Loading page content…
Loading page content…
Loading contract search results…
17 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
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 Charitable Trust Donation Management Service for the NHS Greenwich Charitable Funds (GCF) - registered charity number 1097722. NHS South East London Integrated Care Board (ICB) is the Corporate Trustee of NHS Greenwich Charitable Funds (GCF), Charity number: 1097722. The ICB Board serves as its agent in the administration of the charitable funds. The charity was formed in 2003, primarily as a vehicle to hold the title of an NHS property located in Greenwich, and to control associated cash holdings and investments. The GCF decided to sell the NHS property for £5 million and this process completed in January 2022, and now GCF will control funds of approximately £6.6 million. The GCF wish to develop a new grant making model and process to ensure that the funds best serve the objectives of the charity, with a view to spending down this fund within the next five years. 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 3 May 2023). All clarification requests and correspondence pertaining to this opportunity must be directed through the portal. The deadline for any clarification questions is 17:00pm on 26 April 2023. The Procurement is being managed by the Procurement and Contracting Hub hosted by NHS North East London, on behalf of the Authority. https://procontract.due-north.com/Advert?advertId=7a915f7f-f8ce-ed11-8120-005056b64545&p=ad706dc1-5684-e511-80f3-000c29c9ba21
£420,000
Contract value
SEL ICB seek a Service Provider to deliver a Safeguarding Supervision Service to Designates Adults, Children and Young People and SEND and Named GPs SEL ICB. The aim of service is to provide reflective and restorative safeguarding supervision meetings regularly quarterly and individual sessions. The objective of service is to prevent professional isolation and promote continuous improvement for all safeguarding Designate and Named safeguarding professionals. To formally documented and professionally facilitate all supervision. The provision of the new Safeguarding Supervision Service will be delivered quarterly to Designates Adults and Named GPs Adults SEL ICB. Alternate sessions will be delivered face to face and remotely via MST. The initial session will be face to face for contract development. Safeguarding supervision will be delivered quarterly to Designates Children and Young People and SEND and Named GPs Children and Young People SEL ICB. Alternate sessions will be delivered face to face and remotely via MST. Safeguarding supervision will be delivered every 6 months as a Think Family Approach for Designates Adults, Children and Young People and SEND and Named GPs SEL ICB. One session face to face, one session remotely via MST. Location will be Central London and across boroughs of Bexley. Bromley, Lewisham, Greenwich, Lambeth, Southwark. Monday to Friday. Please note, there is a total of 41 Designated and Named professionals across the ICB as of March 2023. The new provider to be aware of relevant new and emerging guidance and recommendations and take the appropriate steps to assess and improve the service to achieve current best practice. Contract will be for a period of 1 year, with two extension options of 1 year. A maximum duration of 3 years. Any bids exceeding the financial envelope may be rejected at the sole discretion of the authority. Bidders are requested to register their organisation, and express their interest in the RFQ via the etendering portal ProContract. RFQ documentation can be accessed following initial registration and expression of interest via the etendering portal. Bidders are to review the contents of the Request for Quotation guidance document carefully, All Bidders wishing to participate must complete and submit Bids that comply with comply with the requirements set out in the RFQ document. Bidders are required to complete the Bidder Response Document and upload it and any attachments onto the etendering portal before the deadline for submission. Additional information: Following the expression of interest, you should automatically be invited to view and access the RFQ. Please contact via the messaging portal of any queries.
£75,000
Contract value
NHS South East London ICB is seeking to commission Intermediate Care Beds services on behalf of NHS South East London ICB. Intermediate care is a short-term intervention to preserve the independence of people who might otherwise face unnecessarily prolonged hospital stays or inappropriate admission to hospital or residential care. The key aims of the service is to provide a bed-based offer that enables the delivery of a safe and responsive rehabilitation, reablement and recovery service that supports people to regain independence post hospital discharge or following step up from the community. To ensure the timely movement of people through the service appropriate to their rehabilitation needs in line with the agreed therapeutic plans. That high level nursing with care support is delivered at all times and maintains a good from CQC. The objectives of the service will be to deliver a 20 community bed service for patients requiring step down from hospital or step up from the community in line with the following service aims: Promote independence and improve outcomes for people recovering from illness, injury or trauma by supporting individualised treatment to enable them to re-gain sufficient physical functioning and confidence to return safely to their own home. Provide a short-term up to 4 weeks with a maximum of 6 weeks rehabilitation service in a homely environment. This is for patients no longer requiring an acute hospital bed but requiring a further period of therapy that cannot be delivered in their own home. This will enable them to return home at or near preadmission baseline. Accept admissions to all rooms 7 days a week including Bank Holidays. Have a maximum 24 hour turnaround for accepting referrals or raising concerns as appropriate. Accept a wide range of levels of complexity at point of admission. Additional information: 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=65eb1632-9ede-ed11-8121-005056b64545 The deadline for the submission of tender is 17:00 Wednesday - 02 June 2023. The deadline for any clarification questions is 26 May 2023 All clarification questions must be submitted via the messaging facility on Pro-contract.
Value undisclosed
The main service outcome will be to deliver a 20 bed, bed based, Intermediate Care rehabilitation and reablement service. The service is for adults aged 18 years and upwards. It will have an initial capacity to support 6 double handed patients though the provider will be expected to give consideration to support 10 people with initial double handed support needs. There will also need to be 4 beds designed and allocated to meet the needs of Bariatric patients. Patients will predominantly be referred as part of the hospital discharge pathway. However, there will be a renewed focus on ‘step up’ to support avoidable hospital admissions. There is a clear expectation that the service will work with the Maximising Wellbeing at Home Neighborhood lead agencies for care at home so that they are aware of patients who have previously been in receipt of care at home or who may require ongoing care and support on discharge home so that this is planned efficiently and effectively.
Value undisclosed
NHS South East London Integrated Care Board invites Expressions of Interest and completion of the ITT from all suitable providers, who are capable of delivering the Community Anticoagulation Service for the Borough of Lewisham. NHS South East London ICB is seeking to procure a comprehensive Community Anticoagulation Service to provide a clinic and housebound service to Lewisham residents which monitors warfarin, initiates Direct Oral Anticoagulants and switch patients between anticoagulants as clinically appropriate, and as per specification, working closely with healthcare providers across Primary and Secondary care in Lewisham. The contract duration will be 3 years with optional extensions up to 2 additional years. The contract duration will be 5 years in total. Value of contract: 324,610 GBP per annum. The indicative value range for the total contract value is between 973,830 GBP for 3 years and 1,623,050 GBP for 5 years. VAT inclusive, as applicable. Further details of the Requirements are set out in the Service Specification. The Procurement process will be facilitated entirely online via the e-procurement portal ProContract. Interested Applicants wishing to participate in the procurement must register on the portal, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission on 1600 GMT on Friday 21st July 2023. All clarification requests and correspondence pertaining to this opportunity must be directed through the portal. The deadline for any clarification questions is 1200 GMT on 5th July 2023. This Procurement is being managed by the London Commercial Hub, hosted by NHS North East London, on behalf of the Authority.
From £973,830
Contract value
NHS England (London Region), in partnership with His Majesty's Prison & Probation Service, is seeking to procure three community-based services for the Offender Personality Disorder (OPD) Pathway in the London region, to provide a range of psychological, residential and social support services for people who have committed harmful offences and who are likely to meet the diagnostic criteria for 'personality disorder.' The total indicative contract value for all contracts is approximately £5.5 million per annum. The Procurement process will be facilitated entirely online via ProContract portal. Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission. All clarification requests and correspondence pertaining to this Expression of Interest opportunity must be directed through the portal. A timetable for the procurement, guidance about the process, and supplementary information relating to each contract opportunity is also available from the portal.
From £22,000,000
Contract value
NHS South East London Integrated Care Board (NHS SEL ICB) (hereafter referred to as the "The ICB") under delegated commissioning on behalf of NHS England (hereafter referred to as "the Authority") invites Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Care Home GP Services and specified enhanced services under Alternative Provider Medical Services (APMS) Contracts delivered directly to nursing and residential home residents within the borough of Southwark. Background of the Service: This service covers South East London and is a dedicated primary care service for older adult residents living in residential and nursing care homes in Southwark. 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 and residential home residents in an agreed list of Care Homes in Southwark. The service will provide GP services to a cohort of 393 Older People residing in an agreed list Nursing and Care Homes. Contract Length and Value: The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) plus 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months). The indicative contract value for this service for 2024/25 is £569,000 and over the five years the indicative contract value will be £2,541,629 Over the 15 years, if contract is extended to its full duration, the total indicative maximum contract value will be £6,822,000 The indicated contract value shown is dependent on the number of patient registrations and the maximum bed capacity/occupancy.
£6,822,000
Contract value
The service will be a pilot that will run for one year and the successful provider of this pilot will be a key partner in contributing towards delivering mental health support interventions in the borough. The service will be responsible for: • Recruiting the pool of therapists to meet the demand. • Managing and allocating the referrals from our local system. • Ensuring processes are in place to validate invoices before payment is given. • Clinical supervision. • Ensuring processes are in place to collect KPIs, both qualitative and quantitative, required to evaluate the service by an external provider. The service will facilitate access to black therapists who will provide: • short-term support for a period of up to 12 sessions. Cognitive behavioural therapy (CBT) model is often used in mental health services. However, there are other evidence-based models that may be better suited, such as positive psychology and trauma informed care that could be utilised, ensuring a personalised intervention for the individual. • It may be apparent that Intercultural Therapy group interventions would be beneficial for individuals to address racial trauma through African centred group therapies. If this is the case, therapists recruited will need to be qualified and experienced to deliver these interventions. It is expected that each therapist will see a person for up to 12 one-hour sessions. The service will pay the therapist with a standardised hourly rate of £83.30 per hour. This will include the administration and working with the provider on providing the agreed reporting. The Contract will commence on 16/10/2023 for an initial period of 1 year. The Contract may be extended for an additional period of 1 year, at the sole discretion of the Authority. Value of contract: £70,000 per annum. The indicative value range for the total contract value is between £70,000 for 1 year and £140,000 for 2 year. VAT inclusive, as applicable. Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
From £70,000
Contract value
NHS South East London Integrated Care Board (NHS SEL ICB) (hereafter referred to as the "The ICB") under delegated commissioning on behalf of NHS England (hereafter referred to as "the Authority") invites Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of GP Primary Medical Services and specified local Premium services under Alternative Provider Medical Services (APMS) Contract to patients of the New Mill Street Practice within the borough of Southwark ("the Procurement"). Background of the Service: This service is an established Southwark practice which works closely with practices within Bermondsey Neighbourhood Team and North Southwark Primary Care Network. New Mill Street General Practice currently provides GP services to 5936 People residing in the borough of Southwark. Contract Length and Value: The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) plus 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months). The indicative contract value for this service for 2024/25 is £629,441 and over the five years the indicative contract value will be £3,147,205. Over the 15 years, if contract is extended to its full duration, the total indicative maximum contract value will be £9,441,615. The indicated contract value shown is dependent on the practice list size. It is expected that there will be some list size growth in line with local and national expected population increase. Aims of the Service; The aims of the service are to: • deliver general medical services to the registered population. • To have a proactive patient centred model of care adopting a multidisciplinary approach to case management. • provide a responsive service which adapts over time to patient feedback and to changes in evidence • develop effective working relationships across the wider system, such as but not exclusively, nursing homes, acute hospitals, community nursing, voluntary sector organisations. • To work closely within their Integrated Neighbourhood Team and with the PCN, to support delivery of the GMS contract to the local population. • To help improve consistency and remove variation across the borough in quality of care. • To consistently provide high quality care to the patients • improve patient satisfaction and outcomes • improve management of long-term conditions within the practice cohort The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
£9,441,615
Contract value
NHS North East London ICB is seeking to commission Take Home and Settle and Handyperson services. The main aim of the Take Home and Settle Service is to safely support patients' discharge from hospital. Short term support is provided in the person's home or other interim accommodation in order to support independence and prevent readmission to hospital. The service will enable individuals to regain confidence, motivation and skills to self-manage, and encourages them to engage with the local community to improve socialisation and wellbeing. The service will provide 7-day support, working closely with health and social care to deliver integrated and co-ordinated care to adults. Service recipients will be registered with a C&H or Tower Hamlets GP and/or residing in these Boroughs who have been admitted to or are at risk of admission to the following hospitals: • Homerton Healthcare NHS Foundation Trust • Royal London Hospital (Bart's Health NHS Trust) Patients at other hospitals out of borough but who live within Hackney or Tower Hamlets may also be referred to the service through our local discharge/transfer of care hubs. These will be a small number of the overall eligible residents. The key aims of this service will be to: • Prevent unnecessary admissions through A&E • Proactively engage with Ward and Discharge Teams to facilitate early, safe and sustainable discharge reducing length of stay and delayed transfers of care from the hospitals listed above. • Reduce avoidable re-admissions over the short period following discharge period • Work closely with health and social care services to improve patient experience • Signpost and refer to community services and support with the aim of enabling patients to remain independent at home wherever possible. Additional information: 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 SQ questionnaire and the ITT 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=12d1b393-6842-ee11-8124-005056b64545
£1,950,000
Contract value
NHS South East London ICB (the Commissioner) is seeking to procure a short-term contract for an All-Age Mental Health and Wellbeing and Adults Learning Disabilities Needs Assessment Service for the London Borough of Bromley. The Commissioner is seeking organisations with proven data analysis and project management expertise to apply to deliver this project. The Needs Assessment will be a single project covering (i) three different population groups; and (ii) one cross-cutting population group that will need to be an identified element in the other three areas, as set out below: Three population groups: • Children and young people (0-18) in Bromley with mental health and wellbeing challenges. • Adults (18+) in Bromley with mental health and wellbeing challenges, including older people with dementia. • Adults (18+) with learning disabilities in Bromley. One key cross-cutting population group • Children, young people and adults with Autism Spectrum Condition (ASC). The aim of the Needs Assessment is to produce a robust analysis of health and care needs across the three population groups in order to provide a recognised evidence-base covering: • an assessment of health and social care needs for the three population groups in Bromley. • an analysis of population health for the three population groups. • an understanding of inequalities, service gaps and challenges in relation to the three population groups. • a "deep dive" into a number of key strategic questions for the three population groups. • a robust evidence base for local strategies and commissioning, notably the Bromley All-Age Mental Health and Wellbeing Strategy and the Bromley Learning Disabilities Strategy. The project deliverables for the Bromley Needs Assessment - All-Age Mental Health and Wellbeing and Adult Learning Disabilities are: • a final written Needs Assessment in printed and electronic form for Bromley All-Age Mental Health and Wellbeing and Adult Learning Disabilities, covering all three population groups, including recommendations on areas for further consideration by commissioners and services, which is accepted by the commissioning lead as meeting the scope and requirements of the project. • a summary presentation of the full Needs Assessment for commissioners. • three tailored summary presentations of the final Needs Assessment for Bromley All-Age Mental Health and Wellbeing and Adult Learning Disabilities covering the three population groups, which the project will present at three key stakeholder boards (one for children and young people's mental health and wellbeing, one for adult mental health and wellbeing and one for adults learning disabilities). • at least a further two in-person and two "online" meetings to present the Needs Assessment. Additional information: The successful bidder must ensure the delivery of the required contract outcomes by 31st May 2024. There will be no further extension options. The financial envelope for this project is £60,000. Any bids exceeding this envelope may be rejected at the sole discretion of the authority. Bidders are requested to 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. Bidders are to review the contents of the Request for Quotation guidance document carefully. 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 onto the e-tendering portal before the deadline for submission. The deadline for the submission of the bid is 9th October 2023, 16:00 GMT The deadline for receipt of Clarification Questions (CQ's) is 2nd October 2023, 13:00 GMT All RFQ bids must be submit via ProContract. Please note that any bids submit by any other means will not be considered. This procurement process being managed by the NHS London Commercial Hub (hosted by NHS North East London) on behalf of NHS South East London (SEL) ICB Bromley.
£60,000
Contract value
South East London Integrated Care Board serves an area that comprises of six local authorities and a number of NHS Trusts. At present, the neurodevelopmental assessment pathways vary in each borough. All boroughs experience challenges and concerns about lengthy and increasing wait times for autism assessments. Furthermore, localities experience a range of associated challenges in relation to issues such as pre- and post-diagnostic support and children & young people with additional mental health needs. Many of these issues combine and coalesce for a growing, specific cohort of young people: those young people who do not access full time education. Missing school has a significant, negative impact on children's academic skills; well-being; mental health and can lead to adverse life outcomes. School attendance provides a safeguard for many children. Persistent school absence removes this safeguard. In addition, the challenges to the system outlined previously means that this cohort of children & young people can remain unsupported for many years. In all 6 boroughs covered by the ICB, there are growing numbers of children who are unable to attend school due to social emotional and mental health reasons. Social communication difficulties that are typical in presentations such as such as Autism Spectrum Condition (ASC) are frequently associated with negative school experiences and linked to higher rates of school non-attendance. A study conducted by Totsika et.al, found that 43% of autistic children experienced persistent absenteeism during the study period. This project aims to support children & young people who are identified as emotionally based school avoiders by offering an autism assessment and, most importantly, developing a need led personalised plan to support reintegration of the child or young person into school. This project aims to screen children who are persistently absent from school for Autistic Spectrum Conditions. The SEL LDA commissioning team will work with the school inclusion teams in all 6 boroughs of SEL, identify 90 children and young people (CYP) who have low school attendance due to social or emotional distress and undertake a NICE approved assessment for autism. Each C/YP will then be provided with a a written, personalised support plan that the provider will deliver via support workers working directly with the C/YP, their family, their school and community services. Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
£384,000
Contract value
NHS South East London ICB is seeking to commission Intermediate Care Beds Services. The service will provide a 14 Intermediate Care Beds to support a responsive and deliverable bed based rehabilitation service, within the London Borough of Lewisham, 24 hours a day, 365 days a year. The main service outcome will be to deliver a 14 bed based Intermediate Care rehabilitation and reablement service. The service is for adults aged 18 years and upwards. It will have capacity to support at least 4 double handed patients at any one time though the provider will be expected to give consideration to supporting a higher number of people with initial double handed support needs at point of hospital discharge. There will also need to be at least 2 beds designed and allocated to meet the needs of Bariatric patients. Patients will predominantly be referred as part of the hospital discharge pathway. However, there will also be a 'step up' pathway to support avoidable hospital admissions where bed based rehabilitation would deliver the same or better results. The step up referral might be appropriate for the following types of patients: • Those that have coped well at home in the past but are beginning to demonstrate a marked reduction in their level of functioning. Referrals will most likely be made by a healthcare professional and screened by the Urgent Care Response Team. • Patients identified within the Emergency Department (ED) and Urgent Care Centre (UCC) who are deemed suitable with appropriate Rehabilitation Goals. In these circumstances, a written discharge passport will be provided through the Trusted Assessor at the ED or UCC. There is also clear expectation that the service will work in partnership with Lewisham's 'Maximising Wellbeing at Home' four Neighborhood Lead Agencies for the delivery of care at home. This will allow that service to be aware of and engage with patients who have previously been in receipt of care at home who may require ongoing care and support on discharge home so that this is planned efficiently and effectively 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 questionnaires on Pro Contract 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=3e778e0a-6063-ee11-8124-005056b64545 The deadline for the submission of tender is 17:00 Friday - 03 November 2023. The deadline for any clarification questions is 27 October 2023 All clarification questions must be submitted via the messaging facility on Pro-contract.
£2,948,400
Contract value
PRJ1255 SEL ICB Community Ear, Nose and Throat Services (ENT) ITT NHS South East London Integrated Care Board (NHS SEL ICB) (hereafter referred to as "the Authority") invites Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Community Ear, Nose and Throat Services under the NHS Standard Contract 23/24 for the boroughs within South East London (SEL) ("the Procurement"). Background of the Service: ENT services in SEL have been under pressure for several years. At the end of June 2023, over 22,000 patients were waiting for treatment, some for over 78 weeks. The SEL ENT non-admitted patient tracking list (PTL) grew by 13% between March 2022 and June 2023. Waiting times are long, with patients waiting over 32 weeks on average for a first appointment. Given these factors, to reduce waiting times for patients and put ENT services on a sustainable footing, it is essential to capitalise on opportunities to increase capacity. The main providers of ENT and Audiology care in SEL are: • General Practice • Guy's and St Thomas' NHS Foundation Trust (GSTT) • King's College Hospital NHS Foundation Trust (KCH) • Lewisham and Greenwich NHS Trust (LGT) • Adult Audiology Any Qualified Provider (AQP) providers • Community ear wax removal service NHS SEL ICB is looking to commission a community-based ENT service to diagnose and treat a range of ENT conditions within the service before final discharge back to the care of the patient's own GP, or onward referral to secondary care where necessary. Aim of the Service; The aim of the service is to strengthen the ENT offering in SEL, by providing a link between primary and secondary care, building capacity and expertise within the community and diverting less complex activity away from secondary care. The core service offer will include: • a single point of referral for ENT, clinically triaging all referrals to reduce the number of inappropriate referrals to specialist services • advice and guidance to primary care on management of patients • a community service for management of patients with ENT conditions Contract Length and Value: The contract will have an initial term of 3 years (36 months), followed by an optional extension of 1 year (12 months) plus 1 year (12 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). The indicative contract value for this service is a minimum of £10,845,010 for 3 years and a maximum of £18,404,335 for 5 years). VAT inclusive, as applicable. The indicated contract value shown is dependent on delivery of planned activity types and volumes. Further details of the Requirements are set out in the Service Specification. Additional information: How to Bid: The Procurement process will be facilitated entirely online via the e-procurement portal ProContract. It is requested for interested organisations to register on the ProContract e-procurement portal by following the below link; https://procontract.due-north.com/Register Interested Applicants wishing to participate in the procurement must register on the portal, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission stated. All clarification requests and correspondence pertaining to this opportunity must be directed through the portal. The deadline for any clarification questions is provided within the ITT Guidance Document. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part on the open procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions. Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
£18,404,335
Contract value
SEL ICB wish to commission a HIU service to work with people to understand any underlying social or emotional reasons for increased health care contacts and to provide emotional/psychosocial support as opposed to a clinical or medical model with an aim to improve patients health and social well being whilst reducing demand on urgent and emergency care services. Service Aims include: • Effectively manage, co-ordinate and signpost frequent attenders at A&E to local health, social and voluntary services to help support their identified needs. • Reduce frequent attenders' activity on A&E department and calls made to London Ambulance Service (LAS). • To explore the underlying reason for frequent attendances to A&E, appropriately signpost and make referrals to health and well-being agencies in primary care and the community that can support individual needs. • To engage/reengage people with local community services. • Effectively manage and co-ordinate the chaotic and demanding nature of the patient group through the use of multi-agency support and the voluntary sector • To provide support to identified patients linking to end of life pathways where appropriate.
£850,000
Contract value
North East London (NEL) Integrated Care System (ICS) is looking to procure an optometry led minor eye condition and related services across its seven places (Barking & Dagenham, Havering, Redbridge, Newham, Waltham Forest, Tower Hamlets and City and Hackney). The services need to be able to provide fast access, diagnosis and treatment for a wide variety of minor eye conditions as well as be able to identify conditions for escalation to urgent care and secondary care specialist services. They need to be located in the communities, close to GP practices or near hospital providers to provide residents with easy access to early treatment and avoid unnecessary GP and urgent care attendances. These types of services are being provided across NEL at present by several different providers and this procurement is to enable equitable access for patients and improve the overall quality and offer they are able to receive. Ideally, we are looking for one managing provider to identify suitable established partners (mostly optical practices) in the community to provide the service to patients covering all NEL places. The service specification provides details of what will need to be delivered and we welcome providers who can demonstrate suitable experience of delivering similar services in the community that are both effective and of high quality. Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
From £5,240,000
Contract value
NHS North Central London Integrated Care Board (NCL ICB) (hereafter referred to as "the Authority") are seeking to commission Community Audiology Services for the London Boroughs of Barnet, Camden and Enfield. The duration of the proposed contracts will be three (3) years with two additional options (at the sole discretion of the Authority) to extend the contract for up to one 1 year each, equating to a maximum possible duration of five (5) years (3+1+1). The ICB has an expected envelope of £6,868,038 (exc VAT) for the initial 3 year contract, or £11,446,730 (exc VAT) if all extension options are used for a 5 year contract. This will be a cost and volume contract therefore will be subject to activity delivered alongside relevant Indicative Activity Plans. The Go live date for the Service is 1st July 2026. The contract(s) will be between the successful provider(s) and North Central London ICB. This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
£11,446,730
Contract value