Loading page content…
Loading page content…
11 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Staffordshire & Stoke on Trent CCGs sought to commission a GP Out of Hours service which aligns with the requirements of the NHSE Integrated Urgent Care national service specification. This service will come into effect from the 1st April 2022 via a multiyear contract. Commissioners tendered for services split into two (2) LOTs:- LOT 1 - NHS North Staffordshire Clinical Commissioning Group (CCG)and Stoke on Trent CCG LOT 2 - NHS Cannock Chase CCG, South East Staffordshire & Seisdon Peninsula CCG, East Staffordshire CCG and Stafford & Surrounds CCG In addition to the core GP OOH service requirements LOT 2, covering the South CCG regions also incorporates an out of hours' provision for the Staffordshire prisons. The contract is now awarded and let for a period of five (5) years with the option to extend up to two (2) years. Additional information: 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. As the CCG 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. 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 service under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency. This service may be 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 2000 and the Environmental Information Regulations 2004. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements guidance.
£45,028,105
Contract value
Staffordshire & Stoke on Trent CCGs sought to commission a GP Out of Hours service which aligns with the requirements of the NHSE Integrated Urgent Care national service specification. This service will come into effect from the 1st April 2022 via a multiyear contract. Commissioners tendered for services split into two (2) LOTs:- LOT 1 - NHS North Staffordshire Clinical Commissioning Group (CCG)and Stoke on Trent CCG LOT 2 - NHS Cannock Chase CCG, South East Staffordshire & Seisdon Peninsula CCG, East Staffordshire CCG and Stafford & Surrounds CCG In addition to the core GP OOH service requirements LOT 2, covering the South CCG regions also incorporates an out of hours' provision for the Staffordshire prisons. The contract is now awarded and let for a period of five (5) years with the option to extend up to two (2) years. Additional information: 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. As the CCG 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. 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 service under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency. This service may be 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 2000 and the Environmental Information Regulations 2004. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements guidance. 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. As the CCG 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. 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 service under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency. This service may be 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 2000 and the Environmental Information Regulations 2004. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements guidance.
£45,028,105
Contract value
NHS Herefordshire and Worcestershire Clinical Commissioning Group undertook further competition via the NHS Digital Care Services Catalogue for digital patient services, consisting of online and video consultation software and messaging services with full EMIS Integration. The Contract period is 2 years with the option to extend for a further 12 months, the total approximate Contract value including the optional extension is £1,468,000.00. This notice is being published as part of transparency requirements and is not a procurement opportunity.
£1,468,000
Contract value
This Contract Award Notice is to inform the market of the successful award of the Positive Lives Service for NHS Shropshire, Telford and Wrekin ICB. The objectives of the service are to: - Identify those at greatest risk of frequent A&E attendance, non-elective admissions, callers to NHS 111 and 999; - Proactively work with a rolling cohort of frequent users of emergency care services using a truly personalised and holistic approach including coaching and signposting to commissioned and independent services; - Provide support to other providers by empowering patients to take ownership of their health and wellbeing whilst decreasing their dependency upon emergency care services; - Create strong working relationships with community health, social care, mental health and other associated services to manage patients in a true patient-centred way through integrated working; - Providing a service driven by quality with positive human outcomes observed; - Improving communication and partnership working between those involved in service user care; - Assist other providers to identify patterns and 'causal factors' which trigger relapse behaviours in former frequent users of emergency services in order to shape future commissioning of service and/or demand/capacity planning; - Reducing A&E attendances, avoidable non-elective admissions and calls to NHS 111 and 999; - Empower patients to self-manage to improve their quality of life; - Drive equality and patient voice. The awarded annual contract value is estimated at approximately £98,236.00 per annum. The appointed supplier will deliver the service for a period of 2 years with the option to extend for a further 24 months. The contract go-live date is the 1st October 2022. The Contract will be governed by the NHS Standard Contract Terms and Conditions. Additional information: 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. 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.
£393,000
Contract value
NHS Shropshire, Telford and Wrekin undertook a further competition via the SBS Medicines Management Prescribing Decision Support System 2 Framework, identifying Optum Health Solutions (UK) Limited as the successful bidder. The Contract will be for a period of 2 years with the option to extend for 2 X 12 month periods, the value of £666,000.00 takes into account use of the potential extensions. Please note this is not an opportunity but notification of contract award for transparency purposes.
£666,000
Contract value
NHS Midlands and Lancashire Commissioning Support Unit were procuring this service on behalf of NHS Staffordshire and Stoke-on-Trent Integrated Care Board (ICB). NHS Staffordshire and Stoke-on-Trent Integrated Care Board (ICB) were 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. Further information about the Staffordshire and Stoke-on-Trent wheelchair service procurement, including the Service Specification, and key outcomes and objectives, was made available within the Invitation to Tender (ITT) which set out the scope and objectives of the procurement together with details of how to complete the invitation to tender documents (ITT). The opportunity was published via the Midlands and Lancashire CSU Bravo e-tendering solution on the 12/10/2022. 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 set a financial envelope for a maximum block annual contract value of £2,455,000 per annum. The ICB reserved the right to reject any bids reflecting annual costs over and above this maximum financial threshold. The Estimated Value stated overall in the opportunity advertised for this service was £12,275,000, which represented the estimated maximum value for the duration of the 3 year contract period and the maximum permitted extension of 2 years. The successful bidder achieved the highest overall score and came within the indicative threshold at a cost of £11,885,000 for the duration of the contract (including extensions).
Value undisclosed
This Contract Award Notice is to inform the market of the successful award of the Consultant-Led Community Ophthalmology Service in Worcestershire for NHS Herefordshire and Worcestershire Integrated Care Board. The overall aim of the service is 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. For clarity, other commissioned service arrangements are in place for people who are registered with a GP Practice within the County of Herefordshire, ensuring that the local health population is appropriately managed. The service is expected to operate a specialist-led model offering triage and treatment of patients who are referred into the service for 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 senior clinician (MRC Ophth (part 3) and FRC Ophth (fellowship assessment) CCST) is expected to have overall responsibility for the clinical oversight of this proposed service at all times. The Contract duration is 12 months with the option to extend for a further 12-month period. The Contract start date is the 1st April 2023. NHS Standard Terms and Conditions shall apply. Payments will be in accordance with the local tariffs outlined in the tender process. Additional information: 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 followed was 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.
£1,598,000
Contract value
This Contract Award Notice is to inform the market of the successful award of the Adult Attention Deficit Hyperactivity Disorder (ADHD) Community Treatment, Monitoring and Review Service for patients within the Shropshire and Telford and Wrekin locality. This service is for the treatment, monitoring and review of adult patients with ADHD and is designed to provide a safe and effective service within the community to patients across STW with an existing ADHD diagnosis requiring pharmacological and/or non pharmacological treatment for ADHD. The service objectives are to provide a safe and effective service that will: - Provide oversight of adults with ADHD on medication, including physical and mental health. - Provide relevant advice, guidance, support and signposting to appropriate organisations and other professionals as appropriate. - Provide oversight of medication that aligns to the NHS STW ICS local health formulary: Formulary (shropshireandtelfordformulary.nhs.uk). - To provide the specialist element of shared care prescribing including all physical health checks as detailed by the ICP. - To signpost individuals with ADHD to other agencies and sources of support as appropriate. - To provide guidance on self-help strategies and recommendations for individuals in support of selfcare. The service provider shall be appointed for a period of 3 years with the option to extend for up to a further 24 months. The annual Contract value is approximately £642,641.00. The Contract will commence on the 1st April 2023. The Standard NHS Terms and Conditions shall apply to this contract. This is a block contract, 10% of the payment will be linked to outcomes i.e. 90% of the block payment will be fixed and 10% will be variable based on the achievement of the outcomes. The block will be reviewed during the contract period. Additional information: 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 followed was 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.
£3,213,205
Contract value
This Contract Award Notice is to inform the market of the successful award of the Faecal Immunochemical Test (FIT) Service for NHS Shropshire, Telford and Wrekin Integrated Care Board. The Faecal Immunochemical Test (FIT) service will include both 2 week wait and non 2 week wait (2WW) activity in line with NICE NG12 guidance. The FIT service is requested by Primary Care and there is the requirement to communicate results directly to the secondary care service at Shrewsbury and Telford NHS Trust. The service includes the supply of tests, analysis of samples and communicating the results. The aim of this service is to reduce mortality from bowel cancer for patients registered with a GP in the Shropshire, Telford and Wrekin area. This will be achieved by offering FIT to patients who in the assessment of their GP: - Do not meet the criteria for a referral under a 2WW Cancer pathway but who require further investigation. - Meet the criteria for urgent suspected lower GI cancer referral. This is to ensure that the referral is accompanied by a faecal immunochemical test (FIT) result, to be used as part of the GP's decision on whether to refer patients. STW ICB is committed to develop and deliver world class outcomes in Cancer care and treatment for the population. This ambitious plan requires local health care systems to work collaboratively to implement changes which will bring about significant improvements in the lives of people diagnosed with cancer and enable more people to live full lives beyond cancer. The Authority reserves the right to update the service specification to align with any subsequent national/regional updates at any time throughout the Contract period. The awarded Contract is for a period of 3 years with the option to extend up to a further period of 24 months. The Contract go-live date is 01/04/2023. The estimated annual value is £418,960.00. NHS Standard Contract Terms and Conditions shall apply. Additional information: 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 followed was 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.
£2,094,800
Contract value
This Contract Award Notice is to inform the market of the successful award of the Individual Placement Support (IPS) Services Contract for NHS Shropshire, Telford and Wrekin Integrated Care Board (ICB). The overall vision for this service is to enable people with mental health problems to be able to enjoy a good quality of life, reduce health inequalities, remain independent and in control, be included as members of society and, most importantly, realise their potential for recovery. This service will contribute to improve performance on: a. Public Health Outcome Framework (1.8): Employment for those with long term health conditions including adults with a learning disability who are in contact with secondary mental health services. b. Adult Social Care Outcome Framework (1F): The proportion of adults in contact with secondary mental health services in paid employment. c. NHS Outcomes Framework (2.5): Enhancing quality of life of people with mental illness / Employment of people with a mental health difficulty. The service will deploy employment specialists (ES's) into community mental health teams and other secondary mental health services. The ES's will provide employment support in line with the principles of Individual Placement and Support (IPS). The Contract has been awarded for a period of 3 Years with the option to extend for up to a further 24 months. The Contract will commence on the 1st April 2023. This will be a block Contract with an estimated value of £428,000.00 per annum. NHS Standard Terms and Conditions shall apply. Additional information: 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 followed was 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.
£2,140,000
Contract value
This Contract Award Notice is to inform the market of the successful award of the Faecal Immunochemical Test (FIT) Service for NHS Shropshire, Telford and Wrekin Integrated Care Board. The Faecal Immunochemical Test (FIT) service will include both 2 week wait and non 2 week wait (2WW) activity in line with NICE NG12 guidance. The FIT service is requested by Primary Care and there is the requirement to communicate results directly to the secondary care service at Shrewsbury and Telford NHS Trust. The service includes the supply of tests, analysis of samples and communicating the results. The aim of this service is to reduce mortality from bowel cancer for patients registered with a GP in the Shropshire, Telford and Wrekin area. This will be achieved by offering FIT to patients who in the assessment of their GP: - Do not meet the criteria for a referral under a 2WW Cancer pathway but who require further investigation. - Meet the criteria for urgent suspected lower GI cancer referral. This is to ensure that the referral is accompanied by a faecal immunochemical test (FIT) result, to be used as part of the GP's decision on whether to refer patients. STW ICB is committed to develop and deliver world class outcomes in Cancer care and treatment for the population. This ambitious plan requires local health care systems to work collaboratively to implement changes which will bring about significant improvements in the lives of people diagnosed with cancer and enable more people to live full lives beyond cancer. The Authority reserves the right to update the service specification to align with any subsequent national/regional updates at any time throughout the Contract period. The awarded Contract is for a period of 3 years with the option to extend up to a further period of 24 months. The Contract go-live date is 01/04/2023. The estimated annual value is £418,960.00. NHS Standard Contract Terms and Conditions shall apply. Additional information: 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 followed was 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.
£2,094,800
Contract value