Loading page content…
Loading page content…
Loading contract search results…
2 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Request for Information (RFI): Digital Therapeutic Mobile App and Website Atamis C435655 RFI Overview East London NHS Foundation Trust (“the Authority”) is issuing this Request for Information (RFI) to better understand the current UK market Digital Therapeutic Mobile App and Website managed services, including service models, mobilisation approaches, reporting, sustainability options and indicative pricing. This RFI is being conducted to support internal value for money (VfM) assurance and potential future planning. This is not a call for competition, invitation to tender, or procurement exercise, and the Authority is not committing to any purchase or subsequent procurement as a result of this RFI. Scope of services (indicative) Suppliers are asked to provide information relating to some or all of the following service areas (please state clearly what you can provide): (Full specifications Appendices A) • Digital Therapeutic Mobile App and Website Children and Young People's Mental Health Services (Ages 11-19) Contract context The Authority The overarching aim of this commissioned service is to radically improve the emotional wellbeing and mental health trajectory of all Children and Young People aged 11-19 experiencing emerging psychological needs across the entire North East London ICS footprint. By providing an immediate, highly accessible digital response, the service intends to build psychological resilience, prevent the escalation of distress, and systematically manage demand from overflowing into specialist physical or urgent healthcare settings. The digital therapeutic provision is not envisioned as a standalone novelty; rather, it must function as a seamlessly integrated 'digital front door' to the wider NEL mental health ecosystem of providers and system partners. The objectives reflect a dual focus on delivering direct clinical value to the end-user while simultaneously generating systemic efficiencies for the broader NEL Integrated Care Board.. What we need from you Suppliers are requested to submit: A) Service Offering Response (Attachment A) • Section 3 - Service model and scope – 3.1 B) Indicative Pricing Submission • Section 4- Pricing of Service and Delivery – 4.1 Please provide the pricing schedule using the Authority’s specifications in Appendices A, please note an External document maybe provided Also if applicable the below • any fixed charges (e.g., management fees, rental fees) • any typical additional charges (e.g.,emergency uplift) • indexation assumptions (CPI/RPI/etc.) RFI timetable • RFI published: 30/03/2026 • Deadline for clarification questions: 15/04/2026 • RFI response deadline: 30/04/2026 All dates are subject to change at the Authority’s discretion. Communications and clarifications All communications relating to this RFI must be via Atamis messaging. The Authority will not respond to direct approaches outside the portal. Important notices (compliance / disclaimers) • This RFI is for information gathering and market intelligence only. • The Authority is not liable for any costs incurred by suppliers in responding. • The Authority may choose to cancel or amend this RFI at any time. • Any future procurement (if undertaken) will be conducted in accordance with applicable UK procurement rules and the Authority’s Standing Financial Instructions and Standing Orders. • The Authority may use information received to shape future requirements, internal business cases, or procurement documentation. No information provided is confidential unless clearly marked and justifiable; however, the Authority will handle responses in accordance with its legal obligations (including FOIA). Suppliers should therefore avoid including unnecessary sensitive information. Evaluation approach (for transparency) Responses will be reviewed for: • Service capability and coverage • Operational approach and mobilisation • Compliance and governance • Reporting and data quality • Indicative pricing and cost drivers
Value undisclosed
Request for Information (RFI): Mental Health Inpatient Bed Base- ELFT Atamis reference : C435511 RFI Overview East London NHS Foundation Trust (“the Authority”) is issuing this Request for Information (RFI) to better understand the current UK market Digital Therapeutic Mobile App and Website managed services, including service models, mobilisation approaches, reporting, sustainability options and indicative pricing. This RFI is being conducted to support internal value for money (VfM) assurance and potential future planning. This is not a call for competition, invitation to tender, or procurement exercise, and the Authority is not committing to any purchase or subsequent procurement as a result of this RFI. Scope of services (indicative) Suppliers are asked to provide information relating to some or all of the following service areas (please state clearly what you can provide): (Full specifications Appendices A) Mental Health Inpatient Bed Base - ELFT Context The Authority The overarching aim of this RFI , that provider shall carry out the Services in accordance with evidence-based practice and/ or best practice in health and social care and shall comply in all respects with the standards and recommendations: • Contained in the Statement of National Minimum Standards • Issued by the National Institute of Clinical Excellence, or • Issued by any relevant professional body. • Outlined in the Local Authority Quality Assurance Framework • From any appropriate reputable clinical audit and Patient Safety Incident Investigation The Provider shall ensure that: • All staff employed or engaged by the Provider are informed and aware of the standard of performance they are required to provide and can meet that standard. • The adherence of the Provider’s staff to such standards of performance is routinely monitored and remedial action is promptly taken where such standards are not attained. For the avoidance of doubt nothing in this Agreement is intended to prevent this Agreement from setting higher quality standards than those laid down under the Provider’s Terms of Authorisation. What we need from you Suppliers are requested to submit: A) Service Offering Response (Appendices A-specification RFI- Mental Health Inpatient Bed Base) • Section 3 - Service model and scope – 3.1 B) Indicative Pricing Submission • Section 4- Pricing of Service and Delivery – 4.1 Please provide the pricing schedule using the Authority’s specifications in Appendices A, please note an External document maybe provided Also if applicable the below • any fixed charges (e.g., management fees, rental fees) • any typical additional charges (e.g.,emergency uplift) • indexation assumptions (CPI/RPI/etc.) RFI timetable • RFI published: 30/03/2026 • Deadline for clarification questions: 15/04/2026 • RFI response deadline: 30/04/2026 All dates are subject to change at the Authority’s discretion. Communications and clarifications All communications relating to this RFI must be via Atamis messaging. The Authority will not respond to direct approaches outside the portal. Important notices (compliance / disclaimers) • This RFI is for information gathering and market intelligence only. • The Authority is not liable for any costs incurred by suppliers in responding. • The Authority may choose to cancel or amend this RFI at any time. • Any future procurement (if undertaken) will be conducted in accordance with applicable UK procurement rules and the Authority’s Standing Financial Instructions and Standing Orders. • The Authority may use information received to shape future requirements, internal business cases, or procurement documentation. No information provided is confidential unless clearly marked and justifiable; however, the Authority will handle responses in accordance with its legal obligations (including FOIA). Suppliers should therefore avoid including unnecessary sensitive information. Evaluation approach (for transparency) Responses will be reviewed for: • Service capability and coverage • Operational approach and mobilisation • Compliance and governance • Reporting and data quality • Indicative pricing and cost drivers
Value undisclosed