Loading page content…
Loading page content…
Loading contract search results…
54 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
NHS England London Region (hereafter referred to as "The Authority") invites interested, suitably qualified and experienced providers to attend a Market Engagement Event in advance of publication of Breast Screening Services across London and including west Hertfordshire. Bidders will be asked to provide feedback after the event. The Authority will also publish feedback and Q&A after event. Background • The aim of breast screening is to reduce mortality from breast cancer by diagnosing cancer at an early stage when treatment is more successful. • In England, the NHS currently offers breast screening to women aged from 50 up to their 71st birthday, every 3 years. Women aged 71 and over may self-refer every 3 years by contacting their local breast screening unit. • Screening is provided in accessible screening sites (mobile units or static sites) and locations. • Breast screening is a two-stage screening process: 1. Initially mammography for all women 2. Further screening tests for a small proportion of women The additional tests are to confirm the presence of breast cancer or to reassure women that they have no sign of cancer and can be discharged back to routine screening. • The programme also offers regular screening to women under 50 who have a Very High genetic Risk (VHR) of breast cancer, either because of a family history, because they are a carrier of a gene that puts them at a high risk of breast cancer (e.g. BRCA gene), or because they are on the Breast screening After Radiotherapy Dataset (BARD) database. Market Engagement The Authority plans to hold an online interactive engagement event via MS Teams on the Wednesday 4th of September from 14.00-16.00hrs. The Market Engagement Event will provide: • An overview of the current and proposed BSS service provision across the London Region (including West Hertfordshire). • Details of the anticipated contract type, length and particular conditions. • An overview of the proposed commissioning approach and procurement route. • Indicative timelines for the procurement. Registration Reservations are limited to no more than 3 individuals per organisation. A link will be forwarded to individuals (no more than 3) who express an interest in attending, please send details of those to be invited to england.ypa@nhs.net with a subject title of "Market Engagement BSS" using the attached registration form. The market engagement registration form must be completed and sent to england.ypa@nhs.net with a subject title of "Market Engagement BSS" by no later than 12:00pm on the 30.08.24. The NHS London Commercial Hub (LCH), hosted by NHS North East London ICB (Part of North East London Health and Care Partnership) is managing this Market Engagement process on behalf of NHS England (London Region). IMPORTANT - We would like to inform you that the lot structure (including the number of lots) will be presented at the Market Engagement Event.
Value undisclosed
Background The purpose of Child Health Information Services (CHIS), and the Systems that support them, is to ensure that each child in England has an accurate active record supporting delivery of public health interventions including; screening and childhood and adolescent immunisations for which detailed service specifications are set out in the annual NHS Public Health Functions Agreement and the Healthy Child Programme services. The CHIS enable the health protection, promotion, and failsafe activities for clinical delivery to be carried out in a timely way. The children and young people population covered by CHIS are those: - Registered with a General Practice in the area; - Resident in the specified area whether registered with a General Practice or not; - Educated in the London area. The Provider will be required to show that the healthcare premises comply with BS ISO/IEC 17799-2005 (Code of Practice for Information Security Management) and ISO 27001:2005 (Information Security Management Systems - Requirements) for all systems used to provide IM&T Services unless otherwise agreed with the Commissioner. CHIS Operating Model • Delivery will be in line with the national CHIS schedule 2 service specification with some regional enhancements to meet local population need. The Procurement will be Undertaken via 5 lots: Lot 1 - North Central London Lot 2 - North East London Lot 3 -North West London Lot 4 - South East London Lot 5 - South West London The contract(s) for the Service will be awarded for a period of 3 years (36 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 5 years (60 months).
£38,915,449
Contract value
NHS South East London Integrated Care Board (Bromley) ("the ICB") is seeking feedback to inform the procurement of the Bromley IRIS. We ask that interested organisations submit responses to the questionnaire using the template provided. Respondents are requested to address the questions specifically rather than attaching extensive technical or promotional information or materials, as such information will not be considered. This Service relates to the delivery of Domestic Abuse (DA) training and support for all GP practices and Primary Care Network (PCN) staff in Bromley in accordance with the IRIS (Identification and Referral to Improve Safety) model of DA Training delivery to Primary Care, for the 3 years from 01/02/2024 to 31/01/2027. The previous Bromley IRIS service was in place from April 2018 to March 2023, delivering education and training to Bromley GP practices on identification and appropriate referral of victims of Domestic abuse (DA). The new service provider will inherit a good legacy of approximately 41 of the 43 Bromley GP practices being IRIS accredited at 31/03/23. In order to assist the ICB with testing its assumptions and proposed service requirements, your responses to the questions will explore the following areas: • the draft Service Specification • timescales for procurement and mobilisation of the contract/service • proposed contract duration and financial envelope We ask that interested organisations submit responses to the questionnaire using the template provided. Respondents are requested to address the questions specifically rather than attaching extensive technical or promotional information or materials, as such information will not be considered. Please complete the template and return this via the ProContract messaging facility by 30th June 2023, 14:00. Questionnaire responses submitted will remain confidential and information gathered will be used for the sole purpose of informing the ICB of the future procurement exercise. Please refer to Appendix A for the Service Specification, available for download via the ProContract e-tendering portal. Interested organisation must express an interest via Pro-contract e-tendering portal. Bidders needs to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project and submit the completed market engagement questionnaire by clicking the following link to this specific project: https://procontract.due-north.com/Advert/Index?advertId=afc1685c-c00a-ee11-8123-005056b64545 Please note that any expressions of interests by any other means will not be considered. Additional information: This market engagement exercise will be used to inform final procurement documentation and service requirements to be published with the Invitation to Tender, subject to ICB decision to proceed with procurement. In this case ICB will publish a contract notice in Find a tender and Contract finder inviting expressions of interest and tender. Any interested organisations including those who have expressed an interest in this market engagement exercise have to express an interest to participate in the procurement process.
Value undisclosed
NHS South East London Integrated Care Board (Bromley) ("the ICB") is seeking feedback to inform the procurement of the Bromley IRIS. We ask that interested organisations submit responses to the questionnaire using the template provided. Respondents are requested to address the questions specifically rather than attaching extensive technical or promotional information or materials, as such information will not be considered. This Service relates to the delivery of Domestic Abuse (DA) training and support for all GP practices and Primary Care Network (PCN) staff in Bromley in accordance with the IRIS (Identification and Referral to Improve Safety) model of DA Training delivery to Primary Care, for the 3 years from 01/02/2024 to 31/01/2027. The previous Bromley IRIS service was in place from April 2018 to March 2023, delivering education and training to Bromley GP practices on identification and appropriate referral of victims of Domestic abuse (DA). The new service provider will inherit a good legacy of approximately 41 of the 43 Bromley GP practices being IRIS accredited at 31/03/23. In order to assist the ICB with testing its assumptions and proposed service requirements, your responses to the questions will explore the following areas: • the draft Service Specification • timescales for procurement and mobilisation of the contract/service • proposed contract duration and financial envelope We ask that interested organisations submit responses to the questionnaire using the template provided. Respondents are requested to address the questions specifically rather than attaching extensive technical or promotional information or materials, as such information will not be considered. Please complete the template and return this via the ProContract messaging facility by 30th June 2023, 14:00. Questionnaire responses submitted will remain confidential and information gathered will be used for the sole purpose of informing the ICB of the future procurement exercise. Please refer to Appendix A for the Service Specification, available for download via the ProContract e-tendering portal. Interested organisation must express an interest via Pro-contract e-tendering portal. Bidders needs to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project and submit the completed market engagement questionnaire by clicking the following link to this specific project: https://procontract.due-north.com/Advert/Index?advertId=afc1685c-c00a-ee11-8123-005056b64545 Please note that any expressions of interests by any other means will not be considered. Additional information: This market engagement exercise will be used to inform final procurement documentation and service requirements to be published with the Invitation to Tender, subject to ICB decision to proceed with procurement. In this case ICB will publish a contract notice in Find a tender and Contract finder inviting expressions of interest and tender. Any interested organisations including those who have expressed an interest in this market engagement exercise have to express an interest to participate in the procurement process.
Value undisclosed
NHS South East London Integrated Care Board (Bromley) ("the ICB") is seeking feedback to inform the procurement of the Bromley IRIS. We ask that interested organisations submit responses to the questionnaire using the template provided. Respondents are requested to address the questions specifically rather than attaching extensive technical or promotional information or materials, as such information will not be considered. This Service relates to the delivery of Domestic Abuse (DA) training and support for all GP practices and Primary Care Network (PCN) staff in Bromley in accordance with the IRIS (Identification and Referral to Improve Safety) model of DA Training delivery to Primary Care, for the 3 years from 01/02/2024 to 31/01/2027. The previous Bromley IRIS service was in place from April 2018 to March 2023, delivering education and training to Bromley GP practices on identification and appropriate referral of victims of Domestic abuse (DA). The new service provider will inherit a good legacy of approximately 41 of the 43 Bromley GP practices being IRIS accredited at 31/03/23. In order to assist the ICB with testing its assumptions and proposed service requirements, your responses to the questions will explore the following areas: • the draft Service Specification • timescales for procurement and mobilisation of the contract/service • proposed contract duration and financial envelope We ask that interested organisations submit responses to the questionnaire using the template provided. Respondents are requested to address the questions specifically rather than attaching extensive technical or promotional information or materials, as such information will not be considered. Please complete the template and return this via the ProContract messaging facility by 30th June 2023, 14:00. Questionnaire responses submitted will remain confidential and information gathered will be used for the sole purpose of informing the ICB of the future procurement exercise. Please refer to Appendix A for the Service Specification, available for download via the ProContract e-tendering portal. Interested organisation must express an interest via Pro-contract e-tendering portal. Bidders needs to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project and submit the completed market engagement questionnaire by clicking the following link to this specific project: https://procontract.due-north.com/Advert/Index?advertId=afc1685c-c00a-ee11-8123-005056b64545 Please note that any expressions of interests by any other means will not be considered. Additional information: This market engagement exercise will be used to inform final procurement documentation and service requirements to be published with the Invitation to Tender, subject to ICB decision to proceed with procurement. In this case ICB will publish a contract notice in Find a tender and Contract finder inviting expressions of interest and tender. Any interested organisations including those who have expressed an interest in this market engagement exercise have to express an interest to participate in the procurement process.
Value undisclosed
This is a prior information notice of an upcoming procurement process for London Diabetic Eye Screening Programme (DESP) procurement. The NHS England London, Public Health Screening team, are currently preparing for the undertaking of the DESP re procurement 2023/24. The aim of the DESP is to reduce the risk of sight loss among people living with diabetes. Commissioners are seeking feedback from interested organisations in the form of completed Market Engagement Questionnaires (MEQ). The five intended lots are: - North West London (NWL) - North Central London (NCL) - North East London (NEL) - South East London (SEL) - South West London (SWL) People living with diabetes aged 12 and over are invited at least annually for routine retinal screening and more frequently for enhanced surveillance where required. Across London the DESP services are delivered from community clinics and health centres as near as possible to patients' home and/or GP. Delivery of the programme includes identification of those registered with GP with a diagnosis of diabetes via data extraction (via GP2DRS), invitation and provision of retinal screening, ongoing management of surveillance, onward referral pathways with screen detected of those who may require urgent or routine assessment and treatment. The scope and delivery of the service is detailed in the DESP National Service Specification No 22 (NHS public health functions agreement 2019-20 (england.nhs.uk). In London, five provider organisations are commissioned by NHS England (NHSE) to deliver Diabetic Eye Screening to a population of approximately 500,000 people living with diabetes. Interested organisation must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=33cc878b-e3c3-ed11-8120-005056b64545 Please note that any expressions of interest by any other means will not be considered. Please note this expression of interest is only for Market Engagement Questionnaire. You will need to Express an Interest again once the procurement is live. Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (a link to a questionnaire via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Engagement Questionnaire through the MS Form no later than Thursday 11 May 2023 at 12.00 (noon). Important - The commissioners would like to receive feedback from interested bidders on the specification. Please see 'Links' section for further information. Additional information: Please see below the full details of the five lots: Lot 1 - North West London (NWL) - Boroughs included - Hillingdon, Hammersmith and Fulham, Kensington, Chelsea and Westminster, Ealing, Hounslow, Brent and Harrow Lot 1 - Estimated maximum annual value - £4,889,670 Estimated maximum total value for the full 7-years: £34,227,690 Lot 2 - North Central London (NCL) - Boroughs included - Barnet, Enfield, Haringey, Islington and Camden Lot 2 - Estimated maximum annual value - £3,162,020 Estimated maximum total value for the full 7-years: £22,134,140 Lot 3 - North East London (NEL) - Boroughs included - The City and Hackney, Waltham Forest, Newham, Tower Hamlets, Barking and Dagenham, Havering and Redbridge Lot 3 - Estimated maximum annual value - £4,701,140 Estimated maximum total value for the full 7-years: £32,907,980 Lot 4 - South East London (SEL) - Boroughs included - Lambeth, Southwark, Lewisham, Bexley, Bromley and Greenwich Lot 4 - Estimated maximum annual value - £2,943,411 Estimated maximum total value for the full 7-years: £20,603,877 Lot 5 - South West London (SWL) Boroughs included - Sutton and Merton, Wandsworth, Richmond and Twickenham, Croydon and Kingston Lot 5 - Estimated maximum annual value - £2,358,197 Estimated maximum total value for the full 7-years: £16,507,379 The service specifications, contract values and contract durations stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this MEQ exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process. Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract e-tendering portal. This Market Engagement process is being managed by the NHS London Commercial Hub (hosted by NHS North East London) on behalf of NHS England in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
£126,381,066
Contract value
The Authority will use the existing pathway for the development and delivery of a pan-London face-to-face UDC service. The description below provides an outline of the main features of that pathway and the services that will be commissioned under this procurement to support the delivery of the service. The model requires: • Patients to be clinically triaged • Patients to access the UDC service via NHS 111 • Patients to be triaged by The Authority's commissioned dental triage service • Subject to meeting the acceptance criteria, patients to be allocated appointment slots by the dental triage service • Patient details to be shared with the UDC Provider via NHS.net email which will include appointment time, medical history and a brief description of symptoms (there is a possibility that the sharing of patient details may change in the future if an electronic referral system is implemented)
£3,743,783.68
Contract value
A Direct Award C contract will be awarded to: Broadway Dental Care, 1 Compton Road, Winchmore Hill, London, N21 3PA. The Authority will use the existing pathway for the development and delivery of a pan-London face-to-face UDC service. The description below provides an outline of the main features of that pathway and the services that will be commissioned under this procurement to support the delivery of the service. The model requires: • Patients to be clinically triaged • Patients to access the UDC service via NHS 111 • Patients to be triaged by The Authority's commissioned dental triage service • Subject to meeting the acceptance criteria, patients to be allocated appointment slots by the dental triage service • Patient details to be shared with the UDC Provider via NHS.net email which will include appointment time, medical history and a brief description of symptoms (there is a possibility that the sharing of patient details may change in the future if an electronic referral system is implemented)
£975,228.8
Contract value
This is a prior information notice of an upcoming procurement for the Lewisham High Intensity User service to be delivered under an NHS Standard contract arrangement. South East London Integrated Care Board (NHS South East London) will soon be undertaking a procurement process to select a service provider to deliver a High intensity User (HIU) Service that will provide high quality, collaborative multidisciplinary support for patients that are high users of urgent care services. The SEL ICB is currently developing the draft service requirements which is being informed by service user and stakeholder feedback. SEL ICB wish to request market feedback from potentially interested providers to inform the upcoming procurement process. The service contributes to the delivery of the NHS Long Term plan by reducing demand in Urgent and Emergency Care and aims to deliver positive outcomes and benefits for both patients and the health care system. In order to assist the Commissioners with testing its assumptions and proposed service requirements, a market engagement questionnaire (MEQ) has been published to explore the market's feedback on the following areas: • Outline of service requirements and KPI's • timescales for procurement and mobilisation of the new contract • proposed contract duration and financial model. Although, this pre-market engagement does not form any part of the formal procurement process, it will inform how the new service is commissioned. Information gained from this exercise will be used to inform the final service specification and expected outcomes from the procurement process. Interested organisations are asked to submit responses to the Market Engagement questionnaire using the Microsoft Forms LINK - https://forms.office.com/e/Tv73YkPDim Deadline for completion - Please complete this MEQ by no later than 12:00 noon Friday 19 May 2023. Background In 2019/20, the NHS operational planning and contracting guidance set out that all health systems in England must implement a high intensity use service. Lewisham has had a high intensity user service in place since 2018 supporting a caseload of approximately 120 patients per annum offering both clinical and non-clinical support to patients that are identified as high users of emergency services in Lewisham. The service has evolved over time in response to both the Covid19 Pandemic and varying patient need increasing its caseload from 100 in 2018 to 120 in 2022 with plans for this to increase to up to 140 in the new specification. PLEASE SEE FULL ADVERT IN THE ATTACHMENT SECTION. Additional information: Outline The service will operate under an NHS Standard contract for delivery of a community based High Intensity User (HIU) service that offers a one-to-one coaching approach, targeting people who use healthcare more than expected specifically targeting high users of 999, NHS111, A&E and hospital admissions supporting the most vulnerable patients in community to flourish, whilst making the best use of available resources. The service will contribute to the wider High Intensity User Programme and 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 HIU team will consist of a mixed workforce of both medical and non-medical staff who will work collaboratively with key services and stakeholders to support, manage, and treat a patient's health and social needs. Monthly Multi-disciplinary meetings with key service providers and stakeholders will be held to review patient cases, the service activity dashboard, and patient outcomes. The service holds an annual baseline caseload of approximately 120 patients which is reviewed and refreshed on a quarterly basis to proactively identify any patients that are at risk of becoming a high user of urgent care services. Robust quantitative (KPIs) and qualitative (patient experience/case studies) is required and critical for determining the success of the service resulting in both benefits and positive outcomes for patients whilst contributing to the reduction of demand on urgent care services. Contract Duration The contract 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. If all available extension is taken up in full the contract will have a maximum duration of 5 years (60 months). Contract value The indicative contract value is approximately £170k per annum equating to a maximum contract value of £850k (£510k + £340k). The purpose of this PIN is to inform the market of a possible procurement. In issuing this PIN and engaging with the market, the Authority is not committing to carrying out any procurement. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Value undisclosed
The Authority will use the existing pathway for the development and delivery of a pan-London face-to-face UDC service. The description below provides an outline of the main features of that pathway and the services that will be commissioned under this procurement to support the delivery of the service. The model requires: • Patients to be clinically triaged • Patients to access the UDC service via NHS 111 • Patients to be triaged by The Authority's commissioned dental triage service • Subject to meeting the acceptance criteria, patients to be allocated appointment slots by the dental triage service • Patient details to be shared with the UDC Provider via NHS.net email which will include appointment time, medical history and a brief description of symptoms (there is a possibility that the sharing of patient details may change in the future if an electronic referral system is implemented)
£3,422,852.16
Contract value
This is a prior information notice of an upcoming procurement process for London Diabetic Eye Screening Programme (DESP) procurement. The NHS England London, Public Health Screening team, are currently preparing for the undertaking of the DESP re procurement 2023/24. The aim of the DESP is to reduce the risk of sight loss among people living with diabetes. Commissioners are seeking feedback from interested organisations in the form of completed Market Engagement Questionnaires (MEQ). The five intended lots are: - North West London (NWL) - North Central London (NCL) - North East London (NEL) - South East London (SEL) - South West London (SWL) People living with diabetes aged 12 and over are invited at least annually for routine retinal screening and more frequently for enhanced surveillance where required. Across London the DESP services are delivered from community clinics and health centres as near as possible to patients' home and/or GP. Delivery of the programme includes identification of those registered with GP with a diagnosis of diabetes via data extraction (via GP2DRS), invitation and provision of retinal screening, ongoing management of surveillance, onward referral pathways with screen detected of those who may require urgent or routine assessment and treatment. The scope and delivery of the service is detailed in the DESP National Service Specification No 22 (NHS public health functions agreement 2019-20 (england.nhs.uk). In London, five provider organisations are commissioned by NHS England (NHSE) to deliver Diabetic Eye Screening to a population of approximately 500,000 people living with diabetes. Interested organisation must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=33cc878b-e3c3-ed11-8120-005056b64545 Please note that any expressions of interest by any other means will not be considered. Please note this expression of interest is only for Market Engagement Questionnaire. You will need to Express an Interest again once the procurement is live. Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (a link to a questionnaire via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Engagement Questionnaire through the MS Form no later than Thursday 11 May 2023 at 12.00 (noon). Additional information: Please see below the full details of the five lots: Lot 1 - North West London (NWL) - Boroughs included - Hillingdon, Hammersmith and Fulham, Kensington, Chelsea and Westminster, Ealing, Hounslow, Brent and Harrow Lot 1 - Estimated maximum annual value - £4,889,670 Estimated maximum total value for the full 7-years: £34,227,690 Lot 2 - North Central London (NCL) - Boroughs included - Barnet, Enfield, Haringey, Islington and Camden Lot 2 - Estimated maximum annual value - £3,162,020 Estimated maximum total value for the full 7-years: £22,134,140 Lot 3 - North East London (NEL) - Boroughs included - The City and Hackney, Waltham Forest, Newham, Tower Hamlets, Barking and Dagenham, Havering and Redbridge Lot 3 - Estimated maximum annual value - £4,701,140 Estimated maximum total value for the full 7-years: £32,907,980 Lot 4 - South East London (SEL) - Boroughs included - Lambeth, Southwark, Lewisham, Bexley, Bromley and Greenwich Lot 4 - Estimated maximum annual value - £2,943,411 Estimated maximum total value for the full 7-years: £20,603,877 Lot 5 - South West London (SWL) Boroughs included - Sutton and Merton, Wandsworth, Richmond and Twickenham, Croydon and Kingston Lot 5 - Estimated maximum annual value - £2,358,197 Estimated maximum total value for the full 7-years: £16,507,379 The service specifications, contract values and contract durations stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this MEQ exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process. Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract e-tendering portal. This Market Engagement process is being managed by the NHS London Commercial Hub (hosted by NHS North East London) on behalf of NHS England in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
£126,381,066
Contract value
This is a prior information notice of an upcoming procurement process for London Diabetic Eye Screening Programme (DESP) procurement. The NHS England London, Public Health Screening team, are currently preparing for the undertaking of the DESP re procurement 2023/24. The aim of the DESP is to reduce the risk of sight loss among people living with diabetes. Commissioners are seeking feedback from interested organisations in the form of completed Market Engagement Questionnaires (MEQ). The five intended lots are: - North West London (NWL) - North Central London (NCL) - North East London (NEL) - South East London (SEL) - South West London (SWL) People living with diabetes aged 12 and over are invited at least annually for routine retinal screening and more frequently for enhanced surveillance where required. Across London the DESP services are delivered from community clinics and health centres as near as possible to patients' home and/or GP. Delivery of the programme includes identification of those registered with GP with a diagnosis of diabetes via data extraction (via GP2DRS), invitation and provision of retinal screening, ongoing management of surveillance, onward referral pathways with screen detected of those who may require urgent or routine assessment and treatment. The scope and delivery of the service is detailed in the DESP National Service Specification No 22 (NHS public health functions agreement 2019-20 (england.nhs.uk). In London, five provider organisations are commissioned by NHS England (NHSE) to deliver Diabetic Eye Screening to a population of approximately 500,000 people living with diabetes. Interested organisation must express an interest via the Pro-contract e-tendering portal. Bidders need to register on Pro-contract if they are not registered already. This can be done by clicking the below link. https://procontract.due-north.com/Register Once registered, you can express an interest in this project by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=33cc878b-e3c3-ed11-8120-005056b64545 Please note that any expressions of interest by any other means will not be considered. Please note this expression of interest is only for Market Engagement Questionnaire. You will need to Express an Interest again once the procurement is live. Once you navigate to the project area you can access the Market Engagement materials provided in the messaging facility (a link to a questionnaire via MS Forms). Interested organisations are requested to complete and submit a copy of the Market Engagement Questionnaire through the MS Form no later than Thursday 11 May 2023 at 12.00 (noon). Additional information: Please see below the full details of the five lots: Lot 1 - North West London (NWL) - Boroughs included - Hillingdon, Hammersmith and Fulham, Kensington, Chelsea and Westminster, Ealing, Hounslow, Brent and Harrow Lot 1 - Estimated maximum annual value - £4,889,670 Estimated maximum total value for the full 7-years: £34,227,690 Lot 2 - North Central London (NCL) - Boroughs included - Barnet, Enfield, Haringey, Islington and Camden Lot 2 - Estimated maximum annual value - £3,162,020 Estimated maximum total value for the full 7-years: £22,134,140 Lot 3 - North East London (NEL) - Boroughs included - The City and Hackney, Waltham Forest, Newham, Tower Hamlets, Barking and Dagenham, Havering and Redbridge Lot 3 - Estimated maximum annual value - £4,701,140 Estimated maximum total value for the full 7-years: £32,907,980 Lot 4 - South East London (SEL) - Boroughs included - Lambeth, Southwark, Lewisham, Bexley, Bromley and Greenwich Lot 4 - Estimated maximum annual value - £2,943,411 Estimated maximum total value for the full 7-years: £20,603,877 Lot 5 - South West London (SWL) Boroughs included - Sutton and Merton, Wandsworth, Richmond and Twickenham, Croydon and Kingston Lot 5 - Estimated maximum annual value - £2,358,197 Estimated maximum total value for the full 7-years: £16,507,379 The service specifications, contract values and contract durations stipulated are all in draft and are being developed at the time of publication of this PIN. Feedback from this MEQ exercise will be considered by the commissioners before the service specification and other contract parameters are finalised for the next stage of the process. Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract e-tendering portal. This Market Engagement process is being managed by the NHS London Commercial Hub (hosted by NHS North East London) on behalf of NHS England in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
£126,381,066
Contract value
This Prior Information Notice (PIN) notifies 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. The annual total contract value, across London based on current investment is approximately £14.8m. For each of the 5 geographical areas, the approximate current values are as follows: NCL - £2.1m NEL - £4.0m NWL - £2.9m SEL - £2.9m SWL - £2.5m 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. The Authority would like to invite interested and suitably qualified providers to attend a Market Engagement Event. The event will be held on: Tuesday 09 May 2023 from 09:00 to 12:00 Novotel London Bridge 53-61 Southwark Bridge Road London SE1 9HH The Market engagement event provides an ideal opportunity to meet with NHS England London Region Public Health Commissioning representatives and to find out the expectations of service delivery, potential procurement and contracting process may work. Additional information: Further detail on the Market Engagement Event: An indicative agenda is as follows: - Introduction; - Outline of the event; - Public health importance of the childhood lifecourse immunisation programmes Population Health (Health Needs Assessment) - Commissioning Overview; - NHS landscape - Commissioning Model - Review of service content - Procurement Process; - Question and Answer session. Please be advised that it may be necessary to share the names and contact details of all attendees for the market event to facilitate networking amongst providers. Parties will be able to opt out of the sharing of details by completing the attendee registration form available on the portal. Please note this is purely a market engagement exercise to provide information, gather feedback and generate and gauge interest in this contract opportunity and can instead be categorised as pre-procurement market engagement. As space is limited two people per organisation will be eligible to attend. The contract opportunity will be open to the entire market and the interest and feedback received at the market event will be used to inform the final procurement process. The details of the subsequent procurement are not finalised and may change. The final details of the procurement will be confirmed in the Contract Opportunity Notice or Contracts Notice to be published in due course. The purpose of this PIN is to inform the market of a possible procurement. In issuing this PIN and engaging with the market, the Authority is not committing to carrying out any procurement. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Value undisclosed
Background The purpose of Child Health Information Services (CHIS), and the Systems that support them, is to ensure that each child in England has an accurate active record supporting delivery of public health interventions including; screening and childhood and adolescent immunisations for which detailed service specifications are set out in the annual NHS Public Health Functions Agreement and the Healthy Child Programme services. The CHIS enable the health protection, promotion, and failsafe activities for clinical delivery to be carried out in a timely way. The children and young people population covered by CHIS are those: - Registered with a General Practice in the area; - Resident in the specified area whether registered with a General Practice or not; - Educated in the London area. The Provider will be required to show that the healthcare premises comply with BS ISO/IEC 17799-2005 (Code of Practice for Information Security Management) and ISO 27001:2005 (Information Security Management Systems - Requirements) for all systems used to provide IM&T Services unless otherwise agreed with the Commissioner. CHIS Operating Model • Delivery will be in line with the national CHIS schedule 2 service specification with some regional enhancements to meet local population need. The Procurement will be Undertaken via 5 lots: Lot 1 - North Central London Lot 2 - North East London Lot 3 -North West London Lot 4 - South East London Lot 5 - South West London The contract(s) for the Service will be awarded for a period of 3 years (36 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 5 years (60 months).
£38,915,449
Contract value
This is a prior information notice of an upcoming procurement process for GP Primary Medical Services and additional services under APMS Contracts delivered directly to nursing home residents, residential care home residents and extra care housing tenants across the Lewisham Borough. South East London Integrated Care Board (NHS South East London) under delegated commissioning on behalf of NHS England will soon be undertaking a procurement process to select a service provider to deliver GP Primary Medical Services and additional services under APMS Contracts delivered directly to nursing home residents, residential care home residents and extra care housing tenants across the Lewisham Borough. The SEL ICB is currently developing the draft service requirements which is being informed by service user and stakeholder feedback. SEL ICB wish to request market feedback from potentially interested providers to inform the upcoming procurement process. In order to assist the Commissioners with testing its assumptions and proposed service requirements, a market engagement questionnaire (MEQ) has been published to explore the market's feedback on the following areas: • Outline of service requirements and KPI's • timescales for procurement and mobilisation of the new contract • proposed contract duration and financial model. Although, this pre-market engagement does not form any part of the formal procurement process, it will inform how the new service is commissioned. Information gained from this exercise will be used to inform the final service specification and expected outcomes from the procurement process. Background This service covers the London Borough of Lewisham and is a dedicated primary care service for older adult residents living in residential and nursing care homes, and extra care housing. Residential and nursing care home residents are amongst the most frail and vulnerable, with significant clinical complexity. Residents are three times more likely to fall in a care home than in their own home. Falls prevention is a core part of the early training for care homes and an essential component of mitigating against avoidable hospital admissions. Outline The service will operate under an APMS primary care contract and provide core General Medical Services together with an enhanced service specification for medical support for nursing home residents, residential care home residents and extra care housing tenants. 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'. It is envisaged that the service will in addition, pilot the delivery of a remote advice and support service to residents and staff of mental health and learning disability residential homes within the borough, The pilot will be scoped and co-developed by the provider working in collaboration with key stake holders and service users. Additional information: Patient Cohort The service will provide GP services to a cohort of 637 Older People residing in Nursing and Care Homes and 180 Residents of Extra Support Housing with the addition of 310 from mental health and Learning disability care homes for the advice and support pilot service. Aims and objectives The aims of the service are to: • deliver a proactive patient centred model of integrated case management adopting a multidisciplinary approach to case management. • provide a responsive service which adapts over time to patient feedback and to changes in evidence concerning medical care for the Nursing Home resident; • provide clinical leadership to improve the overall quality of care for patients in Nursing Homes; • develop effective working relationships with Nursing Homes, acute hospitals and other stakeholders which will allow the provider to effectively deliver against the objective of this service; • Improve consistency and remove variation across the borough in quality of care. • improve the quality of medical support to the patient; • improve patient satisfaction and outcomes; • improve end of life care and deliver Gold Standard Framework for Nursing Homes (GSFCH) • improve management of long-term conditions, frailty and dementia; • improve the wider wellbeing of all residents; • support delivery of the Enhanced Health in Care Homes PCN DES service requirements Please complete the MS Forms Market Engagement Questionnaire (see Link section) Contract value The indicative contract value is approximately £500k per annum. This figure is based on the current number of care home beds which will be broken down by bed occupancy in the ITT stage of procurement Contract Duration 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 purpose of this PIN is to inform the market of a possible procurement. In issuing this PIN and engaging with the market, the Authority is not committing to carrying out any procurement. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Value undisclosed
South East London Integrated Care Board (NHS South East London) under delegated commissioning on behalf of NHS England is seeking to procure GP Primary Medical Services and additional services under APMS Contracts delivered directly nursing home residents, residential care home residents and extra care housing tenants across Bromley Borough. In order to assist the Commissioners with testing its assumptions and proposed service requirements, a market engagement questionnaire (MEQ) has been published to explore the market's feedback on the following areas: • Outline of service requirements and KPI's • timescales for procurement and mobilisation of the new contract • proposed contract duration and financial model Background This service covers the London Borough of Bromley and is a dedicated primary care service for older residents living in residential and nursing care homes, and extra care housing. Residential and nursing care home residents are amongst the most frail and vulnerable, with significant clinical complexity. Residents are three times more likely to fall in a care home than in their own home. Falls prevention is a core part of the early training for care homes and an essential component of mitigating against avoidable hospital admissions. Outline The service will operate under an APMS primary care contract and provide core General Medical Services together with an enhanced service specification for medical support for nursing home residents, residential care home residents and extra care housing tenants. 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'. Aims The aims of the service are to: • Deliver a proactive, multidisciplinary and patient-centred model of case management and primary care 'at scale' for this patient cohort • Improve patient outcomes for this cohort • Provide a responsive service that adapts over time to patient feedback and to changes in evidence concerning medical care for care home residents • Provide clinical leadership and learning to improve the quality of care for patients in care homes • Develop effective working relationships with care homes, acute hospitals, community based providers, social care and other stakeholders that will allow the contractor to effectively deliver against the objectives of this service • Improve the quality of medical support to the patient • Improve consistency and remove variation across the borough in quality of care • Improve patient experience and satisfaction • Improve end of life care • Improve management of long-term conditions, frailty and dementia • Improve the wider wellbeing of care home residents. Please complete the MS Forms Market Engagement Questionnaire (see Link section) Additional information: The service currently has a list size of 1253 (December 2022) under the APMS contract and provides support to 35 care homes and 6 extra care housing locations. The service is part of one PCN in Bromley, operating from one base for the whole of the borough. The latest census information from 2021 demonstrates a 12% growth in over 65s in the 10 years since the last census, compared to a growth in the full population of 7% over the same period. In addition, whilst this contract is currently to cover 41 locations, there are ongoing planning applications and approvals in progress for new additional provision. It is expected that new locations will be opened over the coming years accordingly, and its residents will be served by this contract in the future. The indicative contract value will range from £800k to £1.0m per annum. The contracts will have an initial term of 5 years (60 months), followed by an optional extension of 2 years (24 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 7 years (months 84 months). This Market Engagement process is being managed by the Procurement and Contracting Hub (hosted by NHS North East London) on behalf of NHS South East London in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.
Value undisclosed
South East London Integrated Care Board (NHS South East London) under delegated commissioning on behalf of NHS England is seeking to procure GP Primary Medical Services and additional services under APMS Contracts delivered directly nursing home residents, residential care home residents and extra care housing tenants across Bromley Borough. In order to assist the Commissioners with testing its assumptions and proposed service requirements, a market engagement questionnaire (MEQ) has been published to explore the market's feedback on the following areas: • Outline of service requirements and KPI's • timescales for procurement and mobilisation of the new contract • proposed contract duration and financial model Background This service covers the London Borough of Bromley and is a dedicated primary care service for older residents living in residential and nursing care homes, and extra care housing. Residential and nursing care home residents are amongst the most frail and vulnerable, with significant clinical complexity. Residents are three times more likely to fall in a care home than in their own home. Falls prevention is a core part of the early training for care homes and an essential component of mitigating against avoidable hospital admissions. Outline The service will operate under an APMS primary care contract and provide core General Medical Services together with an enhanced service specification for medical support for nursing home residents, residential care home residents and extra care housing tenants. 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'. Aims The aims of the service are to: • Deliver a proactive, multidisciplinary and patient-centred model of case management and primary care 'at scale' for this patient cohort • Improve patient outcomes for this cohort • Provide a responsive service that adapts over time to patient feedback and to changes in evidence concerning medical care for care home residents • Provide clinical leadership and learning to improve the quality of care for patients in care homes • Develop effective working relationships with care homes, acute hospitals, community based providers, social care and other stakeholders that will allow the contractor to effectively deliver against the objectives of this service • Improve the quality of medical support to the patient • Improve consistency and remove variation across the borough in quality of care • Improve patient experience and satisfaction • Improve end of life care • Improve management of long-term conditions, frailty and dementia • Improve the wider wellbeing of care home residents. Please complete the MS Forms Market Engagement Questionnaire (see Link section) Additional information: The service currently has a list size of 1253 (December 2022) under the APMS contract and provides support to 35 care homes and 6 extra care housing locations. The service is part of one PCN in Bromley, operating from one base for the whole of the borough. The latest census information from 2021 demonstrates a 12% growth in over 65s in the 10 years since the last census, compared to a growth in the full population of 7% over the same period. In addition, whilst this contract is currently to cover 41 locations, there are ongoing planning applications and approvals in progress for new additional provision. It is expected that new locations will be opened over the coming years accordingly, and its residents will be served by this contract in the future. The indicative contract value will range from £800k to £1.0m per annum. The contracts will have an initial term of 5 years (60 months), followed by an optional extension of 2 years (24 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 7 years (months 84 months).
Value undisclosed
Description NHS North East London Integrated Care Board 'the ICB' (under delegated commissioning on behalf of NHS England) is seeking to procure GP Primary Medical Services and additional services under APMS Contracts delivered from the following sites: • Lot 1 - Main Site - 5 Elms Medical Centre, Five Elms Lane, Dagenham, RM9 5TT & Branch Site - Victoria Medical Centre, 1 Queens Road, Barking, IG11 8GD • Lot 2 - Main Site - Rainham Health Centre, Upminster Road South, North Rainham, RM13 9AB and Branch Site - Upminster Medical Centre, 224-226 St. Mary's Lane, Upminster, RM14 3DH. • Lot 3 - Becontree Medical Centre, 645 Becontree Avenue, Dagenham, RM8 3HP • Lot 4 - The Firs Surgery - 26 Stephenson Road, Walthamstow, London, E17 7JT • Lot 5 - The Forest Surgery - 2 Macdonald Road, Walthamstow, London, E17 4BA • Lot 6 - Beam Park Health Centre - New Road, Dagenham, RM9 6DE (zero-list new development) • Lot 7 - Barking Riverside Medical Centre - Merz Road, Barking Riverside, IG11 0DS. (This address is subject to final confirmation) 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). Contract values within this notice are indicative. This is a Prior Information Notice to notify potential providers of the future procurement and to allow providers with sufficient opportunity to become accredited providers on the NHS England APMS PDPS (see details below) in order to be eligible to participate in the upcoming procurement process. This accreditation can be gained by applying to join the PDPS - please refer to the instructions at the following link: https://www.contractsfinder.service.gov.uk/Notice/6f4aae1b-7289-4b78-88eb-f5d36757f21c For the avoidance of doubt, only those organisations accredited on the PDPS under the London Lot (Lot 1.3) will be invited to participate in the procurement. No Contracts notice will be published for this procurement as this will be a procurement under an existing dynamic purchasing system. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). Additional information: The purpose of this PIN is to inform the market of a possible procurement. In issuing this PIN and engaging with the market, the Authority is not committing to carrying out any procurement.
Value undisclosed
Description NHS North East London Integrated Care Board 'the ICB' (under delegated commissioning on behalf of NHS England) is seeking to procure GP Primary Medical Services and additional services under APMS Contracts delivered from the following sites: • Lot 1 - Main Site - 5 Elms Medical Centre, Five Elms Lane, Dagenham, RM9 5TT & Branch Site - Victoria Medical Centre, 1 Queens Road, Barking, IG11 8GD • Lot 2 - Main Site - Rainham Health Centre, Upminster Road South, North Rainham, RM13 9AB and Branch Site - Upminster Medical Centre, 224-226 St. Mary's Lane, Upminster, RM14 3DH. • Lot 3 - Becontree Medical Centre, 645 Becontree Avenue, Dagenham, RM8 3HP • Lot 4 - The Firs Surgery - 26 Stephenson Road, Walthamstow, London, E17 7JT • Lot 5 - The Forest Surgery - 2 Macdonald Road, Walthamstow, London, E17 4BA • Lot 6 - Beam Park Health Centre - New Road, Dagenham, RM9 6DE (zero-list new development) • Lot 7 - Barking Riverside Medical Centre - Merz Road, Barking Riverside, IG11 0DS. (This address is subject to final confirmation) 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). Contract values within this notice are indicative. This is a Prior Information Notice to notify potential providers of the future procurement and to allow providers with sufficient opportunity to become accredited providers on the NHS England APMS PDPS (see details below) in order to be eligible to participate in the upcoming procurement process. This accreditation can be gained by applying to join the PDPS - please refer to the instructions at the following link: https://www.contractsfinder.service.gov.uk/Notice/6f4aae1b-7289-4b78-88eb-f5d36757f21c For the avoidance of doubt, only those organisations accredited on the PDPS under the London Lot (Lot 1.3) will be invited to participate in the procurement. No Contracts notice will be published for this procurement as this will be a procurement under an existing dynamic purchasing system. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
Value undisclosed
NHS Northamptonshire Clinical Commissioning Group is seeking to procure a provider for the Earls Barton Medical Centre and Penvale Park Surgery Service on an APMS contract and are inviting interested organisations to attend a pre-procurement market engagement event. It is expected that the contract will be for a proposed period of 10 years with the opportunity to extend for a further period of up to 5 years at the discretion of the Contracting Authority (total 15 years). The estimated annual contract value is approximately £777,600.00 per annum. The pre-procurement market engagement event will be held held on 27th May 2022 between 12.30-2pm via MS Teams. If your organisation is interested and would like to participate and attend this event, please email your details (name, organisation, role, email id, contact number) to nelcsu.procurementnorthants@nhs.net by no later than 12 noon on Tuesday 26th May 2022.
Value undisclosed