Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk & Waveney Integrated Care Board
County Hall, Martineau Ln
Norwich
NR1 2DH
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
Buyer's address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
one.3) Communication
Additional information can be obtained from 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
Expression of Interest - Community Pulmonary Rehab Service West Norfolk
Reference number
NW2023-22
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) are inviting suitably qualified and experienced providers to express their interest in relation to the Provision of a Community Pulmonary Rehabilitation service across West Norfolk.
Pulmonary rehabilitation is a multidisciplinary, individually- tailored programme that promotes self-care and self-management for patients with chronic respiratory impairment. To achieve maximum health gains, comprehensive programmes need to include the following fundamental components: disease education, self-management advice and structured physical exercise. The service will assess, counsel, enable and support patients through the programme and carry out appropriate tests to measure efficacy of outcome. The service will plan and administer booking arrangements for patients. The service will be flexible and responsive, adapting to the individual need in terms of their circumstances, e.g., learning difficulties, culture, ethnicity, language, and disability.
Providers willing to express an interest will be required to respond to a series of questions which are scored on a "Pass/Fail’ basis. The scoring criteria for each question is stipulated within the question. Only providers who score a "Pass" on all "Pass/Fail" questions will be deemed compliant and capable. Depending on the outcome of the Expressions of Interest, the Commissioner reserves the right to direct award to provider(s) with no further competition where there is a single provider expressing an interest and scores a "Pass" on all "Pass/Fail" questions.
Depending on the number of providers who Express an Interest and scored a "Pass" on all "Pass/Fail" questions, then the Commissioner may seek to undertake a formal competitive process.
Providers must respond to the series of questions which are scored on a "Pass/Fail “basis. via the Atamis eProcurement system no later than 10am on Monday 27th November 2023.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
West Norfolk
two.2.4) Description of the procurement
This is an Expression of Interest for the Provision of a Community Pulmonary Rehabilitation Service across West Norfolk.
Service Description:
Pulmonary rehabilitation is a multidisciplinary, individually- tailored programme that promotes self-care and self-management for patients with chronic respiratory impairment. To achieve maximum health gains, comprehensive programmes need to include the following fundamental components: disease education, self-management advice and structured physical exercise. A standard pulmonary rehabilitation programme should consist of a minimum of 6 weeks of two sessions per week physical exercise, disease education, nutritional, psychological, and
behavioural interventions. Programmes must also include an initial assessment session, a post rehabilitation assessment session at completion of the programme and medications reviewed and optimisation recommendations made to primary care in line with local
guidance prior to entry onto a programme.
The service will assess, counsel, enable and support patients through the programme and carry out appropriate tests to measure efficacy of outcome. The service will plan and administer booking arrangements for patients. The service will be flexible and responsive, adapting to the individual need in terms of their circumstances, e.g., learning difficulties, culture, ethnicity, language, and disability.
Care pathway.
Pulmonary rehabilitation is an active process. The following are the recommended components of a comprehensive PR programme. Providers are encouraged to explore alternative options integrated with appointment letters to supplement formal attendance at
sessions such as Web based information / app’s, podcasts, written information, and telephone support to address attendance issues, due to geographic isolation and self-care sustainability.
Stages 1- 4 outlined below reflect the requirements for each core stage in the pulmonary rehabilitation pathway.
Stage 1 – Manage referral and recruit patient.
Stage 2 – Assess patient for pulmonary rehabilitation.
Stage 3 – Deliver comprehensive pulmonary rehabilitation programme.
Stage 4 – Final Assessment and discharge.
The proposed contract is for a period of 3 years with the option to extend for up to an additional 2 years.
The service is a Schedule 3 Service and is being procured under the Light Touch Regime (LTR)of the Public Contract Regulations 2015. This notice is a Prior Information Notice under the permitted procedure for social and other specific services, as provided for in the Public
Contracts Regulations 2015 - Regulation 48. In accordance with Regulation 32(b)(ii) of the Regulations, interested parties should note that the contract for the services may be awarded without further publication.
Providers will be required to respond to a series of questions which are scored on a "Pass/Fail “basis. The scoring criteria is stipulated within the question. Only providers who score a "Pass" on all "Pass/Fail" questions will be deemed compliant and capable.
Where a single Provider has expressed an interest and met the requirements, the Commissioner reserves the right to direct award to that provider with no further competition. Where there is more than one Provider who has expressed an interest and scored a "Pass" on
all "Pass/Fail" questions, then the Commissioner may seek to undertake a formal competitive process.
To register your interest and access the Documents, supporting information and express your interest in delivering this service please visit Atamis using the following link; https://health-family-contractsearch.secure.force.com/?searchtype=Projects, The opportunity can be found via the ‘Live Opportunities’ list. You can search for the opportunity by entering the following contract reference: C226283 ID number.
two.2.14) Additional information
Providers must respond to the series of questions which are scored on a "Pass/Fail “basis. via the Atamis eProcurement system no later than 10am on Monday 27th November 2023. Expressions of interest and associated responses will not be considered after this date,
two.3) Estimated date of publication of contract notice
11 December 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes