Loading page content…
Loading page content…
12 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Authority invites responses from suitably qualified and experienced providers to deliver Autism Spectrum Disorder (ASD) Post-Diagnostic Psychoeducational Resource for Parents/Carers and Young People in Greater Essex("the Service") from 19th December 2022 to 18th December 2025
£398,000
Contract value
The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s) for a period of 15 years. Contracts for Lots 1 to 4 and Lot 6 will run from 01/04/23 - 31/03/38, and the contract for Lot 5 will run from 01/07/23 - 30/06/38. The aggregate value (forecasted financial entitlement) of the contract across all 6 Lots is £91,153,559, including up to £25,000 Allowable Mobilisation Budget on a cost incurred basis, per Lot, in Year 1). (The financial entitlement across all six Lots, minus the allowable mobilisation budget is £91,003,559). The Lots: • Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038 • Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038 • Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038 • Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038 • Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st July 2023 until 30th June 2038 • Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038 The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements. As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population. The contract that is to be entered into by the Authority and the Preferred Bidder will be governed by the Standard Alternative Provider of Medical Services (APMS) Contract.
£91,153,559
Contract value
NHS Mid and South Essex Integrated Care Board (MSE ICB) (herein will be referred to as “the Authority”) seeks suitably qualified providers and interested suppliers for this Mental Health Sanctuaries Service. The service will commence on the 1st October 2023 for a 3 year duration, plus the option to extend for a further 24 months. The block contract value is £1,258,384.00 Sterling per annum. The aggregate total value of the contract excluding the option to extend for a further 24 months is £3,775,150.00 Sterling. The aggregate total 5-year contract (which includes the option to extend for a further 24 months) as advertised in the Find a Tender Service notice is £6,291,920.00 Sterling. The ITT submission deadline is 24th April 2023 at 17:30hrs. Tenders received after this period will not be considered. This notice is to communicate that the Authority has issued an Invitation to Tender (ITT) Open Procedure with all of the relevant and applicable procurement documentation https://attain.bravosolution.co.uk/ under the opportunity titled: “itt_125 - Mental Health Sanctuaries for NHS Mid and South Essex ICB”.
£6,291,920
Contract value
The Authority are seeking to re-open the Pseudo Dynamic Purchasing System (PDPS) for the provision of Urgent (Parachute / Caretaking) Primary Medical Care Services in accordance with NHS England Standard General Medical Services Regulations and Alternative Provider Medical Services Directions and having full regard to the NHS England Primary Medical Care Policy and Guidance Manual (PGM). This PDPS was established on 18th November 2019. Hereafter all references to the Authority incorporates these organisations: NHS Mid and South Essex Integrated Care Board (ICB), NHS Hertfordshire and West Essex ICB, NHS Suffolk and North East Essex ICB. The Authority invites responses from suitably qualified and experienced Providers to apply to join the PDPS Approved Provider List. Further information can be found at sections II.2.4 and VI.3.
£57,456,000
Contract value
NHS Mid and South Essex Integrated Commissioning Board (NHS MSE ICB) is seeking to establish a Pseudo Dynamic Purchasing System (PDPS) framework provision for small and medium enterprises (SME)s, Voluntary Sector Charity Organisations (VSCOs), and organisations who could deliver purpose led services within the Mid and South Essex ICB localities. This PDPS framework will be for a 4-year period from 01/04/2024 – 31/03/2028. Under this PDPS the Authority may look to award a Call-Off Contract of between a minimum of 3 and maximum 24 months to a provider who has been pre-approved and gained entry onto the Approved Provider List. The headline mechanisms for undertaking a Call Off Procedure under this PDPS are set out later in the procurement pack and will be detailed within each Call-Off Invitation to Tender (ITT). The Services to which this procurement relates above threshold of the Light Touch Regime of the Public Contract Regulations (PCR 2015) (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020). In order to be accepted onto the PDPS, all Bidders responding to the Stage 1: Request to Participate will complete the mandatory Selection Questionnaire, Qualification and Technical envelopes within the e-procurement portal. The Authority aims to open the PDPS each year to allow for new providers to Request to Participate, complete the mandatory questionnaires and onboard onto the PDPS. As advertised in this Find a Tender Opportunity Advert, this PDPS has no activity guarantee, with a minimum contract value of £0.00 per annum. The maximum indicative aggregate contract value £500million. This indicative value was calculated by using the Authority’s actual annual spend across a wide range of voluntary, small and medium-sized enterprises, specialist and locality specific purpose led services across the entire geography of Mid and South Essex. The Authority aims to procure such services via this PDPS (once it is established). Any services that do not align with the aims and objectives of this PDPS will be procured outside of this PDPS, in strict accordance with the Regulations. The key objectives of the Pseudo Dynamic Purchasing System are: Establish a compliant contracting mechanism to allow the Authority to quickly source appropriate, suitable, capable providers to deliver place-based services. To establish an Approved Provider List of providers who have met and continue to meet the Authority's minimum selection criteria over the term of the PDPS. To establish a transparent Call-Off and Award Procedure that can be adapted to the individual requirements of each Call-Off contract whereby the Authority can effectively narrow the pool of eligible providers from the Approved Provider List to those most appropriate and capable to be Invited to Tender based on pre-published Categories. The scope of services is a range of purpose led, place-based, supplementary community services that are uniquely suited to the Voluntary sector and small-to-medium-enterprises (SMEs). The framework aims to enable NHS MSE ICB to develop a process that will support the community and voluntary organisations of any size to have a governance process in place to support with future commissioning and best utilise funding as it is available. The framework aims to enable Commissioners to best distribute funding and commission services at pace, particularly during in seasonal pressures, and to cover a wide range of support services within the MSE geographical footprint. Services in this PDPS include Locality Specific Community Services, Voluntary Sector Specialised Services, Supplementary Community Services (Adults and Children’s Services), and Supplementary Mental Health Services across the Mid and South Essex geography. All details are outlined in the procurement documentation, which can be found at: https://attain.bravosolution.co.uk/ (itt_145-Voluntary Sector and Specialist SME Contracts Framework for NHS Mid and South)
£500,000,000
Contract value
The Authorty invites responses from suitably qualified and experienced providers to deliver an All Age Autism Outreach Service (the Service) providing specialist autism support to autistic individuals of all ages, across the Transforming Care Partnership (TCP) footprint of Southend, Essex and Thurrock (SET), from 1st May 2024 to 30th April 2028, with an option to extend for a further two years until 30th April 2030. The potential aggregate value of the contract over the term may be up to £8,153,500 including the and potential (but in no way guaranteed) extension period and any modifications over the life of the contract. The four-year contract value and actual budget is £4,769,000 (excluding the extension period), which will act as an affordability envelope for the purposes of bidding. Any bids received in excess of such affordability envelope will be rejected as non-compliant.
£8,153,500
Contract value
NHS Mid and South Essex Integrated Care Board (herein referred to as 'the Authority') seeks suitably qualified providers to tender for this Tier 3 Specialist Weight Management Service. The Authority is undertaking a Competitive Process within the scope of the Provider Selection Regime (PSR) regulations. The service that this notice relates is within scope of the Provider Selection Regime (PSR). The Authority is bound only by the Health Care Services (Provider Selection Regime) Regulations. The contract term is from 01st April 2025 - 31st March 2028, with the option to extend for a maximum of 24 months. The aggregate value of the contract (including extensions) as advertised in the Find a Tender Service (FTS) is £7,487,715.00. The aggregate value of the contract (excluding extensions) is £4,522,373.00 Sterling. To register interest please go to https://attain.bravosolution.co.uk/web/login.html . Click on 'Register here' and follow the onscreen instructions. The relevant documentation will be available within the 'itt_151 - Tier 3 Specialist Weight Management Service for NHS MSE ICB'' project.
£7,487,715
Contract value
The Authority invites responses from suitably qualified and experienced providers to deliver a (non-clinical) Dynamic Support Register Keyworker Service for children and young people with a diagnosed learning disability and / or autism (the Service). Hereafter all references to the Authority incorporates: NHS Mid and South Essex Integrated Care Board (ICB), NHS Suffolk and North East Essex ICB and NHS Hertfordshire and West Essex ICB. Please note, the team facilitating this procurement is the LD/Autism Health Equalities Team (LD/A HET), hosted by Essex County Council, which works across the Transforming Care Partnership between the three Integrated Care Boards (ICB), which are named as Contracting Authorities in the Contract Notice, and the three Local Authorities. These are Essex County Council (ECC), Southend-on-Sea Unitary Authority and Thurrock Unitary Authority. The programme is delivered by all partners within the TCP, but the Service Development Funding (SDF) for this Service comes from NHSE directly to the ICB's. The partnership and funding flows are thereafter governed / mechanised under a Section 75 Agreement between partners, meaning the funding sits within ECC budgets purely as it hosts the LD/A HET team, to enable the team to deliver the programme of work. The Authority have taken the decision to name the ICBs in this Notice as the Commissioners, as the proposed Contract will be managed by ICB Contract Manager(s) and Commissioners. However, the successful bidder will be required to invoice ECC to enable the necessary payment mechanisms to be implemented because of where the funding is sitting/managed. The Local Authorities are not proposed to be party to the Contract. Further information can be found at sections II.2.4, II.2.14 and VI.3 and within the Procurement documents.
£4,715,395
Contract value
NHS Mid and South Essex Integrated Care Board (herein referred to as 'the Authority') seeks suitably qualified providers to tender for this Integrated Community Dermatology Service. The Authority is undertaking a Competitive Process within the scope of the Provider Selection Regime (PSR) regulations. The service that this notice relates is within scope of the Provider Selection Regime (PSR). The Authority is bound only by the Health Care Services (Provider Selection Regime) Regulations. The contract term is from 01st May 2025 - 30st April 2023, with the option to extend for a maximum of 24 months. The aggregate value of the contract (including extensions) as advertised in the Find a Tender Service (FTS) is £41,230,073 British Pound Sterling. The financial envelope which acts as an affordability cap for the purposes of the Process is £27,396,668 British Pound Sterling over the five-year term. To register interest please go to https://attain.bravosolution.co.uk/web/login.html . Click on 'Register here' and follow the onscreen instructions. The relevant documentation will be available within the tt_156 - Integrated Community Dermatology Services for NHS MSE ICB'' project.
£41,230,073
Contract value
NHS Mid and South Essex Integrated Care Board (herein referred to as 'the Authority') seeks suitably qualified providers to tender for this 'NHS Talking Therapies (TT) and Psychological Therapies for Severe Mental Health Problems (PT SMHP) herein referred to as 'Mental Health Core Services'. The Authority is undertaking a Competitive Process within the scope of the Provider Selection Regime (PSR) regulations. The service that this notice relates is within scope of the Provider Selection Regime (PSR). The Authority is bound only by the Health Care Services (Provider Selection Regime) Regulations. The contract term is from 01st August 2025 - 31st July 2028, with the option to extend for a maximum of 24 months. The aggregate value of the contract (including extensions) as advertised in the Find a Tender Service (FTS) is £92,503,175.00 Sterling. The aggregate value of the contract (excluding extensions) is £55,879,469.00 Sterling over the 3-year contract term. To register interest please go to https://attain.bravosolution.co.uk/web/login.html . Click on 'Register here' and follow the onscreen instructions. The relevant documentation will be available within the 'itt_160 - Mental Health Core Services (TT & PT SMHP) for NHS MSE ICB'' project.
£92,503,175
Contract value
NHS Mid and South Essex Integrated Care Board (herein referred to as the 'Authority') seeks suitably qualified Providers for the establishment of this Framework Agreement for the provision of Voluntary Sector and Specialist SME Contracts in Mid and South Essex (previously referred to as the 'Pseudo Dynamic Purchasing System PDPS'). The overarching contract period of this Framework Agreement is from the 01/04/2024 – 31/03/2028 (a total of 4-years), with this Tranche 2 (the re-opening of the framework) period from the 18/06/2025 – 17/06/2026. The Framework will re-open on annual basis, as outlined in the tender documentation. The key objectives of this Framework Agreement (FA) are to: - Establish a compliant contracting mechanism to allow the Authority to quickly source appropriate, suitable, capable providers to deliver place-based services. -To establish an Approved Provider List of providers who have met and continue to meet the Authority's minimum selection criteria over the term of the FA. -To establish a transparent Call-Off and Award Procedure that can be adapted to the individual requirements of each Call-Off contract whereby the Authority can effectively narrow the pool of eligible providers from the Approved Provider List to those most appropriate and capable to be Invited to Tender based on pre-published Categories. The scope of services is a range of purpose led, place-based, supplementary community services that are uniquely suited to the Voluntary sector and small-to-medium-enterprises (SMEs). The framework aims to enable NHS MSE ICB to develop a process that will support the community and voluntary organisations of any size to have a governance process in place to support with future commissioning and best utilise funding as it is available. The framework aims to enable Commissioners to best distribute funding and commission services at pace, particularly during in seasonal pressures, and to cover a wide range of support services within the MSE geographical footprint. Services in this FA include Locality Specific Community Services, Voluntary Sector Specialised Services, Supplementary Community Services (Adults and Children's Services), and Supplementary Mental Health Services across the Mid and South Essex geography. This FA has no activity guarantee, with a minimum contract value of £0.00 per annum. This notice has reflected a minimum value of £1.00 due to an error on this form which prevents the true figure of £0.00 per annum being illustrated in Section II.1.7) of this form. The minimum contract value of £0.00 pa and maximum indicative aggregate contract value £500million. This indicative value was calculated by using the Authority's actual annual spend across a wide range of voluntary, small and medium-sized enterprises, specialist and locality specific purpose led services across the entire geography of Mid and South Essex. The Authority aims to procure such services via this FA (once it is established). Any services that do not align with the aims and objectives of this PDPS will be procured outside of this FA, in strict accordance with the Regulations. To register interest please go to https://attain.bravosolution.co.uk/web/login.html . Click on 'Register here' and follow the onscreen instructions. The relevant documentation will be available within the 'itt_166 - VCSO & Specialist SME Contracts for NHS MSE ICB (PDPS Framework Tranche 2)'' project.
£500,000,000
Contract value
NHS Mid and South Essex Integrated Care Board (herein referred to as the ‘Authority’) seeks to secure the most suitable Provider for the provisions of these mental health services utilising LOTS. LOT 1 ‘Healthy Minds Services’ and LOT 2 ‘Depression and Wellbeing Calls’. The Authority aims to award a single contract for each service to a single Provider (either as the sole Provider or as the ‘Lead Provider’ on behalf of a consortium). These services support the Authority’s Mental Health Wellbeing Service offering in Mid and South Essex. Local Providers are invited to tender for these services and can submit a compliant bid for either one or both LOTs. Both LOTs are being commissioned from 01st October 2025 for a 3-year contract term, with the option to extend for a further 24 months. The total combined aggregate contract value, inclusive of extensions, as outlined in this FTS notice is £6,941,862.00 Sterling. The aggregate combined total contract value for the 3 year term is £4,176,760 Sterling. These new, transformed services are community based and locally driven within the Mid and South Essex locality and details can be found free of charge at the e-procurement portal - please see ‘itt_170 - Healthy Minds Service and Depression Calls (Mental Health Services) for NHS MSE ICB’ – Qualification Stage. Following the compliant completion of the Qualification Envelope (Qualification Questionnaire), a maximum of four (4) bidders that meet the criteria will be shortlisted for each LOT, for the detailed, technical evaluation and commercial offer. These new, transformed services will be for the whole of Mid and South Essex to -promote good mental health and prevent poor mental health through early intervention and prevention, work with our residents and system partners to build resilience and enable opportunities to actively contribute to their communities and advance equalities in mental health - Enhance access to Wellbeing services - this will ensure our residents have flexible access to responsive and high-quality care when in need of mental health support -Get the right care in the right place at the right time is vital. Failure to provide care early on means that the acute end of mental health care and A&E Departments will routinely be under immense pressure. - Promote parity of esteem and delivering care closer to home, residents will be supported in a holistic way at the right time, by the right person and at the right place, reducing need for multiple assessments and transfers of care where it is safe to do so. To register interest please go to https://attain.bravosolution.co.uk/web/login.html . Click on 'Register here' and follow the onscreen instructions. The relevant documentation will be available within the below project codes: ‘itt_171 - Lot 1: Healthy Minds Service (Mental Health Services) for MSE ICB’ ‘itt_172 - Lot 2: Depression and Wellbeing Calls (Mental Health Service) for MSE ICB’ Please note that up to a maximum of four (4) bidders that meet the criteria will be shortlisted for each LOT. The compliant bid submissions will then be assessed at the detailed technical evaluation for Lot 1 Healthy Minds Service and Lot 2 Depression and Wellbeing Calls Key Criteria (Quality) Stage. Only the bid submissions from Providers that have satisfied the preliminary review, initial evaluation, financial standing and evidenced contracts will progress to the detailed technical evaluation. All details and criteria are contained within the procurement documentation. The deadline for receipt of compliant bid submissions is 27th June 2025 by 17:30hrs. 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.
£6,941,862
Contract value