Loading page content…
Loading page content…
29 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The senior intervenor role is to manage a programme of work supporting an autistic individual with additional learning disabilities who has been living in secure care for 11 years - move into a community provision. The transition of this young person will require a robust programme plan with clear milestones and a detailed risk and issue register. Requirements Responses to the procurement of the Senior Intervenor role will be required to deliver on the following: The programme has been running for a year, therefore the individual will need to ensure existing arrangements are maintained and strengthened and ensure continued agreement of a single programme plan to support the required actions to enable safe transition for the individual • Strong and resilient relationships to ensure that clinical, professional and organisations challenges can be identified and mitigated to ensure pace and grip on delivery. • Coordination of legal guidance, evidence of good practice and national team support as required. • Clarity of governance across all stakeholders • Escalation model where delivery plans are off trajectory. • Agreement of a communication plan including appropriate input from the individual, and her advocate and family as well as current care team • Be aware of and ensure compliance with the judicial review requirements and mediation agreement. • Will need to coordinate with communication colleagues and work across the system, regional and national networks. 4.0 - Schedule and Agreement • Responses to the procurement of the role must demonstrate: • Knowledge of local systems, legal frameworks and the environment in which the programme is operating. • Have a background in learning Disabilities and autism and an understanding the Transforming Care agenda. • Experience of working at director level within a health and care system. • A patient centred approach that ensures that the individual can access the most appropriate support in the least restrictive environment to meet her needs. • Have good interpersonal skills and resilience. Additional information: SUBMITTING A QUOTE: To view the documents and submit a quote for this service please register as a supplier on the Atamis Helath Family Portal Atamis Link - https://health-family.force.com/s/Welcome Project/Contract Title - Senior Intervenor Requirement Mental Health, Learning Disabilities and Autism Reference - C162788 samantha.yates6@nhs.net elaine.butler2@nhs.net
Value undisclosed
The Escalation Management Solution (EMS+) is a tool developed by the MLCSU Regional Capacity Management Team (RCMT). The tool provides an 'at a glance' geographical presentation of escalation status across ICS's to measure pressures at strategic, tactical and operational levels, and effectively co-ordinate patient flow. Updated at a minimum of twice daily by each service provider, EMS+ delivers a detailed and accurate description of the level of pressure in all organisations delivering urgent care services to create a whole system picture, along with bed availability reporting on Care Homes, Community Services, Social Care and Mental Health on a daily basis. Real time decision-making is made possible using live data flows of information from A&E departments and the ambulance services. Armed with the relevant data, senior managers and directors are able to make informed decisions that can result in a more efficient use of resources and, ultimately, better care for patients. The tool is accessible 24/7 through an intuitive web portal and mobile app. MLCSU are committed to developing a new escalation management tool, to provide a more sophisticated tool for our ICS partners, by building on the existing functionality MLCSU are seeking to work in partnership with a supplier to deliver a new tool focussing on supporting end to end patient flow whilst optimising live data flows to enable real-time visualisation of activity and thus enabling evidence-based decision making. To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome Additional information: To view and bid please register on the atamis procurement portal: https://health-family.force.com/s/Welcome
Value undisclosed
NHS Staffordshire and Stoke-on-Trent Integrated Care Board (SSOTICB), University Hospitals of North Midlands NHS Trust and University Hospitals of Derby and Burton NHS Foundation Trust are looking to procure an all-age Community Orthotics Service that meets the needs of the registered population of Staffordshire and Stoke-on-Trent; and a Secondary Care Orthotics Service to support inpatients and outpatients of University Hospitals of North Midlands (UHNM) and University Hospitals of Burton and Derby (UHBD). The contract will be awarded to a single provider or a lead provider that is working in a consortium/ collaborative provider arrangement. The Community Orthotics Service shall provide assessments and provision of orthotic devices (orthoses) including maintenance and repairs of these, as required, and deliver the service to patients at home, within clinical settings and/or within community venues. The Secondary Care Orthotics Service shall provide Orthotist support to patients of UHNM and UHDB. Within this, it is imperative that there is equitable access to the service, higher activity levels at reduced costs, including the use of innovation where appropriate, a better overall experience of care for patients and achievement of high-quality outcomes. This will add value and equality across the SSOT Integrated Care System (SSOTICS) and support the actions of the SSOTICS Integrated Care Partnership. The Service Specification sets out the full details of the key requirements, outcomes and objectives of the service. This includes 3 appendices setting out the requirements of the service to be provided to Secondary Care (UHNM and UHDB) and eligibility. Bidders are advised to carefully read the requirements of the service specification. It is the Bidders responsibility to ensure their full understanding of the two components of the service being tendered (Community and Secondary Care) and to demonstrate this in their responses to tender questions. The ICB has set an affordability threshold for the Procurement and reserves the right not to consider Bids that are unaffordable and above the affordability envelope of the project, or in in absence of an affordability envelope, the Find a Tender Service (FTS) and Contracts Finder notice value. Contract length: the contract will be for 3 years with the option to extend by up to a further 2 years planned to commence 1st April 2024. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. Following clarification, it will reserve the right not to consider bids that are either above the affordability threshold or unusually low. This is an indicative threshold and bidders are strongly advised to avoid exceeding the threshold. Additional information: The affordability threshold is £2,492,895 per annum plus VAT where applicable. This is on a block basis and unaffected by activity values. The block affordability threshold for the contract period of three years is £7,478,685 and £12,464,475 for the maximum permitted duration including the two years extension. Commissioning Authorities will evaluate bidder's prices submitted for the three year contract period for the Community Orthotics service only. The total estimated contract value of £12,869,975 represents a total indicative contract value (including extension). This includes the values for the Secondary Care Orthotics Services which are not included in the evaluation process and are shown for information. Midlands and Lancashire CSU are conducting this procurement exercise as an agent for the Contracting Authorities NHS Staffordshire and Stoke on Trent ICB, University Hospitals of North Midlands NHS Trust and University Hospitals of Derby and Burton NHS Foundation Trust with whom the successful bidder(s) will enter into contracts for the supply of the services. The contract conditions will be set out in the Invitation to Tender. Further details will be made available via documentation and information released during the course of the tender process. The Commissioning Organisations will be the statutory body for commissioning health services in Staffordshire and Stoke-on-Trent. Under any future legislative proposals proposed and approved by Parliament, the Commissioning Organisations above may be subject to change. Full details can be found within the ITT documents. This procurement is for services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations('Regulations'). Accordingly, the contracting authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations. The procedure which the contracting authorities are following is set out in the MOI. As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement. 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, please contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
£12,869,975
Contract value
Staffordshire and Stoke-on-Trent (SSOT) Integrated Care Board (ICB) wish to invite you to submit a quotation to our Staffordshire and Stoke-on-Trent Population Health Management (PHM) GP Data Extract support requirements. SSOT ICB are seeking a 1 year proposal with the ability to extend the contract for up to two years by agreement with the supplier organisation. If you would like to provide us with a quotation for this work please register on the Atamis Portal where this procurement process will be managed: https://atamis-1928.my.site.com/s/Welcome We require the quotation to be submitted on headed paper through this Atamis Portal.
Value undisclosed
Background In June 2023, we published the first NHS EDI Improvement Plan (the Plan) setting out six high impact actions (HIAs) to address the prejudice and discrimination - direct and indirect - that exists through behaviour, policies, practices and cultures against certain groups and individuals across the NHS workforce. It is expected that all NHS organisations and ICBs will adopt an improvement approach to implement the Plan (supported by NHS England), with a formal evaluation being undertaken in years 2 and 5 of the Plan's lifecycle to assess the outcomes. Ahead of the evaluation of outcomes, it would be beneficial to understand opportunity how early implementation is progressing across the NHS. Purpose MLCSU requires a partner to collaborate with NHS organisations and ICBs on how they are implementing the Plan during year one can help us understand their early positive / negative experiences and outcomes, which will help shape our future thinking. Where appropriate, this information can also be helpfully shared with others and can contribute to a 'one-year on' story. Additional information: The Submission If you would like to provide us with a quotation for this work please register on the Atamis Portal where this procurement process will be managed: https://atamis-1928.my.site.com/s/Welcome We require the quotation to be submitted on headed paper through this Atamis Portal.
Value undisclosed
MLCSU is currently vacating Heron House (ST4 4LX) and we are looking for a removal company to assist with that move. This will involve storing furniture for our new occupation for 8 to 10 weeks, removing remaining furniture and racking from Heron House, in readiness to return the property back to the landlord before the end of February 24. Stored items are required to be installed by the service provider in the first week of April 24, dependent upon estates programme completing. There may be some unexpected delays, hence there will need to be a degree of flexibility. Communication between both parties should be regular, highlighting any issues or concerns as soon as possible and change of deadlines. Approx space to be cleared is 2,000 sq metres 1. Dismantle: To dismantle and remove furniture to be stored along with the following; 4 Banks of 6 desks 1 bank of 2 desks 8 banks of 4 desks Height adjustable desks x 4 Vari Desk - Height adjustable x 1 62 operators' chairs, assorted soft furnishing, meeting room pods x3, high back swivel chairs x 2, Poseur High Table with high bench seating and bar stools x4, staff lockers banks of 6 x 15 Meeting Room Furniture for 6 meeting rooms Larder Fridge x1 Tambour Storage Units x 3 Round Coffee Table x 3 and chairs x 12 Large meeting room screens, on stands including MS Teams kit x 4 2. Storage: Storage charges for all items listed above for approximately 8 to 10 weeks 3. Vacant Possession: To empty Heron House and dispose of all furniture, equipment and racking. Approximately 200 desks various sizes Approximately 100 operator chairs Approximately 100 under desk pedestals Various storage cupboards Racking various Roller document storage unit Assorted white goods (6 x fridges, 6 microwaves, 2 dishwashers) 4. Installation: To deliver and install furniture from storage to 2nd Floor, Bennett House Additional information: The Submission If you would like to provide us with a quotation for this work please register on the Atamis Portal where this procurement process will be managed: https://atamis-1928.my.site.com/s/Welcome We require the quotation to be submitted on headed paper through this Atamis Portal.
Value undisclosed
Background: Health inequalities have worsened in recent years and were brought to light during the Covid-19 pandemic. We have seen evidence of disparities in accessing healthcare, experiences of healthcare, and individual's health outcomes as a result. Inequalities are particularly pronounced for specific groups, such as those from deprived backgrounds, ethnic minority communities, autistic people, people with a learning disability, and other protected characteristics. Taking action to address health inequalities has been woven into primary legislation in the Health and Care Act 2022 and is embedded into NHS England's operational planning guidance. Trusts have a vital role to play in this agenda, taking practical actions to improve access and outcomes, alongside work to reduce waiting lists inclusively and transform services. Purpose: The aim of a health inequalities support offer for trusts is to support trust leaders to embed it as part of 'core business' by producing events and outputs that help to make sense of health inequalities and share good practice from across the system. Resources and events should: • support trusts to move from analysis to action on health inequalities • provide a forum for trust leaders to come together to discuss the challenges and opportunities to address health inequalities • offer easily digestible insights on health inequalities to facilitate reflective conversations at board level. Additional information: The Submission If you would like to provide us with a quotation for this work please register on the Atamis Portal where this procurement process will be managed: https://atamis-1928.my.site.com/s/Welcome We require the quotation to be submitted on headed paper through this Atamis Portal.
Value undisclosed
NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is supporting the contract award by NHS Cheshire & Merseyside ICB. The High Intensity Use (HIU) support programme service for Knowsley offers a robust way of reducing frequent user activity primarily to A&E and non-elective admissions but can also contribute to reducing other avoidable unscheduled care contracts. The contract value is approximately £100,000 to £150,000 per year, subject to capacity offered/number of clients to be seen per year. The contract duration will be 2 years with the option to extend for a further 12 months. Please register on the Atamis portal to register your interest and view the documentation in order to submit your proposal. https://atamis-1928.my.site.com/s/Welcome
From £200,000
Contract value
MLCSU is looking for suppliers to act as subcontractors who will contribute and enhance our products and service portfolios. In order to become an accredited MLCSU preferred subcontractor, suppliers will need to clearly demonstrate their willingness and capability to: • provide value-added services in connection with system requirements; • provide both innovative and effective solutions that further develops service and patient outcomes throughout ICSs and ICBs and seek for continual improvement. • positively support MLCSU with their bidding process for future call-off contracts issued under relevant frameworks. • quickly mobilise their products and services in collaboration with the MLCSU in response to any new call off opportunities. • be fully committed, transparent and consistent in their approach to providing effective solutions and resourcing and pricing of their products and services for the duration of our agreement. • enter into a Memorandum of Understanding (MOU) with MLCSU. • provide clear evidence of their financial standing that meets MLCSU minimum requirements. • willingness to adopt public sector codes of practice and values e.g. social responsibility, and governance. • commence within 60 days of receipt of application. Interested suppliers should note that achieving accreditation does not constitute a guarantee of any volume or spend by NHS Midlands and Lancashire Commissioning Support Unit. If a supplier is selected to carry out services on behalf of MLCSU, a contract will need to be signed (NHS Standard Contract for Services). The maximum contract value will be below the current OJEU threshold of £115,633 exc VAT for the life of the contract. Furthermore, the above Contract Start date is subject to change; the commencement of any contract between MLCSU and an accredited sub-contractor will depend upon the specific requirements of the MLCSU. Additional information: Should you wish to express your interest in becoming a preferred subcontractor of MLCSU under this initiative, then please register on the MLCSU Atamis portal, https://atamis-1928.my.site.com/s/Welcome and access MLCSU Support Services Accreditation Scheme 'Window 9' (C267678). You will need to complete the questionnaire in line with the described methodology and full details of the support services under this framework. This accreditation process will open on 9th May 2024, with submissions to be returned no later than 17:00 hours on Friday 14th June 2024. However, MLCSU will accept submissions before the closure date of 14th June 2024 and may evaluate these at any stage during the window of opening the procurement exercise to the closure date. Where a provider fails an element of the accreditation scheme they will be offered relevant feedback and may be able to resubmit their application at a future time. Accreditations will be reviewed within 28 days of being received by MLCSU through the Atamis ePortal - https://atamis-1928.my.site.com/s/Welcome
Value undisclosed
Showing 21–29 of 29 contracts