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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Outsourced Provision of Multiple Clinical Services NLAG

NHS Humber Health Partnership intends to follow the most suitable provider process for the provision of Multiple Clinical Services for patients in the North and North East Lincolnshire area. The intention is to publish this notice so providers who can deliver all of these services are able to express their interest. <br/><br/>Proposed length of contract and estimated value<br/>The intention is to award a contract from 15/12/2026 to 31/03/2026 with options to extend for 3 months.<br/><br/>Based on current activity levels and requirements the maximum estimated contract value is approximately £225,000<br/><br/>Service requirements<br/>The Provider must provide the following clinical services:<br/> Orthopaedic surgery<br/> Urology procedures<br/> <br/>The provider must <br/> Have a minimum of 2 theatres<br/>Be able to mobilise the services and provide capacity within 2 weeks of confirmation of award<br/>Be able a local provider to minimise transport for patients for mobility and financial reasons.<br/> Have access to diagnostics (including x-ray, CT and MRI)<br/> Employ Staff locally with opportunities for apprenticeship<br/> Be CQC registered<br/> Provide plans to be carbon neutral by 2040<br/> Provide modern slavery policies<br/><br/>Only providers who are able to provide all the appropriately qualified, experienced and skilled staff will be considered. This is a key requirement. All staff must have the suitable skills, qualifications and competencies to undertake the specified work. All staff who work under the provider must possess the appropriate qualification/certification, Enhanced Disclosure and Barring Service (DBS) check and possess prior NHS experience. All patients need to be treated in line with accepted national standards and NICE guidance. <br/><br/>CPV Codes <br/>85111101-1 Surgical hospital services<br/>85121280-9 Ophthalmologist, dermatology or orthopaedics services<br/>85121292-6 Urologist services<br/><br/>Full specification/requirements are available in the documents that can be accessed in the Atamis e-procurement portal.

Open

Outsourced Provision of Multiple Clinical Services HUTH

PSR MSP process for Outsourced Multiple Clinical Services HUTH<br/>NHS Humber Health Partnership intends to follow the most suitable provider process for the provision of Multiple Clinical Services for patients in the Hull and East Riding area. The intention is to publish this notice so providers who can deliver all of these services are able to express their interest.<br/><br/>The Provider must provide the following clinical services:<br/>Orthopaedic surgery<br/>Gynaecology surgery<br/>Neurology outpatient and some treatments<br/>Endoscopic procedures<br/>Breast (chest wall surgery)<br/>Urology procedures<br/>Cardiology Echo and Holter examinations<br/>Spinal surgery<br/>ENT procedures<br/>Dermatology outpatient and minor procedures<br/>Plastics<br/><br/>The provider must<br/>Have a minimum of 2 theatres<br/>Be able to mobilise the services and provide capacity within 2 weeks of confirmation of award<br/>Be able a local provider to minimise transport for patients for mobility and financial reasons.<br/>Have Fixed site diagnostics (including xray, CT and MRI)<br/>Employ Staff locally with opportunities for apprenticeship<br/>Be CQC registered<br/>Provide plans to be carbon neutral by 2040<br/>Provide modern slavery policies<br/><br/>Only providers who are able to provide all the appropriately qualified, experienced and skilled staff will be considered. This is a key requirement. All staff must have the suitable skills, qualifications and competencies to undertake the specified work. All staff who work under the provider must possess the appropriate qualification/certification, Enhanced Disclosure and Barring Service (DBS) check and possess prior NHS experience. All patients need to be treated in line with accepted national standards and NICE guidance.<br/><br/>CPV Codes<br/>85100000-0 Health Services<br/>85111101-1 Surgical hospital services<br/>85111200-2 Medical hospital services<br/>85121280-9 Ophthalmologist, dermatology or orthopaedics services<br/>85111300-3 Gynaecological services<br/>85121251-7 Gastroenterologist services<br/>85121231-1 Cardiology services<br/>85121292-6 Urologist services<br/>85121282-3 Dermatology services<br/>85121291-09 Paediatric services<br/><br/>Full specification/requirements are available in the documents that can be accessed in the Atamis e-procurement portal.

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