Section one: Contracting authority
one.1) Name and addresses
NHS West Yorkshire ICB
2nd Floor, Norwich Union House, Market Street,
Huddersfield
HD1 2LR
Contact
Ben Pursey
wyicb-kirk.procurement@nhs.net
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
https://www.kirkleeshcp.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhswyicb.ukp.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhswyicb.ukp.app.jaggaer.com
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
WYICB - KHCP - Musculoskeletal & Pain Management Service
Reference number
WYICBKHCPMSKPMS2
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The NHS West Yorkshire Integrated Care Board (Kirklees Health & Care Partnership) are seeking a provider to deliver the provision of an Adult Integrated Musculoskeletal (MSK) and Pain Management service across Kirklees. This service will be delivered through a single point of access triage hub.
two.1.5) Estimated total value
Value excluding VAT: £13,750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The NHS West Yorkshire Integrated Care Board (Kirklees Health & Care Partnership) are seeking a provider to deliver the provision of an Adult Integrated Musculoskeletal (MSK) and Pain Management service across Kirklees. This service will be delivered through a single point of access triage hub.
The high-level objectives of the Musculoskeletal & Pain Management service are:
• Provide a self-referral process via telephone/online/digital portal into the hub for patients to access physiotherapy, without needing to visit their GP first.
• Provides a single point of access service and triages all MSK, MSK related Physiotherapy, Rheumatology, Orthopaedic and Pain Management referrals.
• Provide a telephone-based Physiotherapy consultation and assessment where appropriate and empowers patients to self-manage through advice and guidance.
• Delivers a seamless pathway and wrap around care for patients. Having clinical oversight of a patient’s journey without the need to refer back to the GP for onward referrals or further diagnostics.
• Ensure patients receive the right care, at the right time, by the right clinician in the right place, first time.
• Provide a patient focused service, enhancing patient outcomes, patient choice, patient self-management and the patient experience.
• Improves the quality of care for patients as defined through the three elements of quality: patient safety, clinical effectiveness, and patient satisfaction.
• Deliver high-quality clinical outcomes through shared decision making and patient choice.
• Ensures that clinical, quality, and financial outcomes are fully aligned, integrated, and realised.
• Significantly reduces clinical variation for patients with MSK and pain management conditions through effective monitoring, planning and continuous service improvement to deliver streamlined care.
• Reduces low clinical value interventions, waiting times and numbers of referrals that patients are subject to for all MSK and pain management related conditions.
• Provides planned access for patients to MSK and pain management service provision, seamless integration between tiers of care.
• Provides a patient self-management function, particularly in relation to pain management that enhances patient quality of life and independence.
• To implement innovative practice on a continuous improvement approach putting patients at the heart of service transformation
• A service model that gains and keeps clinical confidence and has the potential to grow and develop.
• Efficiencies are realised, ensuring MSK provision is sustainable in the long term.
• Ensures that effective links with Podiatry/Podiatric Surgery and Secondary Care Rheumatology and Orthopaedic services are in place to minimise delays in accessing care or treatment where appropriate.
There are specific service elements of the Musculoskeletal & Pain Management service is required to deliver, including but not limited to:
• Triage Hub,
• Physiotherapy Consultation,
• MSK Community Physiotherapy,
• Clinical Assessment and Treatment Service (CATs)
• Services delivered within clinical thresholds,
• Holistic and Biopsychosocial Pain Assessment,
• Close working relationship with Secondary and Primary Care,
• Work with the ICB on future quality improvement/transformational development
• Minor Hand Surgery
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: £13,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 March 2030
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-005656
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 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: 6 September 2025
four.2.7) Conditions for opening of tenders
Date
6 September 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice.
The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the Provider Selection Regime 2023 for the award of a contract with a competition. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
If you would like to submit your interest for this service, please submit your response by registering on https://nhswyicb.ukp.app.jaggaer.com/ and complete the requirements included in ITT_96.
Once registered, potential providers will be able to complete and upload their submission.
Should Tenderers have any queries, or have problems using the portal, they should contact the helpdesk at:
Phone: 0800 069 8630
NHS West Yorkshire Integrated Care Board has the right to withdraw this notice.
Right to Cancel: The Contracting Authority reserves the right to discontinue the Competitive 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.
six.4) Procedures for review
six.4.1) Review body
WYICB PSR Review Panel
White Rose House, West Parade
Wakefield
WF1 1LT
wyicb-kirk.procurement@nhs.net
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS England Independent Patient Choice and Procurement Panel
National
National
SE1 8UG
Country
United Kingdom