Loading page content…
Loading page content…
30 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Resettled Refugee Emotional Wellbeing Service has been funded to provide culturally sensitive emotional and mental support to our Syrian and Afghan resettled populations. The key objectives for the service are as follows: • Deliver a series of family-orientated, community-based psychoeducational and psychosocial interventions in three key languages: Arabic, Dari and Pashto. • Provide trauma-informed and culturally sensitive services. • Deliver community training and education to support those who live and work in Lewisham to better understand the experiences of our resettled community and how to support them to make Lewisham home. • Engage with local services supporting the service user group (e.g. Refugee Council Resettlement Service, Lewisham Council Resettlement Team and • Deliver effective stepped-care for service users and seamless integration into statutory services where and when required. • Develop an appropriate management system to collect, monitor and report on the activities of the service. • Promote and develop a high level of service awareness amongst eligible service users and associated stakeholders. Please refer to the Service Specification for further information on this service. The contract will have a duration of 2 years (24 months). The funding available for this contract is £80,000 (excluding VAT) per annum making the total cost of the contract £160,000. In line with the Health and Care Bill it is envisaged that CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to CCGs as Contracting Authorities in this procurement should be interpreted as referring to the ICBs that will take their place in due course. This is a Request for Quotation exercise, Interested organisations must submit a duly completed RfQ bid responses for this project 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 acces the RfQ and submit your response by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=4d46daa7-14b7-ec11-8113-005056b64545 Please note that any RfQ submissions by any other means will not be considered. The deadline for submission is 14:00 on 29 April 2022. Any RfQ submissions received after this deadline will not be considered. Please refer to the RfQ Guidance Document for further information and guidance on the Request for Quotation. Additional information: This is a Request for Quotation exercise, Interested organisations must submit a duly completed RfQ bid responses for this project 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 acces the RfQ and submit your response by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=4d46daa7-14b7-ec11-8113-005056b64545 Please note that any RfQ submissions by any other means will not be considered. The deadline for submission is 14:00 on 29 April 2022. Any RfQ submissions received after this deadline will not be considered. Please refer to the RfQ Guidance Document for further information and guidance on the Request for Quotation.
£160,000
Contract value
South East London Clinical Commissioning Group is committed to supporting all children and young people (CYP), whatever their background, to have the same opportunities to reach their potential and enjoy a good quality of life. The LGBTQ+ service will aim to support, educate, empower and inspire LGBTQ+ young persons of Lambeth aged 13-19 years of age to build a positive self-image, sense of identity and belonging to elevate their risk of mental ill-health. The service will work with Lambeth emotional wellbeing service providers (Appendix E) and Lambeth schools to support its LGBTQ+ young people and young people who are questioning their identity and sexuality. For further information please refer to the Service Specification. In line with the Health and Care Bill, it is envisaged that CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to CCGs as Contracting Authorities in this procurement should be interpreted as referring to the ICBs that will take their place in due course. The contract will be for a duration of 3 years (36 months) with the option to extend a further 1 year (12 months),(3+1). The value of this contract is £40,000, this is based on £10,000 per annum. 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 EOI form by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=9ccb00aa-1cc2-ec11-8113-005056b64545 This is a Request for Quotation exercise, duly completed RfQ bid responses for this project must be submitted via the Pro-Contract e-tendering portal. Please note that any RfQ submissions by any other means will not be considered. The deadline for submission is 14:00 on 20 May 2022. Any RfQ submissions received after this deadline will not be considered. Please refer to the RfQ Guidance Document for further information and guidance on the Request for Quotation (RfQ) process Additional information: In line with the Health and Care Bill it is envisaged that CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to CCGs as Contracting Authorities in this procurement should be interpreted as referring to the ICBs that will take their place in due course.
£40,000
Contract value
PRJ 1175 Request for Quotation (RfQ) for the provision social prescribing service in the London Borough of Bexley. South East London Integrated Care System is seeking to procure a Social Prescribing Service for the Bexley area. Social prescribing is a key connector within the local health and care system, bringing together the voluntary sector, primary care, social care, and the community. To do this effectively and sustainably, the Local Care Partnership has determined that a voluntary sector organisation is best placed to deliver social prescribing. A healthy and supported voluntary sector is necessary for social prescribing to function effectively and so it is vital that the provider understands the sector and the challenges faced by Voluntary Sector Organisations (VSOs) of all sizes. The successful provider will work closely with the council, ICB, Primary Care, and other local partners to achieve the following outcomes: 1. Bexley residents are supported to maintain healthy and productive lives in their own homes and family/community support networks, through: • assistance with recovery from adverse events, ill health, or injury • enhanced quality of life for people with long-term conditions • improved resilience • reduced social isolation • delay or prevention in the development of long-term or life-limiting conditions • prevention of premature mortality. 2. The local health economy in Bexley benefits from: • a reduction in unnecessary appointments through the facilitation of self-care • more appropriate use of Health and Social Care services including Primary Care, Secondary Care, Acute NHS Services and Ambulatory Services • Improved access for primary care clinicians to refer to Prevention and Early Intervention (PEI) services through Social Prescribers 3. The local voluntary sector is supported to meet the needs of Bexley residents effectively through: • Increased intelligence available to commissioners and other relevant officers within the ICB and Council • Identification of gaps or capacity issues within the sector • Effectively sharing patient referrals across the sector to support the sustainability of individual organisations and avoid overwhelming the system The successful provider and its partners will demonstrate that these outcomes above have been delivered as a result of this contract.
From £600,000
Contract value
NHS North Central London (NCL) Integrated Care Board (ICB), hereafter referred to as the Authority is seeking to commission NCL 111 Integrated Urgent Care Service and invites suitably qualified providers to submit their tenders. 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/ In 2015/16 NCL CCGs collaborated to commission a combined GP out-of-hours (OOH) and NHS 111 service across NCL. The contract was set against a local specification that patients helped to develop but, since 2018, the service model has evolved in order to meet demand and align with national requirements. The aim of the new NHS 111 IUC model across NCL is to be in line with national guidance and standards, with residents receiving high-quality complete episodes of care with an outcome such as, but not limited to:- • Consult and complete model with broader use of clinical skill • Advice and self-care • A face-to-face or virtual appointment for further assessment in a primary or urgent or emergency care setting • Repeat prescriptions • A multi-provider system working together to ensure patients get the right care, in the right place, at the right time • Current key performance indicators improved and maintained • Affordable and sustainable 111 IUC model. Additional information: This Procurement is divided into three Lots • Lot 1 - 111 call handling • Lot 2 - Clinical Assessment Service (CAS) • Lot 3 - GP out-of-hours (GP OOH) service The Authority invites bids that offer to provide services for all the above Lots (1, 2, and 3) in an integrated manner based on the Prime Provider model. Any Bid that does not cover all the above three Lots will be rejected. Following the evaluation process, the successful Bidder will be awarded a contract covering all three Lots. A bid will be considered for award only if in addition to the other requirements of the ITT, it meets the requirements for all the Lots. A 'fail' in any of the Lots will mean the whole bid is eliminated. The contract will be awarded for an initial period of three years followed by an optional extension of up to two years solely at the discretion of NCL ICB. Therefore, the maximum contract term is 5 years. Maximum price limits for the contract are as follows. Annual contract value = £19,114,968 Contract value over 3 years= £ 57,344,906 Contract value over 5 years= £ 95,574,843 NB: the contract value includes the provision for the category 3 and 4 validation. However, this element is currently being piloted with LAS and following evaluation, the ICB may withdraw this element of the service and therefore the financial value will be deducted. This means the overall NCL NHS 111 IUC financial annual value will be reduced from £19,605k to £19,045k (excludes any uplifts for inflation, growth, etc.) 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 £88,222,932
Contract value
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 NEL 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
NHS England, in partnership with His Majesty's Prison and Probation Service (HMPPS), is looking to secure providers to deliver two Enhanced Engagement & Relational Support Services (EERSS) - one for women and one for men - to operate pan-London from 1st October 2023. The purpose of the EERSS is to: • Provide person-centred, consistent experience of one-to-one inter-personal, pro-social, supportive and empowering interaction with a professional (paid), independent and appropriately trained worker, over a period of up to two years, normally in support of a key transition in their OPD pathway. • Be responsive to the needs of people with protected characteristics and draw on the principles of mentoring and advocacy (broadly defined) in supporting people on probation lead fulfilling and crime-free lives. There are two lots: Lot 1: Female Enhanced Engagement & Relational Support Service for the OPD Pathway for 40 women across London. Lot 2: Male Enhanced Engagement & Relational Support Service for the OPD Pathway for 60 men across London. Each Lot's contract duration is for a 4.5 year period, with an optional extension of a further 2 years. NHS England will seek to award one contract for each of the tender Lots. 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=30808734-49e0-ed11-8121-005056b64545 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=30808734-49e0-ed11-8121-005056b64545 How to apply: Follow the instructions given in the description or the more information section.
£2,600,000
Contract value
This procurement references the service and quality indicators expected by NHS England (the Commissioner) from the 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 (1st April 2024 -31st March 2029) 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://www.contractsfinder.service.gov.uk - TO BE UPDATED 09/05/2023 WITH PUBLICATION 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.
£54,481,637
Contract value
NHS North East London Integrated Care Board (NEL ICB) is seeking responses to the Selection Questions from IT software suppliers as Stage 1 of a two Stage process for selection of a supplier for a new Continuing Healthcare software platform to support the ICB's CHC Service. The software platform will be required to manage patients, care and payments associated with continuing healthcare and a wide array of care categories including mental health and children's continuing care. The ICB is seeking a system which offers a customisable reporting tool and provides full case management functionality including actions, documentation and finance from payment schedules to care package reconciliation. Any information provided to the Commissioners will be treated as strictly commercial in confidence. Please refer to the service specification document for further information on the service. The estimated total contract value is £3,000,000.00 for 5 Years. The initial contract will be for 3 years with the possibility of an extension for a further 2 years at the discretion of the ICB. The service is expected to commence in April 2024. The ICB would be grateful to receive your responses to the Selection Questions no later than 12 noon on Monday 10th July 2023. 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 complete the online Selection Questionnaire by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=c127233d-05ff-ed11-8123-005056b64545 Please note that any expressions of interests by any other means will not be considered. Additional information: 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 complete the online Selection Questionnaire by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=c127233d-05ff-ed11-8123-005056b64545 Please note that any expressions of interests by any other means will not be considered.
£3,000,000
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. Additional information: The Desired Provider The desired services must be GP led and provided by GPs, nurses and other clinical professionals and a provider must: - Be registered to provide General Practitioner Services. - Provide the APMS described within the standard NHS England and NHS Improvement APMS contract. - Provide primary care medical services which will be accessible, convenient, responsive, high quality and patient centred. - Primary GP services, delivered in a safe and effective manner. - Effectively mobilise services to become operational in the prescribed timeframe. - Deliver all services throughout the hours that will be outlined as per the APMS standard contract. - Design services around the needs of patients and carers, ensuring they are offered more choice and a greater say in their treatment. - Be an active part of one of the 6 Primary Care Networks that exist within Lewisham. The enhanced service is designed to take a multi-disciplinary approach to proactive case management, support prescribing priorities and deliver both routine and urgent care 'in-hours'. This model: 1. Enables all patients to be registered with the same Practice, unifying clinical responsibility and core service provision; 2. Has a newly revised and detailed service specification 3. Has responsibility for delivery of the EHCH PCN DES specification for CQC registered Older Peoples Care Homes and Extra Support Care Provision. 4. is the most effective and supportive way of delivering care to this specific targeted cohort of patients. 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.
£8,388,600
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 = £33,753,337, Lot 2 = £19,904,076, Lot 3 = £30,504,838, Lot 4 = £21,881,063, Lot 5 = £17,987,562 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.
£124,030,876.6
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
North Central London (NCL) Integrated Care Board (ICB) is seeking to establish a PHB (Personal Health Budget) Support Services Directory, specifically for individuals in receipt of a PHB Direct Payment or Third Party Budget. The Directory will contain several Providers (unlimited number) who have successfully completed the procurement exercise and can deliver a range of PHB management support services to a high-quality standard to individuals, within the NCL ICB geographical footprint. The Directory will be online and hosted on the ICB website. NCL ICB will accept bid submissions from any organisations including community, voluntary and domiciliary agencies who plan to work independently or in partnership to deliver PHB management support services. The PHB management support 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 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 achieve their 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 PHB Holders to navigate PHB Support Service Providers to organise their own care and support. • Case Managers will no longer need to complete complex Personalised Care and Support Planning (involving non-routine ICB requests and employing Personal Assistants) with individuals. • Support and upskill local people with lived experience and ICB PHB Holders to participate in the project, to influence and shape ICB personalised care delivery and commissioning. • Provide an opportunity for specialist Providers who can support families to think creatively about children and young people's budgets. • Individuals feel confident 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: • (3.A) Service for PHB Employers and Personal Assistants. • (3.B) Advocacy Services. • (3.C) Recruitment Support Services for PHB Employers. • (3.D) Third Party Service with On-going Management Support. • (3.E) Brokerage Support, Information and Guidance. • (3.F) Employer Insurance Services. A Bidder can bid for any number of Lots and/or sub Lots in any combination. e.g. Providers interested in Lot 3, can choose to bid for as many sub-Lot services from the above options as they want. This can be one, two, three .. or all of them. Estimated maximum budget for the procurement is, as follows: Annual contract value = £1.5m. Contract value over 4 years = £6m Annual 4 year value Lot 1 662400 2649600 Lot 2 276000 1104000 Lot 3 552000 2208000 Total 1490400 5961600 The Authority intends to reopen the Directory to any new Bidders at some point next year. 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, to improve the health of people who live and work in the area. This includes primary and secondary services, which are mandated by the NHS Long Term Plan. This procurement is not based on clinical care delivery. The purpose of the procurement is to have Providers who can help eligible people manage their PHB.
£5,961,600
Contract value
The aim of this framework is to ensure that NCL has a cohort of providers able to deliver effective PBS, which improves outcomes and quality of life for people with a learning disability and behaviours of concern. Effective PBS can lead to improved outcomes, reduced incidents of crisis, decreased use of restraint, fewer breakdowns in community placements and less inappropriate hospital admissions. The framework will implement: • Minimum PBS quality standards and service activities to improve the quality of PBS in the sector • Standardised contract monitoring • A set range of payment rates for PBS packages The framework list will be the mechanism for the call-off of individual packages of care and the award of individual PBS Service User Placement Agreement (SUPA) contracts by NCL ICB. NCL Local Authorities also have the option to commission individual packages of care from this framework list if they choose. NCL Local Authorities will follow their own local procedures for the issuing of contracts related to individual packages of care NCL ICB PBS provider framework will be for the commissioning of PBS packages of care for clients with a learning disability and behaviours of concern. The aim of the procurement exercise is for NCL ICB to have a cohort of high-quality providers from which to commission PBS placements from. These placements are expected to improve client's quality of life. Only providers that meet the ICB's PBS quality standards will be accepted onto the framework. The contract will have a duration of 3 years + 1 year's extension. The maximum contract value will be £12 million per year. There is no guarantee of spend to any provider on the framework. Framework providers will be awarded individual client contracts through either a mini competition or direct award process. The Complex Care LD team will host the framework. Providers can only be added to the framework during the initial tender period as current procurement regulations do not allow for additional providers to be added at a later date. The NHS NCL ICB Positive Behaviour Support Framework can also be used by NCL Local Authorities. Interested organisation must express an interest via 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 and submit your bid via the etendering portal by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=59b9c8c6-c87f-ee11-8125-005056b64545 Additional information: The procurement has been divided into seven Lots: Lot 1 - Emergency PBS placements (provision of accommodation and care 18 years +) Lot 2 - Emergency PBS placements (provision of care only, 18 years +) Lot 3 - Planned Placements for young people (16+ years) and adults (18+ years) with a learning disability and behaviours of concern (provision of accommodation and care) Lot 4 - Planned Placements for young people (16+ years) and adults (18+ years) with a learning disability and behaviours of concern (provision of care only) Lot 5 - Emergency CYPS PBS placements (provision for children with a learning disability and behaviours of concern of care only, no accommodation 0-17 years) Lot 6 - Planned Placements CYPS for children with a learning disability and behaviours of concern (provision of care only, no accommodation 0-17 Years) Lot 7 - Functional Behaviour Assessments, Organisational training and consultation in the delivery of the PBS approach (all ages) Please note; •Potential Bidders will not be limited in the number of Lots they are permitted to bid for. •Potential Bidders will not be limited in the number of Lots they are awarded. This is a one stage process under the Light Touch Regime. We have also published a Find- a- Tender Notice; see link https://www.find-tender.service.gov.uk/Notice/033360-2023
£48,000,000
Contract value
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 June 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. Access increases will be subject to annual contract negotiations 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 At the point of tender publication on the overall maximum value for the service is £6,012,035. Following Central Government Announcements , it should be noted that additional funding of up to £271,920 per annum may be available for this service. Specific commitments including funding amount and the delivery model of any additional service elements cannot yet be made but will be negotiated with the winning bidder after the point of contract award.
£6,012,035
Contract value
NHS North Central London 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") is seeking to procure GP Primary Medical Services under Alternative Provider Medical Services (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 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). Bidders are able to bid for all 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=91fd3ee1-d699-ee11-8125-005056b64545 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=91fd3ee1-d699-ee11-8125-005056b64545 How to apply: Follow the instructions given in the description or the more information section
£49,518,872
Contract value
North Central London Integrated Care Board is seeking to procure a Lead Provider of Community Ophthalmology Services. For providers this contract represents a unique opportunity to •Deliver a Single Point of Access (SPoA) with clinical triage to ensure the appropriateness of referrals and improve referral quality •Manage community ophthalmology services on behalf of NCL ICB •Develop a population health approach to ensure equity of access to services, tackle inequalities and improve population health outcomes •Work in partnership with the ICB on market shaping including possible development of new and innovative community-based pathways. The contract does not require face to face services so can be delivered remotely but must be delivered in the UK and no data processed outside of the UK. The contract is expected to commence in June 2024 for an initial period of 4 years. The contract may be extended for an additional period of 1 year at the sole discretion of the Authority. The maximum contract value is £3,170,625.00 (annual contract value of £634,125.00). Interested organisations must express an interest via Atamis e-tendering portal. Bidders needs to register on Atamis if they are not registered already. This can be done by clicking the below link. https://health-family.force.com/s/Welcome Once registered, you can express an interest in this project and submit the EOI form by clicking the following link to this specific project: https://health-family.force.com/s/Welcome (Contract Reference: C229901) Please note that any expressions of interests by any other means will not be considered. Additional information: Prospective Bidders are requested to review the contents of the ITT guidance document carefully, register their organisation, and express their interest in the Procurement via the e-tendering portal (Atamis). Procurement documentation can be accessed (Contract Reference: C229901) following initial registration and expression of interest via the e-tendering portal: https://health-family.force.com/s/Welcome
From £2,670,000
Contract value
NHS North East London Integrated Care Board is seeking to commission Tower Hamlets Self-Management Support Service. This is a Cardiovascular Disease (CVD), Chronic Kidney Disease (CKD) Hypertension and Diabetes Self-Management Support Service. The provision of essential support services aimed at empowering individuals living with these chronic conditions to actively manage their health and well-being. The service will focus on increasing the knowledge, skills, and confidence of its users and to promote independence. The Provider will actively mitigate against the participants developing a dependency on the service by promoting independence and exploring ways for people to implement and sustain activity following programme end. For people with type two diabetes, the programme should ultimately support people to attend X-PERT diabetes education programme via https://www.bartshealth.nhs.uk/community-diabetes-service/ as recommended by NICE guidance https://www.nice.org.uk/guidance/ng28/chapter/Recommendations#individualised-care Please refer to the service specification document for further information on the service. The estimated total Value of the Contract is £577,725. The total value is based on an annual value of £115,545 per year. The Contract will be for an initial period of 3 years with the possibility of an extension for 2 years at the discretion of the ICB. The service is expected to commence in October 2024. Interested organisation must express an interest via Atamis e-tendering portal. Bidders needs to register on Atamis if they are not registered already. This can be done by clicking the below link. https://health-family.force.com/s/Welcome Once registered, you can express an interest in this project by clicking the following link to this specific project: https://health-family.force.com/s/Welcome (Contract Reference: C285210) Bidders are requested to review the contents of the RfQ guidance document carefully, register their organisation, and express their interest in the RfQ via the e-tendering portal (Atamis). RfQ documentation can be accessed following initial registration and expression of interest via the e-tendering portal: Contract Reference C285210 Any reference to "the e-tendering portal" should be considered reflective of the above web address. The RfQ has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the RfQ document. Bidders are required to upload any attachments as indicated before the deadline for submission of bids specified in the RfQ document. The deadline for the submission of tender is 1700hrs on 3rd June 2024 The deadline for any clarification questions is 1700hrs on 28th May 2024. All clarification questions must be submitted via the messaging facility on Atamis. Please note that bids submitted by any other means will not be considered.
From £545,025
Contract value
NHS England (London Region) is seeking to commission an Abdominal Aortic Aneurysm Screening Programme service for London with the aim of increasing quality, performance and to secure a sustainable and cost-effective service for the eligible population. The NHS Abdominal Aortic Aneurysm (AAA) Screening Programme aims to reduce deaths from ruptured aneurysms through early, accurate detection via ultrasound scan, the monitoring and management of men with screen detected aneurysms, and appropriate referral and progress tracking of referrals to accredited vascular services for high quality diagnostic and treatment services. Delivery of the programme includes identification and invitation to screening in the community of all eligible individuals in the year they turn 65. The London AAA Screening Programme will be responsible for an eligible population of approximately 46,000 men within the commissioned screening programme boundaries including five London ICBs, 32 local authorities and parts of Surrey. 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 01/04/2025. The Contract value is £17.5m (£2.5m per annum). Please note, the full indicative contract values per each financial year can be found in the tender documentation. This is a Provider Selection Regime (PSR) Contract Notice . The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For avoidance of doubt the provisions of the Public Contract Regulations 2015 do not apply to this award. 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 competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023. To access this opportunity please go to Atamis landing page to register: https://atamis-1928.my.site.com/s/Welcome Once you are registered and logged in to Atamis you can find the project by following the link below: https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr000008KUIJIA4&searchStr=AAA&sortStr=Recently+Published&page=1&filters=&County= Submissions will be assessed in line with the award criteria specified in the tender documents and in line with the stages specified in the tender documents. High level overview provided below: Selection Questionnaire - Pass/Fail ITT Questionnaire - Pass/Fail and Scored (85.00%) Presentation and Interview Stage - Scored (15.00%)
From £12,500,000
Contract value
North East London ICB wish to commission Homeless Outreach Services across Barking, Dagenham, Havering and Redbridge. The vision of the ICB is for a healthy and well population able to care for itself where possible, with joined up services that work together, provided around the whole person and focused on early intervention and prevention. Improving health and care outcomes for the homeless population is a key priority of the ICB, the BHR places and Local Authorities. All are committed to addressing inequalities experienced by homeless people and transforming the way in which homeless health and care is delivered locally. This service specification details the ICB's commissioning intention for a single, integrated, proactive (including outreach), accessible model of care for homeless people, aligned with the strategies of the ICB and the London Boroughs of Barking & Dagenham, Havering and Redbridge. The intention is to commission a multidisciplinary model supporting integrated care. A concept central to effective care because many homeless people present with multiple health and care needs. Evidence shows using peer advocacy and a partnership approach to addressing health and care needs of homeless people improves the effectiveness of care delivery. Commissioners are keen to see whether an integrated multi-agency approach can lead to: • More personalised care delivered in a patient appropriate manner / setting (outreach) • A joined up service with record collection and information sharing between organisations • Innovative approaches to the use of social prescribing to help address individual needs • A focus on early intervention and prevention of ill health and health promotion • A population health approach to service redesign and the development of new models of care • Medicines optimisation and improved availability "right time" "right place" (practice/outreach) • Better management of the continuing healthcare process and pathways • Reduced overall impact on resources of the health and social care system The Contract is expected to commence in October 2024 for an initial period of 3 years. The contract contains an annual break-clause. The contract may be extended for an additional period of 2 years at the sole discretion of the Authority. The maximum contract value is £2,000,000 (annual contract value of £400,000.00). Interested Organisation must express an interest via Atamis e-tendering portal. Bidders needs to register on Atamis if they are not registered already. This can be done by clicking the link below: https://health-family.force.com/s/Welcome Once registered, you can express an interest in this project by clicking the following the link to this specific project ; https://health-family.force.com/s/Welcome (Contract Reference: C290279). Please note that any submission of bids by any other means will not be considered.
£2,000,000
Contract value
Showing 1–20 of 30 contracts