Loading page content…
Loading page content…
8 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The contract will initially be delivered for NHS-funded care in England, Wales, and publicly funded care in Jersey for a period of 3 years, at a maximum total budget of up to £1,051,800 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. The maximum budget ‘core’ value is £1,051,800 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. The role of a national clinical audit 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 overarching aim is to stimulate improvements in care for children and young people receiving care for seizures and epilepsies by measuring variations in quality, experience and outcomes of NHS care in England and Wales. During this contract period, the successful tenderer will need to build on the achievements of the audit to date and enhance the ability for the audit to be used for healthcare improvement. 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 of the audit to be implemented and improved during the period of this contract. The audit supplier will work with commissioners and funders to create a coherent strategy for how improvement goals will support the organisations in the CYP epilepsy care pathway to try and achieve them. This audit programme is expected to: O develop a robust, high quality audit designed around key quality indicators likely to best support local and national quality improvement O achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the audit, as appropriate O enable improvements through the provision of timely, high quality data that compares providers of healthcare, and comprises an integrated mixture of named Trust or Health Board, commissioner, MDT, possibly consultant or clinical team level and other levels of reporting O engage CYP, carers and families in a meaningful way, achieving a strong patient voice which informs and contributes to the design, functioning, outputs and direction of the audit O 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 O ensure robust methodological and statistical input at all stages of the audit O identify from the outset the full range of audiences for the reports and other audit outputs, and plan and tailor them accordingly O provide audit results in a timely, accessible and meaningful manner to support quality improvements, minimising the reporting delay and providing continual access to each unit for their own data O utilise strong and effective project and programme management to deliver audit outputs on time and within budget; and O develop and maintain strong engagement with local clinicians, networks, commissioners, CYP, their families and carers, and charity and community support groups, in order to drive improvements in services for CYP. Further details of the existing audit can be found at: https://www.rcpch.ac.uk/work-we-do/clinical-audits/epilepsy12 For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./CUF939U663 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/CUF939U663
£1,051,800
Contract value
The contract is expected to initially be delivered for NHS-funded care in England, Wales, Scotland, and Isle of Man for a period of 3 years, at a maximum total budget of up to £1,026,114 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. The maximum budget ‘core’ value is £1,026,114 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. The role of a national clinical audit 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 overarching aim is to stimulate improvements in care for babies admitted to neonatal care by measuring variations in quality, experience and outcomes of NHS care in England and Wales. During this contract period, the successful tenderer will need to build on the achievements of the audit to date and enhance the ability for the audit to be used for healthcare improvement. 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 of the audit to be implemented and improved during the period of this contract. The audit supplier will work with commissioners and funders to create a coherent strategy for how improvement goals will support the organisations in the neonatal care pathway to try and achieve them. This audit programme is expected to: a.develop a robust, high quality audit designed around key quality indicators likely to best support local and national quality improvement; b.achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the audit, as appropriate; c.enable improvements through the provision of timely, high quality data that compares providers of healthcare, and comprises an integrated mixture of named Trust or Health Board, commissioner, MDT, possibly consultant or clinical team level and other levels of reporting; d.engage parents, carers and families in a meaningful way, achieving a strong patient voice which informs and contributes to the design, functioning, outputs and direction of the audit; e.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; f.ensure robust methodological and statistical input at all stages of the audit; g.identify from the outset the full range of audiences for the reports and other audit outputs, and plan and tailor them accordingly; h.provide audit results in a timely, accessible and meaningful manner to support quality improvements, minimising the reporting delay and providing continual access to each unit for their own data; i.utilise strong and effective project and programme management to deliver audit outputs on time and within budget; and j.develop and maintain strong engagement with local clinicians, networks, commissioners, parents and their families and carers and charity and community support groups in order to drive improvements in services for babies. Further details of the existing audit can be found at: https://www.rcpch.ac.uk/work-we-do/clinical-audits/nnap For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./65789NT583 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/65789NT583
£1,026,114
Contract value
Lot 1 – National Joint Registry Annual Report - services The commission of an agency to design the NJR Annual Report and associated supplementary documents. There is a fixed project timeline to work within each year (July to September) and a detailed plan for work will be discussed and created at the start of the project to agree timelines and milestones for two iterations to be reviewed and feedback provided, and then final version completed and signed off. This is an annual project involving the layout range of documents which are listed below, with a link to a live website to the NJR Annual Report 2025, the most recently produced versions of all documents. The NJR Annual Report consists of the following documents that are laid out in InDesign: -Hip Report (2025: 191 pages) -Knee Report (2025: 144 pages) -Ankles Report (2025: 66 pages) -Elbows Report (2025: 77 pages) -Shoulders Report (2025: 101 pages) -Combined Report (this is a mixture of the above reports into a new discrete combined document 2025: 421 pages) -Infographic A4/A3 landscape -Glossary (2025: 10 pages) -Welsh Report (2025: 14 pages) -Appendix 1 (2025: 5 pages) -Appendix 2 (2025: 9 pages) -Appendix 3 (2025: 26 pages) -Appendix 4 (2025: 36 pages) -Unit-level activity and outcomes (2025: 27 pages) (Note: The final report also includes many other documents that can be seen online too, but these are produced in-house by the NJR Comms team.) Documents for previous NJR Annual Reports can all be found and downloaded here: https://reports.njrcentre.org.uk/ Lot 2 – HQIP annual report and other ad hoc design services Design and layout of the Healthcare Quality Improvement Partnership annual report in accordance with agreed timelines. The annual report incorporates the trustees’ report and statutory accounts of the charitable company, as required under Company and Charity Law. Historically, the report is around 45 pages. Content for the report is provided by HQIP during September and early October with the final draft available for proofing by the end of October and final sign off in late November. The report is predominantly made up of text and tables with a few infographics and images. The report is published on HQIP’s website and submitted to the Charity Commission and Companies House; printed copies are not produced. Previous HQIP annual reports can be found here: https://www.hqip.org.uk/about-us/board-accounts-annual-reports/ Ad hoc design services Design agency mid-range skill capacity is required to support the creation of a wide range of visual materials used operationally and to promote messaging in the orthopaedic health sector. The volume of work will be dependent on our workstreams year-to-year and on the capacity of the NJR team working on a range of similar activities. The list of typical collateral below represents example work only and is not exhaustive of the type of design work that may be requested. Typical collateral The list below is representative of the type of work HQIP and the NJR may commission design services for. •Layout of Minimum data set (MDS) forms - https://www.njrcentre.org.uk/healthcare-providers/njr-data-collection-forms-mdsv8/ •Patient Information Leaflet - https://www.njrcentre.org.uk/wp-content/uploads/2024/08/PIL-english-for-web.pdf •Poster for hospitals (link) - https://www.njrcentre.org.uk/wp-content/uploads/2025/08/NJR-Patient-Consent-Poster.pdf •A1, A2, A3 posters for events, highlighting the NJR’s workstreams •Advertisements, created for use in journals •Design only, for banner stands/ pop-up event materials The contract will initially be for a period of 3 years, at a maximum total budget of up to £132,000 GBP, excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. The maximum budget ‘core’ value is £158,400 including VAT and £132,000 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. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Design-consultancy-services./ZQ34K8C583 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ZQ34K8C583
£132,000
Contract value
The contract will initially be delivered for NHS-funded care in England, Wales, and publicly funded care in Jersey for a period of 3 years, at a maximum total budget of up to £1,071,920 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. The maximum budget ‘core’ value is £1,071,920 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. The role of a national clinical audit 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 overarching aim is to stimulate improvements in care for children and young people (CYP) with paediatric diabetes who receive care from Paediatric Diabetes Units (PDUs), by measuring variations in quality, experience and outcomes of NHS care in England and Wales, and publicly funded care in Jersey. During this contract period, the successful tenderer will need to build on the achievements of the audit to date and enhance the ability for the audit to be used for healthcare improvement. *The term CYP (Children and Young People) will be used throughout this notice to refer to children, adolescents and young people up to 24 years (treated within a Paediatric Diabetes Unit (PDU)). This audit programme is expected to: a. Develop a robust, high quality audit designed around key quality indicators likely to best support local and national quality improvement; b. Achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the audit, as appropriate; c. Enable improvements through the provision of timely, high quality data that compares providers of healthcare, and comprises an integrated mixture of named Trust or Health Board, commissioner, MDT, possibly consultant or clinical team level and other levels of reporting; d .Engage parents, carers and families in a meaningful way, achieving a strong patient voice which informs and contributes to the design, functioning, outputs and direction of the audit; e. 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; f. Ensure robust methodological and statistical input at all stages of the audit; g. Identify from the outset the full range of audiences for the reports and other audit outputs, and plan and tailor them accordingly; h. Provide audit results in a timely, accessible and meaningful manner to support quality improvements, minimising the reporting delay and providing continual access to each unit for their own data; i. Utilise strong and effective project and programme management to deliver audit outputs on time and within budget; and j. develop and maintain strong engagement with local clinicians, networks, commissioners, parents and their families and carers and charity and community support groups in order to drive improvements in services for babies. Further details of the existing audit can be found at: https://www.rcpch.ac.uk/work-we-do/clinical-audits/npda For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./B249J9GYMY To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B249J9GYMY
£1,286,304
Contract value
The contract for the Robotically Assisted Surgery Registry will initially be delivered for NHS-funded care in England, for a period of 3 years, at a maximum total budget of up to £1,050,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. This extension period, if decided, will be invoked under one of the below options 1)A funded extension at a pro rata cost of the first 3 years 2)The successful bidder, working with the Authority to develop a self-sustaining funding model for the continuation of the registry Please note that the Authority cannot guarantee that an extension will be granted. The maximum budget 'core' value is £1,050,000 excluding VAT. This excludes the potential two-year extension and aspirational intent which will be included in the service specification at point of tender. The role of a national registry is to provide 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. This registry is expected to: Provide information to improve patient safety and outcomes by tracking short- and long-term results of robotic-assisted surgery, evaluate effectiveness and value of robotic-assisted surgery compared with conventional techniques, support standardisation of practice and identify variation in surgical outcomes across hospitals and surgeons, provide evidence to inform clinical guidelines, commissioning, and regulatory decisions and facilitate research and innovation in robotic surgical technologies and techniques. National registries are expected to: a.Develop a robust, high-quality registry designed around key quality metrics as laid out in NICE EVA b.Achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the establishment of the registry, as appropriate c.Enable 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 d.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 registry e.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 f.Ensure robust methodological and statistical input at all stages of the audit g.Identify from the outset the full range of audiences for any reports and other registry outputs, and plan and tailor them accordingly h.Provide results in a timely, accessible and meaningful manner minimising the reporting delay and providing continual access to each stakeholder for their own data i.Utilise strong and effective project and programme management to deliver outputs on time and within budget j.Develop and maintain strong engagement with local clinicians, networks, commissioners, patients and their families and carers and charity and community support groups in order to drive improvements in services Further details of NICE Early Value Assessment (EVA) process and methods can be found at: https://www.nice.org.uk/what-nice-does/our-guidance/about-medical-technologies-guidance/early-value-assessment-eva-for-medtech For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./J3EC5N6DAH To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/J3EC5N6DAH
£1,050,000
Contract value
The contract is expected to initially be delivered for NHS-funded care in England, for a period of 3 years, at a maximum total budget of up to £1,296,000 including VAT and £1,080,000 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 £1,296,000 including VAT and £1,080,000 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. There is also the potential that an audit of level 2 paediatric critical care services will form part of the specification, or be varied in at a later date via a funded aspirational intent mechanism. The above funding is excluding this workstream; however, potential bidders are to keep in mind this potential. The role of a national clinical audit 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 Paediatric Critical Care Audit (referred to as NPCCA for remainder of this document for brevity), was established in 2001 with the aim of providing a secure and confidential high quality clinical database of paediatric critical care activity. It is now part of the National Clinical Audit and Patient Outcomes Programme (NCAPOP) and is recognised as the definitive source for paediatric critical care data in England. NPCCA collects data from NHS Paediatric Critical Care (PCC) providing paediatric Level 3 Critical Care and Specialist Paediatric Critical Care Transport Services. There are on average around 20,000 new admissions per year. NPCCA audits the quality of care delivered against the Paediatric Critical Care Society (PCCS) standards and key quality metrics adopted by the Care Quality Commission (CQC), which cover the whole patient pathway from the initial referral to paediatric critical care, specialist transport and then inpatient care. The overarching aim is to stimulate improvements in care for patients by measuring variations in quality, experience and outcomes. During this contract period, the successful tenderer will need to build on the achievements of the audit to date and enhance the ability for the audit to be used for healthcare improvement. 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 of the audit to be implemented and improved during the period of this contract. The audit supplier will work with commissioners, funders, specialised commissioning and operational delivery networks (ODNs) to create a coherent strategy for how the improvement goals will be achieved. By way of example, the current contract specification includes these goals •Reduce: oThe risk of dying oUnplanned extubation rates oSpecialist PCC transport service refusals for urgent transfer oThe number of children transferred to a unit more than two hours (travel by road) away oThe central line infection rate oThe length of stay for children with complex medical needs oThe number of unnecessary cardiac surgery admissions to PCC level 3 oEmergency readmission rates •Increase the proportion of parents and families who have excellent care experiences (with a baseline measure) This audit programme is expected to: a)Develop a robust, high quality audit designed around key quality indicators likely to best support local and national quality improvement; b)Achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the audit, as appropriate; c)Enable improvements through the provision of timely, high quality data that compares providers of healthcare, and comprises an integrated mixture of named Trust, commissioner, MDT, possibly consultant or clinical team level and other levels of reporting; d)Engage parents, carers and families in a meaningful way, achieving a strong patient voice which informs and contributes to the design, functioning, outputs and direction of the audit; e)Consider the value and feasibility of additional data linkage, 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; f)Ensure robust methodological and statistical input at all stages of the audit; g)Identify from the outset the full range of audiences for the results and other audit outputs, and plan and tailor them accordingly; h)Provide audit results in a timely, accessible and meaningful manner to support quality improvements, minimising the reporting delay and providing continual access to each unit for their own data; i)Utilise strong and effective project and programme management to deliver audit outputs on time and within budget; and j)Develop and maintain strong engagement with local clinicians, networks, commissioners, patients and their families and carers and charity and community support groups in order to drive improvements in services. Further details of the existing audit can be found at: https://www.picanet.org.uk/ For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./555BG3NZH4 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/555BG3NZH4
£1,080,000
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 £1,269,360 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. The maximum budget ‘core’ value is £1,269,360 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. 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 £846,240 excluding VAT. 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 is unknown at point of drafting this notice, so an estimated value of £7,000,000 is applied. This aspirational intent has the potential to be invoked fully, partially, or not at all, and the Authority cannot guarantee that the successful provider will be required to do any of the aspirational measures that will be listed in the final specification. The role of a national clinical audit is to stimulate healthcare improvement through the provision of timely and 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. The overarching aim of this audit is to stimulate improvements in care that NHS Mental Health Trusts in England and Health Boards in Wales provide to people with psychosis by measuring and reporting variations in quality of care and patient outcomes. During this contract period, the successful tenderer will need to build on the achievements of the audit so far, and enhance the ability for the audit to be used for healthcare improvement. To do this, the supplier will need to engage with clinicians, patients and commissioners (both local and national) and regional networks. Successful national audits are those where the individuals providing the data are also in a position to improve the system, and where there is a shared understanding of what good care looks like. 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 improved during the period of this future contract. Some proposed expectations of the audit are to: •Facilitate all psychosis care teams to become quality improvement teams meaning that they engage with the data and resources to improve patient outcomes, e.g. through collaborative care planning, supervision and service improvement •Reduce the wide variations in care between different providers and increase the proportion of patients who take up the recommended package of Early Intervention in Psychosis (EIP) care •Reduce the persistent inequalities in access to care, especially among ethnic minority service users •Increase the number of people identified with at-risk-mental-state (ARMS) who have access locally to appropriate interventions •Increase the number of service users who are offered physical health monitoring and who take up relevant interventions •Increase the number of people with psychosis moving into employment and/or educational or occupational activities •Increase access to and take up of psychological therapies, namely cognitive behavioural therapy (CBT) for psychosis •Promote the recording of clinical outcome measures for every patient at the start and end of treatment and throughout care The audit supplier will work with commissioners and funders to create a coherent strategy for how the improvement goals listed above, or similar, will be achieved. •Support improvements in the Mental Health Services Data Set (MHSDS) data by driving compliance with national coding standard and quality indicators so that it can be used more widely for the audit, e.g. give feedback, identify gaps in the data •Indicate to healthcare providers where assessing and recording of patient outcomes is lacking and drive increased recording of outcome measures in local patient records •Identify and notify outlier organisations using the appropriate guidance so that they have the opportunity to put interventions in place •Share best practice and quality improvement examples, and signpost to resources available •Adapt quality improvement priorities in line with new evidence based practice and guidance •Develop quality improvement resources for use by providers •Develop a robust, high quality audit designed around key quality indicators likely to best support local and national quality improvement •Achieve, articulate and maintain close alignment with relevant NHS England and Improvement and NICE national guidance and quality standards throughout the audit, as appropriate •Enable improvements through the provision of timely, high quality data that compares providers of healthcare, and comprises an integrated mixture of named Trust or Health Board, commissioner, multi-disciplinary team, possibly consultant or clinical team level and other levels of reporting •Engage service users and families in a meaningful way, achieving a strong patient voice which informs and contributes to the design, functioning, outputs and direction of the audit The scope of this national clinical audit programme comprises a prospective audit of key measures on the processes and outcomes of care provided by Early Intervention in Psychosis (EIP) teams to people with psychosis in England and Wales. As with all our contracts, HQIP prioritises the minimisation of local data entry/submission burden and the impact of data flows on patient privacy, and the maximisation of quality, timeliness and cost-efficiency of reporting of data. To avoid burden on the healthcare system, the audit will use electronic patient record data and/or routine data (e.g. hospital episode statistics (HES) and Mental Health Services Data Set (MHSDS)) whenever available, rather than collect bespoke data. Where data items are collected from providers/services, these must be directly aligned with the audit quality improvement intent in order to minimise collection burden. Further details of the existing audit can be found at: https://www.rcpsych.ac.uk/improving-care/ccqi/national-clinical-audits/national-clinical-audit-of-psychosis
£9,115,600
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