Loading page content…
Loading page content…
Loading contract search results…
47 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
NHS North West London Integrated Care Board is inviting suitably experienced and capable providers to apply for the Procurement for the Provision of Alternative Provider Medical Services (APMS) of Specialist Homeless Practice which will be used by the Contracting Authority to provide Primary Care APMS Specialist Homeless Services, for eligible patients. The Service provision should involve APMS Services of Specialist Homeless Practice delivered in an integrated way with other providers to ensure patients have the best care possible in a 'one-stop-shop' environment. This will also involve taking care directly to patients where that is necessary and appropriate and getting hard to reach patients registered with the service. The model also ensures that patients are mainstreamed as soon as they are ready and actively identified and deducted from the list once they have left the area. The services provided should also contribute to the reduction in A&E attendances and emergency admissions by homeless people. Please see the ITT Tender Documentation and Specification for further details regarding the required service delivery. The Expectation is for NWL to have a maximum total contract value (including any potential extensions) is £6,444,315 with an annual value estimated at £429,621 per annum plus any nationally agreed uplift.
£6,444,315
Contract value
NHS NW London ICB requires the Provision of Children and Young Peoples Targeted Emotional Wellbeing Mental Health Services in Harrow. The service aims at supporting families and carers who are in need by improving mental health and emotional wellbeing. NHS NW London ICB selected to undergo a competitive procurement process using an open procedure conducted in accordance with the light touch regime of the Public Contract Regulations 2015 (PCR 2015). The Harrow Council and NHS North West London Integrated Care Board are joint commissioners of the service and may be referred to as the Commissioning Lead or Commissioners. The contract term is 36 months with the option to extend by a further 24 months. Historically, the London Borough of Harrow and NHS North West London Integrated Care Board ("NHS NW London ICB") have commissioned an emotional wellbeing service (EWB) called Harrow Horizons since April 2017 whose primary focus is to provide early intervention and prevention with the aim of supporting children and young people aged 0-19 (up to 25 with SEND) to overcome mild to moderate difficulties. The new service will continue to be aimed at supporting families and carers who are most in need by improving mental health and emotional wellbeing. This service will offer a blended model of training, support, advice and consultation for families and carers, as well as those professionals involved in their care, alongside offering a range of time-limited evidence-based interventions to children, young people and their families/carers within a community setting or school. The opportunity can be accessed via: https://health-family.force.com/s/Welcome Once registered, search the opportunity for: Children and Young Peoples Targeted Emotional Wellbeing MH Services - Harrow
£2,750,000
Contract value
NHS NW London ICB requires the Provision of Children and Young Peoples Targeted Emotional Wellbeing Mental Health Services in Harrow. The service aims at supporting families and carers who are in need by improving mental health and emotional wellbeing. NHS NW London ICB selected to undergo a competitive procurement process using an open procedure conducted in accordance with the light touch regime of the Public Contract Regulations 2015 (PCR 2015).<br/><br/>The Harrow Council and NHS North West London Integrated Care Board are joint commissioners of the service and may be referred to as the Commissioning Lead or Commissioners.
£2,750,000
Contract value
NHS NW London ICB requires the provision of five (5) Diabetes Community Clubs (DCCs) spread across North West London. The aim of the service is to provide peer support for people living with type 2 diabetes by providing a curriculum on diabetes & a platform to meet other people with diabetes. KDS is the digital platform for people to access information about diabetes in NW London. The DCCs offer a similar service for those who are digitally excluded. People meet at a local venue & are guided through KDS content & functionality by a facilitator. However virtual clubs will be considered on a case-by-case basis. DCCs are not a clinical intervention & can be facilitated by people who are not clinically trained as it is not essential for this programme. The service will cover all 8 boroughs & will be grouped as follows, suppliers responding to this notice must therefore clearly indicate the location of their proposed site: Lot 1: Kensington & Chelsea, Westminster and Hammersmith & Fulham Lot 2: Brent & Harrow Lot 3: Hillingdon Lot 4: Hounslow Lot 5: Ealing Suppliers can submit a response for more than one lot. Capable providers that meet the below conditions for participation & who can produce the following activities within 5 months may respond to this opportunity: -Ability to recruit members into the DCC. -Ability to deliver DCCs over a maximum of an eight-week period utilising the NHS KDS website (11 members & 2 facilitators). -Ability to produce a sustainability programme. -Ability to provide a suitable space to host the DCC. All DCCs must adhere to the following principles: -Referring service users to a group of 'experts by experience'. -Reciprocity of peer support & creating a flexible space for people to share their experiences & facilitators should have confidence in leading groups & the ability to manage group dynamics & potentially difficult discussions. -Creating a safe, nurturing & welcoming environment to share experiences & learn from others. -Mitigating barriers that prevent people from accessing support & ensuring groups are accessible & inclusive. -Clubs should be person centred & provide the required support to assist people with development knowledge, skills & confidence to support their diabetes. -Work in a complementary way to encourage people to access a range of services that best meet their needs. The ICB is committed to assess the needs of the service users & consider how it needs to secure the needs of the people who use the services, & improve the quality & efficiency in the provision of the services including through the services being provided in an integrated way. The opportunity can be accessed via: https://health-family.force.com/s/Welcome Once registered, search the opportunity for: Provision of Diabetes Community Clubs in North West London
From £5,000
Contract value
NHS NW London ICB is seeking the provision of Community Enteral Feeds Services in Ealing. The aim of the service is to provide the clinically indicated provision of tube feeds and oral nutritional supplements (ONS) within the Ealing Community after assessment of patients by the Ealing Community Nutrition and Dietetics team. The objectives of the service are for the provision of tube feeds and oral nutritional supplements (ONS) via a non-FP10 model after assessment by the Ealing Community Partners Nutrition and Dietetics team. The Ealing Community Nutrition and Dietetics team will liaise with the provider for the provision of the following items after NHS clinical assessment: • Tube and Sip feeds • Giving sets • Feeding Tubes • Pumps • Ancillaries • 3rd party products supplied to patients as appropriate after assessment by Ealing Community Partners, in line with NHS list price. The inclusion criteria: • This contract is for the provision of community services only • The service is for adults and children • The service is for Ealing GP registered patients only The exclusion criteria: • The provision and funding of any products as part of an acute pathway is excluded and should form part of an agreement between the provider and associated NHS Trusts. • Non Ealing GP registered patients are not eligible for this service. The contract duration will be for a three (3) years, with a possible option to extend for a further 30 month period.
From £3,836,868
Contract value
NHS NW London ICB is seeking the provision of Community Enteral Feeds Services in Ealing.<br/><br/>The aim of the service is to provide the clinically indicated provision of tube feeds and oral nutritional supplements (ONS) within the Ealing Community after assessment of patients by the Ealing Community Nutrition and Dietetics team.<br/><br/>The objectives of the service are for the provision of tube feeds and oral nutritional supplements (ONS) via a non-FP10 model after assessment by the Ealing Community Partners Nutrition and Dietetics team.<br/><br/>The contract duration will be for a three (3) years, with a possible option to extend for a further 30 month period.
£7,245,356
Contract value
NHS North West London Integrated Care Board (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement for the Provision of Autism Support Advice and Inclusion Service across North West London. The contract term is for a three (3) year period, with an optional extension period of two (2) years, starting 1st July 2023 with an estimated contract value of £450,000 (total contract value of £2,250,000), inclusive of VAT. A mobilisation period of 1 month will be applied prior to the commencement of the start date. This procurement process is subject to the so-called light touch regime as set out in regulations 74-76 of the Public Contracts Regulations 2015 ("PCR") as the procurement concerns health services which are social & other specific services according to the PCR. This opportunity is likely to be of interest to an organisation from the voluntary, community & social enterprise (VCSE) sector. NHS North West London currently delivers a peer-led support, advice and signposting service for autistic people aged 14 and over without a learning disability living in NW London. One of the key features of this service is that it is delivered by people with lived experience of autism and has been shaped, delivered, tested, and evaluated by the autistic people, and families who use it. The service will provide direct face-to-face and virtual support to autistic adults delivered as 1:1 and group sessions and deliver group sessions to young people aged 14 to 17 years. It will also offer specialist training and advice to families, employers and health, social care, and education providers to improve autism awareness and acceptance within communities and the wider system. Achieving a strong and effective model of co-production is integral to the success and impact of the service; in addition to ensuring that people with lived experience are employed at all levels of the organisation, key features of the service will be the co-development and delivery of training and peer-led support and advice in addition to facilitating sessions to support autistic people to share their views and experience to co-design other specialist and mainstream services and pathways. Rather than prescribing the service, the intention is to commission a model which offers a menu of services and methods of delivery, including face-to-face and digital services, which can be flexed at pace to respond to changing demand and the needs and aspirations of the autistic people and the families who use the service. During 2023/24, the successful Provider will support the NW London Integrated Care System (ICS) to map similar provision for children and young people (CYP) to identify gaps and determine the demand for a NW London voluntary sector offer for our younger population and their families. 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 £1,080,000
Contract value
NHS North West London Integrated Care Board (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement for the Provision of Autism Support Advice and Inclusion Service across North West London. <br/><br/>The contract term is for a three (3) year period, with an optional extension period of two (2) years, starting 1st July 2023 with an estimated contract value of £450,000 per annum (total contract value of £2,250,000), inclusive of VAT. A mobilisation period of 1 month will be applied prior to the commencement of the start date.<br/><br/>This procurement process is subject to the so-called light touch regime as set out in regulations 74-76 of the Public Contracts Regulations 2015 (“PCR”) as the procurement concerns health services which are social & other specific services according to the PCR. This opportunity is likely to be of interest to an organisation from the voluntary, community & social enterprise (VCSE) sector.
£1,800,000
Contract value
North West London Integrated Care Board (NWL ICB) are seeking to procure an out-of-hours (OOH) service for use by all "opted out" GP Practices across the 8 boroughs of NWL (Brent, Ealing, Harrow, Hammersmith & Fullham, Hillingdon, Hounslow, Kensington & Chelsea, Westminster). To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Atamis Reference - C163052 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. Atamis Reference - C163052 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 £19,141,085
Contract value
NHS NW London ICB is inviting interested providers to apply to be part of an Any Qualified Provider (AQP) Framework for the provision of Community Vasectomy Services for patients registered with a General Practitioner (GP) in North West London. This service specification relates to the provision of a high quality, safe, community vasectomy service comprising of pre-operative counselling, procedure and post vasectomy testing. The service aims to provide a quality and safe vasectomy procedure under Local Anaesthetic (LA) in accordance with the Royal College of Obstetricians and Gynaecologist guidelines, (RCOG). This will be in a community care setting to all consenting adult males who request it and are registered with a General Practitioner (GP) within boroughs of North West London (Brent, Harrow, Hillingdon, Central London, Hammersmith & Fulham, Hounslow, West London, Ealing). Other Objective are: • To provide services that comply with accepted best practice in line with national and local guidance, relevant accreditations processes, relevant guidelines in clinical practices and robust governance arrangements. • To provide a complete holistic patient focussed care package which includes pre and post-operative care, information, advice and counselling. • To provide an opportunity for the promotion of men's health. Successful providers shall ensure all relevant members of staff have been trained to perform Vasectomy procedures to the standard advocated by FSRH and that any relevant member of staff shall have enhanced DBS clearance. Successful providers shall have in place and operate an effective management system for prevention and control of healthcare associated infections (HCAI's). Standards relevant to premises requirements include: • Appropriate CQC registrations must be in place; • A procedure for cleaning of the environment must be in place and audited; • Hand hygiene training of staff involved; and • Equipment cleaning protocol must be in place. The AQP programme aims to give patients more choice about where they receive Vasectomy Services. Patients can choose from a list of providers, based on their own preference and the reputation of the provider offering the service. The estimated length of the AQP contract will be for three (3) years, with one (1) possible twelve (12) month extension with a start date of 3rd July 2023. Suppliers must agree to the pricing tariffs, and there is no guarantee of volumes, as set out in the tender documentation. Total estimated value per annum is estimated at £150,000.00. New Suppliers will get an opportunity to join the AQP on an annual basis, or as required by the contracting Authority. The Authority reserves the right to consider requests from suppliers who are not existing AQP providers for a later commencement date. Any AQP contract that is awarded at a later stage will adapt the initial term end date. 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
Value undisclosed
NHS NW London ICB is seeking the provision of Community Enteral Feeds Services in Ealing.<br/><br/>The aim of the service is to provide the clinically indicated provision of tube feeds and oral nutritional supplements (ONS) within the Ealing Community after assessment of patients by the Ealing Community Nutrition and Dietetics team.<br/><br/>The objectives of the service are for the provision of tube feeds and oral nutritional supplements (ONS) via a non-FP10 model after assessment by the Ealing Community Partners Nutrition and Dietetics team.<br/><br/>The contract commencement date is 1st October 2023 for a period of three (3) years, with an option to extend for a further 30-month period (until 31st March 2029). <br/><br/>To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
£6,640,626
Contract value
NHS NW London ICB is seeking the provision of Community Enteral Feeds Services in Ealing. The aim of the service is to provide the clinically indicated provision of tube feeds and oral nutritional supplements (ONS) within the Ealing Community after assessment of patients by the Ealing Community Nutrition and Dietetics team. The objectives of the service are for the provision of tube feeds and oral nutritional supplements (ONS) via a non-FP10 model after assessment by the Ealing Community Partners Nutrition and Dietetics team. The Ealing Community Nutrition and Dietetics team will liaise with the provider for the provision of the following items after NHS clinical assessment: • Tube and Sip feeds • Giving sets • Feeding Tubes • Pumps • Ancillaries • 3rd party products supplied to patients as appropriate after assessment by Ealing Community Partners, in line with NHS list price. The inclusion criteria: • This contract is for the provision of community services only • The service is for adults and children • The service is for Ealing GP registered patients only The exclusion criteria: • The provision and funding of any products as part of an acute pathway is excluded and should form part of an agreement between the provider and associated NHS Trusts. • Non Ealing GP registered patients are not eligible for this service. The contract commencement date is 1st October 2023 for a period of three (3) years, with an option to extend for a further 30-month period (until 31st March 2029). Note that set out values on this notice are exclusive of VAT. 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 £3,539,775
Contract value
NHS North West London Integrated Care Board (ICB) invites bids from capable Providers, able to deliver a standardised Integrated Musculoskeletal Clinical Assessment and Treatment Service across the Boroughs of Central London, West London, Harrow, Brent, Hammersmith & Fulham and Hillingdon (Pain service only), under a single 'Lead Provider' contract. The Services to which this procurement relate fall within scope of Schedule 3 of the Regulations, therefore this procurement is being conducted as a bespoke, three-stage process, which, whilst similar in nature to a Competitive Dialogue process, will deviate significantly from the regulated procedure, and use terminology as specified within the Bidder Instructions. Award will be made via the NHS Standard Contract for a duration of 5 years, with Service Commencement anticipated in April 2024, with the option to extend for up to a further 2 years, subject to any restrictions placed nationally by NHS England or the Department of Health and Social Care. This will be a cap and collar block contract, derived from the Provider's tariff for delivering indicative levels of activity. The ICB have set annual affordability limits for each year of the potential contract duration, totaling a maximum contract value for the initial 5-year term of £68,047,000 and a further total of £29,550,000 if extended for the further 2 years. The maximum spend permissible under this contract will be £97,605,000. 15% of the contract value will be contingent upon meeting key performance measures. To participate in this competitive process, please refer to the Bidder Instructions and submit the relevant documents, via Atamis by 12 noon on 11th August 2023. 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
£97,605,000
Contract value
NHS North West London Integrated Care Board (ICB) invites bids from capable Providers, able to deliver a standardised Integrated Musculoskeletal Clinical Assessment and Treatment Service across the Boroughs of Central London, West London, Harrow, Brent, Hammersmith & Fulham and Hillingdon (Pain service only), under a single ‘Lead Provider’ contract.
Value undisclosed
Provision of Hospital to Home Discharge Services NHS North West London Integrated Care Board requires the provision of hospital to home discharge support in Kensington and Chelsea, Westminster and Hammersmith & Fulham. The aim of the service is to help people be safely discharged home where they do not have a carer/ someone (e.g. family) who can look after them & they do not fall under statutory services remit but require support. This is generally for patients at risk of re-admission who would benefit from support at home. Patients will need practical & emotional to help them settle at home & reduce the risk of them being readmitted into hospital. A PIN notice was launched on 30th March 2023 in relation to the Provision of Hospital to Home Services in Kensington & Chelsea, Westminster and Hammersmith & Fulham. A Capability Assessment was conducted against suppliers responses received. We are now commencing a below threshold competition with the suppliers who were compliant with the Capability Assessment requirements. The intention is to award a contract term of twelve (12) months with an optional twelve (12) month extension.
£204,883
Contract value
NHS NW London ICB is seeking a supplier for the provision of Employment Advisers in NHS Talking Therapies Service for North West London. NHS Talking Therapies (previously Improving Access to Psychological Therapies - IAPT) is a national programme that aims to relieve distress and transform lives by offering NICE-approved interventions and treatment choice to people with depression and anxiety disorders and by improving the collection, recording and measurement of patients' health outcomes. The overarching aims of the service are to: • Support people with common mental health needs who are in work but struggling or facing difficulties in the workplace, off work sick or looking for work. • Work with people using an assets based approach and with trauma informed practice. • Bring together employment advice and support within NHS Talking Therapies provision. • Enable therapists and Employment Advisers to work collaboratively to deliver a personalised, trauma-informed and person-centred service to clients based on their individual needs. • Engage with service users to establish their employment goals, make better decisions about their working lives and communicate better with their colleagues and managers at work. • Target service user groups who are at higher risk of poor health and wellbeing and socio-economic disadvantage. • Equity of provision to service users across the protected characteristics and reduce health inequalities. This procurement process is subject to the so-called light touch regime as set out in regulations 74-76 of the Public Contracts Regulations 2015 ("PCR") as the procurement concerns health services which are social and other specific services according to the PCR. The Authority is utilising the open procedure under the PCR for this competitive procurement process, but the Authority is only bound by those parts of the PCR that apply to the procurements of social and other specific services. The contract is due to commence on 18th September 2023 and the initial term ends on 31st March 2025 (maximum value of £4,148,289). The Authority reserves the right to extend the contract for up to eighteen (18) months, beyond the initial expiry on 31st March 2025. The total maximum value, including all extensions is £8,036,772. 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 £4,148,289
Contract value
NHS NW London ICB is seeking a supplier for the provision of Employment Advisers in NHS Talking Therapies Service for North West London.<br/><br/>NHS Talking Therapies (previously Improving Access to Psychological Therapies - IAPT) is a national programme that aims to relieve distress and transform lives by offering NICE-approved interventions and treatment choice to people with depression and anxiety disorders and by improving the collection, recording and measurement of patients’ health outcomes. <br/><br/>This procurement process is subject to the so-called light touch regime as set out in regulations 74-76 of the Public Contracts Regulations 2015 (“PCR”) as the procurement concerns health services which are social and other specific services according to the PCR. The Authority is utilising the open procedure under the PCR for this competitive procurement process, but the Authority is only bound by those parts of the PCR that apply to the procurements of social and other specific services.<br/><br/>The contract is due to commence on 18th September 2023 and the initial term ends on 31st March 2025 (maximum value of £4,148,289). The Authority reserves the right to extend the contract for up to eighteen (18) months, beyond the initial expiry on 31st March 2025. The total maximum value, including all extensions is £8,036,772.<br/><br/>To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.<br/><br/>Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:<br/><br/>Phone: 0800 9956035<br/>E-mail: support-health@atamis.co.uk
£8,036,772
Contract value
North West London Integrated Care Board (NWL ICB) are seeking to procure an out-of-hours (OOH) service for use by all “opted out” GP Practices across the 8 boroughs of NWL (Brent, Ealing, Harrow, Hammersmith & Fullham, Hillingdon, Hounslow, Kensington & Chelsea, Westminster). The service should include provision for telephone/video consultation, home visits and face to face consultation at up to 6 Primary Care Centres across NWL.
£39,544,611
Contract value
NHS North West London Integrated Care Board - Provision of Wheelchair Services
£41,000,000
Contract value
NHS North West London Integrated Care Board (the "Authority") is issuing this invitation to tender ("ITT") in connection with the competitive procurement for the provision of Wheelchair Services as defined in the specification. Outline of Requirement North West London Integrated Care Board (the 'Authority') wish to commission an integrated wheelchair service for people of all ages who have a long-term need for mobility assistance for the resident of London borough of Hillingdon, Harrow, Kensington & Chelsea, Westminster, Hammersmith and Fulham, Ealing and Brent. The Authority envisages that the service will provide an integrated care model for wheelchair users, this is to ensure those with complex, long term conditions, are able to access the right wheelchair, quickly, and with appropriate information and support. The full service will cover: • Assessment, prescription and supply of powered and manual wheelchairs and associated postural seating accessories (WCS) • Rehabilitation Engineering facilities (RE) • Service and Maintenance Packages (AR) Locally defined Service vision 'To commission an outstanding wheelchair service that is committed to delivering high quality, safe, efficient and effective integrated care to the communities we serve'. The following set of guiding principles describe what a future-state service that delivers the vision statement would look like. These core principles outline a blueprint for wheelchair services and are summarised below: • Wheelchair services will be designed around the specific needs of the users • Access into wheelchair services is through a single point of contact with users being seen by the right people, at the right time and in the right place and receive the right equipment • The wheelchair service workforce will be used effectively and flexibly to deliver safe, efficient and cost effective care • Users are fully engaged in their treatment in a way that enables them to take responsibility for their own care whenever possible. • The service will offer a holistic approach to avoid any unnecessary appointments for the User • The service will promote a culture of self-help and safe handover. • Information and communication systems will be used effectively to ensure relevant information on a user's care is available where and when it is needed for users and clinicians. • Variation in core processes will be reduced in order to improve clinical and service quality • Core support processes and services will be aligned to deliver care in ways which minimise avoidable delays and non-value adding activities. • Clinical teams will be fully engaged in the management of the service and will use clear metrics to measure service delivery and improvement. • Care will be delivered in appropriate environments that are accessible, comfortable and respect individual privacy. Please refer Atamis Portal for full details 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
£41,000,000
Contract value
Showing 1–20 of 47 procurements