Loading page content…
Loading page content…
17 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
PRJ 1175 Request for Quotation (RfQ) for the provision of Bexley Social Prescribing service. 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 £19,114,968 to £18,554,926 (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
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 Bidder's final overall annual value (submitted in their bid) will be reduced by £560,042 (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
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 £19,114,968 to £18,554,926 (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
This procurement references the service and quality indicators expected by NHS England (the Commissioner) from the Child Health Information Service (CHIS) (the Service,) to ensure that a high standard of service is provided to NHS England's responsible population. The service specification is not designed to replicate, duplicate, or supersede any relevant legislative provisions which may apply, e.g. the Health and Social Care Act 2012, or the work undertaken by the Care Quality Commission (CQC). In the event of new guidance emerging, the specification will be reviewed and amended as quickly as possible, but, where necessary, both the Commissioner and the Provider will work proactively to agree speedy variations of contract ahead of a revised specification being produced. Current immunisation, screening and other public health programmes may be subject to nationally prescribed changes in response to recommendations from the Joint Committee on Vaccination and Immunisation (JCVI), the United Kingdom National Screening Committee (UKNSC) or the Department of Health and Social Care (DHSC) as advancements in evidence-based practice emerge. The Service and its associated IT System is expected to have the capability to adapt promptly to, and implement, such prescribed changes. The Provider will not subcontract any element of the Service without the prior permission of the Commissioner. Contract Length and value. The contract for the Service is 5 years 01.04.24 -31/03/29 with an option to extend for a further two years. The Procurement process will be facilitated entirely online via ProContract portal. Interested Applicants wishing to participate in the procurement must register, express an interest and complete the online questionnaires hosted on the portal prior to the deadline for submission. A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the portal. https://procontract.due-north.com/Procurer/Advert/AdvertSummary?projectId=5c17e3eb-94bd-ed11-8120-005056b64545&projectStepId=6017e3eb-94bd-ed11-8120-005056b64545 This Tender process is being managed by NHS London Shared Service (NEL Commissioning Support Unit) on behalf of The Authority in connection with a competitive procurement exercise that is being conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing the procurement of Health, Social, Education and Other service contracts. Neither the reference to "Open Procedure", "ITT", "SQ", the use of the term "Tender process", nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
£54,481,637
Contract value
This procurement references the service and quality indicators expected by NHS England (the Commissioner) from the Child Health Information Service (CHIS) (the Service,) to ensure that a high standard of service is provided to NHS England's responsible population. The service specification is not designed to replicate, duplicate, or supersede any relevant legislative provisions which may apply, e.g. the Health and Social Care Act 2012, or the work undertaken by the Care Quality Commission (CQC). In the event of new guidance emerging, the specification will be reviewed and amended as quickly as possible, but, where necessary, both the Commissioner and the Provider will work proactively to agree speedy variations of contract ahead of a revised specification being produced. Current immunisation, screening and other public health programmes may be subject to nationally prescribed changes in response to recommendations from the Joint Committee on Vaccination and Immunisation (JCVI), the United Kingdom National Screening Committee (UKNSC) or the Department of Health and Social Care (DHSC) as advancements in evidence-based practice emerge. The Service and its associated IT System is expected to have the capability to adapt promptly to, and implement, such prescribed changes. The Provider will not subcontract any element of the Service without the prior permission of the Commissioner. Contract Length and value. The contract for the Service is 5 years 01.04.24 -31/03/29 with an option to extend for a further two years. The Procurement process will be facilitated entirely online via ProContract portal. Interested Applicants wishing to participate in the procurement must register, express an interest and complete the online questionnaires hosted on the portal prior to the deadline for submission. A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the portal. https://www.contractsfinder.service.gov.uk/Notice/481f64c1-219c-4a58-ae2c-c703a193537d 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
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/Notice/481f64c1-219c-4a58-ae2c-c703a193537d 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 an option to extend for a further 2 years at the sole discretion of the ICB. The service is expected to commence in April 2024. 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=6245748c-d7ff-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=6245748c-d7ff-ed11-8123-005056b64545 Please note that any expressions of interests by any other means will not be considered.
£3,000,000
Contract value
NHS England (London Region) (hereafter referred to as "the Authority") is seeking to re-commission 5 Diabetic Eye Screening Programmes (DESP) to deliver screening to the eligible populations of North West London (Lot 1), North Central London (Lot 2), North East London (Lot 3), South East London (Lot 4), and South West London (Lot 5). The eligible population includes patients over the age of 12 diagnosed with diabetes registered with, or eligible to be registered with, a GP in the lot area as well as individuals within prisons, secure units and the armed forces. The aim of the DESP is to reduce the risk of sight loss amongst people with diabetes by the prompt identification and effective treatment, if necessary, of sight threatening diabetic retinopathy. This will be achieved by delivering an evidence-based service that: •Identifies the eligible population and ensures effective delivery with maximum coverage. •Is safe, effective, high quality, externally and independently monitored, and quality assured. •Leads to earlier detection, appropriate referral, effective treatment and improved outcomes. •Is delivered and supported by suitably trained, competent and qualified clinical and non-clinical staff who, where relevant, participate in recognised ongoing continuing medical education, continuous professional development and quality assurance schemes. •Has audit embedded in the service. •Works effectively with other stakeholders to ensure the care pathway is smooth and efficient. There are 3 key elements of service delivery, namely: •Call/recall for all people with diabetes invited for routine digital screening; this is currently undertaken on an annual basis, but screening intervals are likely to extend to 2 years for people at low risk during the contract term, in line with national guidance. •Digital surveillance where individuals need more frequent screening. •Slit lamp bio-microscopy (SLB) for those individuals where normal photography is inappropriate (e.g. those having cataracts). Optical Coherence Tomography (OCT) does not form part of this Contract at this time, though this position may change over the life of the contract in line with national guidance. The Contract term will be 5 years, with an option to extend for a further 2 years at the sole discretion of the Commissioner. The Contracts are due to commence on 01/07/2024. The 7-year estimated contract values, based on predicted activity levels, are: Lot 1 = £33,703,069, Lot 2 = £19,862,595, Lot 3 = £30,920,240, Lot 4 = £21,533,552, Lot 5 = £18,120,336 Please note, the full indicative contract values per each financial year can be found in the tender documentation. Additional information: NHS England proposes an activity-based financial model with the following tariffs: • Routine digital screening (RS001) - £39.10 per screen. • Slit lamp bio-microscopy (SLB003) - £48.29 per screen. • Digital surveillance (DS002) - £39.10 per screen. • Prisons screening (PS004) - £78.21 per screen. • Forensics screening (FS005) - £58.65 per screen. The Commissioner's ambition through the financial model is to encourage uptake of DESP to achieve or exceed the national achievable target of 85% uptake in routine screening (DE1). The Services will be commissioned using the NHS DESP National Service Specification 23-24, localised where appropriate. National changes to screening frequency for low-risk individuals are expected to be implemented during the contract term which will have an impact on activity. The subsequent impact on contract values will be agreed between the Provider and the Commissioner via contract variation. Activity projections used in this procurement do not account for these future changes as further clarity around timeline and implementation guidance is expected in the future. Further information is provided in the tender documentation. Interested providers may bid for one, multiple or all lots. However, if successful across multiple lots following evaluation, bidders will be awarded no more than two lots. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.
£124,139,792
Contract value
NHS England (London Region) (hereafter referred to as "the Authority") is seeking to re-commission 5 Diabetic Eye Screening Programmes (DESP) to deliver screening to the eligible populations of North West London (Lot 1), North Central London (Lot 2), North East London (Lot 3), South East London (Lot 4), and South West London (Lot 5). The eligible population includes patients over the age of 12 diagnosed with diabetes registered with, or eligible to be registered with, a GP in the lot area as well as individuals within prisons, secure units and the armed forces. The aim of the DESP is to reduce the risk of sight loss amongst people with diabetes by the prompt identification and effective treatment, if necessary, of sight threatening diabetic retinopathy. This will be achieved by delivering an evidence-based service that: •Identifies the eligible population and ensures effective delivery with maximum coverage. •Is safe, effective, high quality, externally and independently monitored, and quality assured. •Leads to earlier detection, appropriate referral, effective treatment and improved outcomes. •Is delivered and supported by suitably trained, competent and qualified clinical and non-clinical staff who, where relevant, participate in recognised ongoing continuing medical education, continuous professional development and quality assurance schemes. •Has audit embedded in the service. •Works effectively with other stakeholders to ensure the care pathway is smooth and efficient. There are 3 key elements of service delivery, namely: •Call/recall for all people with diabetes invited for routine digital screening; this is currently undertaken on an annual basis, but screening intervals are likely to extend to 2 years for people at low risk during the contract term, in line with national guidance. •Digital surveillance where individuals need more frequent screening. •Slit lamp bio-microscopy (SLB) for those individuals where normal photography is inappropriate (e.g. those having cataracts). Optical Coherence Tomography (OCT) does not form part of this Contract at this time, though this position may change over the life of the contract in line with national guidance. The Contract term will be 5 years, with an option to extend for a further 2 years at the sole discretion of the Commissioner. The Contracts are due to commence on 01/07/2024. The 7-year estimated contract values, based on predicted activity levels, are: Lot 1 = £33,703,069, Lot 2 = £18,930,476, Lot 3 = £28,062,012, Lot 4 = £21,533,552, Lot 5 = £18,120,336 Please note, the full indicative contract values per each financial year can be found in the tender documentation. Additional information: NHS England proposes an activity-based financial model with the following tariffs: • Routine digital screening (RS001) - £39.10 per screen. • Slit lamp bio-microscopy (SLB003) - £48.29 per screen. • Digital surveillance (DS002) - £39.10 per screen. • Prisons screening (PS004) - £78.21 per screen. • Forensics screening (FS005) - £58.65 per screen. The Commissioner's ambition through the financial model is to encourage uptake of DESP to achieve or exceed the national achievable target of 85% uptake in routine screening (DE1). The Services will be commissioned using the NHS DESP National Service Specification 23-24, localised where appropriate. National changes to screening frequency for low-risk individuals are expected to be implemented during the contract term which will have an impact on activity. The subsequent impact on contract values will be agreed between the Provider and the Commissioner via contract variation. Activity projections used in this procurement do not account for these future changes as further clarity around timeline and implementation guidance is expected in the future. Further information is provided in the tender documentation. Interested providers may bid for one, multiple or all lots. However, if successful across multiple lots following evaluation, bidders will be awarded no more than two lots. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.
£120,349,445
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 values Lot 1 662400 Lot 2 276000 Lot 3 552000 Total 1490400 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
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 values Lot 1 662400 Lot 2 276000 Lot 3 552000 Total 1490400 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
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 - Barking & Dagenham, Havering, Redbridge and Waltham Forest • The contract will commence from June 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, broken down as follows in the boroughs: • Barking and Dagenham 125 • Havering 183 • Redbridge 130 • Waltham Forest 158 Lot 2 - 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 At the point of tender publication, 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 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 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 Boroughs of Barking & Dagenham, Havering, Redbridge and Waltham Forest • Lot 2 - London Borough of Newham 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 - Barking & Dagenham, Havering, Redbridge and Waltham Forest • The contract will commence from May 2024. • The contract value is £ £893,975 annually or £4,469,875 over 5 years. • To deliver IPS access to 596 people per annum, broken down as follows in the boroughs: • Barking and Dagenham 125 • Havering 183 • Redbridge 130 • Waltham Forest 158 Lot 2 - Newham • The contract will commence from May 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 At the point of tender publication 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 SEL ICB, hereafter referred to as 'Authority' wishes to commission a Lewisham Hypertension service. By raising awareness of hypertension and associated actions to reduce it, it is expected that the bidder will increase diagnosis rates in the targeted community as well as improve rates of self-management and care. Lewisham has the lowest rate in South East London of blood pressure that is controlled within the age-adjusted range of NICE thresholds amongst diagnosed hypertensive patients (and South East London overall has the lowest rate of blood pressure control amongst the five London ICS areas). At 55%, Lewisham is some distance from achieving the NHS England target of 80% of diagnosed hypertensive patients controlled within NICE thresholds by the end of March 2025. To achieve this target, an additional 8,500 people would need to bring their blood pressure under control (or more if we account for population growth, increasing hypertension prevalence and/or hypertension diagnosis rates improving), within the total current hypertensive population of 39,000 people. Uncontrolled or poorly controlled blood pressure increases the risk of stroke, heart disease, heart attack, kidney disease, dementia and many related poor health and life outcomes. The health inequalities profile of hypertension in Lewisham is also significant; with those not achieving good blood pressure control more likely to be younger (<60 years old), of Black African or Black Caribbean background, male and living in the two most deprived quintiles. The life-changing impacts and high human cost are therefore significant to individuals, their families and communities more widely. The Contract will commence on 01/01/2025 for an initial period of 2 years. The annual contract value is £50,000, therefore the total value of the contract is £100,000 (VAT inclusive, as applicable). The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. Interested Organisation must express an interest via Atamis. Bidders need 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 (Contract Reference: C309762). Please note that any submission of bids by any other means will not be considered. Please also note that this procurement is restricted to Small and Medium Enterprises and Voluntary Community and Social Enterprises. The Commissioner would also like to receive Bids from organisations with the experience of delivering programmes for BAME Communities within South East London. The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a Request for Quotation (RfQ) under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
£100,000
Contract value
South East London ICB is seeking to procure a Sanctuary Seeking Wellbeing Service for the Lewisham borough area. The Lewisham Sanctuary Seeking Wellbeing Service has been funded to provide culturally sensitive community-based interventions, advice and practical support to optimise the ongoing health and wellbeing of Lewisham's resettled population and suitability of services for this community. The key objectives for the service are as follows: • Deliver a series of family-orientated, community-based psychoeducational and psychosocial interventions in four key languages: Arabic, Dari, Pashto and Ukrainian. • 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 Action for Refugees in Lewisham (AFRIL) and Lewisham Refugee and Migrant Network (LRMN) who support asylum seekers. • Deliver effective stepped-care for service users and seamless integration into statutory services where and when required. • Develop an offer for children aged between 13-18 years. • 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 £180,000 (excluding VAT) per annum making the total cost of the contract £360,000. This is a Request for Quotation exercise, interested organisations must submit a duly completed RfQ bid responses for this project 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 For advice or support in registering please contact the Atamis helpdesk: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk Once registered, you can acces the RfQ and submit your response by clicking the following link to this specific project: Atamis contract reference: C324725 https://atamis-1928.lightning.force.com/lightning/r/ProSpend__Proc_Contract__c/a07Sr00000M0qKUIAZ/view Please note that any RfQ submissions by any other means will not be considered. The deadline for submission is 17:00 on 09 January 2025. 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: The proposed service is as follows: • Community Wellbeing Workshops: will provide our resettled and refugee populations with opportunities to learn more about their wellbeing and mental health, explore the services available to them in the borough and support one another to nurture and maintain their wellbeing • 1:1 Wellbeing Workshops: will offer time-limited psychosocial support and counselling to those within our resettled and refugee population who seek to explore issues related to their mental health outside of statutory services. These workshops will be culturally specific and those who deliver them should be fluent in the native tongue of those participating. • Community Engagement Workshops: will promote awareness and understanding of the experiences of our resettled and refugee population, available befriender programmes and culturally sensitive ways to support them as they move through their period of resettlement.
£360,000
Contract value