Notice Information
Notice Title
NHS West Lancashire CCG iHELP Community Pain Management
Notice Description
NHS West Lancashire CCG - iHELP Community Pain Management NHS Midlands and Lancashire Commissioning Support Unit are conducting this procurement on behalf of West Lancashire Clinical Commissioning Group. The service is required to be a single point of access for all chronic pain referrals to ensure that only appropriate referrals are forwarded to secondary care and the majority of patients are managed and cared for outside secondary care. The project aims to meet the needs of patients with chronic pain, for example providing advice around physical activity, nutritional and psychological needs and the use of tools and technology to help them self manage the pain they are experiencing. The NHS England 5 Year Forward View recommends patients "with long-term conditions" are empowered and also recognises the importance of "promoting wellbeing and independence". It also states that "patients should have direct control over care provided to them". NHS West Lancashire CCG's commissioning intentions include an aspiration to remodel chronic pain services to help contribute to the triple aim of improved population health, high quality holistic care for patients and reduced cost. The remodelled service should be developed giving due consideration to the four pillars of the CCG's overarching clinical strategy as set out below: * Collective accountability. * Care co-ordination. * Population management. * Progressive IT infrastructure. Also considering working closely with health and social care and linking with other services in the health economy as necessary to ensure cohesion and integration for the benefit of the patients. The Vision also describes how it will be essential to demonstrate how services will be provided sensitive to local health and service need, addressing health inequalities, wrapped around the patient and focussed on our neighbourhoods; whilst also contributing to time savings in Primary Care and a reduction in attendance at A&E for chronic pain. Further information is available below and in the attachments associated with this notice. To find out more or to respond to this opportunity please visit the NHS Midlands and Lancashire CSU e-sourcing portal at https://mlcsu.bravosolution.co.uk Potential suppliers should be aware that clarifications to the PQQ documents should be submitted before 19/10/2017 14:00 and PQQ responses should be submitted before 24/10/2017 14:00. Additional information: The Supplier should share the CCG's vision for change and be willing to work with the CCG to drive the transformational change, understanding the need for whole system transformation including: Changing cultural beliefs and behaviours across organisational boundaries and throughout the healthcare system. Providing modern and innovative IT enabled healthcare services which supports patients at all levels of complexity to remain at the highest level of independence that they can achieve. Integrating a range of health, social care and third sector services. Influencing supply chain organisations to deliver better outcomes for patients. The Supplier service will be expected to deliver the expectations set out in the minimum requirements. The service may also include access to hydrotherapy, sports massage, coaching support, joint and soft tissue injections, exercise classes, diet and cooking advice, weight loss support, physiotherapy, palates, yoga, relaxation techniques, mindfulness, medication reviews, signposting to community activities, counselling, anger management, advice of using mobility aids, benefits advice, form filing advice, peer support, social isolation support, employment guidance and other social prescribing opportunities. Details of the draft minimum requirements shall be included in the procurement documents. The project is being procured utilising the provisions of the Innovation Partnership procedure, details of the phasing of various phases of the Innovation Partnership shall be provided in the procurement documents. The design contract (phase 1) is for a period of up to 3 months, the pilot contract (phase 2) is for a period of up to 2 years and the delivery contract (phase 3) is for a period of up to 3 years with the opportunity to extend this phase for an additional period of 2 years. Since the estimated value of the opportunity is driven by the potential Suppliers ability to transfer patients from primary and secondary care into the new service the estimated budget for the entire project is variable but expected to be between PS2,065,000 and PS4,252,000. Further details of the affordability envelope and supporting financial data are available within the procurement documents. The Contracting Authority reserves the right to extend the scope of this pain management service to include a social prescribing service. The potential maximum whole life value of the extended scope of the social prescribing service may be as much as an additional PS700,000 for all the phases of contract. Type of procedure - OJEU Innovation Partnership Historical information on the supplier day has been provided for transparency purposes. Approach is superseded by the minimum requirements
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-74a8b18b-6ba2-4f84-b23f-0078a39c345e
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/ae02ce71-5a18-4e0c-b2c7-628868a9b688
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Innovation partnership (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
85 - Health and social work services
98 - Other community, social and personal services
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
73000000 - Research and development services and related consultancy services
79415200 - Design consultancy services
80420000 - E-learning services
80500000 - Training services
85100000 - Health services
85300000 - Social work and related services
98000000 - Other community, social and personal services
Notice Value(s)
- Tender Value
- £4,952,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Sep 20178 years ago
- Submission Deadline
- 24 Oct 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 27 Mar 2018 - 28 Aug 2025 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS MIDLANDS AND LANCASHIRE COMMISSIONING SUPPORT UNIT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LEYLAND, PRESTON
- 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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/ae02ce71-5a18-4e0c-b2c7-628868a9b688
21st September 2017 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/decdaff3-22d5-4288-bfc6-c80e1e4740d1
Appendix A - Draft iHELP minimum requirements whole project -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/92b36cb4-55f5-4062-a5fa-832f38b5fdf7
Appendix B - Draft iHELP Design Phase 1 minimum requirements -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/e99dc490-10fd-44b1-9b5a-0fe207c56024
Appendix C - Draft Non Clinical Services Contract Phase 1 and 2 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/2dc4c783-5f66-431f-aaa1-a8f5c178e3a8
Appendix D - Draft General Conditions Phase 2 and 3 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/be881dce-4445-4231-bddf-7ddbdc01454e
Appendix E - Draft Service Conditions Phase 2 and 3 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/6b19626f-a6b7-47ef-8f77-9c2e0935088c
Appendix F - Draft Particulars Phase 2 and 3 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/7d2bc433-0140-488a-a6c7-e2cd2fceb581
Appendix G - Draft Deed of guarentee -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/bba3b809-a325-4e09-a5b7-5e149fa9808a
Appendix H - Draft iHELP Financial Envelope -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/20998990-3145-43b5-bd9f-2c0b374a8de3
Appendix I - Draft Schedule of Rates Phase 1 -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/29943264-6dd5-4a7d-acc3-8f9275dc0226
Appendix J - Draft Secondary care pain management data -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/bd324f2d-085d-43be-88f2-ea04af18355d
Appendix K - PQQ questions -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/d3ea8228-6fb1-493e-a3cd-3b63259226d6
Appendix L - Draft ITT Phase 1 questions -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/42e4acfa-b7df-4d2a-b9ea-b5456b81da2c
Appendix M - Supplier day presentation - Historical information on the supplier day has been provided for transparency purposes. Approach is superseded by the minimum requirements -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/980adda8-0a04-4399-8fc7-07fb34feb7ca
Appendix N - Supplier day questions and answers - Historical information on the supplier day has been provided for transparency purposes. Approach is superseded by the minimum requirements -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/47f166c5-a012-4ebd-983e-a95f6194f74b
Appendix O - Supporting information - Historical information on the supplier day has been provided for transparency purposes. Approach is superseded by the minimum requirements -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/0b997356-9266-4b24-889b-8d4ed9f847c4
Appendix P - Prescribing data -
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-74a8b18b-6ba2-4f84-b23f-0078a39c345e-2017-09-21T12:40:23+01:00",
"date": "2017-09-21T12:40:23+01:00",
"ocid": "ocds-b5fd17-74a8b18b-6ba2-4f84-b23f-0078a39c345e",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "L16-24",
"title": "NHS West Lancashire CCG iHELP Community Pain Management",
"description": "NHS West Lancashire CCG - iHELP Community Pain Management NHS Midlands and Lancashire Commissioning Support Unit are conducting this procurement on behalf of West Lancashire Clinical Commissioning Group. The service is required to be a single point of access for all chronic pain referrals to ensure that only appropriate referrals are forwarded to secondary care and the majority of patients are managed and cared for outside secondary care. The project aims to meet the needs of patients with chronic pain, for example providing advice around physical activity, nutritional and psychological needs and the use of tools and technology to help them self manage the pain they are experiencing. The NHS England 5 Year Forward View recommends patients \"with long-term conditions\" are empowered and also recognises the importance of \"promoting wellbeing and independence\". It also states that \"patients should have direct control over care provided to them\". NHS West Lancashire CCG's commissioning intentions include an aspiration to remodel chronic pain services to help contribute to the triple aim of improved population health, high quality holistic care for patients and reduced cost. The remodelled service should be developed giving due consideration to the four pillars of the CCG's overarching clinical strategy as set out below: * Collective accountability. * Care co-ordination. * Population management. * Progressive IT infrastructure. Also considering working closely with health and social care and linking with other services in the health economy as necessary to ensure cohesion and integration for the benefit of the patients. The Vision also describes how it will be essential to demonstrate how services will be provided sensitive to local health and service need, addressing health inequalities, wrapped around the patient and focussed on our neighbourhoods; whilst also contributing to time savings in Primary Care and a reduction in attendance at A&E for chronic pain. Further information is available below and in the attachments associated with this notice. To find out more or to respond to this opportunity please visit the NHS Midlands and Lancashire CSU e-sourcing portal at https://mlcsu.bravosolution.co.uk Potential suppliers should be aware that clarifications to the PQQ documents should be submitted before 19/10/2017 14:00 and PQQ responses should be submitted before 24/10/2017 14:00. Additional information: The Supplier should share the CCG's vision for change and be willing to work with the CCG to drive the transformational change, understanding the need for whole system transformation including: Changing cultural beliefs and behaviours across organisational boundaries and throughout the healthcare system. Providing modern and innovative IT enabled healthcare services which supports patients at all levels of complexity to remain at the highest level of independence that they can achieve. Integrating a range of health, social care and third sector services. Influencing supply chain organisations to deliver better outcomes for patients. The Supplier service will be expected to deliver the expectations set out in the minimum requirements. The service may also include access to hydrotherapy, sports massage, coaching support, joint and soft tissue injections, exercise classes, diet and cooking advice, weight loss support, physiotherapy, palates, yoga, relaxation techniques, mindfulness, medication reviews, signposting to community activities, counselling, anger management, advice of using mobility aids, benefits advice, form filing advice, peer support, social isolation support, employment guidance and other social prescribing opportunities. Details of the draft minimum requirements shall be included in the procurement documents. The project is being procured utilising the provisions of the Innovation Partnership procedure, details of the phasing of various phases of the Innovation Partnership shall be provided in the procurement documents. The design contract (phase 1) is for a period of up to 3 months, the pilot contract (phase 2) is for a period of up to 2 years and the delivery contract (phase 3) is for a period of up to 3 years with the opportunity to extend this phase for an additional period of 2 years. Since the estimated value of the opportunity is driven by the potential Suppliers ability to transfer patients from primary and secondary care into the new service the estimated budget for the entire project is variable but expected to be between PS2,065,000 and PS4,252,000. Further details of the affordability envelope and supporting financial data are available within the procurement documents. The Contracting Authority reserves the right to extend the scope of this pain management service to include a social prescribing service. The potential maximum whole life value of the extended scope of the social prescribing service may be as much as an additional PS700,000 for all the phases of contract. Type of procedure - OJEU Innovation Partnership Historical information on the supplier day has been provided for transparency purposes. Approach is superseded by the minimum requirements",
"datePublished": "2017-09-21T12:40:23+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "79415200",
"description": "Design consultancy services"
},
{
"scheme": "CPV",
"id": "80420000",
"description": "E-learning services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
{
"scheme": "CPV",
"id": "85300000",
"description": "Social work and related services"
},
{
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "North West",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 2065000,
"currency": "GBP"
},
"value": {
"amount": 4952000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Innovation partnership (above threshold)",
"tenderPeriod": {
"endDate": "2017-10-24T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2018-03-28T00:00:00+01:00",
"endDate": "2025-08-28T23:59:59+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/ae02ce71-5a18-4e0c-b2c7-628868a9b688",
"datePublished": "2017-09-21T12:40:23+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "PQQ iHELP",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9992a8a7-b807-48e7-8606-215ca89585f4",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "Appendix A - Draft iHELP minimum requirements whole project",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/decdaff3-22d5-4288-bfc6-c80e1e4740d1",
"format": "application/pdf"
},
{
"id": "4",
"documentType": "tenderNotice",
"description": "Appendix B - Draft iHELP Design Phase 1 minimum requirements",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/92b36cb4-55f5-4062-a5fa-832f38b5fdf7",
"format": "application/pdf"
},
{
"id": "5",
"documentType": "tenderNotice",
"description": "Appendix C - Draft Non Clinical Services Contract Phase 1 and 2",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e99dc490-10fd-44b1-9b5a-0fe207c56024",
"format": "application/pdf"
},
{
"id": "6",
"documentType": "tenderNotice",
"description": "Appendix D - Draft General Conditions Phase 2 and 3",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2dc4c783-5f66-431f-aaa1-a8f5c178e3a8",
"format": "application/pdf"
},
{
"id": "7",
"documentType": "tenderNotice",
"description": "Appendix E - Draft Service Conditions Phase 2 and 3",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/be881dce-4445-4231-bddf-7ddbdc01454e",
"format": "application/pdf"
},
{
"id": "8",
"documentType": "tenderNotice",
"description": "Appendix F - Draft Particulars Phase 2 and 3",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6b19626f-a6b7-47ef-8f77-9c2e0935088c",
"format": "application/pdf"
},
{
"id": "9",
"documentType": "tenderNotice",
"description": "Appendix G - Draft Deed of guarentee",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7d2bc433-0140-488a-a6c7-e2cd2fceb581",
"format": "application/pdf"
},
{
"id": "10",
"documentType": "tenderNotice",
"description": "Appendix H - Draft iHELP Financial Envelope",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bba3b809-a325-4e09-a5b7-5e149fa9808a",
"format": "application/pdf"
},
{
"id": "11",
"documentType": "tenderNotice",
"description": "Appendix I - Draft Schedule of Rates Phase 1",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/20998990-3145-43b5-bd9f-2c0b374a8de3",
"format": "application/pdf"
},
{
"id": "12",
"documentType": "tenderNotice",
"description": "Appendix J - Draft Secondary care pain management data",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/29943264-6dd5-4a7d-acc3-8f9275dc0226",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "13",
"documentType": "tenderNotice",
"description": "Appendix K - PQQ questions",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bd324f2d-085d-43be-88f2-ea04af18355d",
"format": "application/pdf"
},
{
"id": "14",
"documentType": "tenderNotice",
"description": "Appendix L - Draft ITT Phase 1 questions",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d3ea8228-6fb1-493e-a3cd-3b63259226d6",
"format": "application/pdf"
},
{
"id": "15",
"documentType": "tenderNotice",
"description": "Appendix M - Supplier day presentation - Historical information on the supplier day has been provided for transparency purposes. Approach is superseded by the minimum requirements",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/42e4acfa-b7df-4d2a-b9ea-b5456b81da2c",
"format": "application/pdf"
},
{
"id": "16",
"documentType": "tenderNotice",
"description": "Appendix N - Supplier day questions and answers - Historical information on the supplier day has been provided for transparency purposes. Approach is superseded by the minimum requirements",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/980adda8-0a04-4399-8fc7-07fb34feb7ca",
"format": "application/pdf"
},
{
"id": "17",
"documentType": "tenderNotice",
"description": "Appendix O - Supporting information - Historical information on the supplier day has been provided for transparency purposes. Approach is superseded by the minimum requirements",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/47f166c5-a012-4ebd-983e-a95f6194f74b",
"format": "application/pdf"
},
{
"id": "18",
"documentType": "tenderNotice",
"description": "Appendix P - Prescribing data",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0b997356-9266-4b24-889b-8d4ed9f847c4",
"format": "application/vnd.ms-excel.sheet.binary.macroEnabled.12"
},
{
"id": "19",
"documentType": "tenderNotice",
"description": "MLCSU Tendering portal to participate in this opportunity",
"url": "https://mlcsu.bravosolution.co.uk"
}
]
},
"parties": [
{
"id": "GB-CFS-67495",
"name": "NHS Midlands and Lancashire Commissioning Support Unit",
"identifier": {
"legalName": "NHS Midlands and Lancashire Commissioning Support Unit"
},
"address": {
"streetAddress": "Midlands and Lancashire Commissioning Support Unit, Lancashire Business Park",
"locality": "Leyland, Preston",
"postalCode": "PR26 6TR",
"countryName": "England"
},
"contactPoint": {
"name": "Procurement department",
"email": "Mlcsu.tenders@nhs.net"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-67495",
"name": "NHS Midlands and Lancashire Commissioning Support Unit"
}
}