Award

Lancashire & South Cumbria ICB - West Lancashire - iHELP Community Pain Management

LANCASHIRE & SOUTH CUMBRIA INTEGRATED CARE BOARD (ICB)

This public procurement record has 1 release in its history.

Award

28 Feb 2023 at 10:20

Summary of the contracting process

The Lancashire & South Cumbria Integrated Care Board (ICB) conducted a procurement process for the "Lancashire & South Cumbria ICB - West Lancashire - iHELP Community Pain Management" tender in the services category under health services. This tender, using the procurement method of Innovation Partnership, was initiated as a tender and has the following stages: Pre Qualification Stage (PQQ), Phase 1 (Design), Phase 2 (Pilot), and Phase 3 (Assurance Process). The tender was awarded to Connect Health Pain Services Limited for "Ihelp – Community Pain Service" with a contract signed on 30 August 2022.

This tender for chronic pain management services in West Lancashire presents business growth opportunities for suppliers in the health and social care sector, particularly those offering innovative IT enabled healthcare solutions and services focusing on empowerment and self-care for patients. Businesses with expertise in holistic care, technology-driven healthcare services, and effective behaviour change interventions would be well-suited to compete in this procurement, aiming to contribute to improved population health, enhanced patient care, and cost savings for the commissioner.

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

Lancashire & South Cumbria ICB - West Lancashire - iHELP Community Pain Management

Notice Description

NHS Midlands and Lancashire Commissioning Support Unit conducted this procurement on behalf of Lancashire & South Cumbria Integrated Care Board (formerly NHS West Lancashire Clinical Commissioning Group (CCG)). The service required 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 aimed 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 recommended patients "with long-term conditions" are empowered and also recognised the importance of "promoting wellbeing and independence". It also stated that "patients should have direct control over care provided to them". The procurement included a Pre Qualification Stage (PQQ), followed by Phase 1 (Design), then Phase 2 (Pilot) and then Phase 3 (Assurance Process with the final provider). Following the PQQ, 2 preferred bidders were selected. During phase 1, the Commissioner worked with the preferred bidders to aid the design whilst simultaneously mitigating the preferred bidders' financial risk by providing the potential budget described below: Maximum budget per preferred bidder - PS40,000 Minimum number of preferred bidders - 1 Maximum number of preferred bidders - 2 Total maximum phase 1 budget - PS80,000 In the Design phase (phase1) the provider's service model to address the service specification was designed. The Pilot phase (phase 2) was initially expected to last for 2 years to allow the provider to pilot their design. Due to implementational issues, the pandemic and subsequent lockdowns, this pilot phase was extended to 3 years. During phases 1 and 2 the Commissioner aimed to protect the provider from financial risk. From phase 3, it was always expected that further risk could be transferred to the provider at the Commissioner's reasonable discretion in agreement with the provider. Following the pilot (Phase 2), the commissioner completed an Assurance Process with the Preferred Bidder, and added Alternative packages budget and Radiofrequency. The Assurance Process included questions regarding the following areas: Service Delivery, Communication/Information, Prescribing and Medicines Optimisation, Quality and Governance, Workforce, Contracts Conditions, Finance.

Lot Information

Lot 1

West Lancashire's commissioning intentions included 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 has been developed giving due consideration to the four pillars of the commissioners overarching clinical strategy as set out below: Collective accountability. Care co-ordination. Population management. Progressive IT infrastructure. Also 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 Supplier shares the commissioner's vision for change and will work with them 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's service will deliver the following: Improved health and health outcomes for the population of West Lancashire that suffer with Chronic Pain. High quality holistic care for patients that suffer with Chronic Pain. Reduced cost (delivering savings to the commissioner) compared to the current cost of Pain treatment in West Lancashire. 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 within the community setting. Assess and manage patients within the service making use of alternative service providers which may include, but is not limited to, those provided by the voluntary, community and faith sector (VCFS) and local councils. Provide individuals with up-to -date, evidence-based and accessible information to support them in taking personal responsibility when making decisions about their own health, care and wellbeing. Maximise and enable empowerment and self-care through education, self-management plans and current plus emerging technology where appropriate. Patients will be offered online access to their health records. Appropriate pathways will be designed for the main groups of patients, i.e. newly diagnosed chronic pain patients, those patients known to primary care with established chronic pain and patients that need further support after being discharged from the service for less than a year. If patients do need access to ongoing advice/treatments from the provider they will do so as part of a maintenance package of care on a self-referral basis for up to one year after discharge. This maintenance package of care will be made up of an indicative number of follow ups. The maintenance package of care will also have a clear exit strategy from the service. Innovative use of current and emerging technology to drive the service in the way patients are managed, and to support patients to self-manage and take control of their care and health. Patients must be informed about the benefits and risks of conservative treatment measures, medication and surgery. The overarching aim of this service is that there is a reduction in secondary care attendance for patients with chronic pain. and a reduction in admissions to A&E for patients with chronic pain. Additional information: Award Criteria in Section II2.5. is for PQQ stage, then ITT stage (Phase 1 Design) Additional pass / fail questions were also included with 0% weighting. Previous OJEU Notice Notice Reference 2017-041658 Notice Number 2017/S 183-375259

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03aca8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005776-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Innovation partnership
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,961,664 £1M-£10M

Notice Dates

Publication Date
28 Feb 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
29 Aug 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LANCASHIRE & SOUTH CUMBRIA INTEGRATED CARE BOARD (ICB)
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PRESTON
Postcode
PR26 6TT
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
TLD47 Chorley and West Lancashire

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

Supplier Information

Number of Suppliers
1
Supplier Name

CONNECT HEALTH PAIN SERVICES

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-h6vhtk-03aca8-2023-02-28T10:20:53Z",
    "date": "2023-02-28T10:20:53Z",
    "ocid": "ocds-h6vhtk-03aca8",
    "description": "'iHELP' (integrated, holistic empowering learning programme) is a generic name associated with the project by West Lancashire and is not considered or intended to be used as a trade mark in the future. This procurement was 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 only selection for type of Procedure was \"Innovation Partnership Procedure\" and the Contracting Authority wishes to clarify that this is not a Innovation Partnership procedure but \"Other\" procedure under the Light Touch Regime. The procedure which the Contracting Authority is following is set out in the procurement documents. The procedure which the Contracting Authority is following is set out in the procurement documents. As the ICB 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. Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.",
    "initiationType": "tender",
    "tender": {
        "id": "L21-17",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Lancashire & South Cumbria ICB - West Lancashire - iHELP Community Pain Management",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS Midlands and Lancashire Commissioning Support Unit conducted this procurement on behalf of Lancashire & South Cumbria Integrated Care Board (formerly NHS West Lancashire Clinical Commissioning Group (CCG)). The service required 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 aimed 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 recommended patients \"with long-term conditions\" are empowered and also recognised the importance of \"promoting wellbeing and independence\". It also stated that \"patients should have direct control over care provided to them\". The procurement included a Pre Qualification Stage (PQQ), followed by Phase 1 (Design), then Phase 2 (Pilot) and then Phase 3 (Assurance Process with the final provider). Following the PQQ, 2 preferred bidders were selected. During phase 1, the Commissioner worked with the preferred bidders to aid the design whilst simultaneously mitigating the preferred bidders' financial risk by providing the potential budget described below: Maximum budget per preferred bidder - PS40,000 Minimum number of preferred bidders - 1 Maximum number of preferred bidders - 2 Total maximum phase 1 budget - PS80,000 In the Design phase (phase1) the provider's service model to address the service specification was designed. The Pilot phase (phase 2) was initially expected to last for 2 years to allow the provider to pilot their design. Due to implementational issues, the pandemic and subsequent lockdowns, this pilot phase was extended to 3 years. During phases 1 and 2 the Commissioner aimed to protect the provider from financial risk. From phase 3, it was always expected that further risk could be transferred to the provider at the Commissioner's reasonable discretion in agreement with the provider. Following the pilot (Phase 2), the commissioner completed an Assurance Process with the Preferred Bidder, and added Alternative packages budget and Radiofrequency. The Assurance Process included questions regarding the following areas: Service Delivery, Communication/Information, Prescribing and Medicines Optimisation, Quality and Governance, Workforce, Contracts Conditions, Finance.",
        "lots": [
            {
                "id": "1",
                "description": "West Lancashire's commissioning intentions included 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 has been developed giving due consideration to the four pillars of the commissioners overarching clinical strategy as set out below: Collective accountability. Care co-ordination. Population management. Progressive IT infrastructure. Also 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 Supplier shares the commissioner's vision for change and will work with them 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's service will deliver the following: Improved health and health outcomes for the population of West Lancashire that suffer with Chronic Pain. High quality holistic care for patients that suffer with Chronic Pain. Reduced cost (delivering savings to the commissioner) compared to the current cost of Pain treatment in West Lancashire. 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 within the community setting. Assess and manage patients within the service making use of alternative service providers which may include, but is not limited to, those provided by the voluntary, community and faith sector (VCFS) and local councils. Provide individuals with up-to -date, evidence-based and accessible information to support them in taking personal responsibility when making decisions about their own health, care and wellbeing. Maximise and enable empowerment and self-care through education, self-management plans and current plus emerging technology where appropriate. Patients will be offered online access to their health records. Appropriate pathways will be designed for the main groups of patients, i.e. newly diagnosed chronic pain patients, those patients known to primary care with established chronic pain and patients that need further support after being discharged from the service for less than a year. If patients do need access to ongoing advice/treatments from the provider they will do so as part of a maintenance package of care on a self-referral basis for up to one year after discharge. This maintenance package of care will be made up of an indicative number of follow ups. The maintenance package of care will also have a clear exit strategy from the service. Innovative use of current and emerging technology to drive the service in the way patients are managed, and to support patients to self-manage and take control of their care and health. Patients must be informed about the benefits and risks of conservative treatment measures, medication and surgery. The overarching aim of this service is that there is a reduction in secondary care attendance for patients with chronic pain. and a reduction in admissions to A&E for patients with chronic pain. Additional information: Award Criteria in Section II2.5. is for PQQ stage, then ITT stage (Phase 1 Design) Additional pass / fail questions were also included with 0% weighting. Previous OJEU Notice Notice Reference 2017-041658 Notice Number 2017/S 183-375259",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Relevant experience and contract examples",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Innovation in service delivery",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Self-care programmes",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Use of technology",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Effective behaviour change",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Service and IM&T",
                            "type": "cost",
                            "description": "50"
                        },
                        {
                            "name": "Financial",
                            "type": "cost",
                            "description": "15"
                        },
                        {
                            "name": "Quality and governance",
                            "type": "cost",
                            "description": "15"
                        },
                        {
                            "name": "Workforce",
                            "type": "cost",
                            "description": "10"
                        },
                        {
                            "name": "Contracts Management",
                            "type": "cost",
                            "description": "10"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD47"
                    }
                ],
                "deliveryLocation": {
                    "description": "West Lancashire PS490,416 3 year contract 1/5/22-30/4/25 Option to extend for 1 year at PS490,416 Total Value PS1,961,664"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Innovation partnership"
    },
    "awards": [
        {
            "id": "005776-2023-02G - NY6 - 001-1",
            "relatedLots": [
                "1"
            ],
            "title": "Ihelp - Community Pain Service",
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "value": {
                    "amount": 99840,
                    "currency": "GBP"
                },
                "description": "Sub-contractor Twinkle House - Alternative packages of care PS24,960 PER ANNUM"
            },
            "suppliers": [
                {
                    "id": "GB-FTS-76280",
                    "name": "Connect Health Pain Services Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-76279",
            "name": "Lancashire & South Cumbria Integrated Care Board (ICB)",
            "identifier": {
                "legalName": "Lancashire & South Cumbria Integrated Care Board (ICB)"
            },
            "address": {
                "streetAddress": "Chorley House",
                "locality": "Preston",
                "region": "UKD4",
                "postalCode": "PR26 6TT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "mlcsu.tendersnorth@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://mlcsu.bravosolution.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-76280",
            "name": "Connect Health Pain Services Limited",
            "identifier": {
                "legalName": "Connect Health Pain Services Limited",
                "id": "02337692"
            },
            "address": {
                "streetAddress": "The Light Box Quorum Business Park",
                "locality": "Newcastle Upon Tyne",
                "region": "UKC",
                "postalCode": "NE12 8EU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-76281",
            "name": "Lancashire & Cumbria Integrated Care Board (ICB)",
            "identifier": {
                "legalName": "Lancashire & Cumbria Integrated Care Board (ICB)"
            },
            "address": {
                "streetAddress": "Chorley House",
                "locality": "Preston",
                "postalCode": "PR26 6TT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "mlcsu.tendersnorth@nhs.net"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-76279",
        "name": "Lancashire & South Cumbria Integrated Care Board (ICB)"
    },
    "contracts": [
        {
            "id": "005776-2023-02G - NY6 - 001-1",
            "awardID": "005776-2023-02G - NY6 - 001-1",
            "title": "Ihelp - Community Pain Service",
            "status": "active",
            "value": {
                "amount": 1961664,
                "currency": "GBP"
            },
            "dateSigned": "2022-08-30T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:375259-2017:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}