Loading page content…
Loading page content…
26 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Internal courier services for mail, pathology, equipment and other ad hoc items of both scheduled and unscheduled requirements, across Norfolk, Suffolk and Cambridgeshire. Keeping the courier transport service as a single, non-regional requirement reflects the way the participating Trusts operate across a wide and overlapping geographic footprint. If the service were divided into regional lots, items routinely crossing regional boundaries would require additional handovers between providers, introducing extra cost, delay, and operational risk, as well as duplicating vehicles and mileage. A single service model instead enables suppliers to design efficient, mixed-Trust routes that better reflect real demand, reduce “empty running”, and optimise fleet utilisation. This approach supports improved value for money for the NHS while also helping to deliver sustainability benefits through fewer journeys and lower emissions, aligning with the NHS ambition to reach net zero carbon by 2040.
£13,000,000
Contract value
The requirement is for the provision of community based short-term residential stays, providing care for those in a mental health crisis, as an alternative to hospital admission and to provide care following hospital discharge.
£3,860,000
Contract value
IP Telephony - this is a duplicate notice and bids are not required. The original tender notice was under reference 2025/S 000-081298
£1,900,000
Contract value
IP Telephony - this is a duplicate notice and bids are not required. The original tender notice was under reference 2025/S 000-081298
£1,900,000
Contract value
The Authority would like to engage with potential providers to explore the delivery of Pharmacy Services across Physical Health for Gloucestershire Health and Care NHS Foundation Trust. The Trust provides a broad range of Physical Health Services across all age groups. These services include inpatient care, minor injuries management, and a wide spectrum of specialist community services. Many of these are delivered through 6 community hospitals; however, care is also offered within other community venues where this may be more convenient and accessible to patients. Wherever possible, the Trust prioritises supporting people within their own homes or as close to home as feasible, ensuring care is delivered in the most patient-centred manner. This Pre-Market Engagement aims to understand the market’s capacity, capability, and interest in providing these services. We are looking to learn more about what potential providers can offer and to shape our thinking before making any decisions about the future service model. The feedback received will help the Authority decide on the best way forward, including whether there is sufficient market interest. In the absence of responses, we may reasonably conclude that there is limited provider capability or appetite for this opportunity. This is an opportunity for potential providers to share their views and experience to help us plan effectively for the provision of these services, by responding to the pre-market engagement questionnaire. The Trust will contact all suppliers who participated once the pre‑market engagement has closed, to arrange a supplier feedback meeting. We expect these meetings to take place before 1 May 2026. Although this Preliminary Market Engagement Notice has been issued under the Procurement Act 2023, this does not represent a commitment that any subsequent procurement process, should one be undertaken, will necessarily be governed and conducted under the provisions of the Procurement Act 2023 (including the Light Touch Regime).
£48,000,000
Contract value
PHW are scoping the outsourcing of logistics solutions for mobile units for the Lung Cancer Screening Programme and the Breast Test Wales Programme. This includes identification of potential sites, assessment of potential sites for suitability and booking of sites to align with the requirements of the programme. Full details of this Pre Market Engagement exercise are available upon request. The document must be requested by emailing Alexandra.Woodward@wales.nhs.uk. The email subject must state "OUTSOURCED LOGISTICS FOR SCAN SITES FOR NHS WALES SCREENING PROGRAMMES". Interested suppliers are encouraged to request the documents as soon as possible.Interested parties must request, complete and return the documents Alexandra.Woodward@wales.nhs.uk by 5pm on 21st April 2026. N.B.1. No estimated costs for the requirement are available at this stage. N.B.2. The estimated contract dates reflect the anticipated live programme date for Lung Screening.
£1
Contract value
PHW are scoping mobile unit and generator haulage for the Lung Cancer Screening Programme and the Breast Test Wales Programme. This includes identification of potential sites, assessment of potential sites for suitability and booking of sites to align with the requirements of the programme. Full details of this Pre Market Engagement exercise are available upon request. The document must be requested by emailing Alexandra.Woodward@wales.nhs.uk. The email subject must state "MOBILE AND GENERATOR HAULAGE FOR NHS WALES SCREENING PROGRAMMES". Interested suppliers are encouraged to request the documents as soon as possible. Interested parties must request, complete, and return the documents Alexandra.Woodward@wales.nhs.uk by 5pm on 21st April 2026. N.B.1. No estimated costs for the requirement are available at this stage. N.B.2. The estimated contract dates reflect the anticipated live programme date for Lung Screening.
£1
Contract value
The Urine Managed Service Contract covers processing of urine samples for Microscopy and positive culture set up. The refresh of the current contract aims to provide the same current service level as a minimum, however, to further improve workflow, the refresh is looking to explore and adopt technology advances. It is proposed the refresh includes automated culture readers and Antimicrobial Susceptibility reading embracing solutions available on the market that utilise AI, to improve patient outcomes and efficiency.
£1,112,170
Contract value
Title: Market Engagement - Learning Disability Provision in the Residential, Nursing and Supported Living Sector - South Eastern Trust in Northern Ireland Recent changes regarding capacity provision for Learning Disability placements in residential, nursing and supported living environments in the South Eastern Trust has resulted in pressures being placed on Trust services. As a result the South Eastern Health and Social Care Trust are developing plans for the future of this provision across our Trust area and would like to talk to Learning Disability providers within the Northern Ireland market and potential new providers to the Northern Ireland market, to assist the Trust in developing future service provision. The purpose of this Market Engagement is to gauge market interest, invite discussion on how best to develop these services including innovative approaches that could be taken. If your organisation is interested, please email your expression of interest to domcare.contracts@setrust.hscni.net before 3pm on Friday 24th April 2026 and include the following: 1. Organisation Name; 2. Organisation Web address; 3. Brief description of services you currently provide including where these services are delivered; 4. Name, title and contact details for Organisation representatives that will attend discussions with the Trust (max 2 representatives). Please include above title in your response. Meetings with interested providers will be arranged for 30th April 2026 in the Trust area, alternatively conference calls can be arranged. Please indicate whether a meeting or conference call is preferable. Details of the venue, time of the meeting or call will be confirmed by return email. See www.southeasterntrust.hscni.net for further details regarding the Trust. Note - this is not a Call for Tender and there is no guarantee a procurement process will be run. Any interest shown does not constitute a commitment to participate in a procurement exercise. Failure to show interest does not restrict providers from participating in any future procurement exercise.
Value undisclosed
The contract will initially be delivered for NHS-funded care in England for a period of 3 years, at a maximum total budget of up to £1,300,320 including VAT, £1,083,600 excluding VAT. Bids exceeding this limit may be rejected. There is the potential to extend this contract for up to 24 months via either a funded extension or the method stated in section 4.2 of Annex A. All pricing submissions must be in regard to this 'core' value, and not inclusive of any extension costs or aspirational intent costs, i.e. Please only submit a cost schedule up to the maximum core value of £1,300,320 including VAT, £1,083,600 excluding VAT. The maximum budget ‘core’ value of £1,300,320 including VAT, £1,083,600 excluding VAT excludes the potential two year extension and aspirational intent as described in section 14.4 of Annex A - Service Specification. Please note, there is no commitment by the Authority at this stage to include any aspirational intent measures. Taking the total of this aspirational intent into account, as well as the possibility that a contract extension may be offered for an additional two years, the potential ceiling value is £10,800,808 GBP including VAT, £8,640,646.40 excluding VAT. The registry should aim to address, where possible and as a priority, the recommendations and requirements of the NICE early evaluation assessment (EVA) and is expected to support the acquisition of relevant metrics. NICE EVA orthopaedics - https://www.nice.org.uk/guidance/htg743/resources/evidence-generation-plan-for-robotassisted-surgery-for-orthopaedic-procedures-15306435181/chapter/1-Purpose-of-this-document and NICE EVA soft tissue - https://www.nice.org.uk/guidance/htg742 The registry will continue to evolve in line with the uptake of robotic surgery working with Medicines and Healthcare products Regulatory Agency (MHRA), NHSE, National Equipment Tracking and Information System (NETIS) and NICE to ensure evidence generation, availability of data for analysis to highlight variations in care and poor outcomes including health inequities The aims of the national robotically assisted surgical registry are to: •Improve patient safety by tracking short- and long-term results of robotically assisted surgery •Capture key quality metrics aligned with the requirements of the NICE EVA recommendations (see section 9.3) •Support the standardisation of practice •Identify variation in surgical outcomes across hospitals •Provide outcome evidence to inform clinical guidelines, commissioning, and regulatory decisions •Facilitate research and innovation conducted by others in robotic surgical technologies and techniques •Understand the current provision and the equity of access to help inform future strategic decisions. •Make available, near real time data for authorities to evaluate the effectiveness of robotically assisted surgery compared with conventional techniques •Maintain close alignment with relevant NICE national guidance and quality standards throughout the establishment of the registry (see section 9.1 and appendix 1) •Provide timely and high-quality data analysis that compares providers of healthcare •Be clinically led •Link data where feasible and of value at an individual patient level to other relevant national datasets either from the outset or in the future, and plan for these linkages from the inception of the contract •Use robust methodological and statistical techniques (see section 6.2.2) •Provide outputs tailored to a variety of different audiences Provide results in a timely, accessible and meaningful manner minimising the reporting delay and providing continual access to each stakeholder for their own data •Develop and maintain strong engagement with local clinicians, networks, commissioners, patients and their families and carers and charity and community support groups to drive improvements in services The project requirements are*: •A registry that captures prospective key data about robotically assisted surgery. This registry should be delivered by 2029 therefore, before the end of year three of the contract •The provision of information to address, where possible, the evidence gaps highlighted by the NICE medical technologies advisory committee concerning promising health technologies that have the potential to address national unmet need (see: Committee discussion) •To, during the first three years, design a self-sustaining style funding model. The funder and commissioner should be involved in all discussions with final sign-off approval. It is anticipated that at the end of the 3-year contract term the funding should switch from a publicly funded to a self-sustaining funding model. Given the pump priming publicly funded start up to this project, the expectation is that the current funders will be involved at all stages of the self-sustaining future model and be integrally involved as a primary stakeholder in the governance and oversight •With the set up and implementation of a self-sustaining financial model, the registry should consider a mechanism to enable the flow of data to robotic manufacturers named in the NICE EVA (or other safety programmes) and who contribute to the funding of the registry when the self-sustaining model is developed. Information for manufacturers may potentially include data for product and system improvement, safety and post-market surveillance, benchmarking and performance feedback, value demonstration, collaborative research and development. The supplier should avoid providing information to manufacturers that supports commercial messaging or market advantage and be confined to information relating to service user outcomes •That the registry’s design and governance arrangements consider the remit and existing data holdings of other similar registries and data collections, ensuring interoperability where appropriate and avoiding duplication of data collection, analytical outputs, or reporting functions •At the conclusion of the three-year contract term, the strategic intention is for the registry to mature into a continuous, prospective data collection underpinned by a sustainable, self- funding model. This transition must not dilute or displace the required system-level oversight. HQIP and NHSE will therefore remain central and non-negotiable partners within the governance framework for the registry throughout the contract and into any subsequent phase •The supplier will be required, to commit to this governance structure, including the roles of HQIP and NHSE, and to demonstrate how their proposed operating model will support effective accountability, assurance and long-term sustainability •The development of this registry including data platforms and tools within this contract are initially a proof of concept and future delivery arrangements are currently unknown. If a self-funding model is agreed and developed as defined in this section (3.2), it will form part of the contractual deliverable requirements, specifically adhering to clause 20, intellectual property, of the terms and conditions. Migration to a definitive platform under future commissioning arrangements may be necessary and the future portability of a technical solution must be considered and be freely available to transition between any outgoing and incoming providers, along with all other foreground IPR rights contained within clause 20 of the terms and conditions •There may be a clinical need to evolve and expand the metrics to capture additional metrics outside of the NICE EVA requirements. The supplier will need to closely collaborate with NICE to consider changes to metrics and mutually agreeable metric modifications. •The registry will continue to evolve in line with the uptake of robotic surgery working with MHRA, NHSE, NETIS and NICE to ensure evidence generation, availability of data for analysis to highlight variations in care and poor outcomes including health inequities *Please refer to section 13.2 for further potential additional requirements for this contract.
£8,640,646.4
Contract value
The Urine Managed service contract covers automated processing of urine samples for Microscopy which screens out negative flagged samples and selects positive flagged samples that require culture set up. Public Health Wales Infection service provides an automated urine Microscopy service for approximately 400,000 urine samples per annum at 5 sites in Wales: - - Glan Clwyd, Rhyl - Bronglias, Aberystwyth - Glan Gwili, Carmarthen - Singleton, Swansea - University Hospital of Wales
£1,112,170
Contract value
Provision of an EBME Maintenance Repair and Associated Management Service. Contract to cover the following geographical areas for Black Country Healthcare NHS Foundation Trust: Dudley, Sandwell, Walsall and Wolverhampton.
Value undisclosed
The project encompasses the transformation of a currently vacant floor into purpose-built clinical consultation rooms and associated office space.
Value undisclosed
Virtual wards allow patients of all ages to safely and conveniently receive acute care at their usual place of residence, including care homes.
£200,000
Contract value
The contract will initially be delivered for NHS-funded care in England for a period of 3 years, at a maximum total budget of up to £2,832,765.70 GBP including VAT, £2,360,638.08 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years at a potential value of £944,256 per year including VAT, £786,880 per year excluding VAT. All pricing submissions must be in regard to this 'core' value, and not inclusive of any extension costs or aspirational intent costs, i.e. Please only submit a cost schedule up to the maximum core value of £2,832,765.70 GBP including VAT, £2,360,638.08 GBP excluding VAT. The maximum budget ‘core’ value is £2,832,765.70 GBP including VAT, £2,360,638.08 GBP excluding VAT excludes the potential two year extension and aspirational intent as described in section 14 of Annex A - Service Specification. Please note, there is no commitment by the Authority at this stage to include any aspirational intent measures. Taking the total of this aspirational intent into account, as well as the possibility that a contract extension may be offered for an additional two years, the potential ceiling value is £11,874,282 GBP including VAT. There is also a potential that the contract price will be subject to discretionary inflationary uplift. The role of a national clinical audit is to stimulate healthcare quality improvement through the provision of high-quality information on the organisation, delivery and outcomes of healthcare, together with tools and support to enable healthcare providers and other audiences to make best use of this information. Outcomes are benchmarked against available national guidance and standards e.g. quality standards from the National Institute for Health and Care Excellence (NICE), and those from other established professional and patient sources. Successful national audits are those where the individuals who are engaging with and using the audit results are also in a position to improve the system, and where there is a shared understanding of what good care looks like. National clinical audits are expected to: a.Develop a robust, high-quality audit designed around key quality metrics likely to best support local and national healthcare quality improvement b.Detect, describe and help reduce unwarranted clinical variation by systematically benchmarking performance, identifying outliers, and supporting services to understand variation in outcomes, processes and experience c.Achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the audit, as appropriate d.Enable healthcare quality improvement through the provision of timely, high-quality data that compares providers of healthcare, and comprises an integrated mixture of named Trust or Health board, Integrated Care System (ICS), commissioner, multidisciplinary team (MDT), possibly consultant or clinical team level and other levels of reporting e.Engage patients, carers and the public in a meaningful way, achieving a strong patient voice which informs and contributes to the design, functioning, outputs and direction of the audit f.Consider the value and feasibility of linking data at an individual patient level to other relevant national datasets either from the outset or in the future, and plan for these linkages from the inception of the contract g.Ensure robust methodological and statistical input at all stages of the audit h.Identify from the outset the full range of audiences for the reports and other audit outputs, and plan and tailor them accordingly i.Provide audit results in a timely, accessible and meaningful manner to support healthcare quality improvement, minimising the reporting delay and providing continual access to each unit for their own data j.Utilise strong and effective project and programme management to deliver audit outputs on time and within budget k.Develop and maintain strong engagement with local clinicians, networks, commissioners, patients and their families and carers and charity and community support groups to drive improvements in services At the time of writing the specification, requirements include (but please also refer to the potential future aspirational intent section of Annex A - Service Specification): •A continuation of key existing elements of the NPCCA together with an expansion of workstreams to cover additional services and aspects of care delivery •Continued collection and reporting of information on care delivery in Level 3 PCC services and PCC transport services (continuous audit). As a guide, this will need to be broadly aligned with the current delivery and include ongoing provision of data to NHS England for commissioning purposes •Expansion of services covered, to include Level 2 PCC services and ECMO services (continuous audit). As a guide, this will need to be broadly aligned with the current delivery for Level 3 PCC services •Development and delivery of quality methods for capturing the experiences of patients and carers, including the provision of psychological support (this is to be developed by the supplier during the first year, with approval by HQIP and funder). As a guide, the methods might include but are not limited to: patient/carer surveys; organisational audit questions covering aspects of patient/carer experience; and clinical audit questions about whether delivery of care included carers as partners. The development should include co-production with carer and patient representatives (such as charities and family support groups). The supplier will be expected to investigate previously established methods of capturing carer experience as part of the development. As the development will happen during the contract, the tender response does not need to contain specifics, but bidders should provide a broad outline of their ambitions for this aspect (e.g. an expectation to deliver one or multiple methods; frequency of delivery (for each method); scale of delivery (for each method)) •Development and delivery of methods for capturing aspects of service organisation, to include staffing (this is to be developed by the supplier during the first year, either combined with or separate from the development of methods for capturing experience, with approval by HQIP and funder). As a guide, the methods might include but are not limited to: staffing survey(s); organisational I[audit(s). If an organisational audit is chosen, this can be used to cover patient and carer experience too, if deemed appropriate. There have been previous staffing surveys, either as part of the NPCCA or separately funded, and consideration should be given to whether the collection of the same dataset would prove useful and efficient. The minimum requirement is for one method to be delivered once in the three-year contract. Bidders should provide an outline of their ambitions for this aspect (e.g. an expectation to deliver one or multiple methods; frequency of delivery (for each method); scale of delivery (for each method)) •A thematic focus (one during the three-year contract) on a particular aspect of care delivery, chosen from the following topics: oadolescent access; otransport refusals; otransition to tertiary specialists; otransitions from Neonatal Intensive Care Unit (NICU) to PICU (including delays); otransitions from PICU to Adult Intensive Care Unit (AICU); ovariation in length of stay; oventilator weaning practices; odischarge delays; olong-term ventilation (LTV) pathway; ovaccine preventable disease This is to be developed by the supplier during the first year, with approval by HQIP and funder. Bidders should give information on how they will approach choosing the focus area •Where relevant, data linkage with other programmes (including within NCAPOP) may be required
£9,499,425.6
Contract value
Barts Health are seeking virtual wards software to allow patients of all ages to safely and conveniently receive acute care at their usual place of residence, including care homes. Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
£250,000
Contract value
Healthcare Waste Collection, Treatment and Disposal Service for Newcastle Hospitals NHS Foundation Trust, South Tyneside and Sunderland NHS Foundation Trust, Synchronicity Care Ltd and QE Facilities Management Ltd. Lot 1: Hazardous healthcare wastes requiring treatment prior to disposal (AT) or High Temperature Incineration (HTI) Lot 2: Non-Hazardous healthcare waste (appropriate for e.g. municipal waste to energy disposal) – Moved in bulk containers (enclosed skips or soft compaction)
£4,500,000
Contract value
The contract is expected to initially be delivered for NHS-funded care in England and Wales, for a period of 3 years, at a maximum total budget of up to £11,145,600 including VAT and £9,288,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years as well as the option to include other Devolved Nations and/or Crown Dependencies, and aspirational measures (which will be defined in the service specification). The maximum budget 'core' value is £11,145,600 including VAT and £9,288,000 GBP excluding VAT. This excludes the potential two year extension and aspirational intent which will be included in the service specification at point of tender, meaning the ceiling value has the potential to be higher. Due to the unknowns in advance of holding the premarket engagement session, it is currently expected that the extension value will be a 2 year pro rata of the core 3 year funding, estimated at £6,192,000 excluding VAT. This proposed extension value may also include pro rata funding of any additional aspirational measures invoked in the first 3 years of the contract. For example: If an aspirational annual requirement costing £500,000 per year is invoked in year 3, then the extension funding (if the aspirational measure is continued) will be the above figures plus the additional £500,000 per year. Further to this funding, the final specification will contain a list of aspirational measures which will be expected to be modified into the contract should the need and funding become available. The aspirational intent value, excluding the potential 2 year extension, is unknown at point of drafting this notice, so, an estimated value of £10,000,000 excluding VAT is applied to form the maximum ceiling value AT POINT OF DRAFTING THIS NOTICE. This aspirational intent has the potential to be invoked fully, partially, or not at all, and the Authority cannot guarantee that the successful supplier will be required to do any of the aspirational measures that will be listed in the final specification. The role of national clinical audits is to stimulate healthcare improvement through the provision of high quality information on the organisation, delivery and outcomes of healthcare, together with tools and support to enable healthcare providers and other audiences to make best use of this information. Outcomes are benchmarked against national guidance and standards e.g. quality standards from the National Institute for Health and Care Excellence (NICE), and those from other established professional and patient sources. Successful national audits are those where the individuals providing the data are also in a position to improve the system, and there is a shared understanding of what good care looks like. The National Cancer Audit Collaborating Centre, was established in 2022 with the aim of creating a recognised centre of expertise and advice in cancer audit delivery. The ten national cancer audits hosted by the Centre are part of the National Clinical Audit and Patient Outcomes Programme (NCAPOP). These ten audits are as follows: •Bowel cancer •Primary breast cancer •Metastatic breast cancer •Kidney cancer •Lung cancer •Non-Hodgkin lymphoma •Oesophago-gastric cancer •Ovarian cancer •Pancreatic cancer •Prostate cancer The overarching aim is to stimulate improvements in care for patients by measuring variations in healthcare quality, experience and outcomes . During this contract period, the successful supplier will need to build on the achievements of the Centre to date. Data is most useful locally for healthcare improvement when its provision to clinical teams is timely, the data is refreshed regularly and appropriate tools, support and guidance accompany the data outputs. The intent is for all of these features to be implemented and developed further during the period of this contract. The successful supplier will work with commissioners, funders, stakeholders and local structures to create a coherent strategy for how the improvement goals will be achieved. By way of example, the current contract specification includes the following anticipated benefits of a National Cancer Audit Collaborating Centre: •Greater consistency and standardisation of cancer audit delivery •Flexibility to share specialised resources between audit topics (such as statisticians and data analysts, and patient and public involvement expertise) •Enhanced subcontracting power across topics (such as for data visualisation platforms) •Enhanced adoption and spread of: -Learning from pilot work -Skills and expertise (such as the potential future use of Trusted Research Environments (TREs) as a data source) •Consistency/alignment of communications strategies where audit topic audiences overlap This audit programme is expected to: •Develop and action topic-specific improvement plans (with SMART improvement goals) to stimulate healthcare improvements in the commissioned cancer audit areas •Identify from the outset the full range of audiences for the audit outputs, and QI support tools, and plan and tailor them accordingly •Involve patients, the public and the full range of relevant professional stakeholders in developing the improvement plans, and at all subsequent stages of design and delivery •Report variations in quality and outcomes of NHS-funded care to enable achievement of the improvement goals •Include comparisons against national guidelines and standards as well as between healthcare providers and systems •Include comparisons designed to stimulate reductions of inequalities of care by age, sex, ethnicity, deprivation and other key determinants •Identify and develop best practice in the use of pre-existing cancer data sources including linked and/or linkable data •Prioritise timely reporting of data, minimising the lag between measured clinical events and reporting •Identify and report outlier healthcare providers •Support the use of audit results to inform the development or update of key standards, guidelines and other national initiatives •Accelerate the adoption of new learning between audits, enhance risk mitigation and deliver economies of scale within the Centre •Generate and spread new learning and expertise in the use of cancer data for improvement Further details of the existing audit can be found at: https://www.natcan.org.uk/
£25,480,000
Contract value
The contract is expected to initially be delivered for NHS-funded care in England and Wales, for a period of 3 years, at a maximum total budget of up to £11,145,600 including VAT and £9,288,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years as well as the option to include other Devolved Nations and/or Crown Dependencies, and aspirational measures (which will be defined in the service specification). The maximum budget 'core' value is £11,145,600 including VAT and £9,288,000 GBP excluding VAT. This excludes the potential two year extension and aspirational intent which will be included in the service specification at point of tender, meaning the ceiling value has the potential to be higher. Due to the unknowns in advance of holding the premarket engagement session, it is currently expected that the extension value will be a 2 year pro rata of the core 3 year funding, estimated at £6,192,000 excluding VAT. This proposed extension value may also include pro rata funding of any additional aspirational measures invoked in the first 3 years of the contract. For example: If an aspirational annual requirement costing £500,000 per year is invoked in year 3, then the extension funding (if the aspirational measure is continued) will be the above figures plus the additional £500,000 per year. Further to this funding, the final specification will contain a list of aspirational measures which will be expected to be modified into the contract should the need and funding become available. The aspirational intent value, excluding the potential 2 year extension, is unknown at point of drafting this notice, so, an estimated value of £10,000,000 excluding VAT is applied to form the maximum ceiling value AT POINT OF DRAFTING THIS NOTICE. This aspirational intent has the potential to be invoked fully, partially, or not at all, and the Authority cannot guarantee that the successful supplier will be required to do any of the aspirational measures that will be listed in the final specification. The role of national clinical audits is to stimulate healthcare improvement through the provision of high quality information on the organisation, delivery and outcomes of healthcare, together with tools and support to enable healthcare providers and other audiences to make best use of this information. Outcomes are benchmarked against national guidance and standards e.g. quality standards from the National Institute for Health and Care Excellence (NICE), and those from other established professional and patient sources. Successful national audits are those where the individuals providing the data are also in a position to improve the system, and there is a shared understanding of what good care looks like. The National Cancer Audit Collaborating Centre, was established in 2022 with the aim of creating a recognised centre of expertise and advice in cancer audit delivery. The ten national cancer audits hosted by the Centre are part of the National Clinical Audit and Patient Outcomes Programme (NCAPOP). These ten audits are as follows: •Bowel cancer •Primary breast cancer •Metastatic breast cancer •Kidney cancer •Lung cancer •Non-Hodgkin lymphoma •Oesophago-gastric cancer •Ovarian cancer •Pancreatic cancer •Prostate cancer The overarching aim is to stimulate improvements in care for patients by measuring variations in healthcare quality, experience and outcomes . During this contract period, the successful supplier will need to build on the achievements of the Centre to date. Data is most useful locally for healthcare improvement when its provision to clinical teams is timely, the data is refreshed regularly and appropriate tools, support and guidance accompany the data outputs. The intent is for all of these features to be implemented and developed further during the period of this contract. The successful supplier will work with commissioners, funders, stakeholders and local structures to create a coherent strategy for how the improvement goals will be achieved. By way of example, the current contract specification includes the following anticipated benefits of a National Cancer Audit Collaborating Centre: •Greater consistency and standardisation of cancer audit delivery •Flexibility to share specialised resources between audit topics (such as statisticians and data analysts, and patient and public involvement expertise) •Enhanced subcontracting power across topics (such as for data visualisation platforms) •Enhanced adoption and spread of: -Learning from pilot work -Skills and expertise (such as the potential future use of Trusted Research Environments (TREs) as a data source) •Consistency/alignment of communications strategies where audit topic audiences overlap This audit programme is expected to: •Develop and action topic-specific improvement plans (with SMART improvement goals) to stimulate healthcare improvements in the commissioned cancer audit areas •Identify from the outset the full range of audiences for the audit outputs, and QI support tools, and plan and tailor them accordingly •Involve patients, the public and the full range of relevant professional stakeholders in developing the improvement plans, and at all subsequent stages of design and delivery •Report variations in quality and outcomes of NHS-funded care to enable achievement of the improvement goals •Include comparisons against national guidelines and standards as well as between healthcare providers and systems •Include comparisons designed to stimulate reductions of inequalities of care by age, sex, ethnicity, deprivation and other key determinants •Identify and develop best practice in the use of pre-existing cancer data sources including linked and/or linkable data •Prioritise timely reporting of data, minimising the lag between measured clinical events and reporting •Identify and report outlier healthcare providers •Support the use of audit results to inform the development or update of key standards, guidelines and other national initiatives •Accelerate the adoption of new learning between audits, enhance risk mitigation and deliver economies of scale within the Centre •Generate and spread new learning and expertise in the use of cancer data for improvement Further details of the existing audit can be found at: https://www.natcan.org.uk/ For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./EBM6YPVX5U To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/EBM6YPVX5U
£25,480,000
Contract value
The Authority is seeking a managed service provider to deliver outpatient pharmacy services at Barts Health NHS Trust.
£6,000,000
Contract value
Showing 1–20 of 26 contracts