NHS Lancashire & South Cumbria (formerly NHS Fylde Coast CCGs) - Adult Integrated Respiratory Service

Award

Value

£3,684,659

Classifications

  • Health services

Tags

  • award

Submission Deadline

3 years ago

Published

3 years ago

Description

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working with NHS Lancashire & South Cumbria to award an Adult Integrated Respiratory Service (AIRS) contract.

The Authority is looking to redesign respiratory services locally and develop a truly integrated respiratory team capable of delivering "joined up care at the right time in the optimal setting" as set out in the NHS Long-Term plan. The ambition is that the AIRS will incorporate a multidisciplinary approach that has a strong focus on care based in the community, with in-reach into the acute setting facilitating earlier discharge and supporting admission/readmission avoidance. 

The Authority is initially seeking to commission an integrated combined Home Oxygen Service-Assessment and Review (HOS-AR) and Pulmonary Rehabilitation Service that will form the foundation of AIRS. The service will align with the vision of the Fylde Coast Respiratory Transformation Programme and develop into a fully integrated, multi-disciplinary, Adult Integrated Respiratory Service, over a three-year timeframe. The delivery model will focus on prevention, identification and early intervention and on-going management, which for the Fylde Coast population will aim to:

• Reduce their risk of developing respiratory disease
• Ensure equitable access to early and accurate diagnosis of respiratory diseases, with early intervention to improve quality of life and slow disease progression.
• Provide high quality, consistent and integrated care for those living with respiratory diseases, with treatments and support provided in a community setting wherever possible.

The service, which will also deliver support for patients who have been diagnosed with post-Covid syndrome, will integrate with existing services e.g. Rapid Response, Respiratory Virtual Ward, to ensure that patients are managed on the most appropriate treatment pathway and that they experience a seamless transition of care.

Additional information: This contract award 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.

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.

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.

Similar Contracts

Open

NHS Healthier You

Following extensive Preliminary Market Engagement with suppliers and a route to market assessment, NHS England (NHSE) is actively exploring scope to commission a range of behavioural support for obesity prescribing and diabetes prevention services, known as NHS Healthier You, through the competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023. Subject to final decisions, NHSE is intending to commence a competitive procurement process in early 2026 to award supplier contracts to deliver multiple behavioural support services to be brought together under the NHS Healthier You branding to each integrated care board (ICB) or ICB cluster in England. Scope Further to previous Preliminary Market Engagement notices (2025/S 000-052155 and 2025/S 000-021802), the proposed procurement of NHS Healthier You will comprise: Diabetes prevention: a 9-month behaviour support intervention for people at risk of type 2 diabetes. For more information visit: https://www.england.nhs.uk/diabetes/diabetes-prevention/ Behavioural support for obesity prescribing: a 9-month behaviour support intervention for people prescribed weight-loss medication in primary care.  Type 2 diabetes path to remission: a 3-month total diet replacement intervention followed by a 9-month behaviour support intervention for people living with type 2 diabetes. For more information visit: https://www.england.nhs.uk/diabetes/treatment-care/diabetes-remission/ Long-term conditions prevention pilot: a pilot 9-month behaviour support intervention for people living with hypertension. This intervention will be piloted over 3 years in 8 ICB areas (to be confirmed) with an option to expand wider as evidence emerges. Suppliers will need the capability and capacity to provide the full suite of services to an ICB or ICB cluster (or group of ICB’s), offering eligible participants a choice of group based on one to one based in-person services, group based remote services delivered via video conference, or a digitally delivered one to one or independently accessed service provided through a web browser or a mobile application. The Type 2 diabetes path to remission intervention will only be delivered on a one-to-one basis. Timescales Whilst precise procurement timelines cannot currently be confirmed, below is an indicative programme: Contract notice (call for competition) published: Q1 2026 Tender return deadline: Q2 2026 (target 8 week Tender window) Bidders notified of award decision: Q2/Q3 2026 Standstill period: Q2/Q3 2026 Contract award confirmed and contracts issued: Q2/Q3 2026 Service commencement: Q2/Q3 2026 Please note the above timelines are indicative only and subject to change. Evaluation & Stages NHSE intend to use a 3 stage evaluation process of Tenders submitted, summarised below: Stage 1 NHSE will assess an initial series of pass/fail questions, including technical capability and past experience which form the basic selection criteria (Supplier Questionnaire (SQ)) Bidders who pass the SQ will progress to Stage 2 Stage 2 NHSE will evaluate Bidder’s proposed service offer against the key criteria for all populations to be served, including commercial schedules and universal technical and quality responses and social value A maximum of the 5 highest scoring bids (across price and quality) for each ICB/ICB cluster, which also meet the relevant minimum thresholds for quality (where applicable), will progress to Stage 3 Stage 3 ICB’s/ICB clusters (or NHSE where appropriate) will evaluate specific locality technical and quality questions The highest scoring Bid by ICB/ICB cluster from Stage 3 evaluation will be offered an award of contract to deliver the full scope of the NHS Healthier You services for that ICB/ICB cluster Tackling health inequalities is a direct responsibility and a prime focus of the NHS Healthier You programme. Bidders should acknowledge they are likely to be evaluated on how they will tackle the relative disparities in access to services, patient experience and demonstrable evidence that they have the capability to improve healthcare outcomes within the geographic areas they are bidding for. It is proposed the price evaluation will be based on the total cost of delivering all Healthier You services calculated on indicative participant volumes for the full initial 3-year contract term, to include behavioural support, TDR products and monitoring equipment. Contract Term The intended contract term is 3 years, with a proposed optional extension of up to 24 months (subject to performance and budgetary approval). Pricing & Payment Models NHSE is proposing to utilise a sessional payment where providers are paid a fixed tariff per completed session per participant, based on actual activity undertaken. It is expected that Bidders will be requested to provide a common price per participant across the full range of behavioural support elements, separated according to the mode of delivery to reflect the behavioural science underpinning its model, duration, and delivery schedule intensity, i.e. face-to-face group, digital, remote group, face-to-face one-to-one. It is anticipated that NHSE will provide a guide unit price for behavioural support elements to ensure services can be delivered within our defined budget, however, it will be for Bidders to determine their own sustainable pricing, and Bidders will not be excluded for submitting pricing above or below the guide price. Bidders will be able to identify those ICB/ICB clusters they wish to bid for and will provide prices per ICB/ICB cluster. This allows Bidders to offer differing prices per ICB/ICB cluster according to indicative local population volumes and cohort profile. Bidders will be asked to provide separate pricing for total diet replacement (TDR) products and monitoring equipment under the T2DR service. It is anticipated these products and equipment will be funded in three payments during the TDR phase of the programme (week 4, 8 and 12) in line with an individual’s retention on the programme. Mobilisation costs are anticipated to be built into unit costs. Suppliers will be responsible for managing inflationary risk within the fixed price of service delivery, although an inflationary uplift is being explored for the total diet replacement (TDR) products only, due to external supply chain and manufacturing pressures unique to this component. Participation Successful Bidders should be able to provide the full range of services across all delivery modes required under NHS Healthier You, as listed above. NHSE actively encourages suppliers to enter partnership and sub-contracting arrangements with other organisations, particularly small and medium sized enterprises (SME’s) or specialist providers who can contribute niche expertise, regional delivery strength, or digital innovation through a lead provider or other joint venture model, in order to build the required capabilities and capacity to deliver the full scope of the services. Digital Service Model Requirements Bidders will be required to demonstrate access to an existing, operational web browser or mobile application that will underpin the digital service model. Bidders (or their nominated digital sub-contractor) will be required to provide a live download link or installation route and test credentials to enable NHSE to review the core functionality of the app or web-based content. Bidders will also be required to confirm they hold the necessary intellectual property rights (IP) to deploy and configure the platform for the purposes of delivering the Healthier You service. Bidders will need to ensure compliance with the latest version of the Web Content Accessibility Guidelines (WCAG). These requirements will be tested at Stage 1 evaluation (SQ) as pass/fail questions.  Cyber Security Requirements Bidders will need to demonstrate they (or their relevant sub-contractor(s)) hold, or will hold prior to service commencement, the Cyber Essentials Plus and/or ISO 27001 certification and have undertaken subsequent penetration testing carried out under the NCSC CHECK scheme. Pre-Tender Briefing Session In order to assist potential Bidders prepare for the release of this planned procurement, NHSE will hold a Pre-Tender Briefing Session ahead of Tender release, in the first quarter of 2026. Details of the date and time of the session will be released in early 2026 via the Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Potential Bidders are encouraged to register their interest in this planned procurement to receive the session details. Please Note: This notice does not constitute a call for competition in its own right All information contained within this notice is still indicative and not yet confirmed NHS England reserve the right to change any part of the process for this planned procurement and engage further where appropriate to further inform the final approach It is not intended this Planned Procurement Notice will be used as a “qualifying” notice to reduce the Tender period Full details of any planned procurement will be finalised and released at Invitation to Tender (ITT) stage, which will be issued under a separate Contract Notice published via the Find a Tender service Any questions in relation to this notice or planned procurement should be submitted via the Atamis portal

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete