West Lancashire Community Services - NHS Lancashire & South Cumbria ICB (October 25)

A Tender Notice
by NHS LANCASHIRE & SOUTH CUMBRIA INTEGRATED CARE BOARD ICB

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
55M
Sector
HEALTH
Published
24 Oct 2025
Delivery
01 Jul 2026 to 30 Jun 2031
Deadline
24 Nov 2025 12:00

Concepts

Location

West Lancashire

Geochart for 2 buyers and 0 suppliers

Description

NHS Midlands and Lancashire Commissioning Support Unit (CSU) is acting as an agent on behalf of another NHS Body - NHS Lancashire and South Cumbria Integrated Care Board (ICB) who wishes to procure Community Services for West Lancashire. NHS Lancashire and South Cumbria ICB has set out an ambition to have a world-class, community-centric health and care system, with its four place-based partnerships, or 'places', at the heart of this Transformation. One of the ICB's top priorities is to transform community health services and integrated community teams, aiming to elevate health outcomes, tackle health inequalities, and keep more people thriving within their communities. By transforming community services, the Lancashire and South Cumbria system will be empowered to support people in staying well, proactively identifying those at risk of deterioration, and offering them personalised care and support. Community health services cover a wide range of services and provide care for people from birth to the end of their life. Community health teams play a vital role in supporting people with complex health and care needs to live independently in their own home for as long as possible. Lancashire and South Cumbria has four places: Lancashire, South Cumbria, Blackpool, and Blackburn with Darwen. West Lancashire is a district area of Lancashire and is predominantly a rural district. It has a population of approximately 118,000 people and is made up of the 1960s new town of Skelmersdale, the historic market town of Ormskirk, and a number of villages situated primarily in the rural Northern Parishes. West Lancashire Community services are mainly adult physical health services but include paediatric podiatry services for those children who need local access to community services. The current provision will conclude at the end of March 2026, and this notification is provided to enable interested parties to plan for a potential Provider Selection Regime (PSR) Competitive Process. The value of the contract will be £10,997,183 per annum. The total contract value over the 3 years plus the potential 2-year extension will be £54,985,915.00 There is a range of specifications that will form the overall contract and these include a Community Diabetes Service; a Community Stroke and Neuro Rehabilitation Service; and an Intermediate Care Therapy Service. The ICB is looking to award one contract for all of these specifications.

Total Quantity or Scope

The ITT will be live on Friday 24th October 2025 on the Atamis Portal. The deadline for submissions is Monday 24th November 2025 12:00pm midday. To express interest and participate in the Competitive Process, please register and apply via the Atamis e-sourcing portal https://health-family.force.com/s/Welcome Should tenderers have any queries, or have problems using the portal, they should contact the Atamis Helpdesk at Telephone: 08000988201 Email: support-health@atamis.co.uk. The Atamis project reference is C394494 'LSC - West Lancashire Community Services - October 25'. The questionnaires will be located in the requirements. Further details will be made available via documentation and information released during the tender process. For this procurement, providers who submit FMT model costings above the annual financial envelope of £10,997,183 will fail. The Authority may seek clarification on bids that are lower than 10% under the annual financial envelope (i.e. less than £9,897,464.

Renewal Options

3 years with an option to extend for a further 2 years.

CPV Codes

  • 85100000 - Health services

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Award on basis of price and quality.

Other Information

This procurement is being carried out in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation available via https://atamis-1928.my.site.com/s/Welcome, and in this Find a Tender contract notice advertisement. The only selection for type of Procedure is "Open" and the Contracting Authority wishes to clarify that this is a competitive procedure under the Health Care Services (Provider Selection Regime) Regulations 2023. The procedure which the Contracting Authority is following is set out in the procurement documents. 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.

Reference

Domains