Section one: Contracting authority
one.1) Name and addresses
NHS Northamptonshire ICB
Haylock House, Kettering Parkway
Kettering
NN15 6EY
agem.procurementnorthants@nhs.net
Country
United Kingdom
Region code
UKF24 - West Northamptonshire
Internet address(es)
Main address
https://www.icnorthamptonshire.org.uk/icb
Buyer's address
https://www.ardengemcsu.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
Countywide Community-based Specialist Level Palliative and End of Life Care Service for Adults
Reference number
C350748
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Northamptonshire Integrated Care Board (NICB) are seeking to Commission a Countywide community-based Specialist Palliative and End of Life Care Service for Adults to support patients who are thought to be in their last eight weeks of life.
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: £15,439,360
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
NHS Northamptonshire Integrated Care Board (NICB) are seeking to Commission a Countywide community-based Specialist Palliative and End of Life Care Service for Adults to support patients who are thought to be in their last eight weeks of life. The service is broken down into five core elements;
24/7 Rapid Response Service - Led by nurses and offering urgent specialist care and support, including symptom management and non-medical prescribing, during both regular and after hours. It is designed for patients considered to be in the last eight weeks of their lives who wish to receive care in their own homes.
Local Coordination Service - A 24/7 service providing information, advice, signposting to services and face-to-face interventions for patients, caregivers, family, and friends.
Hospice at Home – Offering a more integrated approach for patient assisting those who wish to spend their last days at home. This includes rapidly discharging patients from hospices and hospitals to avoid unnecessary admissions.
Day Care Service – Aimed at patients who are in the last eight weeks of life and prefer to receive care at home. Short episodes of care are delivered throughout the day as needed to ensure patients' needs are met.
Night Care Service - Designed for patients who are in the last eight weeks of life and prefer to receive care at home. This service will ensure that the patient's needs are met through short episodes of care provided during the night when appropriate.
This notice is to communicate the intention to award a contract under the Provider Selection Regime (PSR) Competitive Process. This contract relates to a new service with the intention to award being made to a new provider.
The contract will commence 01st April 2026 and be 5 years with the Commissioner having the option to extend the Contract for up to a further 3 years.
The approximate lifetime value of the contract is expected to be £15,439,360
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 45
Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 11
Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 14
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Value / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
Option to extend a further 3 years (36 months).
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-015986
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 August 2025
five.2.2) Information about tenders
Number of tenders received: 13
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
DHU Health Care
No. 2 Roundhouse Road Pride Park Derbyshire
Derby
DE24 8JE
Country
United Kingdom
NUTS code
- UKF11 - Derby
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £15,439,360
Total value of the contract/lot: £15,439,360
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act Regulations 2023 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 17th September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
If you have wish to make a written representation regarding this intention to award please contact: agem.procurementnorthants@nhs.net . The award decision has been made by the NHS Northamptonshire ICB Integrated Planning and Resource Committee on 5th August 2025.
There were no declared conflicts or potential conflicts of interest of individuals making the decision.
The relative importance of the Key Criteria incorporated within the service was as follows:
1. Quality and Innovation: 45.00%
2. Value: 20.00%
3. Integration, Collaboration & Service Sustainability: 11.00%
4. Improving Access, Reducing Health Inequalities and Facilitating Choice: 14.00%
5. Social Value: 10.00%
The relative importance of the Key Criteria was deemed appropriate based on the requirements of the service.
The rationale for awarding to the preferred provider was that they met all requirements associated with the Basic Selection Criteria and Key Criteria, clearly demonstrating their ability to deliver the requirements of the service within their submission, and they ranked as the highest scoring provider, based on their overall Key Criteria score, within this Provider Selection Process.
six.4) Procedures for review
six.4.1) Review body
High Court
Strand,
London,
WC2A 2LL
Country
United Kingdom