Tender

Pennine Lancashire CCGs Night Sitting Service Framework

STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT

This public procurement record has 1 release in its history.

Tender

15 Mar 2022 at 08:41

Summary of the contracting process

The Staffordshire and Lancashire Commissioning Support Unit is conducting a procurement process titled "Pennine Lancashire CCGs Night Sitting Service Framework," aimed at providing night sitting services for end-of-life patients in the North West region of the United Kingdom. This procurement falls under the category of health services and is currently at the Tender stage, with submission deadlines set for 27 April 2022. The estimated budget for this two-year framework, which may extend up to an additional two years, is approximately £721,590 per annum.

This tender presents significant opportunities for businesses specialising in end-of-life care, such as nursing services, personal care, and palliative care advice. Companies that provide comprehensive service packages that meet the specific psychological and physical needs of individuals nearing the end of life, particularly those aspiring to support patients in their own homes, would be well-suited to compete. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to participate given the emphasis on community-focused service delivery.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Pennine Lancashire CCGs Night Sitting Service Framework

Notice Description

NHS Midlands and Lancashire CSU is acting on behalf of NHS Blackburn with Darwen CCG and East Lancashire CCG (the CCGs). The CCGs wish to procure a framework of providers of night sitting services for end of life patients within the localities of the two CCGs. In September 2021, NICE updated its Quality Standard 13, End of life care for adults. Within this quality standard it advises the following should be in place: * generalist and specialist services that can meet the physical and specific psychological needs of people approaching the end of life, including access to medicines and equipment, in a safe, effective, and appropriate way at any time of day or night. * Safe, effective, and appropriate symptom and side-effect management at any time of day or night may require coordinated input from a few different professionals and services. As a minimum, essential 24/7 care services should include: * generalist medical services (including GPs) * nursing services (defined as visiting, rapid response services and provision of one-to-one care at home, including overnight) * personal care services * access to pharmacy services * access to equipment and adaptations * specialist palliative care advice for generalists on symptom and side-effect management. The North West Model for Life Limiting Conditions covers the breadth of end of life care from stable progressive life-limiting condition; incurable, symptoms treatable all the way through to bereavement care. The requirement of this service provision is to focus on the later stage of element 2 & all stage 3, Advancing Disease & Increasing decline (months and weeks) and last days of life (days and hours). The Commissioners are planning to support those patients whose preferred place of death is home by means of providing an End of life respite service to enable patients to remain in their usual place of residence whilst receiving 1:1 support. This service will support carers and family members to take breaks from caring for their loved one, whilst knowing they are being care for. The Framework is for a period of two years (24 months) with an option to extend for 24 months at which time it will be re-opened for new entrants. The estimated financial envelope is PS721,590 per annum. Additional information: This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made. Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made The Contracting Authority is not voluntarily following any other part of the Regulations. The procedure which the Contracting Authority is following is set out in the procurement documents. As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement. Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement 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. Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services. Further details will be made available via documentation and information released during the tender process.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-52ad0f8f-c853-40f0-9d94-2ec5dcb3e558
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/76553988-3dd8-42df-a5b0-ee8dc74c4ee3
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

Tender Value
£2,886,360 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Mar 20223 years ago
Submission Deadline
27 Apr 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Sep 2022 - 30 Sep 2026 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT
Contact Name
Not specified
Contact Email
mlcsu.tendersnorth@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LEYLAND
Postcode
PR26 6TR
Post Town
Preston
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD4 Lancashire
Small Region (ITL 3)
TLD45 Mid Lancashire
Delivery Location
TLD North West (England)

Local Authority
South Ribble
Electoral Ward
Farington West
Westminster Constituency
South Ribble

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-52ad0f8f-c853-40f0-9d94-2ec5dcb3e558-2022-03-15T08:41:27Z",
    "date": "2022-03-15T08:41:27Z",
    "ocid": "ocds-b5fd17-52ad0f8f-c853-40f0-9d94-2ec5dcb3e558",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "L-21-13",
        "title": "Pennine Lancashire CCGs Night Sitting Service Framework",
        "description": "NHS Midlands and Lancashire CSU is acting on behalf of NHS Blackburn with Darwen CCG and East Lancashire CCG (the CCGs). The CCGs wish to procure a framework of providers of night sitting services for end of life patients within the localities of the two CCGs. In September 2021, NICE updated its Quality Standard 13, End of life care for adults. Within this quality standard it advises the following should be in place: * generalist and specialist services that can meet the physical and specific psychological needs of people approaching the end of life, including access to medicines and equipment, in a safe, effective, and appropriate way at any time of day or night. * Safe, effective, and appropriate symptom and side-effect management at any time of day or night may require coordinated input from a few different professionals and services. As a minimum, essential 24/7 care services should include: * generalist medical services (including GPs) * nursing services (defined as visiting, rapid response services and provision of one-to-one care at home, including overnight) * personal care services * access to pharmacy services * access to equipment and adaptations * specialist palliative care advice for generalists on symptom and side-effect management. The North West Model for Life Limiting Conditions covers the breadth of end of life care from stable progressive life-limiting condition; incurable, symptoms treatable all the way through to bereavement care. The requirement of this service provision is to focus on the later stage of element 2 & all stage 3, Advancing Disease & Increasing decline (months and weeks) and last days of life (days and hours). The Commissioners are planning to support those patients whose preferred place of death is home by means of providing an End of life respite service to enable patients to remain in their usual place of residence whilst receiving 1:1 support. This service will support carers and family members to take breaks from caring for their loved one, whilst knowing they are being care for. The Framework is for a period of two years (24 months) with an option to extend for 24 months at which time it will be re-opened for new entrants. The estimated financial envelope is PS721,590 per annum. Additional information: This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made. Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made The Contracting Authority is not voluntarily following any other part of the Regulations. The procedure which the Contracting Authority is following is set out in the procurement documents. As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement. Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement 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. Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services. Further details will be made available via documentation and information released during the tender process.",
        "datePublished": "2022-03-15T08:41:27Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1443180,
            "currency": "GBP"
        },
        "value": {
            "amount": 2886360,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-04-27T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-10-01T00:00:00+01:00",
            "endDate": "2026-09-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/76553988-3dd8-42df-a5b0-ee8dc74c4ee3",
                "datePublished": "2022-03-15T08:41:27Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/nG9ZrBV5",
            "name": "STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT",
            "identifier": {
                "legalName": "STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/nG9ZrBV5"
            },
            "address": {
                "streetAddress": "Leyland House, Lancashire Business Park",
                "locality": "Leyland",
                "postalCode": "PR26 6TR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "mlcsu.tendersnorth@nhs.net"
            },
            "details": {
                "url": "https://mlcsu.bravosolution.co.uk/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/nG9ZrBV5",
        "name": "STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT"
    }
}