Loading page content…
Loading page content…
Loading contract search results…
2 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
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
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