Loading page content…
Loading page content…
25 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
South East London CCG- Greenwich Borough is requesting expressions of interest for a Greenwich based bereavement counselling service for the residents of Greenwich Borough. The aim of the service is to provide good quality, cost effective bereavement support including counselling to residents of Greenwich. The contract will be for an initial period of 3 years with an option to extend for a further 2 year period. The annual contract value is £52,500. The total contract value for the 5 year period is £262,500. The client group will be residents who identify themselves, or who have been identified as in need of bereavement counselling including all sectors of the population, regardless of gender, sexual orientation, race, ethnicity, disability, or housing status. The Service will provide bereavement support including counselling to clients who have been bereaved including children. The service will provide a minimum of 400 bereavement support sessions in total per quarter, subject to demand, and train new Bereavement Volunteers' as appropriate to maintain a good quality service.The service should be flexible and accessible so as to be able to reach all people within the area in need of bereavement support.
From £157,500
Contract value
NHS South East London CCG is seeking to identify a suitable provider to support the Project Smith Community Development Programme in Lambeth for empowerment of residents leading to improved health and well-being. The provider will ensure the delivery of the Programme including facilitation and support, advice and expertise to the different partner agencies, commissioners and other stakeholders. The provider will also support and participate in the delivery of the Community Connector training and development. This opportunity is a below-threshold contract and in line with PPN 11/20 the CCG intends to reserve participation in this procurement to the following categories of suppliers: - Small and Medium sized Enterprises (SMEs) / Voluntary, Community and Social Enterprises (VCSEs) - this means only SMEs and VCSEs are eligible to bid. -Suppliers with the experience of delivering in a diverse metropolitan area such as South East London. The value of this contract is £94,850 per year, initially for 36 months plus further 24 months. This means that £474,250 is the estimated contract value for five years. NEL is supporting the CCG in managing this procurement process and will be using the ProContract portal (link below). Interested organisations should ensure they register an account on the and access the procurement documentation via the portal. Interested Bidders must access the Request for Quote (RfQ) documentation via the link provided and submit their bid response by completing the questionnaire template and submitting a completed copy on the e-Tendering portal 'ProContract' before the submission deadline stipulated. See the procurement documentation (RfQ Document 1 - Guidance Document) for more details, available for download via the portal. All completed bids must be submitted by 12.00 noon on 15 December 2021 via the electronic tender portal (link below) - any changes to tender submission timelines will be communicated to interested providers via the tender portal. The RfQ reference for this procurement is PRJ1056. Link to portal: https://procontract.due-north.com/Advert?advertId=4bd07160-943d-ec11-810e-005056b64545&p=ad706dc1-5684-e511-80f3-000c29c9ba21 Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential service providers. In such circumstances, and in any event, NEL shall not be liable for any costs or loss of expenses whatsoever incurred by the respondent and company, agent, subsidiary or organisation may have contributed to any response submitted to this notice. Additional information: The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Regulations, nor the description of the procedure voluntarily adopted by the Authority nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.
£474,250
Contract value
NHS NEL CCG sought an experienced provider for Care Navigator services in Barking and Dagenham, Havering and Redbridge (BHR). The service provided will meet the gap in the Acute Frailty Service (AFS) programme by providing a link between the client and the health and social care professionals and help address people's difficulties in navigating health and social care systems. The Care Navigator service will continue to build on the positive experience of working within health and social care multidisciplinary team to support vulnerable clients with complex needs and reduce demand for health and social care services by linking a Care Navigator to the AFS to help prevent hospital readmissions. The Service will aim to support over 100 clients per year. The Care Navigator will be responsible for: • Carrying out person-centred conversations with the person about their needs, wishes and preferences helping to identify their goals and co-produce a holistic care plan of support. • Providing information/advice to individuals about a range of services to promote health and wellbeing and maintain independence within communities. • Facilitate access to services available in the community including introducing clients to new activities and motivating them to have an active role in the community. This support will include providing information/advice to individuals about a range of services and facilitating access to services in the community to maximise independence and wellbeing. E.g. income maximisation checks with benefits applications, transport assistance (including Blue Badge, Dial-a-Ride and other transport options) and support networks to reduce isolation, build a network of support and enhance quality of life. This may include accessing befriending and support groups, opportunities to keep fit and exercise, access to carer support including carer assessments, accessing day centres, etc. The service aims to: • Support people with multiple long-term conditions to self-manage ensuring they have maximum support at home, enabling choices and access to services in the community to achieve the best possible quality of life and independence. • Support integration of services across health, social care and voluntary sectors. • Reduce demand on statutory services to prevent avoidable hospital admissions, residential care placements and GP referrals.
£135,000
Contract value
NHS South East London CCG (Lambeth borough) is seeking expressions of interest from voluntary sector providers of Bereavement Support services for Adults and Children. The service will provide the highest standard bereavement support, counselling, information and advice to anyone who has been bereaved by death; offer training, support, information and publications to those working to care for bereaved people; and increase public awareness of the needs of bereaved people through education and information services. The services will involve the provision of bereavement support by a fully trained volunteer on a one-to-one basis for a number of negotiated sessions through one-to-one in-person support, telephone or online support or in support groups. The specification includes the provision of information, advice, education and training services to any individual or organisation that requires it and services which are accessible, flexible, non-stigmatising and cost-effective, which may include: (i) Online access to information (ii) A helpline (iii) Individual face-to-face bereavement support from a trained volunteer (iv) Welfare rights information (v) Information about other agencies who can help The population covered will be the GP registered population of the borough of Lambeth, or individuals residing in the borough of Lambeth but not registered with any GP in any borough. This is a reserved contract opportunity and is open only to organisations who meet both of the following criteria: - organisations who are designated as a Small and Medium sized Enterprise (SME) or Voluntary, Community and Social Enterprise (VCSE) (see definitions below); and - organisations located in South East London (London boroughs of Lambeth, Southwark, Lewisham, Bexley, Greenwich or Bromley) It is expected that the contract will start on 1st July 2022 and run for a period of 24 months until 30 June 2024 with an annual value of £40,000 (including irrecoverable VAT). The contract may be extended for a further period of up to 12 months at the CCG's discretion. Therefore, if extended, the contract will have a total duration of 36 months and a total value of £120,000 (including irrecoverable VAT). The EOI process will be facilitated entirely online via the ProContract portal. https://procontract.due-north.com/Advert?advertId=6454e323-067d-ec11-8110-005056b64545 Interested providers are required to express an interest in this project and complete the expression of interest (EOI) questionnaire available on the tender portal before Friday 18th February 2022 at 12:00 (noon). Any expressions of interest received after this deadline will not be considered. Please note that the contract will be awarded without further publication. Interested organisations must express their interest as instructed in this notice if they wish to take part in this procurement process and no further opportunity notice will be published (in line with Regulation 75 (1)(b) of the PCR 2015). Additional information: EOI responses will be evaluated using the criteria set out in the online questionnaire. Should only one suitable EOI be received, SEL CCG reserves the right to undertake a negotiated procedure to award the contract (where only one EOI is received, the awarded contract start date may be sooner than 01/07/2022). Where multiple suitable EOIs are received before the stated deadline from capable providers in response to this request for expressions of interest, SEL CCG will publish a procurement opportunity to only those providers who have submitted EOIs in response to this EOI notice in early 2022. Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 12:00 noon on 11th February 2022. This decision to reserve this contract opportunity is in line with PPN 11/20 "Reserving Below Threshold Contracts". The following definitions will apply to the reservation of the opportunity: - Small and Medium sized Enterprise (SME): Any business with fewer than 250 employees and either an annual turnover below £45m or a total balance sheet less than £40m. - Voluntary, Community and Social Enterprises (VCSEs): Any organisation (incorporated or not) working with a social purpose. This ranges from small community based groups / schemes, through to larger registered charities and social enterprises, public service mutuals and cooperatives that operate locally, regionally and nationally. - Supplier Location: Where the supplier is based or established in South East London (London boroughs of Lambeth, Southwark, Lewisham, Bexley, Greenwich or Bromley) and has substantive business operations in one of more of these boroughs. In this context, this means having a registered office or other permanent base in the borough from which meaningful business operations have been conducted for at least 12 months. London Shared Services (previously NELCSU) is managing this process on behalf of NHS South East London CCG (The Authority). The services to which this advert relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the Regulations) and the "Light Touch Regime" (LTR) governing the procurement of Health, Social, Education and Other service contracts. This contract is below the LTR thresholds. Neither the reference to the "Open Procedure" or the use of the term "Tender process", nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to below-threshold contracts for Schedule 3 services.
From £40,000
Contract value
This award notice concerns the procurement of General Practice (GP) Services via an Alternative Provider Medical Services (APMS) contract for the following: Lot 1 - The Barkantine Practice, 121 Westferry Rd, London, E14 8JH Lot 2 - St Andrews Health Centre, 2 Hannaford Walk, London E3 3FF and St Paul's Way Medical Centre, First Floor, 11 Selsey St, London E14 7LJ The Procurement exercise was conducted via Further Competition / Call-off procedure under NHS England's APMS Pseudo Dynamic Purchasing System (PDPS) (OJEU ref: 2020/S 016-034789). London Shared Service) on behalf of the Authority, in connection with a competitive procurement exercise that was conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. NHS England (NHSE) retains formal liability for the commissioning of primary medical care GP services and is therefore referenced as "the Authority" in this award notice; however, the decisions applicable to this Procurement will was made by North East London Clinical Commissioning Group (NEL CCG) in line with its Delegation Agreement with the Authority. In circumstances where a CCG has accepted fully delegated responsibility under co-commissioning. Its successor body NHS North East London Integrated Care Board (ICB) will be the signatory to the Contract on behalf of NHS England. Additional information: Both Contracts will commence on 01 November 2022 for an initial period of 5 years (60 months). The Contracts may be extended for an additional period of up to 5 years (60 months), at the sole discretion of the Authority, followed by a further optional extension period of up to 5 years (60 months) at the sole discretion of the Authority. Therefore, the maximum duration of both contracts if all available extensions are applied is 15 years (180 months).
£98,655,000
Contract value
NHS NEL CCG sought a suitably experienced and qualified organisation for the provision of a Falls Prevention Service looking across Barking and Dagenham and Havering. The contract is for an initial period of 3-years commencing on 1st April 2022 and shall continue up to and including 31st March 2025, with an option to extend for a further 24 months until 31st March 2027 based upon the outcome of a contract performance review with an anticipated annual value of £44,000 across both boroughs. The Falls Prevention service is being commissioned as evidence demonstrates that people aged ≥65 years are at an increased risk of falling; where coverage involved ~30% of people over the age of 65 years then ~50% of people over the age of ≥80 years falling at least once a year. The Falls prevention service aims to reduce people's chance of falling by tackling risk factors, improving strength and balance whilst allowing people to remain well and live independently at home. The Core Falls Prevention Service will provide: • Assessment of the risk of falls (including environment) • Provide a care plan approach • Provide face to face and on-line (virtual) strength and balance classes • Provide 1-1 support were identified • Assess and monitor progress and risk
£133,710
Contract value
South East London Clinical Commissioning Group (SEL CCG) seeks to procure a Post Covid Rehabilitation service from a single provider, for a one year period. This service will be for the residents of the London Borough of Bexley and the Royal London Borough of Greenwich who have had Covid for more than 12 weeks and who are still not recovered. It is currently estimated that for patients who have had COVID between 5 to 2.5% will go on to develop post COVID /long COVID syndrome dependent on the sources of research. For some of these patients this will be linked to discharge from an inpatient stay in the acute services following a certain level of severity to COVID. For other patients the prolonged conditions may occur after they have felt recovered from the symptoms of COVID. The overall aim of the service is to support patients who continue to have post-COVID symptoms of breathlessness, fatigue and muscle pain to better understand and manage these symptoms and enhance a functional recovery. The Small Medium Size (SME) Provider will need to demonstrate a proven track record of delivering a post covid rehabilitation in South East London, for supporting patients with the following: • To understand why they still feel symptoms • To be able to recognise and optimise their pattern/rate of breathing. • To manage activity levels and stabilise their fatigue. • To recognise if they need further help with psychological support • To support the patient through rehabilitation to move on a journey closer to fitness levels pre-COVID The service must be delivered as either a virtual or face to face class (or a combination), for 1.5 hours per week, over an 8 week period. Where classes are delivered face to face, this must be in a convenient, accessible location within the London Borough of Bexley, with parking available and good transport links. The key outcomes to be demonstrated improvements in the following: • Breathing pattern disorder • Hyperventilation • Fatigue severity scale • Anxiety • Depression Proposed total duration of contract: 1 year + optional 1 year Proposed contract value: Cost and Volume - £128,000 per annum - this is £1,600 per patient (maximum 80 patients unless an increase is agreed during the contract by the Commissioner This opportunity is restricted to Small Medium Size (SME) providers. Additional information: If you are interested in this opportunity please register on Procontract: https://procontract.due-north.com .The specification, The Expression of Interest Guidance document and the EOI Bid Response Document are available on ProContract for you to download https://procontract.due-north.com/Advert?advertId=decb9e98-389e-ec11-8112-005056b64545 Interested organisations must submit a duly completed EOI with response document by 25 March 2022 13.00
£256,000
Contract value
South East London Clinical Commissioning Group (SEL CCG) seeks to procure a Pulmonary Rehabilitation (PR) service from a single provider, for a three year period. This service will be for the residents of the London Borough of Bexley with a diagnosis of COPD or other chronic respiratory condition. The Small Medium Size (SME) Provider (with less than 250 employees) will need to be able to demonstrate a proven track record of delivering pulmonary rehabilitation services in South East London for a minimum of 3 years. Based on current and historic levels of activity, the pulmonary rehabilitation should be completed by up to 290 Bexley patients each year. The provider will need to work with the CCG to maximise value and manage the demand, such that waiting times remain acceptable, and the service operates effectively, targeting those who will most benefit. The Pulmonary Rehabilitation service will be delivered as a combination of exercise and education classes over a 6 week period (patients attending twice weekly) or a 12 week period (patients attending once a week). These classes should include the following: • Duration of aerobic exercise - initially aiming for 20-30 minutes of continuous exercise in each session, then increasing intensity once achieved; this may be comprised of two or more bouts of shorter time periods until the patient is able to achieve the desired 20-30 minutes continuous aerobic exercise. An essential minimum of six weeks, with no maximum upper duration. • Strength training - both upper and lower limbs. Core exercises should be included. • Education should include: o Normal Respiratory Physiology and mechanics • Understanding COPD/chronic respiratory diseases their pathophysiology, causes and treatment • How to equip the individual to improve confidence, self efficacy and self management • The roles of exercise and relaxation • Psychological impacts and minimising their effects • How to manage breathlessness - smoking and smoking cessation services if appropriate • The benefits of regular physical activity and exercise, and how to undertake physical activity and exercise safely and effectively Additional information: Pulmonary rehabilitation shall be offered to: • all patients with COPD who consider themselves functionally disabled by breathlessness (usually people with an MRC score of three or more) • patients with a confirmed diagnosis of other chronic progressive lung conditions (e.g. bronchiectasis, interstitial lung disease, chronic asthma and chest wall disease and also patients pre and post thoracic surgery including lung transplant) • patients who have either recently had an exacerbation of COPD requiring a hospital admission or whose functional baseline has significantly altered and is not following the expected recovery path The Provider will need to be able to demonstrate that it has experience of offering a flexible, hybrid model to enable virtual and face to face classes, depending on patient choice and any further impacts on social contact due to Covid. PR classes must be held in easily accessible locations within the London Borough of Bexley, with parking available and good transport links. The outcomes the service aims to achieve are: • to improve patients' health-related quality of life, breathlessness management, functional and maximum exercise capacity and thus reduce disability associated with chronic respiratory disease • to improve access to pulmonary rehabilitation for eligible patients • to improve completion rates from pulmonary rehabilitation for eligible patients • to provide of a cost-effective, quality assured pulmonary rehabilitation programme that meets the patient's personal needs • to improve patients' confidence in the self-management of their conditions, resulting in appropriate use of other healthcare resources • to ensure users of the service have a positive experience • to promote and embed pulmonary rehabilitation as an essential component in the management of patients with COPD and other chronic respiratory conditions • to improve understanding amongst health professionals of which patients will benefit and should be referred to pulmonary rehabilitation Proposed total duration of contract: 3 years Proposed contract value: £197,000 per annum for 290 patients This opportunity is restricted to Small Medium Size (SME) providers. If you are interested in this opportunity please register on Procontract: https://procontract.due-north.com . The specification, The Expression of Interest Guidance document and the EOI Bid Response Document are available on ProContract for you to download on https://procontract.due-north.com/Advert?advertId=22c0428f-2c9e-ec11-8112-005056b64545 Interested organisations must submit a duly completed EOI with response document by 25 March 2022 at 13.00
£591,000
Contract value
This award notice concerns the procurement of General Practice (GP) Services via an Alternative Provider Medical Services (APMS) contract for the Trowbridge Surgery, 18 Merriam Avenue, London, E9 5NE. The Procurement exercise was conducted via Further Competition / Call-off procedure under NHS England's APMS Pseudo Dynamic Purchasing System (PDPS) (OJEU ref: 2020/S 016-034789). London Shared Service) on behalf of the Authority, in connection with a competitive procurement exercise that was conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. NHS England and NHS Improvement (NHSE/I) retains formal liability for the commissioning of primary medical care GP services and is therefore referenced as "the Authority" in this documentation; however, the decisions applicable to this Procurement will be made by North East London CCG (NEL CCG) in line with its Delegation Agreement with the Authority. In circumstances where a CCG has accepted fully delegated responsibility under co-commissioning, the CCG may be the signatory to the Contract on behalf of the Authority. In line with the Health and Care Act 2022, the CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to CCGs in this procurement should be interpreted as referring to the ICBs that will take their place in due course.
£10,589,340.6
Contract value
NHS England and NHS Improvement (London Region) (hereafter referred to as "the Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of a pan London Mental Health Treatment Requirement (MHTR) treatment service for women only where the Courts deem it would be appropriate to include a MHTR as part of a Community Sentence. The screening and treatment for a MHTR are commissioned by the Health & Justice team, as part of NHSE/I London's Specialised Commissioning division. The Service The provider would screen women who had been referred by either Probation, Defence or Liaison and Diversion who are potentially suitable for a MHTR. If the individual agrees, this will be shared with Probation who will include the recommendation into the Pre Sentence Report for the Judiciary for them to consider whether a MHTR could be part of any sentencing options. Where a woman is given a MHTR as part of a community order the provider would deliver a number of sessions over a specified period, determined by the court and provide psychological treatment/interventions, to address the underlying mental health issues which may be contributing towards the underlying offending issues. The Provider will work directly with probation around support which will increase compliance, as well as proactively support the woman to comply with the MHTR, and therefore reduce breaches. This service would be available to any woman appearing in any of the Magistrates' Courts or Crown Courts in London. The provider would be expected to work closely with Liaison and Diversion Services across London, as well as the Probation Service, Courts, substance misuse providers and third sector. Where a woman has additional needs, working with the Probation Service, will support her to access appropriate services to support her to address those needs. Contract Length and value: The contract for the Service will be awarded for a period of 3 years (36 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of this contract, if all extension options are taken up will be 5 years (60 months). The maximum available annual contract value for this project is £620,000 per annum. Over the 5 years, if contract is extended to its full duration, the total maximum contract value will be £3,100,000. The annual payments will be subject to inflationary uplifts in line with published NHS national planning guidance. Annual maximum contract value: £620,000 Maximum Contract value for 3 years: £1,860,000 Maximum Contract value for 5 years = £3,100,000 Additional information: Bidders must refer to the procurement documentation for full detail about the Services to be delivered. The Procurement process will be facilitated entirely online via ProContract portal. Interested Applicants wishing to participate in the procurement must register, express an interest and complete the online questionnaires hosted on the portal prior to the deadline for submission. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal. A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the portal. This Tender process is being managed by NHS London Shared Service (NEL Commissioning Support Unit) on behalf of The Authority in connection with a competitive procurement exercise that is being conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing the procurement of Health, Social, Education and Other service contracts. Neither the reference to "Open Procedure", "ITT", "SQ", the use of the term "Tender process", nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
£3,100,000
Contract value
Procurement Service - Bedfordshire, Luton and Milton Keynes Clinical Commissioning Group Description Bedfordshire, Luton and Milton Keynes (BLMK) Clinical Commissioning Group (CCG) hereafter referred to as 'the Authority' invited tenders from suitably qualified providers of procurement services with significant knowledge and experience of working in the NHS healthcare sector. The successful provider is expected to transform the way the CCG's current procurement, commercial and contracting model is structured and delivered. The transformation will support the integration of the service provision across the mix of healthcare providers in the BLMK region (in compliance with existing and upcoming/future changes to legislation and regulations). Requirements are for clinical and non-clinical services to provide advice, support, ongoing development and management of: • Systems transformation across the healthcare sector in BLMK • Delivering Strategic Procurements • Delivering eProcurement and Transactional Procurements • Delivering NHS Long Term Plan including best value test • Ensuring compliant end to end Procurement Processes • Maintaining contracts register, procurement pipeline and prioritisation matrix The service must be fully mobilised and live from 1st July 2022. The contract term is for a period of 2 years with an option to extend for a further period up to 1 year. The annual budget for this service is in the range of £320,000 - £340,000. In line with the Health and Care Act (2022), it is envisaged that CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to BLMK CCG in this procurement should be interpreted as referring to the BLMK ICB that will take their place in due course.' The Procurement was managed by NHS London Shared Service (LSS) (formerly NELCSU), on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that was conducted via a procurement process, based on the Open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
From £960,000
Contract value
This award notice concerns the procurement to deliver Integrated Prison Healthcare Services, acting as the Prime Provider in the following establishments in London: • HMP Belmarsh • HMP Thameside • HMP Pentonville • HMP Wormwood Scrubs • HMP/YOI Isis The Authority commissioned Prison Healthcare Services in the above establishments through three lots: Lot 1 - HMP Belmarsh & HMP Thameside Lot 2 - HMP Pentonville and HMP Wormwood Scrubs Lot 3 - HMP YOI Isis The Authority will hold a contract with the prime provider, who can directly provide care and/or subcontract elements to other specialist providers. The Provider will ensure that the Service is provided in accordance with the relevant principles, values, standards, and national legislative requirements for Prison Healthcare The provider will have experience in delivering a fully integrated healthcare services consisting of Primary Care, Mental Health and Substance Misuse services as well as Allied Health Professionals Experience of delivering healthcare provision in Reception, Resettlement, Category A prisons and the young adult estate is also essential. The healthcare services in the contract include (see service specification for full requirements) • Primary Care services • Primary and Secondary Mental health and Learning Disability Services • Substance Misuses Services • Public Health & Screening Programmes • Diagnostics and Pathology • Podiatry • Physiotherapy • Occupational Therapy • Radiology • Radiography • Optometry • Musculoskeletal therapies • Pharmacy and Medicine management • Cleaning within Clinical areas • Translation and Interpretation • Portering • Administration and Performance Management • Social care in partnership with Local Authority The contract(s) for the Service will be awarded for a period of 4 years and 11 months (59 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 6 years and 11 months (83 months). Additional information: The maximum annual contract value for this project is £43,262,667 per annum. Over the 7 years, if all contracts are extended to its full duration, the total maximum contract value will be £302,838,669. Lot 1: HMP Belmarsh and HMP Thameside: • HMP Belmarsh - Contract value (per annum) is £8,041,723, Contract Value (5 years) is £40,208,615, Contract Value (7 years) is £56,292,061. • HMP Thameside - Contract value (per annum) is £9,020,153, Contract Value (5 years) is £45,100,765, Contract Value (7 years) is £63,141,071. Lot 2: HMP Pentonville and HMP Wormwood Scrubs: • HMP Pentonville - Contract value (per annum) is £11,163,122, Contract Value (5 years) is £55,815,609, Contract Value (7 years) is £78,141,854. • HMP Wormwood Scrubs - Contract value (per annum) is £10,889,582, Contract Value (5 years) is £54,447,910, Contract Value (7 years) is £76,227,074. Lot 3: HMP/YOI Isis: • HMP/YOI Isis - Contract value (per annum) is £4,148,087, Contract Value (5 years) is £20,740,435, Contract Value (7 years) is £29,036,609.
From £43,262,667
Contract value
This award notice concerns the procurement of Community Diagnostics Services in North East London via NHS Standard Contract commissioned by NHS North East London Integrated Care Board (hereafter referred to as "the Authority"). The primary function of the Community Diagnostics Service is to deliver all of the Direct Access Diagnostic Imaging Service modalities for patients in North East London (NEL) as listed below. Commissioners intend to procure the service in the following Lots and Areas: • Lot 1: Cardiology • Lot 2: Endoscopy • Lot 3: MRI and • Lot 4: Ultrasound Provision of Lot 2 Endoscopy Service is for Barking & Dagenham, Havering and Redbridge (BHR) Area only and not required within Tower Hamlets, Newham and Waltham Forest (TNW) Area at the time of publication of this document. The services are required to be provided across NEL geographical region (for the purpose of this procurement NEL geographical region does not include the regions previously covered under City & Hackney (C&H) CCG). Therefore, the geographical region is split as follows: 1. BHR Area 2. TNW Area Please Note: • BHR Area includes the regions previously covered under Barking & Dagenham, Havering and Redbridge (BHR) CCGs • TNW Area includes the regions previously covered under Tower Hamlets, Newham and Waltham Forest (TNW) CCGs. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. Link to the Contracts Finder opportunity notice: https://www.contractsfinder.service.gov.uk/Notice/0ccd4a48-5fd9-4679-a24c-0e034256c392
£97,479,375
Contract value
Please note, this is an award notice. The Procurement process is now complete. ..... South East London Integrated Care Board (NHS South East London) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completion of Selection Questionnaire from all suitable providers, who are capable of delivering the Specialist Nursing Beds. South East London ICB commissions specialist nursing beds for individuals with complex health needs who require specialist nursing care on a continuous basis. The service requires the Provider to be able to deliver specialist nursing care to a large volume of individuals with highly complex nursing care, such as those requiring assisted ventilation. This contract will be activity led with different bed rates depending on the types and numbers of referrals, the indicative value range for the total contract value is between £45m and £60m. Further details of the requirements are set out in the Service Specification. The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (17:00 on Friday 25 November 2022). All clarification requests and correspondence pertaining to this opportunity must be directed through the portal. The deadline for any clarification questions is 12 noon on 22 November 2022) Additional information: The Procurement is being managed by the Procurement and Contracting Hub hosted by NHS North East London, on behalf of the Authority. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.
From £4,500,000
Contract value
NHS North East London (NEL) Integrated Care Board (ICB), hereafter referred to as "the Authority", is seeking to commission Child Sexual Abuse Emotional Support Service ("the Services"). The authority invites tenders from suitable organisations. The Authority comprises the area covered by the London Boroughs of Barking & Dagenham, City of London, Hackney, Havering, Newham, Redbridge, Tower Hamlets and Waltham Forest. The Authority together with its system partners lead the development of the local healthcare system with its partners and the people of North East London, to ensure access to and the delivery of safe, effective and responsive services that reduce inequalities, meet identified needs and ensure the maximum positive health impact within the resources available. The aim of the service is to improve the short and long-term emotional and mental health outcomes for children and young people. The service is integral to the NEL CSA hub which also includes the paediatric led clinic and a CSA Social care liaison officer. The provider will be expected to work closely with the professionals delivering the Hub to develop an integrated pathway that is well communicated and understood by professionals referring into the service. For the purpose of this service specification, child sexual abuse (CSA) will include all forms of contact and non-contact abuse. Contact abuse involves touching activities where an abuser makes physical contact with a child, including penetration. Non-contact abuse involves non-touching activities, such as grooming, exploitation, persuading children to perform sexual acts over the internet and flashing. Child sexual abuse includes: • Intrafamilial abuse: Child sexual abuse perpetrated by a family member or that takes place within a family context or environment, whether or not by a family member. • Extra-familial abuse: Child sexual abuse perpetrated outside of the family context or environment. • Peer-on-peer abuse: abuse perpetrated by one young person against another young person of a similar age and can include sexual violence, behaviours and exploitation, as well as physical and emotional abuse. • Child Sexual Exploitation: child sexual abuse in the context of exploitative relationships, contexts and situations by a person of any age - including another young person. • Sexually Harmful Behaviours: sexual behaviour outside of their normative parameters of development (this includes, but is not exclusive to abusive behaviours). • Sexual assault by an unknown person The contract is for an initial period of 3 years with an option to extend by a period of up to 2 years. The annual contract value is £250,000 and the total contract value for the 5 year period is £1,250,000. Additional information: An element of the funding/budget for this project is funded by an external source (£98,000 per annum for the first two years of the contract). This funding is received by the NHS on a biennial basis and therefore at the time of going to the market, we do not have funding confirmed beyond 2024/2025. We will provide adequate notice of any change in funding arrangements in accordance with the terms and conditions of the NHS Standard Contract. Commissioners will work with the successful provider to revise the service if necessary. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77. The Procurement process will be facilitated entirely online via ProContract portal. Interested Applicants wishing to participate in the procurement must register, express an interest and complete the online questionnaires hosted on the portal prior to the deadline for submission. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal. A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the portal.
From £750,000
Contract value
This procurement references the service and quality indicators expected by NHS England (the Commissioner) from the Child Health Information Service (CHIS) (the Service,) to ensure that a high standard of service is provided to NHS England's responsible population. The service specification is not designed to replicate, duplicate, or supersede any relevant legislative provisions which may apply, e.g. the Health and Social Care Act 2012, or the work undertaken by the Care Quality Commission (CQC). In the event of new guidance emerging, the specification will be reviewed and amended as quickly as possible, but, where necessary, both the Commissioner and the Provider will work proactively to agree speedy variations of contract ahead of a revised specification being produced. Current immunisation, screening and other public health programmes may be subject to nationally prescribed changes in response to recommendations from the Joint Committee on Vaccination and Immunisation (JCVI), the United Kingdom National Screening Committee (UKNSC) or the Department of Health and Social Care (DHSC) as advancements in evidence-based practice emerge. The Service and its associated IT System is expected to have the capability to adapt promptly to, and implement, such prescribed changes. The Provider will not subcontract any element of the Service without the prior permission of the Commissioner. Contract Length and value. The contract for the Service is 5 years 01.04.24 -31/03/29 with an option to extend for a further two years. The Procurement process will be facilitated entirely online via ProContract portal. Interested Applicants wishing to participate in the procurement must register, express an interest and complete the online questionnaires hosted on the portal prior to the deadline for submission. A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the portal. https://procontract.due-north.com/Procurer/Advert/AdvertSummary?projectId=5c17e3eb-94bd-ed11-8120-005056b64545&projectStepId=6017e3eb-94bd-ed11-8120-005056b64545 This Tender process is being managed by NHS London Shared Service (NEL Commissioning Support Unit) on behalf of The Authority in connection with a competitive procurement exercise that is being conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing the procurement of Health, Social, Education and Other service contracts. Neither the reference to "Open Procedure", "ITT", "SQ", the use of the term "Tender process", nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
£54,481,637
Contract value
NHS South East London (SEL) Integrated Care Board (ICB) (hereafter referred to as the "The ICB"), under delegated commissioning on behalf of NHS England (hereafter referred to as "the Authority") invites Healthcare providers to submit Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of GP Primary Medical Services and additional services under Alternative Provider Medical Services (APMS) Contracts delivered directly to nursing home residents, residential care home residents and extra care housing tenants across the Lewisham Borough. Background of the service: There are currently 15 Older Peoples Care Homes within the London Borough of Lewisham with 599 beds. There are also 5 Extra Care Housing facilities that have 161 Beds. These Homes have been supported by Primary Care through the following means: • Core GP services through registration at local GP Practices • An Enhanced Primary Care Support to Care Homes contract, currently held by the Lewisham GP Federation • The 2020/2021 PCN Network DES additionally introduced new support for Care Homes from PCNs Some of the service requirements published in the PCN Network DES duplicated the requirements in the local contract. As a result, a revised specification has been developed to remove this duplication and update the service model to reflect the new Enhanced Health in Care Homes Framework, working through a single contract and provider. This new APMS primary care contract will provide core General Medical Services together with an enhanced service specification of medical support for nursing home residents, residential care home residents and extra care housing tenants. In addition, the contract is expected to provide an advice and support service that will include residents and staff of mental health and learning disability residential homes within the borough - this will be scoped and co-developed by the provider working in collaboration with key local stakeholders and service users. Contract Length and value: The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) plus 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months). The indicative annual contract value for this service is £559,240 per annum. Over the 15 years, if contract is extended to its full duration, the total indicative maximum contract value will be £8,388,600. The indicated contract value shown is dependent on the number of patient registrations and the maximum bed capacity/occupancy. The values shown are based on maximum patient registration and maximum bed occupancy.
£8,388,600
Contract value
This is an Opportunity Notice to notify the market of the intention of NHS England (London Region) hereafter referred to as "the Authority" to undertake a procurement for Children and Young People's community Immunisation Service (CYPCIS) in London. NHS England London Region is looking to commission service providers for the delivery of Section 7A immunisation programmes in London for 5 ICB geographical areas for children and young people between the ages of 0-19 years. The commissioned service provider for each ICB area will be expected to deliver a range of community and school aged immunisations to those eligible as per the Green Book and JCVI recommendations. The immunisation programmes set within the Section 7A portfolio include: 1. Neonatal BCG immunisation programme (for those at risk of exposure and/or TB infection aged 0-1 year, in line with Green Book recommendations) 2. Seasonal childhood influenza immunisation programme in accordance with the Annual Flu Letter each year 3. Adolescent MenACWY immunisation programme 4. Adolescent School Leaver Booster- Td/IPV (Tetanus, Diphtheria, and Polio) 5. Adolescent HPV immunisation programme 6. Immunisation "catch-up" immunisation opportunities (this includes but not limited to checking immunisation status, and if uncertain or incomplete to administer MMR1/MMR2) 7. Vaccine Preventable Disease outbreak response in education and community settings (0-19 years) 8. Contribute to outreach, through Provider collaboration and support for delivery of immunisations in Primary Care and community settings. The contract term is for a period of five (5) years with an option for extension of further two (2) years. The total contract value is £108,221,743 . For each of the 5 geographical areas, the prices are: Lot 1 (NEL) - £27,196,030 Lot 2 (NCL) - £16,592,472 Lot 3 (NWL)- £25,335,232 Lot 4 (SWL)- £18,978,133 Lot 5 (SEL) - £20,119,876 To note, current investment, as described, does not take into account additional tariff based investment for the delivery of the opportunistic (catch-up) immunisation in schools for children and young people presenting with an uncertain or incomplete immunisation status. For these programmes (excluding 1-5 above), the investment is based on a tariff priced at £10.06 per dose of vaccine administered and for the delivery of outbreak response. Additional information: The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority. Bidders are able to bid for any number or combination of the Lots. The contract values vary per Lot. See documentation for details. The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert?advertId=ee3e7fec-cf32-ee11-8124-005056b64545 (Link to proContract) Additional information can be obtained from the above-mentioned address. Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert?advertId=ee3e7fec-cf32-ee11-8124-005056b64545 (Link to ProContract) How to apply: Follow the instructions given in the description or the more information section
£108,221,743
Contract value
NHS England (London Region) (hereafter referred to as "the Authority") is seeking to re-commission 5 Diabetic Eye Screening Programmes (DESP) to deliver screening to the eligible populations of North West London (Lot 1), North Central London (Lot 2), North East London (Lot 3), South East London (Lot 4), and South West London (Lot 5). The eligible population includes patients over the age of 12 diagnosed with diabetes registered with, or eligible to be registered with, a GP in the lot area as well as individuals within prisons, secure units and the armed forces. The aim of the DESP is to reduce the risk of sight loss amongst people with diabetes by the prompt identification and effective treatment, if necessary, of sight threatening diabetic retinopathy. This will be achieved by delivering an evidence-based service that: •Identifies the eligible population and ensures effective delivery with maximum coverage. •Is safe, effective, high quality, externally and independently monitored, and quality assured. •Leads to earlier detection, appropriate referral, effective treatment and improved outcomes. •Is delivered and supported by suitably trained, competent and qualified clinical and non-clinical staff who, where relevant, participate in recognised ongoing continuing medical education, continuous professional development and quality assurance schemes. •Has audit embedded in the service. •Works effectively with other stakeholders to ensure the care pathway is smooth and efficient. There are 3 key elements of service delivery, namely: •Call/recall for all people with diabetes invited for routine digital screening; this is currently undertaken on an annual basis, but screening intervals are likely to extend to 2 years for people at low risk during the contract term, in line with national guidance. •Digital surveillance where individuals need more frequent screening. •Slit lamp bio-microscopy (SLB) for those individuals where normal photography is inappropriate (e.g. those having cataracts). Optical Coherence Tomography (OCT) does not form part of this Contract at this time, though this position may change over the life of the contract in line with national guidance. The Contract term will be 5 years, with an option to extend for a further 2 years at the sole discretion of the Commissioner. The Contracts are due to commence on 01/07/2024. The 7-year estimated contract values, based on predicted activity levels, are: Lot 1 = £33,703,069, Lot 2 = £18,930,476, Lot 3 = £28,062,012, Lot 4 = £21,533,552, Lot 5 = £18,120,336 Please note, the full indicative contract values per each financial year can be found in the tender documentation. Additional information: NHS England proposes an activity-based financial model with the following tariffs: • Routine digital screening (RS001) - £39.10 per screen. • Slit lamp bio-microscopy (SLB003) - £48.29 per screen. • Digital surveillance (DS002) - £39.10 per screen. • Prisons screening (PS004) - £78.21 per screen. • Forensics screening (FS005) - £58.65 per screen. The Commissioner's ambition through the financial model is to encourage uptake of DESP to achieve or exceed the national achievable target of 85% uptake in routine screening (DE1). The Services will be commissioned using the NHS DESP National Service Specification 23-24, localised where appropriate. National changes to screening frequency for low-risk individuals are expected to be implemented during the contract term which will have an impact on activity. The subsequent impact on contract values will be agreed between the Provider and the Commissioner via contract variation. Activity projections used in this procurement do not account for these future changes as further clarity around timeline and implementation guidance is expected in the future. Further information is provided in the tender documentation. Interested providers may bid for one, multiple or all lots. However, if successful across multiple lots following evaluation, bidders will be awarded no more than two lots. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.
£124,030,876
Contract value
NHS North Central London (NCL) Integrated Care Board (ICB) the 'ICB' is seeking to procure GP Primary Medical Services under APMS Contracts delivered from the following sites: • Lot 1 - Barnsbury Medical Practice, 8 Bingfield Street, London N1 0AL. • Lot 2 - Hanley Primary Care Centre, 51 Hanley Rd, Finsbury Park, London N4 3DU • Lot 3 - J S Medical Practice, (Currently operating from the main site) 107 Philip Lane, London N15 4JR; 2 Branch sites: 26 Westbury Avenue, London, N22 6RS; Branch site: Park Lane Surgery, 106 Park Lane, Tottenham, London, N17 0JP The contracts will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months). NB Contract values within this notice are indicative and based on current list sizes. Contracts to be procured: Lot 1 Barnsbury Medical Practice (BMP) - Islington • A single APMS contract with delivery of Primary Medical services from 8 Bingfield Street, London N1 0AL. • The contract will commence from Summer of 2024. • The estimated contract value is Lot 1: £563,614 annually or £ £8,454.208 over 15 years. • The Primary Medical Services to be delivered to a registered list of 4512 patients (weighted list 4835.22) on 1 July 2023 Lot 2 Hanley Primary Care Centre (HPCC) - Islington • A single APMS contract with delivery of Primary Medical Services from 51 Hanley Rd, Finsbury Park, London N4 3DU. • The contract will commence from summer of 2024 • The estimated contract value is Lot 2: £1,227,794 annually or £ 18,416,923 over 15 years. • The Primary Medical Services to be delivered to a registered list of 10769 patients (weighted list 10515.31) on 1 July 2023 Lot 3: JS Medical Practice (JSM) - Haringey • A single APMS contract with delivery Primary Medical Services currently being delivered from three sites: 107 Philip Lane, London N15 4JR; Branch sites: 26 Westbury Avenue, London, N22 6RS; Branch site: Park Lane Surgery, 106 Park Lane, Tottenham, London, N17 0JP. • The contract will commence from summer of 2024 • The estimated contract value is Lot 3: £ 1,509,849.42 annually or £ 22,647,741 over 15 years. • The Primary Medical Services to be delivered to a registered list of 12961 patients (weighted list 12936.3) on 1 July 2023 Each contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).
£49,518,872
Contract value
Showing 1–20 of 25 contracts