Loading page content…
Loading page content…
13 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The contract will initially be delivered for NHS-funded care in England, Wales, Northern Ireland, and Jersey for a period of 3 years, at a maximum total budget of up to £2,190,000 GBP excluding VAT. Bids exceeding this limit will be rejected. The contract is anticipated to start on 01 April 2025. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables. The contract holder is responsible for all aspects of leadership, governance, stakeholder engagement, design and delivery of the specified project including scope development, data acquisition, analysis, reporting, and stimulation of healthcare improvement. It is expected that the supplier will: •Build strategic partnerships to be able to access existing data quickly for use in a review •Use innovative methods (such as social media) to ensure that the experience of patients and those important to them contribute to the dataset for a review •Avoid the use of paper questionnaires, and of Patient Reported Experience Measures (PREMs)/Patient Reported Outcome Measures (PROMs) •Make use of national patient safety alerts to help design each review.
£7,683,153
Contract value
The contract will initially be delivered for NHS-funded care in England, Wales, Northern Ireland, and Jersey for a period of 3 years, at a maximum total budget of up to £2,190,000 GBP excluding VAT. Bids exceeding this limit will be rejected. The contract is anticipated to start on 01 April 2025. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables. The contract holder is responsible for all aspects of leadership, governance, stakeholder engagement, design and delivery of the specified project including scope development, data acquisition, analysis, reporting, and stimulation of healthcare improvement. It is expected that the supplier will: •Build strategic partnerships to be able to access existing data quickly for use in a review •Use innovative methods (such as social media) to ensure that the experience of patients and those important to them contribute to the dataset for a review •Avoid the use of paper questionnaires, and of Patient Reported Experience Measures (PREMs)/Patient Reported Outcome Measures (PROMs) •Make use of national patient safety alerts to help design each review.
£7,683,153
Contract value
The contract will initially be delivered for NHS-funded care in England, Wales, and Jersey for a period of three years, at a maximum total budget of up to £1,110,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables.
£5,120,000
Contract value
The contract will initially be delivered for NHS-funded care in England, Wales, and Jersey for a period of three years, at a maximum total budget of up to £1,110,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables.
£5,120,000
Contract value
The contract will initially be delivered for NHS-funded care in England and publicly funded care in Jersey for a period of three years, at a maximum total budget of up to £1,051,881 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables.
£5,710,016
Contract value
The contract will initially be delivered for NHS-funded care in England and publicly funded care in Jersey for a period of three years, at a maximum total budget of up to £1,051,881 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. Any contract award will include payment linked deliverables.
£5,710,016
Contract value
HQIP is seeking to commission the delivery of the Cardiovascular Disease Prevention Audit (CVDPREVENT): Workstream 3. The programme will initially be delivered for NHS-funded care in England but may later extend to include other Devolved Nations/ Crown Dependencies. The total contract value is £871,000 excluding VAT for the duration of three years with the potential to invoke further elements under aspirational intent and the option to extend for up to 24 months. Please refer to the specification for further details. Please head to: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./Z964784U82
£8,436,282.33
Contract value
HQIP is seeking to commission the delivery of the Cardiovascular Disease Prevention Audit (CVDPREVENT): Workstream 3. The programme will initially be delivered for NHS-funded care in England but may later extend to include other Devolved Nations/ Crown Dependencies. The total contract value is £871,000 excluding VAT for the duration of three years with the potential to invoke further elements under aspirational intent and the option to extend for up to 24 months. Please refer to the specification for further details. Please head to: https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./Z964784U82
£8,436,282.33
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 £1,262,160 GBP including VAT, £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. 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 £1,262,160 GBP including VAT, £1,051,800 GBP excluding VAT. The maximum budget ‘core’ value is £1,262,160 GBP including VAT, £1,051,800 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 £9,737,980 GBP including VAT, £8,114,983 GBP excluding VAT. 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 To respond to this opportunity, please visit https://www.delta-esourcing.com/respond/CUF939U663 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=998895267
£8,114,983
Contract value
The contract will initially be delivered for NHS-funded care in England, Wales, Scotland and the Isle of Man for a period of 3 years, at a maximum total budget of up to £1,233,000 GBP including VAT, £1,027,500 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years. 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 £1,233,000 GBP including VAT, £1,027,500 GBP excluding VAT. The maximum budget ‘core’ value is £1,233,000 GBP including VAT, £1,027,500 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 £8,069,908 GBP including VAT. 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 in order to drive improvements in services The anticipated outputs are: 1.Near real-time dynamic and interactive metric results 2.Publication of an annual state of the nation report 3.Quality improvement resources 4.The identification and notification of outliers Additional desirable features are set out below; however, the supplier will work with stakeholders to identify the functionalities important to them: •Presenting data via a range of graphic and tabular methods •Allowing users to define their own views (in addition to any pre-defined filters) •Functionality that compares a selected healthcare provider against other relevant comparators, and against averages for their nation, and allows the user to set their own healthcare provider comparators •Functionality for users to download the aggregate data being presented in each view, and the full set of graphs and visualisations for a chosen healthcare provider •Planning this secure, non-disclosive public data visualisation system alongside any provision of login-protected local visualisation for data to support direct care and / or local quality improvement •Presenting data on outlier status, particularly over time Further details of the current audit can be found at - https://www.rcpch.ac.uk/work-we-do/clinical-audits/nnap To respond to this opportunity, please visit https://www.delta-esourcing.com/respond/65789NT583 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=1006433374
£8,069,908
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 £1,103,361 including VAT, £1,138,669 excluding VAT. Bids exceeding this limit may be rejected. There is the potential to extend this contract for up to 24 months. 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 £1,103,361 including VAT, £1,138,669 excluding VAT. The maximum budget ‘core’ value of £1,103,361 including VAT, £1,138,669 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 £6,376,600 GBP including VAT, £5,313,917 GBP excluding VAT. 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: •Develop a robust, high-quality audit designed around 10 key quality metrics likely to best support local and national healthcare quality improvement •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 •Achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the audit, as appropriate •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 •Be clinically led •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 •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 •Ensure robust methodological and statistical input at all stages of the audit •Identify from the outset the full range of audiences for the reports and other audit outputs, and plan and tailor them accordingly •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 •Utilise strong and effective project and programme management to deliver audit outputs on time and within budget •Develop and maintain strong engagement with local clinicians, networks, commissioners, patients, their families and carers as well as charity and community support groups to drive improvements in services. The anticipated outputs are: •Quarterly interactive metric results •Publication of an annual state of the nation report •Quality improvement resources •The identification and notification of outliers in line with HQIP and provider policies. The provider shall apply the agreed statistical methodology for outlier detection and identify units, ICBs or health boards that demonstrate performance significantly below expected levels on key NPDA indicators. •One published spotlight report to be decided by the NPDA dataset and methodology group in conjunction with HQIP and funders •One published PREM report to be decided by the NPDA dataset and methodology group in conjunction with HQIP and funder •Hybrid closed loop work in collaboration with NHSE HCL implementation plan To respond to this opportunity, please visit https://www.delta-esourcing.com/respond/B249J9GYMY
£5,313,917
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 £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 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