Loading page content…
Loading page content…
Loading contract search results…
6 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
The Staffordshire and Stoke-on-Trent Integrated Care Board currently commission the Special Allocations Service (SAS) across the ICB area. The SAS has been in place since 2004 having previously been known as the violent patient's scheme. Patients currently registered with the SAS scheme have either acted in an abusive, threatening or violent way towards GP practice staff (or their patients). The patients are only removed from general practice and onto the SAS scheme if NHSE patient removal guidance has been followed. A practice can request a patients immediate removal from the practice list by completing a standard template and submitting to Primary Care Support England (PCSE). PCSE will then arrange the removal of the patient and allocate to the SAS practice provider within the ICB footprint. The ICB Primary Care team are also informed by PCSE of the removal and allocation to a SAS provider. The ICB wishes to tender the service with the contracts commencing on 1st April 2023. This is a locality-based services and we are looking for providers across the following 4 areas: 1. Lot 1 Northern Staffordshire including but not limited to Newcastle-under-Lyme and Staffordshire Moorlands 2. Lot 2 South East Staffordshire including but not limited to East Staffordshire, Burntwood, Lichfield and Tamworth 3. Lot 3 South West Staffordshire including but not limited to Cannock Chase, Stafford & Surrounds, Seisdon Peninsula 4. Lot 4 Stoke-on-Trent Bidders may apply for one or more of the lot areas. Providers will need to be able to demonstrate that they will be able to provide core primary care services prior to commencement of the contract and for the entire duration of the SAS contract per the requirement shown in Annex 1 Section 6.1 within the ITT documents. Bidders Should register on https://mlcsu.bravosolution.co.uk and search for ITT 960, 964,966,967 & 968 to view generic questions and details for each of the 4 lots. The service will be separated into four lots as detailed in Annex 1. Bidders will need to respond both to the Generic ITT and whichever Lot(s) they are looking to bid for. Bidders will need to respond to the Generic sections within ITT 960 once only however. The results from these generic sections will be used for the corresponding sections for each lot applied for. ITT964, ITT666, ITT967 & ITT968 are Lot specific and questions within these ITTs need to be completed for each lot applied for. A Bidder Event is planned for Wednesday 14th September 12:30pm - 2:00pm. This event will take place virtually vis MS Teams and will allow Commissioners to present requirements of the future service and the procurement process. In order to register for the event please visit https://mlcsu.bravosolution.co.uk, access the Staffordshire and Stoke on Trent Special Allocations Service ITT 960 and register name, job title, email address and telephone number for each attendee using the messaging portal. Additional information: Midlands and Lancashire CSU are conducting this procurement exercise as an agent for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services. The contract conditions will be set out in the Invitation to Tender. Further details will be made available via documentation and information released during the course of the tender process. This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk (i) Candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). If your organisation has registered previously, you do not need to reregister; (ii) Once registered, candidates must submit your reply on the website and by email by the deadline stated. For technical support in submitting your expression of interest contact the Bravo Solution Helpdesk on +448003684850 or E-mail: help@bravosolution.co.uk. Light Touch Regime' services: This procurement is for clinical services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations('Regulations'). Accordingly, the contracting authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations. The procedure which the contracting authorities are following is set out in the ITT. As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement. This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk (i) Candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). If your organisation has registered previously, you do not need to reregister; (ii) Once registered, candidates must submit your reply on the website and by email by the deadline stated. For technical support in submitting your expression of interest contact the Bravo Solution Helpdesk on +448003684850 or E-mail: help@bravosolution.co.uk. Light Touch Regime' services: This procurement is for clinical services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations('Regulations'). Accordingly, the contracting authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations. The procedure which the contracting authorities are following is set out in the ITT. The NHS (Procurement, Patient Choice and Competition) (No2) Regulations 2013 also apply to this procurement.
£754,000
Contract value
NHS Staffordshire and Stoke-on-Trent Integrated Care Board (ICB) is looking to procure an all-age wheelchair service that meets the needs of the registered population of Staffordshire and Stoke-on-Trent. The service will provide assessments, maintenance and repairs as required and associated education delivered at home, within clinical settings or within venues agreed by the service users. The key outcomes and objectives of this service are set out within the Service Specification. Further information about the Staffordshire and Stoke-on-Trent wheelchair service procurement, including the Service Specification, will be available within the Invitation to Tender (ITT) which will set out the scope and objectives of the procurement together with details of how to complete the invitation to tender documents (ITT). The opportunity will be published via the Midlands and Lancashire CSU Bravo e-tendering solution. The contract will be for 3 years with the option to extend by up to a further 2 years. The contract commencement date is 1st April 2023. The ICB has set a financial envelope for a maximum block annual contract value of £2,455,000 per annum. Submitted bids should therefore reflect annual values of up to £2,455,000. The ICB reserves the right to reject any bids reflecting annual costs over and above this maximum financial threshold. The key outcomes and objectives of this service are set out within the Invitation to Tender documentation. The Estimated Value stated in above of £12,275,000 represents the estimated maximum value for the duration of the 3 year contract period and the maximum permitted extension of 2 years. Additional information: HOW TO EXPRESS AN INTEREST: This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk (i) Candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). If your organisation has registered previously, you do not need to reregister; (ii) Once registered, candidates must submit your reply on the website and by email by the deadline stated. Search for Project Ref 874 / ITT ref 952. For technical support in submitting your expression of interest contact the Bravo Solution Helpdesk on +44800 069 8630 or E-mail: help@bravosolution.co.uk. Light Touch Regime' services: This procurement is for services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations('Regulations'). Accordingly, the contracting authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations. The procedure which the contracting authorities are following is set out in the ITT. As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.
Value undisclosed
This is a Contract Notice to inform the market that NHS Herefordshire and Worcestershire Integrated Care Board is seeking bids from provider organisations capable of providing a Consultant-Led Community Ophthalmology Service in Worcestershire. The overall aim will be to provide a safe, flexible and efficient community-based Ophthalmology Service for patients aged 16 years and over who are registered with a GP Practice within the County of Worcestershire, UK. The proposed service is expected to operate a specialist-led model offering triage and treatment of Ophthalmology conditions that do not require treatment under the General Optometry Service criteria for Optometrists nor specialist intervention under the Hospital Eye Service. The service will also be required to accept and manage patients with stable ocular hypertension (glaucoma) following HES diagnosis and treatment, with pathways for escalation as required. Patients are expected to be referred into the service from health professionals, typically the patient's own GP, Optometrist or a secondary care consultant, where it is considered appropriate for those patients to be managed in the community. A consultant level ophthalmologist with the FRC Ophth qualification and CCT (or CESR) is expected to have overall responsibility for the clinical oversight of this proposed service at all times. Please note that payments for contract activity will be in accordance with the local tariffs for Consultant-Led Community Ophthalmology service provision. The contract value shown above is an indicative figure. Further details are provided in the Invitation to Tender documentation. As part of the procurement process, Bidders will be required to confirm acceptance of the stated local tariffs. NHS Herefordshire and Worcestershire Integrated Care Board intends to award one contract, and the proposed procurement process will fall under The Public Contracts Regulations 2015 Light Touch Regime (LTR). Additional information: To register your interest: This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk (i) Candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). If your organisation has registered previously, you do not need to re-register; (ii) Once registered, candidates must submit your reply on the website and by email by the deadline stated. Search for Project 831 / ITT 953. For technical support in submitting your expression of interest contact the Bravo Solution Help-desk on +448003684850 or E-mail: help@bravosolution.co.uk. Light Touch Regime' services: This procurement is for services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations('Regulations'). Accordingly, the contracting authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations. The procedure which the contracting authorities are following is set out in the ITT. As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement. As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013 these Regulations also apply to this procurement.
£1,598,000
Contract value
NHS Midlands and Lancashire CSU is working on behalf of NHS Lancashire and South Cumbria ICB and NHS England. NHS Lancashire and South Cumbria Integrated Care Board ("ICB") intends to source an Avian Flu service with a service start date on or before 1st January 2023 (to be agreed between the successful provider and the ICB). The contract duration will be until 31st December 2028. The contract value will not exceed £42,574 per annum and no quotation above this value will be considered as part of this process. Any quotation received above this value will be automatically disqualified from the process without further evaluation of the submission. The Lancashire and South Cumbria ICB wish to provide screening and pre or post-exposure antiviral prophylaxis to individuals who will be exposed/have been exposed to avian influenza. The service provider will: - Establish a system to mobilise the service urgently that will ensure exposed individuals are commenced on antiviral prophylaxis within 48 hours of notification from the local HPT - Access antiviral medicines from the PHE stock located at Royal Preston Hospital pharmacy - Have facilities to secure the stock of antiviral medicines - Set up appropriate facilities suitable to assess individuals and prescribe prophylaxis in a short time period. This needs to be in an accessible location e.g. at the site of the incident or an appropriate premises nearby. Basic requirement is for a private room, handwashing / toilet facilities and appropriate heating. - Assess the individual against inclusion and exclusion criteria, and provide the appropriate advice as per PGD. Administer prophylactic antivirals (oseltamivir for duration of exposure and 10 days following last known exposure) under the Patient Group Direction (PGD) (Appendix 1). This is a one-time only supply and there is no requirement for further courses unless specified by PHE. The PGD must have the relevant organisational authorisation in order to be legally valid - Ensure supplying nurses/pharmacists obtain and record relevant patient administration details (name, address, date, DOB) and consent - Ensure that the registered GPs of all individuals receiving prophylaxis are notified of attendance and medication received - Keep a record of all individuals who have been assessed and prescribed antiviral medication under this pathway and share this information with the HPT to ensure appropriate follow up - Ensure a system is in place to deliver a regular service to provide antivirals based on need i.e. daily for incoming staff and repeat courses if specified by PHE/IMT The contract will be for a duration of five (5) years The purpose of this notice is to request quotations from interest providers. Interested providers are asked to submit a Request for Quotation (RfQ) via Bravo Solutions. Interested providers are advised to register with MLCSU e-Procurement portal Bravo via the following link: https://mlcsu.bravosolution.co.uk Additional information: This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made. Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made The Contracting Authority is not voluntarily following any other part of the Regulations. The procedure which the Contracting Authority is following is set out in the procurement documents. As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement. Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary. The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed. All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these. Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services. Interested providers are advised to register with MLCSU e-Procurement portal Bravo via the following link: https://mlcsu.bravosolution.co.uk
£212,870
Contract value
NHS Leicester, Leicestershire & Rutland Integrated Care Board (LLR ICB) is seeking to commission a provider or providers to deliver their Patient Transport Services (PTS), to include Non-Emergency Patient Transport Service (NEPTS). The contract currently operating is due to expire on the 31st of March 2024. The ICB wishes to receive responses to the Invitation to Tenders (ITTs) from suitably qualified and experienced Providers with the necessary skill and experience (or a demonstrable ability to provide the skill and experience) to provide the range of services required. The ICB has re-designed the way Patient Transport Services are specified in Leicestershire. They are looking for stand-alone services for specific cohorts of patients which have varying needs. To that end the re-procurement will be split into 3 lots so 3 separate contracts may be awarded, however, bidders will have the opportunity to bid for all of the lots or any combination of lots. For the avoidance of doubt each bid will be scored on their individual merit. Therefore, it is possible that contracts could be issued to a single provider. The lots are split as follows: Lot 1 Dedicated Renal Dialysis The Provider is responsible for delivering a dedicated renal dialysis transport provision to all patients who require Dialysis & nocturnal Dialysis and are registered to an LLR GP. Lot 2 TRIPPS This service will provide High Dependency/Blue Light, Bariatric and End of Life out of University Hospitals of Leicester (UHL) Emergency Departments (ED) and LLR Healthcare Settings to their destination. Lot 3 NEPTS The service will provide transport, where a medical condition means that a patient would struggle to safely attend their treatment independently, to LLR registered patients. This will include transport to and from outpatient appointments, discharges, admissions, non-High Dependency transfers, Community Mental Health appointments and therapy groups, including on the day activity and planned. 08/11/2022 - Amendment made as follows: During the refresh data for Lots 1 and 3 the ICB requested a mini audit of the High Dependency activity that is expected to sit within Lot 2 - TRIPPS. The outcome of this demonstrated a shift in acuity of patients since the original data was published. These changes have been reflected within the financial envelope thresholds and it had an impact of: Lot 2 - increase of £775,951 over years 1-5 over years 1-5 with the total impact combined for all lots over years 1-5 being an increase of £593,257 for the lower limit cost threshold and an increase of £775,591 for the upper limit cost threshold. For more information please see revised Annexes 01 and 05 of the tender documentation. Additional information: Each contract will be awarded for a term of five (5) years from the Service start date with the possibility of extending the term for up to another 5 years beyond the initial contracted term at the ICB's discretion. The ICB has set higher and lower budgetary thresholds for each lot, as follows: Full cost envelope (Higher Limit) Year 1 Year 2 Year 3 Year 4 Year 5 Lot 1 £2,657,764 £2,790,653 £2,846,466 £2,903,395 £2,961,463 £14,157,74 Lot 2 £1,179,124 £1,179,124 £1,179,124 £1,179,124 £1,179,124 £5,895,621 Lot 3 £4,906,134 £4,906,134 £4,906,134 £4,906,134 £4,906,134 £24,530,669 Total cost envelope 8,743,022 £8,875,911 £8,931,724 £8,988,653 £9,046,721 £46,146,093 Full cost envelope (Lower Limit) Year 1 Year 2 Year 3 Year 4 Year 5 Lot 1 £1,948,075 £2,045,479 £2,086,389 £2,128,117 £2,170,679 £10,378,739 Lot 2 £851,030 £851,030 £851,030 £851,030 £851,030 £4,255,150 Lot 3 £3,646,148 £3,646,148 £3,646,148 £3,646,148 £3,646,148 £18,230,740 Total cost envelope £6,445,253 £6,542,657 £6,583,567 £6,625,295 £6,667,857 £32,864,629 Any bid(s) received that is(are) over or below the set thresholds will be eliminated from the procurement. These services are being treated as Schedule 3 services (healthcare services) and as such are being procured using the Light Touch Regime under the Public Contracts Regulations 2015. An open type single stage procedure is being used which is proportionate to the complexity and value of these services. The invitation to tender (ITT) will be available from 23rd September 2022 on the ML CSU Bravo portal (see below) and it will have a deadline for submissions of 12:00 noon on 12th December 2022. Bidder clarifications may be submitted to the ICB (via the ML CSU Bravo portal only) during the procurement process between the 7th October and 17:00 25th November 2022. 08/11/2022 Amendment to contract values as follows: Full cost envelope (Higher Limit) Year 1 Year 2 Year 3 Year 4 Year 5 Total Lot 1 £2,772,518 £2,911,143 £2,969,366 £3,028,754 £3,089,329 £14,771,110 Lot 2 £1,334,242 £1,334,242 £1,334,242 £1,334,242 £1,334,242 £6,671,211 Lot 3 £4,789,327 £4,789,327 £4,789,327 £4,789,327 £4,789,327 £23,946,635 Total Cost envelope £8,896,087 £9,034,713 £9,092,936 £9,152,323 £9,212,898 £45,388,956 Full cost envelope (Lower Limit) Year 1 Year 2 Year 3 Year 4 Year 5 Total Lot 1 £2,032,424 £2,134,045 £2176,726 £2,220,260 £2,264,666 £10,828,121 Lot 2 £958,881 £958,881 £958,881 £958,881 £958,881 £4,794,407 Lot 3 £3,560,330 £3,560,330 £3,560,330 £3,560,330 £3,560,330 £17,801,649 Total cost envelope £6,551,635 £6,553,256 £6,695,937 £6,739,472 £6,783,877 £33,424,177
From £34,671,176
Contract value
NHS Midlands and Lancashire CSU is working on behalf of NHS Lancashire and South Cumbria ICB, this invitation to tender is for an Individual Placement and Support (IPS) Programme. Individual Placement and Support (IPS) is an evidence- based model of employment support. Supporting people with severe mental health difficulties to find and keep competitive employment. It involves intensive, individual support, a rapid job search followed by placement in paid employment, and time-unlimited in-work support for both the employee and the employer. The Lancashire and South Cumbria IPS service currently offers support to any Lancashire and South Cumbria service users aged between 16 and 69 years of age, referred via Early Intervention in Psychosis or Community Mental Health Teams or service users within either of these services who choose to self-refer into the IPS service. The service operates within the 8 key principles of IPS and a fidelity review of the service is carried out by IPS Grow to ensure the quality of the service and demonstrates the commitment to continuous quality improvement. The contract will require the provider to work with the ICB to further expand the service to other mental health services available to individuals with a severe mental illness including primary care, increasing the number of individuals supported to secure employment inline with the NHS Long Term Plan requirements as stipulated in the service specification. The provider will demonstrate the increase in activity by provided regular reports to commissioners and demonstrating the number of service users becoming actively engaged in the service and number of service users starting paid employment as well as other standards required by the commissioners. The ITT will be live on Wednesday 28th December 2022 on the MLCSU Bravo portal (see below) & it will have a deadline for submissions of 12:00 midday on Wednesday 25th January 2023 Contract Period The initial contract will be for 3 years with a 2 years optional extension. The contract start date will be 1st May 2023. Contract Value The Financial Envelope is for a total of £4,550,000 over the 5 years (split equally over the contract period of 5 years). The ICB has set an affordability threshold for the Procurement and reserves the right not to consider Bids that are unaffordable and above the affordability envelope of the project, or in in absence of an affordability envelope, the Find a Tender Service (FTS) notice value. The ICB may seek clarification on bids that are unusually low or above the affordability threshold. Following clarification, it will reserve the right not to consider Bids that are either above the affordability threshold or unusually low. Additional information: Interested providers are advised to register with MLCSU e-Procurement portal Bravo via the following link: https://mlcsu.bravosolution.co.uk This contract is for clinical services which are light touch regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (Regulations). Accordingly, the contracting authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authority is not voluntarily following any other part of the regulations. Right to Cancel: The Contracting Authority reserves the right to discontinue the process at any time, which shall include the right not to award a contract or contracts. The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed. All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these. Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet.
£4,550,000
Contract value