Loading page content…
Loading page content…
19 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Resettled Refugee Emotional Wellbeing Service has been funded to provide culturally sensitive emotional and mental support to our Syrian and Afghan resettled populations. The key objectives for the service are as follows: • Deliver a series of family-orientated, community-based psychoeducational and psychosocial interventions in three key languages: Arabic, Dari and Pashto. • Provide trauma-informed and culturally sensitive services. • Deliver community training and education to support those who live and work in Lewisham to better understand the experiences of our resettled community and how to support them to make Lewisham home. • Engage with local services supporting the service user group (e.g. Refugee Council Resettlement Service, Lewisham Council Resettlement Team and • Deliver effective stepped-care for service users and seamless integration into statutory services where and when required. • Develop an appropriate management system to collect, monitor and report on the activities of the service. • Promote and develop a high level of service awareness amongst eligible service users and associated stakeholders. Please refer to the Service Specification for further information on this service. The contract will have a duration of 2 years (24 months). The funding available for this contract is £80,000 (excluding VAT) per annum making the total cost of the contract £160,000. In line with the Health and Care Bill it is envisaged that CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to CCGs as Contracting Authorities in this procurement should be interpreted as referring to the ICBs that will take their place in due course. This is a Request for Quotation exercise, duly completed RfQ bid responses for this project must be submitted via the Pro-Contract e-tendering portal. Please note that any RfQ submissions by any other means will not be considered. The deadline for submission is 14:00 on 29 April 2022. Any RfQ submissions received after this deadline will not be considered. Please refer to the RfQ Guidance Document for further information and guidance on the Request for Quotation (RfQ) process
£160,000
Contract value
NHS North East London CCG (hereafter referred to as "the Authority") is seeking to commission a Mental Health Individual Placement Service and Employment Support Service ("the Services") in North East London CCG Boroughs covered within Barking & Dagenham, Havering and Redbridge (BHR), Newham and Waltham Forest (WF) regions. The aim of this Mental Health Individual Placement Service and Mental Health employment service is to support people to gain appropriate employment. The provider of this service will offer an open, flexible and responsive range of opportunities to people who have SMI. A wide range of approaches and interventions will be offered by the successful organisation. The service will deliver person-centred support to adults with SMI to gain paid employment. The procurement is split into two Lots with an additional multi-lot option combining the two Lots. Lot 1 is for Mental Health Individual Placement Service and Employment Support Service in BHR and WF whilst Lot 2 is for Mental Health Individual Placement Service and Employment Support Service in Newham.
£3,488,118.26
Contract value
NHS North East London CCG (hereafter referred to as “the Authority”) is seeking to commission a Mental Health Individual Placement Service and Employment Support Service (“the Services”) in North East London CCG Boroughs covered within Barking & Dagenham, Havering and Redbridge (BHR), Newham and Waltham Forest (WF) regions. The aim of this Mental Health Individual Placement Service and Mental Health employment service is to support people to gain appropriate employment. The provider of this service will offer an open, flexible and responsive range of opportunities to people who have SMI. A wide range of approaches and interventions will be offered by the successful organisation. The service will deliver person-centred support to adults with SMI to gain paid employment. The procurement is split into two Lots with an additional multi-lot option combining the two Lots. Lot 1 is for Mental Health Individual Placement Service and Employment Support Service in BHR and WF whilst Lot 2 is for Mental Health Individual Placement Service and Employment Support Service in Newham.
£3,488,118.26
Contract value
Scope NHS North East London (NEL ICB) is an organisation made up of 47 PCNs, 272 GP practices, and serves over two million people across the eight local authority areas. The scope of this piece of work is design and deliver a strategic programme of work to support the workforce development of all three personalised care roles (Social prescribing link worker, Health and wellbeing coach, Care Coordinator) across NEL until the end of financial year 22/23. For each of the three personalised care roles, a programme of work should be co-designed with NEL stakeholders and delivered which will ensure appropriate coverage for the following aspects (and tailored with respect to requirements for each of the roles): • Peer support networks • Supervision • Training • Leadership development It is expected that the supplier will: 1. Work with NEL ICB requirements to deliver the work to the agreed timeframes 2. Work flexibly within agreed milestones in collaboration with NEL Personalisation Lead as required 3. Attend project team meetings for the project duration providing updates and highlight reports as required 4. Work collaboratively with relevant stakeholders and partners in NEL, London and NHSE as required and in line with good governance arrangements; this includes, but is not limited to: a. NEL Personalised Care Programme Lead b. NEL Personalised Care Clinical Lead c. NEL Personalised Care Programme Manager d. NEL Personalised Care Fellow e. NEL Primary Care team f. NEL Primary Care Network Clinical Directors g. NEL Primary Care Network Managers h. NEL Personalise Care role managers i. NEL Training Hub Collaborative and Training Hub Leads j. Healthy London Partnership Out of scope: • Roles outside of the three personalised care roles (Social prescribing link work, Health and wellbeing coach, Care Coordinator) • Mandatory training already delivered by Personalised Care Institute • Peer networks and training already being delivered by Training Hubs and Healthy London Partnership Requirements We are looking for the supplier to: • Build relationships with stakeholders across North East London • Identify requirements and co-design programme of workforce development for Social Prescribing Link Workers, Health and Wellbeing Coaches and Care Coordinators • Commission and deliver a programme of workforce development to meet requirements for the three personalised care roles Outputs We are looking for the supplier to provide the following outputs by the end of this work for the three personalised care roles of Social Prescribing Link Workers, Health and Wellbeing Coaches and Care Coordinators as specified below: • Peer support networks in place for all three roles • Plans for supervision to be developed and in place as required (following an initial assessment of provision) • Training to be commissioned as required • Leadership development programme in place specifically for social prescribing link workers Additional information: The contract is a going to be for 5 months. The Contract is expected to commence on 7 November 2022, with the possible deadline for delivery of the service being 06 April 2023. Bidders are requested to review the contents of the Request for Quotation guidance document carefully, register their organisation, and express their interest in the RFQ via the e-tendering portal (ProContract). RFQ documentation can be accessed following initial registration and expression of interest via the e-tendering portal: https://proContract.due-north.com/register Any reference to "the e-tendering portal" should be considered reflective of the above web address. The RFQ has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the RFQ document. Bidders are required to complete the Bid Response Document (Section F of the RFQ document) and upload it and any attachments as indicated, onto the e-tendering portal before the deadline for submission of bids specified in the RFQ document. The project on Pro-contract Portal can be accessed by: https://procontract.due-north.com/Advert?advertId=d17467ca-3a51-ed11-811a-005056b64545 The deadline for the submission of quotation is 14:00 Friday 28 October 2022
£40,000
Contract value
North East London ICB wishes to procure a Dementia Navigation, Information and Support Service for City and Hackney. Dementia is one of the main causes of disability in later life. Characterised by progressive memory loss, behavioural and personality changes, impaired reasoning and ability to care for oneself, it progresses over time, and in the later stages of the disease people become increasingly frail, may have difficulty eating and swallowing, experience incontinence and lose communication skills such as speech and become increasingly dependent on others. The Dementia Service is a joint collaboration between the successful bidder and the lead NHS Mental Health Trust organisation. The service being tendered is for the Dementia Navigation Service, which is part of the overall Dementia Service and comprises of Dementia Navigators supported by a Team of professionals from the NHS lead Organization which includes Consultants (Psychiatrist and Psycho-Geriatrician), Nurses, Psychologists, Occupational Therapists, and Administrators. The Dementia Navigation, information and Support Service will work as an integral part of the Dementia Service (DS) to support City and Hackney residents aged 18 years and over with dementia, their carers, families and friends. The purpose of the dementia navigation, information and support service is to enable people diagnosed with dementia and their carers to come to terms with their diagnosis, reduce social isolation and live well with dementia. Additional information: The Contract is expected to commence on 1st April 2022, with the possible deadline for delivery of the service being 31st March 2028. Bidders are requested to review the contents of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal: https://proContract.due-north.com/register Any reference to "the e-tendering portal" should be considered reflective of the above web address. The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the ITT document. Bidders are required to complete the online questionnaire on procontract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document. The project on Procontract Portal can be accessed by clicking the following link: -https://procontract.due-north.com/Advert?advertId=5288d442-7951-ed11-811a-005056b64545 The deadline for the submission of tender is 12 Noon on 21 November 2022. The deadline for any clarification questions is 1700hrs on 11th November 2022. All clarification questions must be submitted via the messaging facility on Pro-contract.
£1,500,000
Contract value
The Provider of the Service shall: · Provide a consistent, effective, comprehensive, accessible, legal and appropriate TOP service to women, as early as possible and in consideration of their personal circumstances. · Provide a quality service informed by the Royal College of Obstetricians and Gynaecologists Guideline for the "Care of Women Requesting Induced Abortion" (the RCOG Guideline 2011) and "Best practice in comprehensive abortion care" (RCOG June 2015), the MEDFASH standards for sexual health services and current best evidence. Deviations from the RCOG guideline shall be notified in writing and agreed with the commissioner. · Provide a choice of TOP methods, clinically appropriate for the woman's gestation and clinical circumstances. · Provide information about the options available regarding TOP, both written and verbal, in an objective and non-judgmental way, which allows the woman to make her own choice. · Staff shall respect the woman's decision and offer respect and sensitivity to women accessing this service irrespective of their circumstances, including age or repeat TOP. · Ensure that risk of infection and other complications are minimised. · Ensure that opportunities for contraceptive information and supply, and sexual health screening are maximised. · Develop and implement improved access and patient care pathways to primary, community and acute providers. · Prevent avoidable harm with robust processes for identifying risk and communicating and embedding learning from experiences. · Ensure that staff (including counsellors) are well informed about procedures, efficacy rates, relative risks and are able to support women to make informed choices about the method of TOP and future contraception. · Increase sexual and reproductive health awareness among people accessing the provider site and women accessing the service. · Identify and signpost women, who may be experiencing or at risk of abuse for example Domestic Abuse, Modern Slavery and any other forms of abuse, to an appropriate service. · Identify and report vulnerable adults and children to adult and children safeguarding services. · Identify and report (as a crime) cases of Female Genital Mutilation (FGM) among women aged under 18 and signpost women of any age accessing the service who have experienced FGM to support as appropriate for the individual using an FGM Risk Assessment Tool and referral pathways. · Offer face to face counselling services to women. · Provide compulsory counselling service to women under 16 years. · Provide advice to women regarding complications, abnormalities etc., which they may experience. · Undertake all pre-procedure investigations, signposting the women into an appropriate care service as necessary. · Provide a comprehensive, electronic discharge summary to the GP (where consent has been given by the woman to share information with the GP). Objectives The Provider of the Service shall: · Offer high quality, impartial support and advice to all Additional information: This notice is a call for competition. Interested organisations must express an interest to take part in the procurement process. The contract will be awarded without publication of a further call for competition. In the event that only one organisation expresses an interest and submits a duly completed expression of interest questionnaire, NHS North Central London will have the right to enter into a direct negotiation with that organisation to award a contract. The contract is a going to be for 2 years with an option to extend for a further 4 years. The total indicative value of the contract over the 6 years is £5,683,554. Please note that, as this is an AQP contract, there is potential for this to be rolled over at the end of the 6 years period at the sole discretion of the Contracting Authority. The Contract is expected to commence on 1st April 2023, with the possible deadline for delivery of the service being 31st March 2029. To participate in the procurement exercise, potential bidders will need to register their organisation on our e-tendering portal (if you are not already registered on e-tendering portal)(https://proContract.due-north.com/register) and express their interest by completing the attached Expression of Interest Bid Response Document. Your expression of interest will be treated as incomplete should you fail to submit a duly completed expression of interest bid response document. The deadline for the expression of interest is 14:00 - 02 December 2022 The expression of interest bid response document is available https://procontract.due-north.com/Advert?advertId=aac844f0-ad56-ed11-811a-005056b64545. Interested organisation must download the expression of interest bid response document. Duly completed expression of interest bid response document must be submitted via messaging facility on this project on ProContract. If you have any clarification questions, please submit it via messaging facility on pro-contract. ANY PROVIDER CURRENTLY DELIVERING THE TERMINATION OF PREGRANCY SERVICE FOR THE AUTHORITY NEED NOT REAPPLY OR EXPRESS AN INTEREST AS THEIR CURRENT CONTRACT WILL BE ROLLED OVER.
£5,683,554
Contract value
NHS England (London Region) (hereafter referred to as "The Authority") is seeking to commission Independent Mental Health Advocacy (IMHA) Services at Broadmoor Hospital ("the Service"). The Authority invites Expressions of Interest (EoIs) and completion of Invitation to Tender (ITT) documents for the provision of the Service. It is expected that a contract for the Service will be awarded for a period of 3 years from 1 April 2023, with an optional extension for a further period of 1 years (twelve months). Therefore, the maximum duration of this contract, if all extension options are taken up, will be 4 years (48 months). The annual contract value for this project is £212,992. Over the 4 years, if the contract is extended to its full duration, the total contract value will be £851,968. From Year 2 onwards the annual value will be uplifted by the agreed NHS inflationary factor. Further details of the Requirements are set out in the Service Specification. The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online ITT questionnaires hosted on the portal prior to the deadline for submission (17:00 on Friday 16 December 2022). Please register here: https://procontract.due-north.com/Advert?advertId=f96c49e6-935b-ed11-811b-9f38301b3091&fromProjectDashboard=True All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. The deadline for any clarification questions is 12:00pm on 9 December 2022. The Procurement is being managed by the Procurement and Contracting Hub hosted by NHS North East London, on behalf of the Authority.
£851,968
Contract value
NHS England (London Region) (hereafter referred to as "The Authority") is seeking to commission Independent Mental Health Advocacy (IMHA) Services at Broadmoor Hospital ("the Service"). The Authority invites Expressions of Interest (EoIs) and completion of Invitation to Tender (ITT) documents for the provision of the Service. It is expected that a contract for the Service will be awarded for a period of 3 years from 1 April 2023, with an optional extension for a further period of 1 years (twelve months). Therefore, the maximum duration of this contract, if all extension options are taken up, will be 4 years (48 months). The annual contract value for this project is £212,992. Over the 4 years, if the contract is extended to its full duration, the total contract value will be £851,968. From Year 2 onwards the annual value will be uplifted by the agreed NHS inflationary factor. Further details of the Requirements are set out in the Service Specification. The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online ITT questionnaires hosted on the portal prior to the deadline for submission (17:00 on Friday 16 December 2022). All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. The deadline for any clarification questions is 12:00pm on 9 December 2022. The Procurement is being managed by the Procurement and Contracting Hub hosted by NHS North East London, on behalf of the Authority.
£851,968
Contract value
South East London Integrated Care Board (NHS South East London ICB) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completion of the ITT from all suitable providers, who are capable of delivering the Community Anticoagulation Service. NHS South East London ICB is seeking to procure a comprehensive community anticoagulation service providing initiation of treatment and monitoring of warfarin patients in the community. This will serve patients aged 18 and over and registered with a Bromley GP. Referrals come from primary and secondary care. This contract will be activity led with different appointment rates depending on the types of appointment and numbers of referrals, the indicative value range for the total contract value is between £750,000 and £960,000. During the contract NHS South East London ICB is keen to explore the feasibility of managing switches of treatment from Warfarin to a DOAC where this would be clinically beneficial for the patient. This is currently out of the scope of the current service and therefore out of the scope of this tender process but an area for potential service development. Further details of the Requirements are set out in the Service Specification. The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (17:00 on Wednesday 18 January 2023). All clarification requests and correspondence pertaining to this opportunity must be directed through the portal. The deadline for any clarification questions is 12:00pm on 11 January 2023. The Procurement is being managed by the Procurement and Contracting Hub hosted by NHS North East London, on behalf of the Authority. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope.
From £750,000
Contract value
South East London Integrated Care Board (NHS South East London ICB) (hereafter referred to as "The Authority") invites Expressions of Interest (EoIs) and completion of the ITT from all suitable providers, who are capable of delivering the Community Anticoagulation Service. NHS South East London ICB is seeking to procure a comprehensive community anticoagulation service providing initiation of treatment and monitoring of warfarin patients in the community. This will serve patients aged 18 and over and registered with a Bromley GP. Referrals come from primary and secondary care. This contract will be activity led with different appointment rates depending on the types of appointment and numbers of referrals, the indicative value range for the total contract value is between £750,000 and £960,000. During the contract NHS South East London ICB is keen to explore the feasibility of managing switches of treatment from Warfarin to a DOAC where this would be clinically beneficial for the patient. This is currently out of the scope of the current service and therefore out of the scope of this tender process but an area for potential service development. Further details of the Requirements are set out in the Service Specification. The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (17:00 on Wednesday 18 January 2023). https://procontract.due-north.com/Advert/Index?advertId=395b1680-1276-ed11-811c-005056b64545 All clarification requests and correspondence pertaining to this opportunity must be directed through the portal. The deadline for any clarification questions is 12:00pm on 11 January 2023. The Procurement is being managed by the Procurement and Contracting Hub hosted by NHS North East London, on behalf of the Authority. The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope.
From £750,000
Contract value
The procurement is divided into 3 lots: Lot 1: MENTAL HEALTH IPS EMPLOYMENT SERVICES for Barking, Dagenham, Havering, Redbridge (BHR) & Waltham Forest ICB. Overview There is a requirement for both BHR & Waltham Forest to provide an Individual Placement and Support (IPS) Employment Service to assess and offer support to unemployed mental health service users with the aim of supporting them in work. IPS Employment Specialists to be integrated within the local Community Recovery Teams to provide IPS employment support to Service Users with Mental Health Conditions that are unemployed to move into paid work. Aims and Objectives It is widely accepted that good employment is generally positive for a person's mental health, including those who have a mental health condition. Work supports and promotes social and economic inclusion and enables a person to be more independent and therefore have more control over their life, all of which have been identified as protective factors of mental wellbeing. For this reason, it is widely acknowledged among professionals that the longer people are absent from or out of work, the more likely they are to experience depression and/or anxiety. Therefore, the aim of this Mental Health employment service is to support people to gain appropriate employment. Lot 2: Mental Health Individual Placement Service and Employment Support Service in Newham Overview The overall vision for the service is to enable people with complex mental health issues to be able to enjoy a good quality of life, reduce health inequalities, remain independent and in control, achieve paid employment, and support each individual's recovery. This will be achieved via the implementation of the evidenced based IPS employment approach to increase access to paid employment for people with complex mental health problems accessing secondary mental health services. IPS Employment Specialists will be integrated within the local Primary Care Network (PCN) Mental Health Teams and Borough Based Secondary Care Teams to provide IPS employment support to Service Users with Mental Health Conditions that are unemployed to move into paid work. Lot 3: Multi-Lot (Combined Lots 1 and 2) A Bidder may be interested in both Lot 1 and Lot 2 and in such an instance, the bidder in addition to providing a response under Lots 1 and 2, must also provide a response to the question(s) under Lot 3. Additional information: The Contract is expected to commence on 1st July 2023 for an initial period 9 months and 2 years. The Contract may be extended for an additional period of up to two years, at the sole discretion of the Authority. Lot 1:The total contract value for lot 1 for the 9 months and 4 years is £4,517,367.50 Lot 2: The total contract value for lot 2 for the 9 months and 4 years is £1,419,300 The Contract is expected to commence on 01 July 2023, with the possible deadline for delivery of the service being 30 June 2028. Bidders are requested to review the content of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal: https://proContract.due-north.com/register Any reference to "the e-tendering portal" should be considered reflective of the above web address. The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the Document 1 - ITT Guidance Document. Bidders are required to complete the online questionnaire on ProContract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document. The project on ProContract Portal can be accessed by clicking the following link: -(https://procontract.due-north.com/Advert?advertId=109c80d3-306f-ed11-811c-005056b64545) The deadline for the submission of tender is 14:00 Thursday - 25 January 2023. The deadline for any clarification questions is 16 January 2023. All clarification questions must be submitted via the messaging facility on Pro-contract.
£5,936,667.5
Contract value
The procurement is divided into 3 with additional multi lot (Lot 4) Lot 1. Complex Care Supported Living for Dunton Road and St James' House. Aims and objectives of Dunton Road Service. The aims of this registered nursing home are to enable service users with severe and enduring mental health needs to live the community and function at an optimal level of independence, with appropriate levels of support. The Service will therefore play an essential role in meeting the accommodation and support needs of people who may otherwise be admitted to a hospital environment. In particular, the Service will meet the needs of individuals who have complex mental health needs. Lot 2. Complex Care Supported Living for Milestone, 212 Peckham Rye. Aims and objectives of Milestone Service The aims of this short-term supported living service are to enable service users with enduring mental health needs to live the community and function at an optimal level of independence, with appropriate levels of support. The Service will therefore play an essential role in meeting the accommodation and support needs of people who may have not lived independently or succeeded in living independently previously. In particular, the Service will meet the needs of individuals who are leaving hospital or residential care services A key aim of this service is to support residents with complex needs to live as independently as possible, developing the skills necessary to move on to lower support accommodation or independent living. Lot 3. Complex Care Supported Living for Glengarry, Kirkwood, Landcroft road. Aims and objectives of Glengarry Road Service The aims of this supported living service are to enable service users with enduring mental health needs to live the community and function at an optimal level of independence, with appropriate levels of support. The Service will therefore play an essential role in meeting the accommodation and support needs of people who may have not lived independently or succeeded in living independently previously. In particular, the Service will meet the needs of individuals who are leaving hospital or residential care services A key aim of this service is to support residents with complex needs to live as independently as possible, developing the skills necessary to move on in to lower support accommodation if possible. Lot 4 Multi Lot: "Multi-Lot" stage will only be initiated, and Multi-Lot tender responses will only be opened, where the same Bidder ranks 1st in all of the Lots following all Stages of the Evaluation. Where any Bidder has submitted a response to the Multi-Lot section but the bid did not rank 1st in both Lots, their Multi-Lot response will remain unopened. Additional information: The Contract is expected to commence on 1st July 2023 for an initial period 3 years. The Contract may be extended for an additional period of up to 2 years, at the sole discretion of the Authority. The total contract value for lot 1 for the 5 years is £3,048,010 The total contract value for lot 2 over the 5 years is £3,622,517 The total contract value for lot 3 over the 5 years is £4,000,905 The Contract is expected to commence on 01 July 2023. Bidders are requested to review the content of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal: https://proContract.due-north.com/register Any reference to "the e-tendering portal" should be considered reflective of the above web address. The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the Document 1 - ITT Guidance Document. Bidders are required to complete the online questionnaire on ProContract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document. The project on ProContract Portal can be accessed by clicking the following link: https://procontract.due-north.com/Advert?advertId=61ea359e-979d-ed11-811e-005056b64545 The deadline for the submission of tender is 14:00 Friday - 24 February 2023. The deadline for any clarification questions is 17 February 2023 All clarification questions must be submitted via the messaging facility on Pro-contract.
£10,671,432
Contract value
This service is to provide social support and health education, to improve the outcomes for babies, young children (0-3years) and their families, with a particular focus on families who may not otherwise be accessing health and social care services with a focus on black and minority ethnic parents and non-English speaking communities. The service offer should be co-produced in order to best meet the needs of families in delivering the following key objectives: • Improve social capital (participation in community organisations, informal social networks and voluntary associations; and the social connections that this results in) • Improve health literacy (the skills that allow people to gain access to, understand and use information on health and improving health) • Support families with babies and young children (0-3years), particularly where English is not a first language. Community focused Communities are well placed to provide social support and to help improve parental mental health and confidence. The service needs to be community-led, with support and interventions co-produced with families to ensure the offer best meet their needs. There should be a strong focus on co-production with underrepresented groups, as well as providing opportunities and space for community groups to share their experiences. The service should be focused on part of the borough (wards with the highest levels of need, as set out in paragraphs four and five of the background section of this service specification), with delivery targeted and tailored to this area, delivered within local community settings. The service must be delivered in English and one other language, to increase the accessibility for local families. Ideally this should be Spanish, as the most spoken language in Southwark other than English. Key deliverables to be developed through co-production: • Delivering parent hubs in community settings, which serve as weekly meeting and learning places for parents and places of active play for infants, as well as social support, health literacy and leadership development. This includes delivering a hub for parents for whom English is not their first language. 3 parenting hub sessions to be delivered every week, with at least one session a week in another language. • Deliver a programme of pregnancy and early parenting health education to improve health literacy. The curriculum for the programme is to be co-designed by parents and health professionals. This programme should be available in English and one other language (ideally this should be Spanish). Six courses to be delivered every year. • Delivery of activities and interventions that are evidenced to improve the mental health of families. • Support and interventions to be delivered in most spoken language within the local community. • Additional support and provision for families facing multiple disadvantage, including families with No Recourse to Public Funds. • Increase and develop families' soc Additional information: This is a call for competition. To participate in the procurement exercise, potential bidders will need to register their organisation on our e-tendering portal (if you are not already registered on the e-tendering portal) (https://proContract.due-north.com/register) and express their interest by completing the attached Expression of Interest questionnaire (PRJ - 1229 EOI Bid Response Document). Your expression of interest will be treated as incomplete should you fail to submit a duly completed expression of interest questionnaire. In the event the NHS SEL ICS receives only one expression of interest by the above deadline, the NHS SEL ICS reserves the right to enter into direct negotiations with that supplier to award a contract. The deadline for the expression of interest is 14:00 on 17 March 2023 The expression of interest questionnaire is available https://procontract.due-north.com/Advert?advertId=c8c36fec-83b3-ed11-811f-005056b64545 . Interested organisations must download the expression of interest questionnaire. A duly completed expression of interest questionnaire (PRJ - 1229 EOI Bid Response Document) must be submitted via the messaging facility on this project on the Pro contract. If you have any clarification questions please submit them via messaging facility on pro-contract. Please note that the Expression of Interest is only open to SME organisations that are based in South East London. The total value of the contract is £195,000, over the 2 years period plus option to extend for additional one year.
£195,000
Contract value
Service background There is a growing need for basic toe nail care in the population as more people are now elderly or retired and often live alone. The needs of the old and frail are increasing and social care is not able to meet some personal care needs outside of residents with complex health needs and/or with disabilities. The NHS footcare services are designed to provide services for patients with foot pathologies such diabetics and those with vascular disease. They cannot provide basic foot care for patients outside of this remit and therefore patients without foot pathologies are not entitled to NHS care for the basics of toenail cutting. Most of the population continue to manage such basic services themselves and do not need outside help but there is now a growing need for some of the population where they are no longer able to manage this themselves and do not have family to help with what used to be simple task. The people tend to be frail with age related issues of reduced flexibility and often live alone with no close family available to them. To address inequalities across the City and Hackney community this service has been designed to target specific parts of the population where there is the greatest need for help with the simple task of toenail cutting. This is something that is only necessary for most people 3 to 4 times a year to prevent toenails becoming a hindrance to walking and moving around. Scope of the service To provide a Low risk non-clinical Foot Care service which main function will be to care for toenails for vulnerable residents not under the care of the Homerton foot health service. • To support elderly and vulnerable client groups with independence, minimise risk of falls and potential fractures requiring more intensive interventions • To reduce social isolation • To support primary care in the care of their most vulnerable patients and assist in general patient reduction in attending their practices/services Additional information: The contract is a going to be for 18 months. The Contract is expected to commence on 1st May 2023, with the possible deadline for delivery of the service being 31 October 2023. Bidders are requested to review the contents of the Request for Quotation guidance document carefully, register their organisation, and express their interest in the RFQ via the e-tendering portal (ProContract). RFQ documentation can be accessed following initial registration and expression of interest via the e-tendering portal: https://proContract.due-north.com/register Any reference to "the e-tendering portal" should be considered reflective of the above web address. The RFQ has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the RFQ document. Bidders are required to complete the Bid Response Document (Section F of the RFQ document) and upload it and any attachments as indicated, onto the e-tendering portal before the deadline for submission of bids specified in the RFQ document. The project on Pro-contract Portal can be accessed here - https://procontract.due-north.com/Advert?advertId=3eb7a201-16bc-ed11-8120-005056b64545 The deadline for the submission of quotation is 14:00 Tuesday 21 March 2023
£65,000
Contract value
South-East London Integrated Care Board (SEL ICB) seeks to procure a Mental Health Supported Work Environment Service from a single provider, for a one-year period (with an option to extend for a further 12 months). This service will be for the residents of the London Borough of Southwark. The provider will need to be able to demonstrate a proven track record of delivering (xxx) in South East London for a minimum of (xxx) years. This opportunity is restricted to Small Medium size (SME) providers and organisations based in South East London. *****CAN WE SAY THIS***** Applicants must express interest for the whole service and not parts of the service, as no lots apply to this procurement. If you are interested in this opportunity please register on ProContract: https://procontract.due-north.com/Register The full detailed specification, the Expression of Interest (EOI) Guidance Document and the EOI Bidder Response Document are available on ProContract for you to download at the following link: https://procontract.due-north.com/Advert/Index?advertId=e5555ed9-a8be-ed11-8120-005056b64545 Interested organisations must submit a duly completed EOI with the Bidder Response Document by 31st March 2023. Any expressions of interests issued by any other means will not be considered. If you have any clarification questions, please submit these via the messaging facility on ProContract. The deadline for clarification questions will be 24th March 2023. This contract will be awarded without further publication. Interested organisations must express their interest as instructed in this notice if they wish to take part in this procurement process. ***Please note this PIN is being advertised as a call for competition***THIS APPLIES TO FATS ONLY)*** SEL ICB is supported in this project by its procurement partner NHS NEL Commissioning Support Unit (NELCSU), which is managing this procurement. Additional information: The service will support Southwark residents with severe mental illness (SMI) and other long-term mental health needs by providing them help and encouragement in a supported work environment. The Service will provide support service users to • develop skills that are readily usable or transferable into their daily lives, and • prepare them for open employment or vocational pursuits as appropriate. The supported work environment will consist of social enterprises run by the provider with service users deployed directly within them to develop vocational skills. The provider will also run classroom-type sessions to develop service users' IT and interpersonal skills relevant to a work environment. The service will seek to • Improve work skills and the disciplines associated with employment. • Improve social interaction skills in order to collaborate with others and relate to people appropriately in a working environment. • Increase confidence and independence, including moving to more independent living, and decision making. • Increase employment potential. • Improve mental well-being. • Make people less reliant on mental health services • Promote greater social inclusion The service will provide structure and purpose to service users' daily lives and contribute to wellbeing through enhanced self-esteem. The service will also offer opportunities for individuals to develop support networks and be a vehicle for peer support. It will enable service users to continue to live within the community and contribute to their recovery and reduce the risk of a relapse including the need to be re-admitted to acute hospital care. The support offered by the service will include monitoring service users' mental and physical health and general quality of life. Applicant must meet this criterion to be taken forward in the procurement process.
£91,967
Contract value
South-East London Integrated Care Board (SEL ICB) seeks to procure a Mental Health Supported Work Environment Service from a single provider, for a one-year period (with an option to extend for a further 12 months). This service will be for the residents of the London Borough of Southwark. Proposed total duration of contract: 1 year + optional 12 month extension. Proposed contract value: £91,967 per annum excluding VAT. A maximum potential 2 year value of £183,934. If you are interested in this opportunity please register on ProContract: https://procontract.due-north.com/Register The full detailed specification, the Expression of Interest (EOI) Guidance Document and the EOI Bidder Response Document are available on ProContract for you to download at the following link: https://procontract.due-north.com/Advert/Index?advertId=e5555ed9-a8be-ed11-8120-005056b64545 Interested organisations must submit a duly completed EOI with the Bidder Response Document by 3rd April 2023 (13:00 GMT). Any expressions of interests issued by any other means will not be considered. If you have any clarification questions, please submit these via the messaging facility on ProContract. The deadline for clarification questions will be 27th March 2023 (16:00 GMT). This contract will be awarded without further publication. Interested organisations must express their interest as instructed in this notice if they wish to take part in this procurement process. Please note this PIN is being advertised as a call for competition.
£183,934
Contract value
In response to the COVID-19 pandemic, Urgent Dental Care Hubs (UDCHs) were mobilised across London Region. Due to the immediate necessity of this provision, like many responsive health care arrangements, a procurement process was not undertaken. The lasting impact on dental services could not be predicted at this time and the requirement of a UDCH network was not initially expected to be long term. There has not been a significant reduction in the increased demand for access to urgent dental care, therefore, a more permanent solution is required. Urgent Dental Care (UDC) services will be procured based on local population need as evidenced by demand on the existing services which is monitored by the London Region dental triage service. The UDC services procured will be in addition to the Out of Hours services already contracted.
£14,311,951.68
Contract value
North East London ICB wish to commission Homeless Outreach Services across Barking, Dagenham, Havering and Redbridge. The vision of the ICB is for a healthy and well population able to care for itself where possible, with joined up services that work together, provided around the whole person and focused on early intervention and prevention. Improving health and care outcomes for the homeless population is a key priority of the ICB, the BHR places and Local Authorities. All are committed to addressing inequalities experienced by homeless people and transforming the way in which homeless health and care is delivered locally. This service specification details the ICB's commissioning intention for a single, integrated, proactive (including outreach), accessible model of care for homeless people, aligned with the strategies of the ICB and the London Boroughs of Barking & Dagenham, Havering and Redbridge. The intention is to commission a multidisciplinary model supporting integrated care. A concept central to effective care because many homeless people present with multiple health and care needs. Evidence shows using peer advocacy and a partnership approach to addressing health and care needs of homeless people improves the effectiveness of care delivery. Commissioners are keen to see whether an integrated multi-agency approach can lead to: • More personalised care delivered in a patient appropriate manner / setting (outreach) • A joined up service with record collection and information sharing between organisations • Innovative approaches to the use of social prescribing to help address individual needs • A focus on early intervention and prevention of ill health and health promotion • A population health approach to service redesign and the development of new models of care • Medicines optimisation and improved availability "right time" "right place" (practice/outreach) • Better management of the continuing healthcare process and pathways • Reduced overall impact on resources of the health and social care system Interested organisations 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 link below. https://procontract.due-north.com/Register Once registered, you can express an interest in this project and submit your bid via the e-tendering portal by clicking the following link to this specific project: https://procontract.due-north.com/Advert?advertId=2eff9661-5b52-ee11-8124-005056b64545 Please note that bids submitted by any other means will not be considered.
£1,400,000
Contract value
NHS North East London ICB would like to procure a NEL wide community ENT service which will continue to improve patient equity of access, deliver value for money, provide a seamless pathway for patients and improve care for patients thorough Quality and Safety reviews across NEL. A consultant led community-based ENT service to diagnose and treat a range of ENT conditions, and manage relevant follow-up activity within the service before final discharge back to the care of the patient's own GP, or onward referral to secondary care where necessary. The service will provide patients with timely access to diagnostics and treatment, providing a 'one-stop' service where possible and appropriate, and will be delivered by a range of appropriately trained and accredited clinicians. Interested organisations 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 link below. https://procontract.due-north.com/Register Once registered, you can express an interest in this project and submit your bid via the e-tendering portal by clicking the following link to this specific project: ** Link to be added Please note that bids submitted by any other means will not be considered. Additional information: Bidders are requested to review the contents of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal: https://proContract.due-north.com/register Any reference to "the e-tendering portal" should be considered reflective of the above web address. The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the ITT document. Bidders are required to complete the online questionnaire on procontract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document. The project on Procontract Portal can be accessed by clicking the following link: https://procontract.due-north.com/Advert?advertId=6bf2d727-7b63-ee11-8124-005056b64545
£22,054,765
Contract value