Loading page content…
Loading page content…
30 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Cannock Chase Clinical Commissioning Group are seeking applications from suitably qualified and experienced providers to urgently deliver a minor injuries unit at Cannock Hospital. The minor injuries unit was closed in February 2020 as a response to the COVID-19 pandemic, and there is a need to ensure that services are reinstated as soon as possible. The service will: - Ensure patients have a positive experience of care. - Improve accessibility and flexibility for patients, ensuring care is built around the patients not the services. - Ensure that patients are effectively prioritised, directed and seen by the right clinician and receive the right treatment ensuring that health needs are met in the most appropriate setting. This will include signposting to appropriate alternative services, including minor eye care services, ensuring patients are not re-directed inappropriately to emergency care settings for the management of minor injuries. - Provide consistent clinical assessment of a patients needs at the first point of contact. - In collaboration with other Providers, patients receive a seamless and integrated urgent care response by the MIU that is appropriate to clinical need and supported by care pathways across organisational boundaries. - Promote and support a provision of patient/carer education relating to self-care post visit. The contract will run for 12 months from the service start date which is estimated to be no later than 14th September 2022, with an option to extend for up to a further 12 months. The successful bidder shall be required to mobilise and commence service delivery within a maximum of six weeks from contract award which is estimated around 18th July 2022. The service shall be required to operate from the Cannock Hospital site. Further details of the available facilities shall be made to all bidders via the MLCSU Bravo portal as soon as they are confirmed. Additional information: Midlands and Lancashire CSU is conducting this procurement exercise on behalf of Cannock Chase Clinical Commissioning Group with whom the successful bidder(s) will enter into contracts for the supply of the services. Any other public sector body wishing to access the contract may do so only with permission from the contracting NHS body. 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 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. 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.
Value undisclosed
North Staffordshire Combined Healthcare NHS Trust (NSCHT) is creating a dynamic purchasing system (DPS) and invites applications from suitably experienced organisations who wish to be considered for selection to qualify for the provision of Child and Adolescent Mental Health Services (CAMHS). North Staffordshire Combined Healthcare NHS Trust (NSCHT) is committed to delivering high quality mental health care to the Children and Young People (CYP) of North Staffordshire and Stoke-on-Trent, in line with the NHS Five Year Forward View, Integrated Care System Partnership working, the NHS Long Term Plan and intelligence around the needs of the local population. It is recognised that some CYP are more vulnerable and susceptible to poor mental ill health. There are estimated to be around 10,400 CYP in Staffordshire and 3,700 in Stoke-on-Trent aged 5-16 with a mental health disorder. The DPS shall provide for a full range of different Child and Adolescent Mental Health Services covering the areas of North Staffordshire and Stoke on Trent. The DPS shall offer different delivery modalities including face to face, digital and a blended approach. This DPS service specification (Stage 1) seeks to provide an overview of the future scope of the DPS for qualification purposes. NSCHT aims to use the DPS to procure CAMHS services that will enhance existing delivery and work intuitively with the Trust's provision. All future service specifications and provision under the DPS (Stage 2) will be expected to: - Operate across the 0-25-year spectrum, in line with detailed specification requirements, most of the activity is expected to be within the 0-18-year spectrum. - Take a multi-disciplinary team (MDT) approach to care and support for service users, as appropriate. - Take a strengths-based and trauma informed approach to care/support that has an outcome focus. - Use agreed and appropriate outcome measure tools. - Provide timely, high quality and accessible services for children and young people and their families/carers. Whilst there will not be specified lots, interested organisations will be required to indicate their area(s) of expertise and delivery modalities as part of the qualification process. This will form the basis of shortlisting bidders in future for specified requirements under the DPS (stage 2). The DPS shall be live for a period of 5 years and the NHS Standard Terms and Conditions shall apply. The DPS shall remain open to reasonable modification for innovative practices being introduced by bidders and changes within the healthcare system throughout the life of the DPS. During the initial selection process in establishing the DPS submissions that meet the submission deadline will initially be evaluated, whilst all others will be considered once the DPS is re-opened for ongoing qualification. Additional information: Midlands and Lancashire CSU are conducting this procurement exercise for another NHS body, North Staffordshire Combined Healthcare NHS Trust, with whom the successful bidders will enter into contract for a place on the DPS and future contracts which may be let via the DPS. Midlands and Lancashire CSU are not the contracting party. 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 ref pqq_510 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 +44 0800 069 8630 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. As the Trust 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.
£5,000,000
Contract value
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 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
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. Bidders are required to hold an APMS or GMS contract for the entire period of the contract. 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
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
The Staffordshire and Stoke-on-Trent Integrated Care Board currently commission the Challenging Patient Behaviour Service (CBSS) across the ICB area. The CBSS has been in place for many years having previously been known as the General Practice Security Service. The service provides security services and personnel to individual GP practices and for the Special Allocations Service (SAS) providers. This service allows GPs and their staff to deliver services to patients who the practice determine have been verbally or physically aggressive in the past, to an extent where advice and support is required, to ensure the safety of staff and patients whilst undertaking appointments, clinics and consultations. The service also provides advice to practices regarding how best to deal with challenging patients. The service provides for Challenging Behaviour Security Officer(s) to be made available to Staffordshire and Stoke-on-Trent GP practices as required and also to attend Special Allocations Scheme providers (there are 4 providers across Staffordshire and Stoke-on-Trent). Commissioners have set a fixed tariff for provision of the CBSS and details of this can be found with the ITT documents. Further details including how to place a bid, please follow this link: https://mlcsu.bravosolution.co.uk and search for ITT number 974. 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.
£515,455
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 Shropshire, Telford and Wrekin ICB are seeking tenders for the provision of an Adult Attention Deficit Hyperactivity Disorder (ADHD) Community Treatment, Monitoring and Review Service for patients within the Shropshire and Telford and Wrekin (STW) locality. ADHD is a neurodevelopmental condition characterised by core symptoms and persistent patterns of inattention and/or hyperactivity and impulsiveness. A dynamic provider is required to develop a service across STW. 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 self-care. The ICB are looking to appoint a Service Provider or Consortium to deliver this Service 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. 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: NHS Midlands and Lancashire CSU are conducting this procurement exercise on behalf of another NHS body with whom the successful bidder(s) will enter into a contract with 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 ref itt_972 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. 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.
£2,975,000
Contract value
This Invitation to Tender provides information pertaining to the procurement of a Faecal Immunochemical Test (FIT) Service. The purpose of this procurement is to secure a Service Provider to deliver a Faecal Immunochemical Test (FIT) Service for service users within the County of Shropshire. 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. Currently more than 385,000 people in the UK are diagnosed with cancer each year - Approximately 3,570 people in Shropshire, Telford & Wrekin are diagnosed with cancer each year. - There is an estimated 50,000 people living with and beyond cancer in Shropshire, Telford & Wrekin and this is predicted to rise. - Macmillan estimate there are 3 million people living with cancer and this is set to increase to 4 million by 2023, and 5.3 million by 2040. It is envisaged that this service would be live for the period of 3 years with the option to extend up to a period of 24 month. The Authority reserves the right to update the service specification to align with any subsequent national updates at any time throughout the Contract period. The estimated total overall value is £2,303,789.00 including the 24 months optional extension (approx.£460,757.00 per annum). The NHS Standard Contract Terms and Conditions shall apply. Additional information: NHS Midlands and Lancashire CSU are conducting this procurement exercise on behalf of another NHS body with whom the successful bidder(s) will enter into a contract with 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 ref itt_977 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. 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.
£2,303,789
Contract value
This Invitation to Tender provides information pertaining to the procurement of an Individual Placement Support (IPS) Service. The purpose of this procurement is to secure a Service Provider to deliver an IPS Service across the geographical area covered by NHS Shropshire, Telford and Wrekin Integrated Care Board. 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). IPS has been identified by both DWP and NHS England as a promising intervention to address unemployment within mental health. IPS is a replicable, evidence-based, supported employment programme that has been shown to deliver superior employment and health outcomes for people with severe mental health problems. The ICB are looking to appoint a Service Provider or Consortium to deliver this Service 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. NHS Standard Terms and Conditions shall apply. This will be a block contract estimated at £445,000.00 per annum, the estimated total contract value including optional extensions is £2,225,000.00. The Authority has included an affordability threshold in this tender process and bids exceeding the annual value of £445,000.00 per annum shall not be considered further within this tender process. Additional information: NHS Midlands and Lancashire CSU are conducting this procurement exercise on behalf of another NHS body with whom the successful bidder(s) will enter into a contract with 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 ref itt_978 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. 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.
£2,225,000
Contract value
This is a call for competition. NHS Leicester, Leicestershire and Rutland Integrated Care Board (NHS LLR ICB) is seeking to commission a provider to deliver primary medical services at Parker Drive Surgery and Manor Park Medical Practice: Main - 122 Parker Drive, Leicester, LE4 0JF Branch - 577 Melton Road, Leicester, LE4 8EA The Contract will be an Alternative Provider of Medical Services (APMS) contract commencing 1st April 2023 for a population of 13,310 patients. The current contract is operating under caretaker arrangements that are due to expire on the 31st March 2023. The ICB wish to receive responses to the Invitation to Tender (ITT) 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 contract shall be for a term of ten (10) years from the Service start date the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner's discretion. The contract start date is 1st of April 2023. The contract value for this service is estimated to be £1,733,685 per annum at 2022/23 prices (excluding pass-through costs, as defined in 4.5 Annex 04 and general assumptions tab under premises costs of the tender documentation), and up to a total £26 million over the potential 15 years term of the contract (including extensions). These contract values are subject to change as the practice population changes and in line with other variable payments. Please note that the ICB will reject bids that do not meet the sustainability test (as defined in the ITT documents which are downloadable via the Bravo e-procurement portal. Details of how to register to access this information is contained below. The service will be commissioned via an open type procurement process according to the Light Touch Regime of the Procurement Contract Regulations 2015 for healthcare services advertised to all providers which is proportionate to the value and complexity of the service and contract. The invitation to tender (ITT) will be available from 07th of October on the ML CSU Bravo portal (see below) and it will have a deadline for submissions of 13:00 on 7th of November 2022. Bidder clarifications may be submitted to the Commissioner (via the ML CSU Bravo portal only) during the procurement process up to 17:00 on 31st of October 2022. We recommend current providers of similar services, providers who may be interested in providing this service, or other stakeholders who may have an interest in providing this to register on the MLCSU eProcurement portal Bravo (Jaggaer) to register their interest and get access to the ITT and all the documentation. Additional information: The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice. The ICB is seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans, i.e.: a) 'Do things differently': o develop new ways to improve access and service delivery; o improve integration and collaborative working with local health and social care providers, including Primary Care Networks; o improve engagement with patients in the development of integrated primary care services ensuring the patient has more control over their own health and the care they receive. b) Preventing illness, tackling health inequalities: o promote physical and psychological well-being and self- care; o addressing health inequalities to improve patient outcomes. c) 'Provide world class care for major health problems' through: o improved continuity of care; o clinical audit; o appropriate risk assessment to promote early diagnosis of chronic disease; o improved long term condition management. d) Making better use of data and digital technology: o supporting the 'digital first' approach with clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes. e) Backing the workforce: o providing a GP-led service with appropriate clinical oversight to support the multi- disciplinary practice team; o providing and supporting all staff holistically, ensuring personal development, promoting confidence and greater staff satisfaction. To register on the Bravo portal If your organisation has registered previously, you do not need to re-register. 1) Register on the portal webpage at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). 2) Once registered, candidates must Express their Interest (when the tender is published) by: a) logging into the ML CSU eTendering Bravo portal b) selecting response to ITT_984, c) select Open Access ITT_984, d) search for and access listing related to this tender and view details, e) click on Express Interest link. 3) Once you have expressed your interest, please access the My ITTs page, where you can view all the documentation (and download if required) and construct your reply in the Bravo online questionnaires, as instructed. The deadline will be detailed in the tender documentation. For technical support in submitting your Expression of Interest or registering on the 'Bravo Solution' Electronic Sourcing system please contact the Bravo Solution helpdesk via Tel: 0800 069 8630 or email: help@bravosolution.co.uk. All communications from Bidders (including their Bidder Members) during the period of the Procurement must be directed to MLCSU via the 'messaging' area within the ML CSU online procurement portal: https://mlcsu.bravosolution.co.uk. Strictly no other forms of communication to MLCSU or the Commissioner will be accepted
£26,000,000
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. The aim of the services is to deliver high quality, dignified and safe patient transport to specific cohorts of patients, ensuring all eligible patients are able to travel in a timely manner, without adverse impact on their medical condition. The services will be person-centred, and providers will need to be committed to the 'personalisation' of the whole service(s) from the point of first contact when the booking is made, through to pick-up, relationship of the driver with the patient (and escort if applicable), journey to the destination, supporting the patient in preparation for their transport and arrival at home or nominated place of residence or other healthcare setting. The ICB is also seeking innovation from providers that can maximise the use of information technology and fully utilise technological solutions to deliver service efficiencies to drive quality, safety, sustainability, value for money and improved patient and service user satisfaction. Additional information: The services will be person-centred, and providers will need to be committed to the 'personalisation' of the whole service(s) from the point of first contact when the booking is made, through to pick-up, relationship of the driver with the patient (and escort if applicable), journey to the destination, supporting the patient in preparation for their transport and arrival at home or nominated place of residence or other healthcare setting. The ICB is also seeking innovation from providers that can maximise the use of information technology and fully utilise technological solutions to deliver service efficiencies to drive quality, safety, sustainability, value for money and improved patient and service user satisfaction. 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 contract start date is 1st of April 2024. The ICB has set higher and lower budgetary thresholds for each lot, as follows: FFull 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 21st November 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 14th November 2022. We recommend current providers of similar services, providers who may be interested in providing this service, or other stakeholders who may have an interest in providing this to register on the MLCSU eProcurement portal Bravo (Jaggaer) to register their interest and get access to the ITT and all the related procurement documentation
From £32,864,629
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 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 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
This Invitation to Tender provides information pertaining to the procurement of a Specialist Homeless Health Integrated Service. The purpose of this procurement is to secure a Service Provider to deliver a Specialist Homeless Health Integrated Service for service users within Stoke-on-Trent and Newcastle-under-Lyme. The aim of this service is to co-ordinate care for the most vulnerable and complex people who are homeless including rough sleepers. The aims of having a supported healthcare service embedded within wider rough sleeper related support services are: - To maximise the benefits of a very scarce highly skilled clinical resource - To minimise the communication steps and referral handoffs - To provide a collaborative, whole systems approach to prevention, health assessment and intervention, that improve the overall health outcomes for people experiencing homelessness. This service is aimed at individuals who are: - aged 18 years and above AND - who are sleeping rough or are considered homeless, within the boundaries of Stoke on Trent or Newcastle -under-Lyme, regardless of whether they are registered with a GP or not - Have multiple complex needs i.e. 3 or more of the following: homelessness, mental-ill health, addiction, complex long term physical health conditions, offending The CCGs are looking to appoint a Service Provider to deliver this Service for a period of 24 months with the option to extend for up to a further 24 months. The Contract will commence on the 1st April 2023. The ICB have set an indicative affordability threshold of £200,000 per annum (full year effect) for the Procurement. The total indicative contract value for 24 months is £400,000 and if the optional extension of 24 months is utilised the value is £800,000. The CCGs reserve the right to reject Bids that are above the affordability envelope and reserve the right to seek clarification on bids that are unusually low with regards to the affordability threshold. This is an indicative threshold set to reflect the expected costs of providing the service specification and Bidders are encouraged to avoid exceeding the threshold. 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. 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.
From £400,000
Contract value
Showing 1–20 of 30 contracts