Loading page content…
Loading page content…
50 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
To engage an experienced provider of conflict resolution, disengagement and physical intervention training and learning to provide a risk assessed comprehensive, accessible and innovative training and learning program. The programme must be, which is evidence based and adopts a human rights and restraint reduction approach whilst also meeting the unique needs of the national ambulance sector. 2.2 Objectives (i) Conduct a national training needs analysis to identify a suite of restrictive intervention skills which to increase and maintain the safety of staff and patients (ii) Review the current conflict resolution training (CRT) offer in each trust in order to develop an interoperable restrictive intervention learning programme which combines this existing CRT offer (iii) Understand current restrictions on abstractions with ambulance service staff for attendance at statutory and mandatory training and subsequently develop a package that can be delivered (iv) Produce an ambulance service bespoke learning programme which includes interactive, multimedia methods of delivery and innovative solutions to ensure minimal disruption to service delivery and satisfy current (future) Covid restrictions (v) The programme that is developed will need to meet national, legislative and organisational requirements and duties (vi) Produce a learning programme which can be delivered by inhouse qualified learning and development specialists through a train-the-rainer model (vii) Provide a method of on-going quality assurance
£250,000
Contract value
This Framework replaces C1546.335 (National CPD Framework) and C1546.297 (London CPD Framework). Responses submitted for either of those Frameworks will not be carried across to this, and providers on those Frameworks must respond to this opening to continue their CPD / Education listing. The Framework is open across all our eligible public and third sector organisations. Employers may select providers by either Direct Award from the Course Listing, or by Further Competition managed via Salisbury. Any Provider applying to the Framework must meet all the pass/fail criteria listed on the Response Document, and must only submit responses via Salisbury's Bravo procurement portal. All Providers must agree to the Framework terms and conditions published on the Bravo portal - amendments to those Terms will not be made for specific providers. Please note the final selection of providers to award is a decision for employers and this Framework does not represent a spend commitment by any organisation. This Requirement is for the April 2022 opening of the Framework, to allow for the following : 1 - Existing providers to re-apply (using the Excel document issued on the Bravo portal only) 2 - New providers to apply to join the Framework
£500,000,000
Contract value
Please note this is not a commission of spending, and this is not an indication that any advertised value will be fulfilled by employers. ALL QUESTIONS regarding this Tender MUST ONLY be asked via the Bravo procurement portal. Bidders MUST NOT, under any circumstances, approach employers or HEE direct during the ITT open period. In partnership with Health Education England and employers across the North West region, Salisbury are conducting a further competition for the requirements listed below : Further Competition Requirement Details Course Title ST0113 Dental Nurse (integrated) Required Start Date Providers to declare capability on Commercial Response tab - courses do not need to be live / validated currently Required Location HWW North West Region Apprenticeship Requirement Programmes offered and delivered by Providers must at all times be fully compliant with the Apprenticeship Standard as published by IfATE - https://www.instituteforapprenticeships.org/apprenticeship-standards/dental-nurse-integrated-v1-2
£6,000,000
Contract value
In partnership with Health Education England and employers nationally, Salisbury are conducting a further competition for the Arts Therapist (Degree) Apprenticeship (Ifate Ref ST0633). The successful provider(s) will be able to demonstrate significant co-production of course material, and will reflect employer led needs as well as fully satisfying the requirements of the Apprenticeship Standard, including agreeing all teaching time, attendance, etc with employers rather than dictating how the Apprentice will learn. Providers should be mindful of the wide geography of the employers, and should be able to demonstrate significant innovation in education delivery (including the use of emerging technology, VR, etc), as well as being able to demonstrate how they would support both the learners, and line managers / mentors within the learner's workplace. A key feature for the successful provider will be a willingness to work with the employers to co-produce, and in some cases co-deliver the programme. The successful bidder(s) will be able to deliver to all geographical regions without requiring learner travel. We do not believe current demand indicates potential for multiple regional programmes. Bidders do not need to have to deliver each route (Art, Drama, Music). Bidders may offer a single or multiple routes depending on their capability. We are inviting tenders and would welcome bids from providers who wish to work together to develop a flexible programme delivery to be carried out nationally. Providers need not have a live / validated programme available at the time of bidding - we will be expecting providers to work with stakeholders to shape programmes rather than an "off the shelf" course available immediately.
Value undisclosed
This Framework was established in February 2021 to replace the previous Dynamic Purchasing System operated by Salisbury NHSFT. This Framework operates at two levels - Level One, where any suitably qualified and eligible provider can submit details of all the apprenticeships they offer, and employers can then either direct award or, via Salisbury, conduct a further competition against their local needs. Level Two will be a smaller number of providers for a specific standard, appointed via a Further Competition, using a higher selection criteria published with each ITT. Both levels of listing are open across all our eligible public and third sector organisations. Level Two listed providers can be selected either by employer direct award or a further competition amongst those listed. Any Provider applying to the Framework must meet all the pass/fail criteria listed on the Response Document, and must only submit responses via Salisbury's Bravo procurement portal. All Providers must agree to the Framework terms and conditions published on the Bravo portal - amendments to those Terms will not be made for specific providers. Interested providers must complete the relevant submission on Salisbury's Bravo procurement portal in order to be considered. Please note the final selection of providers to award is a decision for employers and this Framework does not represent a spend commitment by any organisation. Additionally, if you are a provider who has only previously responded / been awarded under a profession specific procurement (reference numbers beginning C1546...) you must also submit a response to this Framework in order for that earlier award to remain valid. This excludes awards under C2099 (Advanced Clinical Practice), C2443 (Nursing and Midwifery), and C2593 (Paramedic). This Requirement is for the September 2022 opening of the Framework, to allow for the following : 1 - Existing providers to update their course listing (using the Excel document issued on the Bravo portal only) 2 - New providers to apply to join the Framework 3 - Existing providers to advise of changes in their status, e.g. contact details or Ofsted rating. Do I need to respond to this opening? Yes - New provider applying to join Existing provider adding new programmes Existing provider with changes in details / Ofsted rating Existing provider who's course data (achievement rates, etc) have changed Existing provider with no changes to courses offered (update achievement data) Please note we have added a "course weblink" column to the response spreadsheet, to enable providers to direct employers to further information. Existing suppliers with no other changes do not need to add this, it is not a mandatory field, but employers may select providers offering such information instead.
Value undisclosed
In partnership with Health Education England and employers nationally, Salisbury are conducting a further competition for the requirements listed in the ITT title. The successful provider(s) will be able to demonstrate significant co-production of course material, and will reflect employer led needs as well as fully satisfying the requirements of the Apprenticeship Standard, including agreeing all teaching time, attendance, etc with employers rather than dictating how the Apprentice will learn. Providers should be mindful of the wide geography of the employers, and should be able to demonstrate significant innovation in education delivery (including the use of emerging technology, VR, etc), as well as being able to demonstrate how they would support both the learners, and line managers / mentors within the learner's workplace. A key feature for the successful provider will be a willingness to work with the employers to co-produce, and in some cases co-deliver the programme. Providers need not have a live / validated programme available at the time of bidding - we will be expecting providers to work with stakeholders to shape programmes rather than an "off the shelf" course available immediately. Please note the following entry requirements apply to this Procurement : • Registration on the ESFA Register of Apprenticeship Training Providers, or evidence of a current application to ESFA, • Where an Ofsted visit / full report has been issued, this must be Grade 1 or Grade 2 relating to apprenticeship delivery, • Where an Ofsted Monitoring Visit / Report has been issued, this must show Significant Progress or Reasonable Progress across all reported areas, and cannot include any finding of Insufficient Progress or less for any delivery area, • Organisations without an Ofsted visit / report may still apply but must provide evidence of learner success rates above the national average for apprenticeships (across all courses). • Must provide within the Levy funding band, one resit per module and one resit at EPA for each learner • Must not require additional entry criteria to that listed in the Standard • If not already registered, bidders MUST apply to the Apprenticeship Framework run by Salisbury NHSFT (S10353) which is open 05.09.22 until 03.10.22, or if applying to this procurement after that date, MUST commit to applying at the March 2023 opening window for that Framework.
Value undisclosed
This procurement seeks to establish an innovation partnership (comprised of a number of LOTS) for capable suppliers to provide geothermal energy in the form of warm water to a number of NHS Trust hospital sites in the UK (each a LOT). One innovation partnership agreement, with one supplier, will be entered into for each LOT Should the innovation partnership agreement for a LOT be successful then the parties will seek to enter a long term energy services agreement offering cost effective low temperature hot water supplies based on a minimum take and unit energy price related to the KwH heat consumed by the hospital. The ITT financial model shows how this would be calculated and the relationship between the energy price and the base year gas price. Annual indexation of the heat price will be permitted at a rate not exceeding CPI, and overall economic evaluation will include the investment required and will be expected reduce the site carbon footprint and be competitive with the overall cost of heating the hospital from traditional sources, after including pumping costs or heatpump running costs It is expected that the Partnership will progress over a number of stages, at each of which the viability of the project will be reconsidered. Full access to some contract documents is contingent on the receipt by the Contracting Authority of a signed non-disclosure agreement (refer to the ITT for details). Early application is recommended to allow time to meet the response deadline. Several of the LOTS are subject to Salix grant timetables. Requests to participate must be submitted by Friday 11th November 2022 at 14h00, all parties who meet the prerequisites set out in Schedule C of the ITP will then be invited to participate in the process, with no down-selection of qualifying parties. Those qualifying parties will be invited to submit a tender byFriday 18th November 2022. The ITT, and associated documents required in order to prepare a tender will be available immediately to all parties requesting to participate on receipt of a signed non-disclosure agreement (as described above), prior to the issuing of invitations to tender.
£150,000,000
Contract value
Market approach for Validation and Maintenance services for Aseptic Department at Salisbury NHS Foundation Trust (SFT)
£15,000
Contract value
Salisbury NHS Foundation Trust wishes to appoint a service provider to provide a taxi service to move patients, and staff as well as other items such as notes, mail patient samples (please note this list is not exhaustive) from Salisbury NHS Foundation Trust premises to home or other addresses.
Value undisclosed
This Framework was established in February 2021 to replace the previous Dynamic Purchasing System operated by Salisbury NHSFT. This Framework operates at two levels - Level One, where any suitably qualified and eligible provider can submit details of all the apprenticeships they offer, and employers can then either direct award or, via Salisbury, conduct a further competition against their local needs. Level Two will be a smaller number of providers for a specific standard, appointed via a Further Competition, using a higher selection criteria published with each ITT. Both levels of listing are open across all our eligible public and third sector organisations. Level Two listed providers can be selected either by employer direct award or a further competition amongst those listed. This Requirement document covers the April/May 2023 opening of the Framework and constitutes Instructions to Suppliers including mandatory requirements. All Providers must agree to the Framework terms and conditions published as part of the Invitation to Tender (ITT) - amendments to those Terms will not be made for specific providers. Please note the final selection of providers to award for a specific requirement is a decision for employers and this Framework does not represent a spend commitment by any organisation. Incorrectly submitted responses will be rejected and the Trust is not obliged to offer an opportunity for suppliers to resubmit correctly.
£1,500,000,000
Contract value
This Framework replaces C1546.335 (National CPD Framework) and C1546.297 (London CPD Framework). Responses submitted for either of those Frameworks will not be carried across to this, and providers on those Frameworks must respond to this opening to continue their CPD / Education listing. The Framework is open across all our eligible public and third sector organisations. Employers may select providers by either Direct Award from the Course Listing, or by Further Competition managed via Salisbury. In June 2023, the Cabinet Office introduced a new national Supplier Questionnaire (SQ) document across government. For the purposes of public procurement, NHS organisations are classed as central government bodies. Suppliers applying to this framework (C1546.390) for the first time must complete the SQ document or, if they have already completed the new (March 23) SQ for other authorities or electronically, may submit a copy of that with their Framework response. Organisations listed on the Framework from the 2022 opening need not complete the SQ document. Within the SQ, reference is made to suppliers with £5m or more spend across government (e.g. Carbon Reduction and Social Value sections). When assessing if you need to reply to those questions, this is your total spend across that sector, including all NHS organisations aggregated. You may not break spend down into individual organisations in order to avoid answering the relevant sections. All Providers must agree to the Framework terms and conditions published - amendments to those Terms will not be made for specific providers. Please note the final selection of providers to award is a decision for employers and this Framework does not represent a spend commitment by any organisation. This Requirement is for the July 2023 opening of the Framework, to allow for the following : 1 - Existing providers to update their course listing (using the Excel document issued only) 2 - New providers to apply to join the Framework Fully completed responses MUST be submitted in accordance with the following : • Submitted by the close date via email to BOTH sft.commercial@nhs.net AND simon.dennis@nhs.net • Submissions MUST be fully completed - the Excel response document MUST be correctly completed. • Bids where the Bidder has applied filters, changed the sort order, or otherwise altered the original content or format, will be rejected. • The Response MUST be saved with a filename in the following convention only : C1546_390_YourSupplierName_July 2023 Response Additional information: The following Contracting Authorities are entitled to place Orders: Salisbury NHS Foundation Trust and all bodies listed below : Central Government Departments, Local Government and Public Corporations : https://www.gov.uk/government/organisations Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement. Local Authorities (England and Wales) https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/791684/List_of_councils_in_England_2019.pdf National Parks Authorities https://www.nationalparks.uk/about-us Educational Establishments in England and Wales, maintained by the Department for Education including Schools, Universities and Colleges listed : https://www.compare-school-performance.service.gov.uk/schools-by-type?step=default&table=schools®ion=all-england&for=secondary Police Forces listed by the College of Policing, plus Police Scotland and Police Service of Northern Ireland https://www.college.police.uk/About/Copyright_Licensing/Pages/Home-Office-police-forces.aspx Police Forces and Special Police Forces in the United Kingdom, and/or Police and Crime Commissioners (as defined by the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests Fire and Rescue Services in the United Kingdom http://www.fireservice.co.uk/information/ukfrs http://www.nifrs.org/areas-districts/ http://www.firescotland.gov.uk/your-area.aspx NHS Bodies England http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx Hospices in the UK https://www.hospiceuk.org/about-hospice-care/find-a-hospice?gclid=CPLU3cD7zdECFdaRGwodNeoDyw Registered Social Landlords (Housing Associations) https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Third Sector and Charities in the United Kingdom http://www.charitycommission.gov.uk/find-charities/ http://www.oscr.org.uk/search-charity-register/ http://www.charitycommissionni.org.uk/charity-search/ Citizens Advice in the United Kingdom http://www.citizensadvice.org.uk/index/getadvice.htm www.cas.org.uk http://www.citizensadvice.co.uk/
£5,000,000,000
Contract value
Referrals to an Occupational Health Physician for Staff at SFT - up to 5 referrals a week but with no minimum. Referrals should be available face to face and online
£75,000
Contract value
Invitation to tender for the construction and carpentry refurbishment works of assessment room into a clean utility in Charlotte Ward at Royal United Hospital Bath NHS Foundation Trust, Infection Prevention Control Works Package. 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
£50,000
Contract value
Salisbury Foundation Trust ("SFT") are seeking to demolish the current chimneys that are in operation at the SFT Energy Centre and erect new ones to serve the capacity of Salisbury District Hospital in line with specifications 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
£1,000,000
Contract value
Salisbury NHS Foundation Trust is seeking to carry out the necessary works to improve the current ground-based helipad to meet the CAP1264 specification for this type of helipad. Please see specification document for full information 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. The contract ref is C216566 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
£250,000
Contract value
Invitation to Tender for the Block 47 - Internal Refurbishment Works to Create New Clinical Space, Two Side Rooms & Support Rooms at the Royal United Hospital Bath NHS Foundation Trust 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
£250,000
Contract value
Invitation to Tender for the Block 47 - Internal Refurbishment Works to Create New Clinical Space, Two Side Rooms & Support Rooms at the Royal United Hospital Bath NHS Foundation Trust 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
£250,000
Contract value
This Framework was established in February 2021 to replace the previous Dynamic Purchasing System operated by Salisbury NHSFT. This Framework operates at two levels - Level One, where any suitably qualified and eligible provider can submit details of all the apprenticeships they offer, and employers can then either direct award or, via Salisbury, conduct a further competition against their local needs. Level Two will be a smaller number of providers for a specific standard, appointed via a Further Competition, using a higher selection criteria published with each ITT. Both levels of listing are open across all our eligible public and third sector organisations. Level Two listed providers can be selected either by employer direct award or a further competition amongst those listed. This Requirement document covers the October 2023 opening of the Framework and constitutes Instructions to Suppliers including mandatory requirements. All Providers must agree to the Framework terms and conditions published as part of the Invitation to Tender (ITT) - amendments to those Terms will not be made for specific providers. Please note the final selection of providers to award for a specific requirement is a decision for employers and this Framework does not represent a spend commitment by any organisation. Incorrectly submitted responses will be rejected and the Trust is not obliged to offer an opportunity for suppliers to resubmit correctly. Additional information: The following Contracting Authorities are entitled to place Orders: Salisbury NHS Foundation Trust and all bodies listed within the Requirements document attached to this notice.
£1,500,000,000
Contract value
The contract covers the provision of drain cleaning and unblocking services for the hospital’s drainage system on an on-call basis and planned maintenance. Please see attached specification for full information.
£750,000
Contract value
The Authority is seeking to establish a multi-lot framework with the suitable skills and background to work on behalf of the Authority, RUHB NHSFT and the wider BSW ICS to deliver a range of minor works under the framework.<br/><br/>It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1A&B, Lot 2A&B, Lot 3A&B, Lot 4A&B, Lot 5A&B, Lot 6A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement. <br/><br/>The framework duration will be three (3) years with one (1) optional extension of twelve (12) months.
£9,000,000
Contract value
Showing 1–20 of 50 contracts