Loading page content…
Loading page content…
54 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
NHS North East London (NEL) Integrated Care Board (ICB) the 'ICB' is seeking to procure Individual Placement and Support services (IPS) in the following locations: • Lot 1 - London Borough of Newham • Lot 2 - London Boroughs of Barking & Dagenham, Havering, Redbridge and Waltham Forest The contracts will have an initial term of 3 years (36 months), followed by an optional extension of 2 years (24 months) at the discretion of the commissioner. Contracts to be procured: Lot 1 - Newham • The contract will commence from April of 2024. • The contract value is £308,432 annually or £ £1,542,160 over 5 years. • To deliver IPS access to 160 people in 2024/25, 240 people in 2025/26 and 330 in 2026/27 Lot 2 - Barking & Dagenham, Havering, Redbridge and Waltham Forest • The contract will commence from April of 2024. • The contract value is £ £893,975 annually or £4,469,875 over 5 years. • To deliver IPS access to 596 people per annum This is a Prior Information notice to inform potential providers that the ICB intends to undertake a competitive Tender process to procure the aforementioned contracts. The purpose of this PIN is to inform the market of a possible procurement. In issuing this PIN and engaging with the market, the Authority is not committing to carrying out any procurement in relation to the requirements stated in this PIN. Any future procurement activity in relation to the services that are the subject of this PIN may be the subject of a separate notice. 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, NHS England, the ICB or its advisors 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.
Value undisclosed
NHS North Central London (NCL) Integrated Care Board (ICB) is seeking to develop a Personal Health Budget (PHB) Support Services Directory. The directory will be made up of trusted and vetted PHB support service Providers, who have successfully submitted a bid to feature on it. The services will help NCL ICB to deliver its statutory duty to offer people who have been assessed as eligible to receive a PHB. This is in line with the National Health Service (Direct Payment) Regulations 2013 and 2014 and 2019 amendments. Eligible people will be encouraged by the ICB to use the Directory to choose Providers to work with, to receive and manage their one-off and/or on-going PHB. NCL ICB is responsible for allocating NHS budget and commissioning services. ICBs are a key change in the Health and Care Act and have replaced Clinical Commissioning Groups 'CCGs'. These changes came into effect on 1 July 2022. More information about NCL ICB can be found using the following link. https://nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board/ NCL ICB is a member of the NCL Integrated Care System (ICS). The ICS are partnerships of health and care organisations that come together to plan and deliver joined up services, and to improve the health of people who live and work in the area which includes primary and secondary services, this is mandated by the NHS Long Term Plan . NCL ICB has the ambition to achieve the outcomes set out by the NHSE national team for individuals with PHB. The outcomes are summarised below as: - Individuals will have greater choice, control, and preference over which Provider to commission to work with to achieve health and wellbeing outcomes. - Increase the proportion of people receiving a Direct Payment to 30-40%. - A greater range of Providers delivering PHB Support Services. - Have several Providers who can serve all ages and service groups. - Develop the local economy and opportunities for smaller community and voluntary organisations to deliver PHB Support Services. - Make it easier for service users to navigate PHB Support Service Providers to organise care and support. - Case Managers will no longer need to complete complex Personalised Care and Support Planning (involving unusual ICB requests and employing Personal Assistants) with individuals. - Support and upskill local people with Lived Experience and ICB service users to influence and shape ICB personalised care delivery and commissioning. - Provides an opportunity for specialist Providers who can support families to think creatively about children and young people's budgets. - Individuals feel empowered about taking responsibility for their care and needs rather than powerless in the face of a complex care system. Additional information: This Procurement will be divided into the following Lots. Lot 1 - Personalised Care and Support Planning and Brokerage Services. Lot 2 - Money Management Services. Lot 3 - PHB Support Services. Within Lot 3, the range of PHB Support Services are divided further into sub Lots, as follows. • Training Service for PHB Employers and Personal Assistants. • Advocacy Services. • Recruitment Support Services for PHB Employers. • Third Party Service with On-going Management Support. • Brokerage Support, Information and Guidance. • Employer Insurance Services. Estimated maximum budget for the procurement is, as follows: Annual contract value = £1.5m. Contract value over 4 years = £6m Market event In order to update the market on the forthcoming procurement, NCL ICB invites interested providers to attend a Market Engagement Event on 7th September 2023 from 13:30 to 15:30. Please note that interested parties must register to attend the event by completing the attached Registration Form by following the link provided below by 13:00 on 4th September. The event will be held virtually on Microsoft Teams. https://forms.office.com/e/NzpQp903zD
Value undisclosed
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. 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 Additional information: 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). This is a Prior Information notice to inform potential providers that the ICB intends to undertake a competitive Tender process to procure the aforementioned contracts. The purpose of this PIN is to inform the market of a possible procurement. In issuing this PIN and engaging with the market, the Authority is not committing to carrying out any procurement in relation to the requirements stated in this PIN. Any future procurement activity in relation to the services that are the subject of this PIN may be the subject of a separate notice. 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, NHS England, the ICB or its advisors 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. Indicative Procurement timelines Key Events Dates Deadline to Respond to Market Engagement Questionnaire 10 October 2023 Invitation to Tender (ITT) live Late October 2023 (5 weeks) Deadline for receipt of ITT submissions End of November 2023 ITT Evaluation/ Moderation December / January 2023 Contract Award February/ March 2024 Mobilisation 8 weeks Service commencement / Contract start Summer 2024 * Dates are subject to change
Value undisclosed
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. 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 Additional information: 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). This is a Prior Information notice to inform potential providers that the ICB intends to undertake a competitive Tender process to procure the aforementioned contracts. The purpose of this PIN is to inform the market of a possible procurement. In issuing this PIN and engaging with the market, the Authority is not committing to carrying out any procurement in relation to the requirements stated in this PIN. Any future procurement activity in relation to the services that are the subject of this PIN may be the subject of a separate notice. 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, NHS England, the ICB or its advisors 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. Indicative Procurement timelines Key Events Dates Deadline to Respond to Market Engagement Questionnaire 10 October 2023 Invitation to Tender (ITT) live Late October 2023 (5 weeks) Deadline for receipt of ITT submissions End of November 2023 ITT Evaluation/ Moderation December / January 2023 Contract Award February/ March 2024 Mobilisation 8 weeks Service commencement / Contract start Summer 2024 * Dates are subject to change
Value undisclosed
NHS North East London Integrated Care Board (NEL ICB) is requesting market feedback to inform the upcoming procurement of an integrated Wheelchair Service for Waltham Forest, Tower Hamlets, Barking and Dagenham, Redbridge and Havering The Wheelchair Service will ensure that users registered with a GP within Waltham Forest, Tower Hamlets, Barking and Dagenham, Redbridge and Havering who have a long-term illness or disability, have a better quality of life and are able to maximise their mobility through the provision of a wheelchair and specialist seating which meets their clinical needs. The principal aims of the service are to provide : • A comprehensive quality assessment, prescription and review service to meet the postural and independent mobility needs for patients registered with a GP in the contracted areas (even if they do not live in this contracted area but live in NEL) • Specialist seating and rehabilitation engineering services • Repair and maintenance services • A service responsible for managing and co-ordinating the requirements of all users with permanent mobility needs. Commissioners are seeking feedback from interested organisations via a Market Engagement Event and Questionnaire. A virtual market engagement event will be taking place on Friday 22nd September between 14.00 - 15.30 via MS Teams. To access the Market Event Registration Form & Pre-Market Engagement Questionnaire interested organisations must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following project specific link: https://procontract.due-north.com/Advert?advertId=4829500b-9b51-ee11-8124-005056b64545 Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (including a link to the event registration form and MEQ via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Event Registration Form & Pre-Market Engagement Questionnaire through the MS Form no later than Wednesday 20th September 2023 at 5.00 pm. Please note that this expression of interest is for the Market Engagement Event and Questionnaire only. You will need to Express an Interest again once the procurement is live, which is likely to be on the Atamis Health Family (HF) eCommercial System, subject to change. The service specifications and indicative dates stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this Market engagement exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process
Value undisclosed
NHS North East London Integrated Care Board (NEL ICB) is requesting market feedback to inform the upcoming procurement of an integrated Wheelchair Service for Waltham Forest, Tower Hamlets, Barking and Dagenham, Redbridge and Havering The Wheelchair Service will ensure that users registered with a GP within Waltham Forest, Tower Hamlets, Barking and Dagenham, Redbridge and Havering who have a long-term illness or disability, have a better quality of life and are able to maximise their mobility through the provision of a wheelchair and specialist seating which meets their clinical needs. The principal aims of the service are to provide : • A comprehensive quality assessment, prescription and review service to meet the postural and independent mobility needs for patients registered with a GP in the contracted areas (even if they do not live in this contracted area but live in NEL) • Specialist seating and rehabilitation engineering services • Repair and maintenance services • A service responsible for managing and co-ordinating the requirements of all users with permanent mobility needs. Commissioners are seeking feedback from interested organisations via a Market Engagement Event and Questionnaire. A virtual market engagement event will be taking place on Friday 22nd September between 14.00 - 15.30 via MS Teams. To access the Market Event Registration Form & Pre-Market Engagement Questionnaire interested organisations must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following project specific link: https://procontract.duenorth.com/Advert?advertId=4829500b-9b51-ee11-8124-005056b64545 Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (including a link to the event registration form and MEQ via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Event Registration Form & Pre-Market Engagement Questionnaire through the MS Form no later than Wednesday 20th September 2023 at 5.00 pm. Please note that this expression of interest is for the Market Engagement Event and Questionnaire only. You will need to Express an Interest again once the procurement is live, which is likely to be on the Atamis Health Family (HF) eCommercial System, subject to change. The service specifications and indicative dates stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this Market engagement exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process
Value undisclosed
NHS North Central London (NCL) Integrated Care Board (ICB) is seeking to develop a Personal Health Budget (PHB) Support Services Directory. The directory will be made up of trusted and vetted PHB support service Providers, who have successfully submitted a bid to feature on it. The services will help NCL ICB to deliver its statutory duty to offer people who have been assessed as eligible to receive a PHB. This is in line with the National Health Service (Direct Payment) Regulations 2013 and 2014 and 2019 amendments. Eligible people will be encouraged by the ICB to use the Directory to choose Providers to work with, to receive and manage their one-off and/or on-going PHB. NCL ICB is responsible for allocating NHS budget and commissioning services. ICBs are a key change in the Health and Care Act and have replaced Clinical Commissioning Groups 'CCGs'. These changes came into effect on 1 July 2022. More information about NCL ICB can be found using the following link. https://nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board/ NCL ICB is a member of the NCL Integrated Care System (ICS). The ICS are partnerships of health and care organisations that come together to plan and deliver joined up services, and to improve the health of people who live and work in the area which includes primary and secondary services, this is mandated by the NHS Long Term Plan . NCL ICB has the ambition to achieve the outcomes set out by the NHSE national team for individuals with PHB. The outcomes are summarised below as: - Individuals will have greater choice, control, and preference over which Provider to commission to work with to achieve health and wellbeing outcomes. - Increase the proportion of people receiving a Direct Payment to 30-40%. - A greater range of Providers delivering PHB Support Services. - Have several Providers who can serve all ages and service groups. - Develop the local economy and opportunities for smaller community and voluntary organisations to deliver PHB Support Services. - Make it easier for service users to navigate PHB Support Service Providers to organise care and support. - Case Managers will no longer need to complete complex Personalised Care and Support Planning (involving unusual ICB requests and employing Personal Assistants) with individuals. - Support and upskill local people with Lived Experience and ICB service users to influence and shape ICB personalised care delivery and commissioning. - Provides an opportunity for specialist Providers who can support families to think creatively about children and young people's budgets. - Individuals feel empowered about taking responsibility for their care and needs rather than powerless in the face of a complex care system. Additional information: This Procurement will be divided into the following Lots. Lot 1 - Personalised Care and Support Planning and Brokerage Services. Lot 2 - Money Management Services. Lot 3 - PHB Support Services. Within Lot 3, the range of PHB Support Services are divided further into sub Lots, as follows. • Training Service for PHB Employers and Personal Assistants. • Advocacy Services. • Recruitment Support Services for PHB Employers. • Third Party Service with On-going Management Support. • Brokerage Support, Information and Guidance. • Employer Insurance Services. Estimated maximum budget for the procurement is, as follows: Annual contract value = £1.5m. Contract value over 4 years = £6m Market event In order to update the market on the forthcoming procurement, NCL ICB invites interested providers to attend a Market Engagement Event on 7th September 2023 from 13:30 to 15:30. Please note that interested parties must register to attend the event by completing the attached Registration Form by following the link provided below by 13:00 on 4th September. The event will be held virtually on Microsoft Teams. https://forms.office.com/e/NzpQp903zD
Value undisclosed
NHS North Central London (NCL) Integrated Care Board (ICB) is seeking to develop a Personal Health Budget (PHB) Support Services directory. The directory will be made up of trusted and vetted PHB support service Providers, who have successfully submitted a bid to feature on it. The services will help NCL ICB to deliver its statutory duty to offer people who have been assessed as eligible to receive a PHB. This is in line with the National Health Service (Direct Payment) Regulations 2013 and 2014 and 2019 amendments. Eligible people will be encouraged by the ICB to use the Directory to choose Providers to work with, to receive and manage their one-off and/or on-going PHB. NCL ICB is responsible for allocating NHS budget and commissioning services. ICBs are a key change in the Health and Care Act and have replaced Clinical Commissioning Groups 'CCGs'. These changes came into effect on 1 July 2022. More information about NCL ICB can be found using the following link. https://nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board/ NCL ICB is a member of the NCL Integrated Care System (ICS). The ICS are partnerships of health and care organisations that come together to plan and deliver joined up services, and to improve the health of people who live and work in the area which includes primary and secondary services, this is mandated by the NHS Long Term Plan . Outcomes of the PHB Support Services Directory: NCL ICB has the ambition to achieve the outcomes set out by the NHSE national team for individuals with PHB. The outcomes are summarised below as: Individuals will have greater choice, control, and preference over which Provider to commission to work with to achieve health and wellbeing outcomes. Increase the proportion of people receiving a Direct Payment to 30-40%. A greater range of Providers delivering PHB Support Services. Have several Providers who can serve all ages and service groups. Develop the local economy and opportunities for smaller community and voluntary organisations to deliver PHB Support Services. Make it easier for service users to navigate PHB Support Service Providers to organise care and support. Case Managers will no longer need to complete complex Personalised Care and Support Planning (involving unusual ICB requests and employing Personal Assistants) with individuals. Support and upskill local people with Lived Experience and ICB service users to influence and shape ICB personalised care delivery and commissioning. Provides an opportunity for specialist Providers who can support families to think creatively about children and young people's budgets. Individuals feel empowered about taking responsibility for their care and needs rather than powerless in the face of a complex care system. Additional information: This Procurement will be divided into the following Lots. Lot 1 - Personalised Care and Support Planning and Brokerage Services. Lot 2 - Money Management Services. Lot 3 - PHB Support Services. Within Lot 3, the range of PHB Support Services are divided further into sub Lots, as follows. • Training Service for PHB Employers and Personal Assistants. • Advocacy Services. • Recruitment Support Services for PHB Employers. • Third Party Service with On-going Management Support. • Brokerage Support, Information and Guidance. • Employer Insurance Services. Estimated maximum budget for the procurement is, as follows: Annual contract value = £1.5m. Contract value over 4 years = £6m Market event In order to update the market on the forthcoming procurement, NCL ICB invites interested, suitably qualified and experienced providers of primary medical GP services (the Services) to attend a Market Engagement Event on 7th September 2023 from 13:30 to 15:30. Please note that interested parties must register to attend the event by completing the attached Registration Form by following the link provided below by 13:00 on 4th September. The event will be held virtually on Microsoft Teams. https://forms.office.com/e/NzpQp903zD
Value undisclosed
This is a prior information notice of an upcoming procurement process for Mental Health Supported Living Services. NHS South East London Integrated Care Board (NHS SEL ICB, known as NHS South East London) will soon be undertaking a procurement process to select service providers for seven (7) mental health supported living contracts; each based at a specific premises in the borough of Southwark. Commissioners are seeking feedback from interested organisations in the form of completed Market Engagement Questionnaires (MEQ). The sites are: - 212 Peckham Rye - Dunton Road - Glengarry Road - Kirkwood Road - Milestone 1 Wales Close - St James' House - Landcroft Road Interested organisation must express an interest via Pro-contract e-tendering portal. Bidders needs to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=d7e63c34-e02a-ed11-8119-005056b64545 Please note that any expressions of interests by any other means will not be considered. Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility. Interested organisations are requested to complete and submit a copy of the Market Engagement Questionnaire no later than 19th September 2022 at 12.00 (noon) via the portal messaging facility. One in four people in the UK will suffer a mental health problem in the course of a year. Mental illness covers a wide range of conditions such as depression, anxiety disorders and obsessive-compulsive disorders, through to more severe conditions like schizophrenia. Common mental disorders (CMD) include conditions such as depression and anxiety. Results from the 2014 Adult Psychiatric Morbidity Survey (APMS) show that 1 in 6 adults had a common mental disorder (CMD) in the week prior to the survey, rising to almost in 1 in 5 adults in London. Mental ill-health represents a significant burden on our local population and the health and care system. It is estimated that almost 47,600 adults in Southwark are currently experiencing a CMD, this is expected to rise to approximately 52,000 individuals over the next decade Although less disabling than major psychiatric disorders, the higher prevalence of CMD mean that their cumulative cost to society is greater. All types of CMD are more prevalent in women than among men, and they are also more likely to experience more severe symptoms. Young women were identified as a particularly high-risk group with an estimated 5,600 cases in the borough. Employment and socio-economic status were identified as a substantial risk factor. In Southwark, approximately half of the claims for employment and support allowance (ESA) are related to mental health - with 6,000 cases in February 2016. Additional information: The proposed contract length is 3 years followed by a 2-year optional extension (5-year maximum extended contract duration). Contract start date 1st April 2023. Estimated total value of all Lots combined is £7,942,190. See attached Find a Tender advert for further information about each proposed Lot. Interested providers are required to express an interest in this project and complete the Market Engagement Questionnaire available on the tender portal before the 19th September 2022 at 12:00 (noon). Completed Market Engagement Questionnaires can be submitted via the portal messaging facility. Portal link: https://procontract.due-north.com/Advert?advertId=d7e63c34-e02a-ed11-8119-005056b64545 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. This Market Engagement process is being managed by the Procurement & Contracting Hub (hosted by NHS North East London) on behalf of NHS South East London in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No 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.
Value undisclosed
This is a Prior Information Notice. NHS South East London (NHS SEL ICB, hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completion of a Market Engagement Questionnaire from all suitable providers, who are capable of delivering the required Community Anticoagulation services in Bromley or who wish to provide feedback on the Authority's proposals. NHS South East London - Bromley borough - has a community anticoagulation service which is currently delivered via 6 clinics and home visiting service. The service includes: • Initiation of anticoagulation treatment: both Direct Oral Anti-Coagulants (DOAC) and Warfarin (majority of new referrals are initiated on DOAC) • Around 22 new referrals per month, accepting from primary and secondary care • Monitoring of warfarin patients (700 under the service, around 1030 appointments per month) • Home visiting to housebound patients eligible for the community service (around 320 visits per month) • Undertaking measures to bring patients back into therapeutic INR range, however onward referral to secondary care is facilitated when necessary. • Undertaking switches between Direct Oral Anti-Coagulants (DOAC) as appropriate during initiation period. • Service delivered by pharmacist leads and Independent Prescribers (IPs). Clinical supervision is outsourced to a hospital-based consultant (not based in Bromley, but within SEL). This contract is due to expire on 31/03/2023 and NHS South East London is seeking expressions of interest and feedback on proposals from capable suppliers ahead of launching a procurement process to determine the service provider for the services from 01/04/2023. The annual contract value is expected to be between £320,000 and £370,000. This leaves a maximum 3-year contract value of £1,110,000 and a maximum 5-year contract value of £1,850,000. Interested providers are required to express an interest in this project and complete the Market Engagement Questionnaire available on the tender portal before the 5th September 2022 at 12:00 (noon). Completed Market Engagement Questionnaires can be submitted via the portal messaging facility. Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract etendering portal. This Market Engagement process is being managed by the Procurement & Contracting Hub (hosted by NHS North East London) on behalf of NHS South East London in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No 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. Additional information: See portal messaging facility for market engagement questionnaire, service summary and activity assumptions.
Value undisclosed
NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EOI) and completion of EOI questionnaires from all suitable providers 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 intends to commission 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 Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon). 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 (12 noon on the Monday 25 July 2022). PLEASE READ THE FULL ADVERT WHICH IS ATTACHED TO THIS NOTICE. Additional information: Contract length and value: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months). 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. Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison. The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot. Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022. PLEASE READ THE FULL ADVERT WHICH IS ATTACHED TO THIS NOTICE.
From £216,313,334
Contract value
NHS England - London Region (hereafter referred to as "The Authority") invites Healthcare providers to submit Expressions of Interest (EOI) and completion of EOI questionnaires from all suitable providers 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 intends to commission 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 Any communications or clarification questions about this contract opportunity must be submitted via the messaging facility for this project on ProContract e-tendering portal. The deadline for any clarification questions is 17:00 on Tuesday 19 July 2022 12.00 (Noon). 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 (12 noon on the Monday 25 July 2022). PLEASE READ THE FULL ADVERT WHICH IS ATTACHED TO THIS NOTICE. Additional information: Contract length and value: The contracts for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of 2 years (24 months). Therefore, the maximum duration of the contracts, if all extension options are taken up will be 7 years (84 months). 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. Please note: Bidders may submit EOIs for one, two or all three Lots; however, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Lots 1 and 2 above include two prisons each. Where a Lot has more than one prison, an EOI for that Lot refers to both /all the prisons included in the Lot and consequently a successful Bidder must deliver healthcare services for all the prisons within that Lot; however, the bidder will receive a separate contract for each prison. The contract(s) will be awarded without further publication. Should only one suitable EOI be received in a Lot, the Authority will reserve the right to undertake a negotiated procedure to award the contract(s) for that Lot. Where multiple EOIs are deemed to be successful after evaluation) in a Lot, the Authority will invite the successful Applicants to a competitive procurement Where a competitive procurement is needed, this is expected to be published on Monday 15 August 2022. PLEASE READ THE FULL ADVERT WHICH IS ATTACHED TO THIS NOTICE.
From £216,313,334
Contract value
South East London Integrated Care Board (NHS South East London) under delegated commissioning on behalf of NHS England is seeking to procure GP Primary Medical Services and additional services under APMS Contracts delivered to patients registered from the following site: Thamesmead Health Centre 4-5 Thames Reach, London, SE28 0NY The SEL ICB is currently developing the draft service requirements which is being informed by service user and stakeholder feedback. SEL ICB wish to request market feedback from potentially interested providers to inform the upcoming procurement process. To assist the Commissioners with testing its assumptions and proposed service requirements, a market engagement questionnaire (MEQ) has been published to explore the market's feedback on the following areas: • Outline of service requirements and KPI's; • Timescales for procurement and mobilisation of the new contract; • Proposed contract duration and financial model. Although, this pre-market engagement does not form any part of the formal procurement process, it will inform how the new service is commissioned. Information gained from this exercise will be used to inform the final service specification and expected outcomes from the procurement process. Interested organisations are asked to submit responses to the Market Engagement questionnaire using the Microsoft Forms link: https://forms.office.com/e/4PUj6tWKA4 Deadline for completion - Please complete this MEQ by no later than Monday 17 June 2024, 17:00pm.
Value undisclosed
Direct Award C to: Mill Hill Dental for the borough of Barnet. The Authority will use the existing pathway for the development and delivery of a pan-London face-to-face UDC service. The description below provides an outline of the main features of that pathway and the services that will be commissioned under this procurement to support the delivery of the service. The model requires: • Patients to be clinically triaged • Patients to access the UDC service via NHS 111 • Patients to be triaged by The Authority's commissioned dental triage service • Subject to meeting the acceptance criteria, patients to be allocated appointment slots by the dental triage service • Patient details to be shared with the UDC Provider via NHS.net email which will include appointment time, medical history and a brief description of symptoms (there is a possibility that the sharing of patient details may change in the future if an electronic referral system is implemented)
£5,582,304
Contract value
The Authority will use the existing pathway for the development and delivery of a pan-London face-to-face UDC service. The description below provides an outline of the main features of that pathway and the services that will be commissioned under this procurement to support the delivery of the service. The model requires: • Patients to be clinically triaged • Patients to access the UDC service via NHS 111 • Patients to be triaged by The Authority's commissioned dental triage service • Subject to meeting the acceptance criteria, patients to be allocated appointment slots by the dental triage service • Patient details to be shared with the UDC Provider via NHS.net email which will include appointment time, medical history and a brief description of symptoms (there is a possibility that the sharing of patient details may change in the future if an electronic referral system is implemented)
£585,137.29
Contract value
We would like to invite people to come to an informal event during the morning of February 22nd to work with us to think through what is needed to provide a sustainable MSK Community service for Greenwich which meets the diverse needs of our population. We know that there are some aspects of the current offer that don't work as well as they need to. We now have the opportunity to co-design and commission a new model for the provision of MSK Community services for Greenwich that can address this. We want to shape our thinking in collaboration with a diverse mix of people who will bring different perspectives, ideas and experience, so we are inviting interest from a wide-range of organisations. We must ensure integration with all those providing other services that link to MSK Community services in Greenwich, for example, secondary care Orthopaedic or Rheumatology services, so that the service model is robust and people experience a seamless service when moving between different parts of the system. We also intend to set the context by sharing the Greenwich Local Care Partnership, Healthier Greenwich Partnership's vision for the local population. We will provide further details (eg. venue, etc) to organisations expressing an interest - please let us know if you would like to attend by emailing: annie.norton@selondonics.nhs.uk no later than 31st January 2024.
Value undisclosed
NHS North East London (NEL) Integrated Care Board (ICB) the 'ICB' is seeking to procure Individual Placement and Support services (IPS) in the following locations: • Lot 1 - London Borough of Newham • Lot 2 - London Boroughs of Barking & Dagenham, Havering, Redbridge and Waltham Forest The contracts will have an initial term of 3 years (36 months), followed by an optional extension of 2 years (24 months) at the discretion of the commissioner. Contracts to be procured: Lot 1 - Newham • The contract will commence from April of 2024. • The contract value is £308,432 annually or £ £1,542,160 over 5 years. • To deliver IPS access to 160 people in 2024/25, 240 people in 2025/26 and 330 in 2026/27 Lot 2 - Barking & Dagenham, Havering, Redbridge and Waltham Forest • The contract will commence from April of 2024. • The contract value is £ £893,975 annually or £4,469,875 over 5 years. • To deliver IPS access to 596 people per annum This is a Prior Information notice to inform potential providers that the ICB intends to undertake a competitive Tender process to procure the aforementioned contracts. The purpose of this PIN is to inform the market of a possible procurement. In issuing this PIN and engaging with the market, the Authority is not committing to carrying out any procurement in relation to the requirements stated in this PIN. Any future procurement activity in relation to the services that are the subject of this PIN may be the subject of a separate notice. 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, NHS England, the ICB or its advisors 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.
Value undisclosed
This is a prior information notice of an upcoming procurement process for the NHS Breast Cancer Screening Clinical and Administrative services in London procurement. NHS England London region are currently preparing for the undertaking of the BCSS re procurement in 2024/25. The aim of the Breast Screening Programme is to reduce mortality from breast cancer by diagnosing cancer at an early stage when treatment is more successful, leading to earlier detection, appropriate referral, and improved outcomes. Commissioners are seeking feedback from interested organisations via a Market Engagement Questionnaires (MEQ). The MEQ will also allow potential bidders to express an interest in becoming a member of the Clinical Reference Group and Admin Hub Reference Group. To access the MEQ, interested organisation must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following project specific link: https://procontract.due-north.com/Advert?advertId=8037c5e4-fb40-ee11-8124-005056b64545 Please note that any expressions of interest by any other means will not be considered. Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (including a link to the MEQ via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Engagement Questionnaire through the MS Form no later than Wednesday 13th September 2023 at 12.00 (noon). Please note that this expression of interest is for the Market Engagement Questionnaire only. You will need to Express an Interest again once the procurement is live, which is likely to be on the Atamis Health Family (HF) eCommercial System, subject to change. The service specifications, lot structures and indicative dates stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this MEQ exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process.
Value undisclosed
The NHS North East London ICB (NHS NEL ICB) is seeking feedback to inform the upcoming procurement for the Asylum Seekers and Refugee Initial Health Assessment (Outreach) Service. We ask that interested organisations submit responses to the following key questions using the template questionnaire provided. Respondents are requested to specifically address the questions rather than attaching extensive technical or promotional information or materials as such information will not be considered. The service relates to providing a seamless and supported process of individual's having their initial health checks and support registering for Primary Care Services. Please refer to the service specification document for further information on the service. Please complete the template and return this via the ProContract messaging facility by 17 July 2023 17.00. Questionnaire responses submitted will remain confidential and information gathered will be used for the sole purpose of informing the ICB of the future procurement exercise. Interested organisation must express an interest via Pro-contract e-tendering portal. Bidders needs to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project and submit the completed market engagement questionnaire by clicking the following link to this specific project: https://procontract.duenorth.com/Advert/Index?advertId=1e2d9fec-2514-ee11-8123-005056b64545 Please note that any expressions of interests by any other means will not be considered.
Value undisclosed
NHS Northamptonshire Clinical Commissioning Group is seeking to procure a provider for the Earls Barton Medical Centre and Penvale Park Surgery Service on an APMS contract and are inviting interested organisations to attend a pre-procurement market engagement event. It is expected that the contract will be for a proposed period of 10 years with the opportunity to extend for a further period of up to 5 years at the discretion of the Contracting Authority (total 15 years). The estimated annual contract value is approximately £777,600.00 per annum. The pre-procurement market engagement event will be held held on 27th May 2022 between 12.30-2pm via MS Teams. If your organisation is interested and would like to participate and attend this event, please email your details (name, organisation, role, email id, contact number) to nelcsu.procurementnorthants@nhs.net by no later than 12 noon on Tuesday 26th May 2022.
Value undisclosed
Showing 1–20 of 54 contracts