire, Peterborough and Bedfordshire (excluding Luton)

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

Environmental Control provision promotes independence, safety and quality of life. It is a means of providing a person with a disability, the ability to participate in every-day activities: domestic, social and in the workplace. Reducing dependency on others for routine tasks provides greater autonomy to the individual, assists in managing risks and may reduce support costs. It can also have a positive impact on the wellbeing of carers and family members.

The service is to be available to persons of all ages, diversities, medical conditions (acquired or congenital) and place of residence (independent living, with family, residential care, nursing home), who have a severe disability, which restricts their ability to independently operate standard means for control of the environment and access to computer technology.

Specifically, the EC service aims to:
• provide relevant EC equipment to adults and children with complex physical disabilities, due to variety of medical conditions, in order to improve their independence, quality of life, safety and participation,
• participate with the provision of other Electronic Assistive Technology (EAT) such as communication aids, powered wheelchair controls and other equipment of daily living, where this is appropriate,
• collaborate with other clinical services and social agencies to optimise patient’s wellbeing,
• ensure that patients and carers are well informed on the use of the equipment that has been loaned to them,
• adapt equipment provision to meet the changing needs of the patient,
• provide the service in an independent, unbiased, cost effective and accountable way,
• ensure all staff within the service are trained to an adequate and relevant level of competency, including awareness of technological developments,
• promote the development and application of EC and other relevant EAT products,
• promote equitable provision of service across the population and diagnostic groups, developing and maintaining a care pathway for referral and provision in conjunction with local community services,
• support primary and secondary care staff by offering them specialist professional advice and training,
• collaborate with national initiatives to develop and improve service provision.
The EC service Objectives are to:
• undertake assessment of individual patient’s EC needs by professionals with relevant competencies, working within or alongside the service. This should include recommendations on equipment solutions and referral to other agencies as appropriate.
• maintain access to a loan bank of appropriate EC equipment for assessment, trial and long term loan to patients.
• provide as appropriate, a broad range of equipment as required to meet an individual patient’s independence goals.
• support patient’s use of EC equipment by regularly reviewing them and their equipment requirements so as to meet changing needs and enable them to maintain a reasonable degree of independence.
• ensure all equipment provided is maintained in a satisfactory state and checked in accordance with manufacturers’ recommendations.
• health and social care professionals working in areas where service uptake is low are targeted and encouraged to refer those who could benefit from equitable equipment provision.

The service is expected to cover patients residing in the following Integrated Care Board (ICB) areas:
• Cambridgeshire & Peterborough ICB
• Bedford Borough and Central Bedfordshire (Part of Bedfordshire, Luton, and Milton Keynes ICB)

The contract will be for an initial 5 years, with the Commissioner having the option to extend up to a further 24 months (2 years).

The total estimated contract value is £3,001,810 (based on 2024/25 values and Inclusive of VAT).

Providers wishing to be considered for the delivery of these services will need to respond to the provider selection documentation and submit responses prior to the deadline stated in this notice.

The ITT documentation including a questionnaire is available through the Atamis (Health Family) portal:
https://health-family.force.com/s/Welcome.

The reference is C193142 and the closing date for completed ITT responses is 12:00pm (noon), on Wednesday 26th June 2024.

To express interest and participate in the tender, please register and apply via Atamis esourcing portal https://health-family.force.com/s/Welcome.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2025

End date

31 March 2032

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 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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 June 2024

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

Tender must be valid until: 26 September 2024

four.2.7) Conditions for opening of tenders

Date

26 June 2024

Local time

12:00pm


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 Arden and GEM CSU

St John's House, East Street

Leicester

LE1 6NB

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/