Talk to us 01204 238 046

Healthcare Tenders

The healthcare sector is extremely varied and we provide bid writing services to win contracts right across the spectrum. This covers dental services to supported living, from weight management to home oxygen supply, home care to pathology services. From a procurement perspective there is a common desire for innovation, to achieve efficiencies without compromising on the quality of care and to deliver a tailored service based on the demographics of a specific region. With a high number of opportunities it can be difficult to navigate key procurement requirements and understand how your business, services or product can provide a valuable solution.

Get in touch with
our experts

Healthcare

How to win healthcare tenders

Within the healthcare market, it can be difficult to stand out and get the right people understanding the benefits you can provide. In our experience, we have generally found the following helps to secure healthcare contracts:


- Clear win themes and ensuring your response is benefit driven. This could be innovations to help improve safety, quality or a personal approach to care


- A deep understanding of the objectives and an alignment to your solution


Good evidence, whether this is previous experience, case studies, KPIs or testimonials


A forward-thinking, problem solving attitude

Get bid support
I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
Provision of Community Connectors to Work with GP Practices in South and East Cardiff Locality
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Bidders should note that they will be required to enter into terms and conditions of contract as set out in the tender documents and that save for matters of clarification or consistency, the contracting authority will not negotiate the terms. The Contracting Authority is proposing to use the Open Procedure to conduct this procurement. Velindre University NHS Trust will award the contract as hosts of NHS Wales Shared Services Partnership - Procurement Services. For the avoidance of doubt, Cardiff and Vale University Local Health Board will be entering into the contract with the appointed provider. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders. The contracting authority reserves the right to award the Contract in whole or in part. The contracting authority reserves the right to pause, halt and/or annul the tendering process and not to award the Contract. The Contract to which this procurement relates are funded via Welsh Government funding. Please refer to the invitation to tender for rights reserved to the contracting authority should the said funding cease or reduce. Delivery of the requirement under the proposed Contract is on 1st July 2024. To complete your formal proposal, please access the ITT via the Bravo eTender Wales portal where you will find a full suite of tender documentation. 1. Register your company on the eSourcing portal (this is only required once) - Browse the eSourcing portal: https://etenderwales.bravosolution.co.uk/ and click the link to register - Accept the Ts and Cs and click 'continue' - Enter your correct business/user details 2. Express and interest in the tender - Log into the portal with the username/password - Click the 'ITT Open to all suppliers' link - Click on ITT_109777 - Click the 'express interest' button at the top of the page - This will move the ITT into your 'my ITT's page (this is a secure area reserved for your projects only) - You can now access any attachments by clicking 'buyer attachments' in the 'ITT details' box 3. Responding to the tender - Click 'my response' under 'ITT details' and you can choose to 'create response' or to 'decline to respond' (please give a reason if declining) - You can now use the 'messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion and then follow the on screen instructions to complete the tender response. NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=140763 Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are: There are several opportunities for community benefits from this contract, that will help to achieve the wellbeing objectives as per the tender documentation. (WA Ref:140763) The buyer considers that this contract is suitable for consortia.

Value:
Published: 2024-04-17
Deadline:
2024-04-17
Provision of Independent Advocacy Services
UK Lerwick Shetland Islands Council

Provision of Independent Advocacy Services, Shetland. The services required is the provision of independent advocacy services for qualifying users (both adults and children) of services provided by Shetland Islands Council and/or NHS Shetland as stipulated in the Mental Health (Care and Treatment) (Scotland) Act 2003 (the "Services").

Value:
Published: 2024-04-16
Deadline: 2024-05-20
2024-04-16 2024-05-20
NHS Mobile and Alternative Dental Services
UK Leeds NHS England

Value:
Published: 2024-04-16
Deadline:
2024-04-16
TRANSPORTATION AND TRAVEL SERVICES FOR HEALTH (SBS 10513)
UK Hertfordshire NHS Shared Business Services Limited

The duration of the Framework will be 24 months, with the option to extend for a further 24 months. Please see description in the main contract objective on the Request for Information (RFI). Lots will be defined as an outcome of this initial market engagement PIN. The new Framework, subject to review and change, is expected to go live approximately May 2025. Please see the link at section I.3 above for instructions on how to participate and submit responses to the RFI via SAP Ariba. The deadline to respond is Friday 17th May 2024 17:00 hours. This Prior Information Notice (PIN) is to signal an intention to commence market engagement with those within the Transportation and Travel market. Please complete the RFI via the SAP Ariba portal. Should you have access issues, please contact nsbs.nhsbusinessservices@nhs.net for a digital copy. NHS Shared Business Services Limited (NHS SBS) reserves the right to withdraw this notice at any time. NHS SBS is not bound to accept any proposals submitted by Bidders and is not liable for any costs incurred as a result of Bidders engaging with this process. This early market engagement exercise does not guarantee that a Procurement will take place and NHS SBS reserves the right to defer from any Procurement entirely. NHS SBS intends to hold market engagement sessions during June 2024 with industry experts and suppliers interested in potentially bidding for the resulting Framework Agreement NHS SBS will use an eSourcing system for any procurement activity taken subsequent to this PIN and reserves the right to use an electronic auction. The eSourcing system we will use is SAP Ariba. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a Framework Agreement if invited to do so. The value in II.1.5 is an indicative value over 4 years from 12th May 2025. The date in II.3) is the estimated date of publication, please monitor Find a Tender Service https://www.find-tender.service.gov.uk/Search for the publication of the relevant high value contract notice/tender notice.

Value:
Published: 2024-04-16
Deadline:
2024-04-16
Income Generation from Estates, Assets & IP (DPS)
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

We have undertaken an extensive market engagement programme and are working collaboratively with organisations across government and the public sector, including public transport providers, local authorities, the NHS and universities. This engagement has informed the development of the agreement and the estimated total value. Note this may be subject to change prior to publication of the ITT. We are continuing to seek interest from suppliers who are capable of providing services in these markets. To register your interest please email marcommsandresearch@crowncommercial.gov.uk stating ‘Income Generation from Estates & Assets RM6349 & RM6350 - Market Engagement’ in the subject line and provide your contact details, organisation name, job title, organisation website link. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 4 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6350 for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement. A future opportunity can be found here: https://www.contractsfinder.service.gov.uk/Notice/f7c31684-8f0d-4fe9-8c71-af32e090d5bf

Value:
Published: 2024-04-16
Deadline:
2024-04-16
Provision of Steam Boiler Feedwater Treatment and Systems Management
UK Bothwell NHS Lanarkshire

NHS Lanarkshire Health Board, wishes to procure the provision of Steam BoilerFeedwater Treatment and Systems Management. The Board has a series of local agreements in place forsteam boiler feedwater quality management, Planned Preventative Maintenance (PPM) and Remedial Worksfor all associated feedwater equipment. The Board intends to put in place a singlecontract capturing PPM, feedwater quality management and associated remedial works.

Value: 200000
Published: 2024-04-15
Deadline: 2024-05-17
200000 2024-04-15 2024-05-17
Income Generation from Estates and Assets
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

We have undertaken an extensive market engagement programme and are working collaboratively with organisations across government and the public sector, including public transport providers, local authorities, the NHS and universities. This engagement has informed the development of the agreement, the lotting structure and the estimated total value. Note this may be subject to change prior to publication of the ITT. We are continuing to seek interest from suppliers who are capable of providing services in these markets. If you have not already registered your interest please email marcommsandresearch@crowncommercial.gov.uk stating ‘Income Generation from Estates & Assets RM6349 market interest’ in the subject line and provide your contact details, organisation name, job title, organisation website link. Information and joining instructions for a further market briefing will be published on the CCS website at https://www.crowncommercial.gov.uk/agreements/RM6349 Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 4 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6349 for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement. A future opportunity can be found here: https://www.contractsfinder.service.gov.uk/Notice/64d3f5ca-e937-45e8-ada2-3e77ef5b9613

Value:
Published: 2024-04-15
Deadline:
2024-04-15
Periodic Electrical Inspection, Testing And Reporting
UK Inverness NHS Highland

NHS Highland (NHSH) requires 5 Yearly Electrical Installation Condition Reporting of all buildings NHS Highland holds responsibility for both North Highland and Argyll and Bute.

Value:
Published: 2024-04-12
Deadline: 2024-05-15
2024-04-12 2024-05-15
Home Parenteral Nutrition
UK Nweport Velindre NHS Trust, NHS Wales Shared Services Partnership - Procurement Services (on behalf of AllWales Health Boards and Trusts)

1. The contracting authority reserves the right to use an electronic reverse auction. 2. If and when this requirement is offered for tender, this may be done in whole or in part via electronic means using the internet. 3. The contracting authority is not bound to award a contract in whole or part. 4. The contracting authority will not bear the tender costs of any of the tenderers. 5. In reference to I.1.9 (Variants) to the extent permitted, if at all, in the tender documents. 6. This notice is being placed by NHS Wales Shared Services Partnership – Procurement Services. For the purpose of this procurement, the awarding authority will be Velindre NHS Trust. 7. This advertisement is placed by NHS Wales Shared Services Partnership - Procurement Services on behalf of participating LHB's/Trusts in Wales for the totality of those LHB/Trust specific contractual arrangements. 8. The Framework to be let for 2 years with an option to extend for up to 24 months.

Value:
Published: 2024-04-12
Deadline:
2024-04-12
Minimally Invasive Surgical Products
UK Edinburgh The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

National Framework for the supply of Minimally Invasive Surgical Products covering the following products to NHS Scotland either via the NDS or direct to Health Boards.

Value: 9295000
Published: 2024-04-12
Deadline: 2024-05-14
9295000 2024-04-12 2024-05-14
Provision of an Independent Advocacy Service
UK Glenrothes Fife Council

This Contract is for the provision of an Independent Advocacy Service to adults and children/young people across Fife. The requirement will support Fife HSCP in achieving the priorities set out in the Advocacy Strategy (2023-26) and in Fife Health and Social Care Strategic Plan (2023-26). This contract will help ensure that NHS Fife, Fife Council & Fife Health and Social Care Partnership meet their statutory obligations. It will also provide advocacy for a wider group of vulnerable people.

Value: 1559460
Published: 2024-04-11
Deadline: 2024-05-10
1559460 2024-04-11 2024-05-10
Enteral Feeding, Bile Bags and Associated Products
UK London NHS Supply Chain

Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at https://nhssupplychain.app.jaggaer.com// Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows: Registration. 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: — Click on the ‘Not Registered Yet’ link to access the registration page. — Complete the registration pages as guided by the mini guide found on the landing page. Portal access. If registration has been completed: — Login with URL https://nhssupplychain.app.jaggaer.com// . — Click on ITTs Open to All Suppliers. — Select from the following ITTs: ITT_1277 - Enteral Feeding Bile Bags and Associated Products 2025 ITT_1281 - Lot 1 – Enteral Feeding Syringes and Accessories ITT_1286 - Lot 2 - Enteral Feeding Devices ITT_1283 - Lot 3 – Enteral Feeds ITT_1284 - Lot 4 - Giving Sets, Feeding Pumps and Accessories ITT_1285 - Lot 5 - Bile Bags, Ryles Tubes and Levin Tubes Please note: you must respond to the Selection Questionnaire (in the Qualification Envelope) located in ITT_1277, in addition to any lots you intend to respond to. — Click on 'Express Interest'. — If you intend to respond select 'Intend to Respond'. Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com Please refer to Section III.1.1 for additional information.

Value:
Published: 2024-04-09
Deadline:
2024-04-09
Provision of Base Material
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Please note additional information on this procurement: 1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract. 2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms. 3. The Contracting Authority will not accept completed ITT's after the stated closing date. 4. All documents to be priced (where applicable) in sterling and all payments made in sterling. 5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders. 6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale University Local Health Board NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=140516 (WA Ref:140516)

Value:
Published: 2024-04-08
Deadline:
2024-04-08
Orthotic Services
UK Bothwell NHS Lanarkshire

NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to procure the Supply of Orthotic Services (“the Services”).NHS Lanarkshire would like to appoint a sole supplier to meet a range of Orthotic Services that are provided to patients at the following acute sites:University Hospital MonklandsUniversity Hospital HairmyresUniversity Hospital Wishaw

Value: 1500000
Published: 2024-04-05
Deadline: 2024-05-06
1500000 2024-04-05 2024-05-06
NHS Lothian Measured Term Minor Building Works and Maintenance Services with a Value of Under 50,000GBP Framework
UK Edinburgh Lothian Health Board

1.1 NHS Lothian Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to put in place a framework agreement for minor building works and maintenance services, covering measured term contract work for smaller single trade projects with a value less than 50,000GBP (excluding VAT) (“the Services”). The resulting contract will be a ranked Framework Contract covering an initial two-year period with an option to extend for a further three years to maximum of five years. A Specification detailing the mandatory requirements of the Board is provided in Appendix 1_Minor Works Specification.

Value:
Published: 2024-04-03
Deadline: 2024-05-03
2024-04-03 2024-05-03
Urgent Care Services Fife (UCSF) Urgent Care Response Unit (UCRU) Transport Requirements
UK Kirkcaldy NHS Fife

NHS Fife Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishesto put in place a Framework Agreement for Urgent Care Services Fife (UCSF) Urgent Care Response Unit (UCRU) Transport Requirements.

Value: 2200000
Published: 2024-03-29
Deadline: 2024-04-29
2200000 2024-03-29 2024-04-29
Provision of a Laboratories Managed Service
UK Bothwell NHS Lanarkshire

NHS Lanarkshire seeks to appoint a Managed Service Provider for the provision of a managed service to the laboratory services across NHS Lanarkshire incorporating four principle disciplines:1. Biochemistry;2. Cellular Pathology;3. Haematology;4. Microbiology.The requirement includes integrated IT solutions, major analysers, equipment, reagents and consumables to deliver the test repertoire for all laboratory disciplines. Bidders must be able to provide all aspects of the managed services. Including the provision of third-party instruments and/or services by subcontractors.The Boards laboratory services are provided from three acute hospital sites within the geographical area of Lanarkshire:1. University Hospital Hairmyres (UHH)2. University Hospital Monklands (UHM)3. University Hospital Wishaw (UHW)The objective of this Contract Notice is to invite potential managed service providers to respond to this opportunity to provide qualification information.

Value: 160000000
Published: 2024-03-28
Deadline: 2024-05-07
160000000 2024-03-28 2024-05-07
Provision BBV, Health and Wellbeing Service
UK Bothwell NHS Lanarkshire

Lanarkshire Blood Borne Virus (BBV) networks, on behalf of NHS Lanarkshire wishes to commission blood borne virus, health and wellbeing services to support individuals, families and communities from ethnic minorities living, working or studying in Lanarkshire.

Value: 350000
Published: 2024-03-28
Deadline: 2024-05-03
350000 2024-03-28 2024-05-03
Provision of BBV and Sexual Health Improvement Service - High Risk Groups
UK Bothwell NHS Lanarkshire

Lanarkshire blood borne virus network, on behalf of NHS Lanarkshire wishes to commission a blood borne virus and sexual health improvement service to groups at high risk of sexual transmission of blood borne viruses (BBVs), sexually transmitted infections (STIs) and poor sexual health, supporting individuals within high risk groups.

Value: 325000
Published: 2024-03-28
Deadline: 2024-05-03
325000 2024-03-28 2024-05-03
Fresh & Food to Go Direct Solutions Framework
UK London NHS Supply Chain

Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/ Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Please see instructions below on how to Express Interest and Intend to Respond: - Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find an ITT titled ‘Fresh & Food to Go Direct Solutions’, click into this. - Once you have clicked into the ITT, click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response. - Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’. Please ensure to download and read all documents contained within the Attachments area. Details of how to submit your response can be found within the Invitation to Tender document. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com

Value:
Published: 2024-03-28
Deadline:
2024-03-28
Decontamination Consumables and Maintenance
UK Edinburgh The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its divisionNational Procurement, is undertaking this procurement of Decontamination Equipment Maintenance, Testing and Re-validation andConsumables including; chemicals, filters and test materials (‘Products/Services’) on behalf of all entities constituted pursuant to theNational Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHSOrganisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new PublicBodies (Joint Working) Scotland Act 2014, together with independent contractors to NHS Scotland such as dentists, general medicalpractitioners, pharmacists, opticians etc. and all other bodies governed by Public Law in Scotland.

Value: 10000000
Published: 2024-03-21
Deadline: 2024-04-25
10000000 2024-03-21 2024-04-25
Energy Improvements - Year 2 Contract
UK Kirkwall NHS Orkney

Decarbonisation Project for NHS Orkney at the following locations at North Ronaldsay, Westray, Sanday and Stronsay.The works include external insulation, loft insulation, replacement windows anddoors, replacement heating installations, Solar panels and heat batteriesThe works include the Contractor design of all performance specified mechanical and electricalworks, vizASHP and LTHW HeatingDomestic Hot WaterSolar PV and Battery Storage

Value: 2250000
Published: 2024-03-20
Deadline: 2024-04-26
2250000 2024-03-20 2024-04-26
C002069 Return to Practice (RtP)
UK EDINBURGH NHS Education for Scotland

NHS Education for Scotland (NES) invites proposals from education providers to develop and deliver an education programme that prepares nurses and midwives to Return to Practice commencing in September 2024.

Value:
Published: 2024-03-19
Deadline: 2024-04-22
2024-03-19 2024-04-22
MODULAR BUILDINGS 3 (SBS10514)
UK Hertfordshire NHS Shared Business Services Limited

This Prior Information Notice (PIN) is to signal an intention to commence market engagement with those within the modular buildings market. NHS Shared Business Services Limited (NHS SBS) reserves the right to withdraw this notice at any time. NHS SBS is not bound to accept any proposals submitted by Bidders and is not liable for any costs incurred as a result of Bidders engaging with this process. This early market engagement exercise does not guarantee that a procurement will take place and NHS SBS reserves the right to defer from any procurement entirely. NHS SBS intends to hold market engagement sessions during April - May 2024 with industry experts and suppliers interested in potentially bidding for the resulting Framework. If you are interested in attending any of these market engagement sessions, please register your interest by filling out the following questionnaire: https://forms.office.com/Pages/ResponsePage.aspx?id=LDhLs08SlkSLIfybcpsshqMkVBhtZX9OtRo3-k0KTndUREFYMjNNOU1BNUdXSTEwQ0dYN0U2WDREOS4u Responses must be completed and received by NHS SBS by 5.00pm on Thursday28th March 2024. NHS SBS will use an eSourcing system for any procurement activity taken subsequent to this PIN. The eSourcing system we will use is SAP Ariba. The value in II.1.5 is an indicative value over 4 years from June 2025. The date in II.3) is the estimated date of publication, please monitor Find a Tender Service https://www.find-tender.service.gov.uk/Search for the publication of the relevant high value contract notice.

Value:
Published: 2024-03-11
Deadline:
2024-03-11
NHS National Framework for Medical Retinal Vascular Treatments 1 August 2024
UK Leeds NHS England

RESPONDING TO THIS NOTICE;<br/>Any supplier may be disqualified who does not respond to the following in the requisite manner:<br/>1) Submission of expression of interest and procurement specific information. This procurement exercise will be conducted on the eTendering portal at http://health.atamis.co.uk<br/>Candidates wishing to be considered for this procurement exercise must register, and provide additional procurement specific information (if requested) through the eTendering portal as follows:<br/>1.1) If not already registered, Candidates should register on the eTendering portal at http://health.atamis.co.uk and click the link to register:<br/>- agree to the user agreement<br/>- populate company details<br/>1.2) Once registered, candidates must register interest as follows:<br/>- log to the portal<br/>- select "Find Opportunities" from the supplier home screen, use the "Sort by:" facility to find this opportunity and select the bold blue title to select<br/>- review opportunity details and click "Register Interest"<br/>- as you select the opportunity, you can review documents, send clarification messages, submit the response or decline to respond (if you decide not to participate in the opportunity)<br/>1.3) There is a supplier user guide on using the system and Candidates can contact the Atamis helpdesk at supporthealth@atamis.co.uk or by calling 0800 9956035 for technical assistance when completing responses.<br/>2) General supplier information.<br/>To manage and assess supplier information the Contracting Authority requests candidates provide their<br/>company profile in the Government's Supplier Registration Service (which has replacedsid4gov), as follows:<br/>2.1) If not already registered (the previous sid4gov password, login and details will still<br/>be on the system), candidates must go to the following web page https://supplierregistration.cabinetoffice.gov.uk<br/>and select "Register" at the top of the page.<br/>Key in details as requested to search for your company. If you do not have a D-U-N-S®Number, click on the link at the right of the page to obtain a number from D&B.<br/>Candidates must obtain a Dun & Bradstreet (D&B) D-U-N-S® Number to enable registration on the system.<br/>2.2) Once registration is complete you are able to create and update your company profile. Candidates should ensure all the mandatory fields of their profile are completed and up to date for each procurement exercise.<br/>D&B data will be supplied automatically by D&B.<br/>2.3) For further help or information concerning this telephone +44 (0) 161 413 7982 or via the<br/>message function on the website.<br/>OTHER CONTRACTING AUTHORITIES<br/>The framework agreement is for the benefit of other participating NHS bodies (whether acting individually, or on behalf of, or together as members of any consortia) along with any other non-NHS bodies which the participants deem necessary for the delivery of services or goods to NHS bodies, local authorities, other government departments or non-departmental public bodies charged with the delivery of healthcare or health related services.

Value:
Published: 2024-03-11
Deadline:
2024-03-11
Bone Conduction
UK Edinburgh The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Bone Conduction (‘Products’) as outlined further below on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’).

Value: 8250000
Published: 2024-03-07
Deadline: 2024-04-08
8250000 2024-03-07 2024-04-08
Convenience Retail Products and Related Services
UK Manchester The University Caterers Organisation Ltd (TUCO)

This contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Tender will be carried out using e-Procurement software InTend. If you wish to register your interest in this procurement, please register on the following web site (https://intendhost.co.uk/tuco/aspx/Home). The tender will follow the Open Procedure. Details on this process can be viewed within the tender documents. The Agreement will be awarded based on MEAT (Most Economically Advantageous Tender). Permissible users of this Agreement include:TUCO Member and Associate Member Authorities • TUCO Members (https://account.tuco.ac.uk/delrvdkzgqmjfhudksgs )Local authority councils: • England Scotland and Wales Local Councils• Northern Ireland Local Councils• Conwy CBC, • Denbighshire CC, • Flintshire CC, • Wrexham CBC, • Sefton Council, • Halton BC, • Cheshire West and Chester Council, • South Ribble Borough Council, • Liverpool City Council, • Wirral BC, • Rochdale MBC, • Northumberland CC• any other Local AuthoritiesEducational establishments: • Schools in England• Schools in Wales• Educational Establishments in England and Wales• Schools in Scotland• Educational Establishments in Scotland• Schools and Educational Establishments in Northern Ireland• England Scotland and Wales Higher Education• Northern Ireland Higher Education• Education TrustsPolice, fire and rescue, maritime and coastguard agency emergency services:• UK Police Forces• England Fire and Rescue Services• Scotland Fire and Rescue Services• Wales Fire and Rescue Services• Northern Ireland Fire and Rescue Services• UK Maritime & Coastguard AgencyNHS bodies, the HSC (Northern Ireland) and ambulance services: England NHS Scotland NHSWales NHS Northern Ireland HSCEngland Ambulance ServiceScotland Ambulance ServiceWales Ambulance ServiceNorthern Ireland Ambulance ServiceLocal Authorities, Research Councils www.rcuk.ac.uk, NHS TrustsCentral government departments and their agencies: England / UK Central GovernmentScotland GovernmentWales GovernmentNorthern Ireland GovernmentRegistered charities: England and Wales Registered CharitiesScotland Registered CharitiesNorthern Ireland Registered CharitiesHospice Quality PartnershipRegistered social landlords: government funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives. England Social LandlordsScotland Social LandlordsWales Social LandlordsNorthern Ireland Social LandlordsAll 700 plus current members of Procurement for Housing (PfH) and any future members, details of current membership for PfH can be found here; http://www.procurementforhousing.co.uk/membership/membership_list.Please refer to the following websites for a full list of RSL`s http://www.tenantservicesauthority.org/ orhttp: NUSSLhttp://www.ukmsl.com/client/nusconnect/ The member organisations above are located throughout the UK, including England, Scotland, Wales and Northern Ireland.Public sector buying organisations: http://www.hefce.ac.uk/unicoll/ http://www.tuco.org/buy/clients); SUPC members see http://supc.procureweb.ac.uk/aboutsupc-members; APUC members see http://www.apuc-scot.ac.uk/home.htm; NWUPC members see www.nwupc.ac.uk; NEUPC members see http://neupg.procureweb.ac.uk/; HEPCW members see http://hepcw.procureweb.ac.uk/; LUPC members see http://www.lupc.ac.uk/; Academies; Further Education FE colleges and FE colleges via Crescent Purchasing Consortium (currently 170 colleges throughout the UK) any other member of CPCOther organisations: All Contracting Authorities as defined in Regulation 2 of the Public Contracts Regulations 2015;The Agreement is also for use by but not limited to Crown Commercial Services;This Agreement may also be used by other public bodies as defined by the European Union

Value:
Published: 2024-03-07
Deadline:
2024-03-07
GMTS Health Policy Specialism Education Provision
UK Leeds NHS England

The NHS Graduate Management Training Scheme (GMTS) is a multi-award winning, fast-track leadership scheme that sets out the develop the health and care leaders of the future. Each year, the GMTS currently aims to bring on around 250 new trainees on to the two/two-and-a-half-year scheme where trainees undertake a range or placements and education components as part of the programme. NHS England has the responsibility of managing and supporting these trainees from point of application through to graduation as scheme alumni.<br/><br/>A new supplier for this provision with up to date curriculum is critical in ensuring that the overall experience of GMTS from all perspectives continues at the high levels that have become expected and seeks to ensure the best possible outcomes for the future workforce of the ever changing NHS.<br/><br/>A full description of the requirement can be found in the ITT documents once suppliers have registered their interest.

Value: 1944000
Published: 2024-03-06
Deadline: 2024-04-08
1944000 2024-03-06 2024-04-08
NHS Branded Medicines Tranche Framework for London and South of England - 1 September 2024
UK Leeds NHS England

CM/PHR/22/5689/01 - NHS Framework for Branded Medicines - London & South of England Tranche A. Period of framework: 1 September 2024 to 31 August 2025 with an option or options to extend (at the Authority’s discretion) for a period or periods up to a total of 24 months.

Value: 832292000
Published: 2024-03-06
Deadline: 2024-04-05
832292000 2024-03-06 2024-04-05
NHS Branded Medicines Tranche Framework for London and South of England - 1 September 2024
UK Leeds NHS England

RESPONDING TO THIS NOTICE;<br/>Any supplier may be disqualified who does not respond to the following in the requisite manner:<br/>1) Submission of expression of interest and procurement specific information. This procurement exercise will be conducted on the eTendering portal at http://health.atamis.co.uk<br/>Candidates wishing to be considered for this procurement exercise must register, and provide additional procurement specific information (if requested) through the eTendering portal as follows:<br/>1.1) If not already registered, Candidates should register on the eTendering portal at http://health.atamis.co.uk and click the link to register:<br/>- agree to the user agreement<br/>- populate company details<br/>1.2) Once registered, candidates must register interest as follows:<br/>- log to the portal<br/>- select "Find Opportunities" from the supplier home screen, use the "Sort by:" facility to find this opportunity and select the bold blue title to select<br/>- review opportunity details and click "Register Interest"<br/>- as you select the opportunity, you can review documents, send clarification messages, submit the response or decline to respond (if you decide not to participate in the opportunity)<br/>1.3) There is a supplier user guide on using the system and Candidates can contact the Atamis helpdesk at supporthealth@atamis.co.uk or by calling 0800 9956035 for technical assistance when completing responses.<br/>2) General supplier information.<br/>To manage and assess supplier information the Contracting Authority requests candidates provide their<br/>company profile in the Government's Supplier Registration Service (which has replacedsid4gov), as follows:<br/>2.1) If not already registered (the previous sid4gov password, login and details will still<br/>be on the system), candidates must go to the following web page https://supplierregistration.cabinetoffice.gov.uk<br/>and select "Register" at the top of the page.<br/>Key in details as requested to search for your company. If you do not have a D-U-N-S®Number, click on the link at the right of the page to obtain a number from D&B.<br/>Candidates must obtain a Dun & Bradstreet (D&B) D-U-N-S® Number to enable registration on the system.<br/>2.2) Once registration is complete you are able to create and update your company profile. Candidates should ensure all the mandatory fields of their profile are completed and up to date for each procurement exercise.<br/>D&B data will be supplied automatically by D&B.<br/>2.3) For further help or information concerning this telephone +44 (0) 161 413 7982 or via the<br/>message function on the website.<br/>OTHER CONTRACTING AUTHORITIES<br/>The framework agreement is for the benefit of other participating NHS bodies (whether acting individually, or on behalf of, or together as members of any consortia) along with any other non-NHS bodies which the participants deem necessary for the delivery of services or goods to NHS bodies, local authorities, other government departments or non-departmental public bodies charged with the delivery of healthcare or health related services.

Value:
Published: 2024-03-05
Deadline:
2024-03-05
LOTL 299-23 Orthotic Consumables
UK Edinburgh Lothian Health Board

NHS Lothian has identified a requirement to tender for Orthotics consumablesThe aim is to meet the Orthotists clinical requirements, whilst obtaining the best possible contractual arrangements for each Lot within the tender.To ensure that when NHS Lothian purchase Orthotics consumables they are legally compliant and meet the currentMedical Device Regulations

Value: 2180000
Published: 2024-03-05
Deadline: 2024-04-04
2180000 2024-03-05 2024-04-04
Authorising Engineer (AE) - Ventilation
UK Lincoln United Lincolnshire Hospitals NHS Trust

Open Tender run by United Lincolnshire Hospitals NHS Trust Procurement Department.

Value: 57000
Published: 2024-03-05
Deadline: 2024-04-04
57000 2024-03-05 2024-04-04
Patient Advocacy Services
UK Sheffield Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")

NOE CPC are seeking engagement with providers of Advocacy Services to the NHS with a view to help inform the outputs of a future procurement of a framework agreement for these and other aligned services. <br/><br/>Everyone has a legal right to advocacy and public authorities are responsible for arranging independent advocacy services to assist people making or intending to make complaints, effectively supporting individuals during assessments, care planning, safeguarding and reviews and collaborating with families, friends, carers, commissioners and providers. <br/><br/>Our intention at present is to award a multi-lotted framework agreement, for the services detailed below: <br/><br/>• Independent advocates for patients using social care services (as per the Care Act 2014 and the Care and Support statutory guidance)<br/><br/>• Independent mental capacity advocates (as per the Mental Capacity Act 2005 and its Code of Practice)<br/><br/>• Independent mental health advocates (as per the Mental Health Act 1983 and its Code of Practice)<br/><br/>• Advocacy for Adult Secure Services <br/>Secure services provide treatment for adults aged 18-years and over with mental disorders, these include mental illness (MI), personality disorder (PD) and neurodevelopmental disorders (NDD) including learning disabilities (LD) and autism. There are three levels of secure services with specific criteria for each, High, Medium and Low.<br/><br/>• Advocacy for Children and Young People <br/>While it is anticipated that this procedure is for children and young people making or intending to make a complaint, it covers representations which are not complaints. For example, children and young people should be able to secure the support of an advocate in putting forward <br/>representations for a change to be made in the service they receive, or the establishment they live in, without this having to be framed first as a specific complaint.<br/><br/>• Advocacy for Women’s’ Health <br/>Although women in the UK on average live longer than men, women spend a significantly greater proportion of their lives in ill health and disability when compared with men. <br/><br/>Not enough focus is placed on women-specific issues like miscarriage or menopause, and women are under-represented when it comes to important clinical trials. <br/><br/>There are also far too many cases where women’s voices have not been listened to; the responses to the Women’s Health Strategy for England from the Department of Health & Social Care found 84% of respondents felt that this was the case.<br/><br/>We are in the very early stages of consideration of this agreement, and would welcome feedback from the providers of these services as to the merits of this approach, including any perceived barriers to engagement with such a process, whether the services included are sufficiently extensive/comprehensive or whether there are any other elements we should be looking to include. <br/><br/>All information received at this stage will of course be handled confidentially, with a view to informing our next steps and the ultimate outputs from this agreement. Further engagement may take place following the responses to this PIN, prior to the commencement of a competitive process. <br/><br/>Interested providers are asked to register on the portal and express their interest via project C251453 Patient Advocacy Services and entering any feedback via the response envelope within the project.<br/><br/>The Atamis portal can be accessed at: <br/>https://health-family.force.com/s/Welcome <br/><br/>It is free to register on the portal. Should you have any queries, or encounter any problems with the portal; these should be raised via the Atamis helpdesk at:<br/><br/>Support-health@Atamis.co.uk or phone number 0800 9956035 <br/>The helpdesk is open Monday – Friday between 9am – 5.30pm<br/><br/>Expressions of Interest must be submitted by 12 noon on Friday 5 April 2024.

Value:
Published: 2024-03-04
Deadline:
2024-03-04
NHS South Yorkshire ICB Rotherham Place - Flexible Support Service for Carers of People with Dementia Service
UK Sheffield NHS South Yorkshire ICB

Outcomes:<br/><br/>The Commissioner would want the Service to co-produce meaningful outcomes measures with the people accessing the Service. However, the Commissioner would anticipate outcomes to be demonstrated in the following broad areas: <br/><br/>Outcome 1 - Engage and involve people in all aspects of Service Delivery<br/><br/>Outcome 2 - People who have accessed the Service report that staff were caring, compassionate and understanding.<br/><br/>Outcome 3 - People accessing the Service show positive signs of increased resilience. <br/><br/>Desired Outcomes for Carers<br/><br/>• Reduce social isolation and the stress associated with caring.<br/>• Improved access to local community support including mental health support services such as Talking Therapies. <br/>• Improved knowledge and understanding of the care system.<br/>• Increased resilience to reduce the risk of care breakdown and inappropriate hospital admission.<br/><br/>Desired outcomes for the person with Dementia<br/><br/>• Care needs continue to be met whilst their carer has a break.<br/>• Increased access to social stimulation and local outings.<br/><br/>Outcome 4 - The workforce is resilient and supported through the provision of supervision and continued professional development.<br/><br/>Outcome 5 - The Service is flexible and responsive, adapting to the individual needs of the person in terms of their circumstances i.e. strengths, level of risk, culture, ethnicity, language, age and disability.

Value: 717504
Published: 2024-03-02
Deadline: 2024-04-02
717504 2024-03-02 2024-04-02
Skip Hire
UK Bolton Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton)

PA invites organisations to participate in a 60-month DPS for the provision of Skip Hire services. The DPS will be accessible by all current and future Clients of PA. The DPS may be used by all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education, Charities and all other contracting authorities that are located in the United Kingdom including those listed in Schedule 1 of the Public Contracts Regulations 2015/102.The DPS requires relevant qualified service providers and comprises to support and provide skip hire services – from ‘cradle to grave’ - which include, but are not limited to, delivery and collection of domestic and commercial sized refuse disposal skips to and from sites, and the provision of recycling services/disposal of associated waste.

Value: 75000000
Published: 2024-03-01
Deadline: 2024-04-02
75000000 2024-03-01 2024-04-02
The Supply of Gas and Electricity to NHS Property Services
UK Stockport NHS Property Services

The flexible procurement and supply of mains gas

Value: 300000000
Published: 2024-02-29
Deadline: 2024-04-02
300000000 2024-02-29 2024-04-02
Electronic Components & Associated Products
UK Salford North Western Universities Purchasing Consortium

At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows: NWUPC https://www.nwupc.ac.uk/our-members APUC http://www.apuc-scot.ac.uk/#!/members HEPCW http://www.hepcw.ac.uk/about-us-2/ LUPC https://www.lupc.ac.uk/member-list NEUPC http://www.neupc.ac.uk/our-members SUPC https://www.supc.ac.uk/about-us/our-members/our-members CPC https://www.thecpc.ac.uk/members/ Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide https://www.gov.uk/government/organisations Local Authorities https://www.gov.uk/find-local-council https://www.local.gov.uk NDPBs https://www.gov.uk/government/organisations National Parks Authorities https://www.nationalparks.uk/ Police Forces in the United Kingdom http://www.police.uk/?view=force_sites https://www.police-information.co.uk/index.html Fire and Rescue Services in the United Kingdom https://www.nationalfirechiefs.org.uk/fire-and-rescue-services NHS Bodies England https://www.england.nhs.uk/publication/nhs-provider-directory/ Hospices in the UK https://www.hospiceuk.org/hospice-care-finder Registered Social Landlords (Housing Associations) https://www.gov.uk/government/publications/registered-providers-of-social-housing Third Sector and Charities in the United Kingdom https://www.gov.uk/government/organisations/charity-commission http://www.oscr.org.uk Citizens Advice in the United Kingdom http://www.citizensadvice.org.uk/index/getadvice.htm www.cas.org.uk Scottish Police http://www.scotland.police.uk NI Public Bodies Northern Ireland Government Departments https://www.northernireland.gov.uk/topics/your-executive/government-departments https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland Northern Ireland Public Sector Bodies and Local Authorities https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies Schools and Universities in Northern Ireland https://www.education-ni.gov.uk/ Health and Social care in Northern Ireland http://online.hscni.net Northern Ireland Housing Associations https://www.nidirect.gov.uk/contacts/housing-associations Police Service of Northern Ireland https://www.psni.police.uk

Value:
Published: 2024-02-29
Deadline:
2024-02-29
Peer & Lived Experience Workforce Strategy
UK Essex North East London NHS Foundation Trust

We require the support of a contracted provider to develop the content and implementation of this so that it reflects the status and aspirations of the partnership i.e. ensure BEH and C&I key stakeholders views and feedback are incorporated and we conclude with a co-produced strategy which reflect the Peer & Lived Experience workforce needs of the partnership. We recognise the volume of work associated with the strategy and project to be over a 3–5-year period. We therefore do not expect all aims to be achieved within the 12 months, however, expect the outcomes to be an agreed Partnership Lived Experience Strategy for the BEH; and a co-produced and commenced implementation plan and associated timeline to accompany this. <br/><br/>AIMS AND OBJECTIVES OF CONTRACT<br/><br/>Aim of the Contract<br/><br/>• To facilitate NLMHP to demonstrate its commitment to the development of a highly skilled, valued and supported Lived Experience workforce.<br/>• To support the creation and ratification of a Partnership Lived Experience Workforce strategy reflective of both BEH and C&I needs co-produced with our key stakeholders and with executive commitment assured.<br/>• An associated implementation plan with timeline of how to achieve the above over a 3–5-year period.<br/><br/><br/>Objectives of the Contract<br/><br/>• To develop clear quality assurance processes in relation to the delivery of the Partnership Lived Experience Workforce Strategy.<br/>• To tap into expertise in relation to lived experience workforce development from within the NCL (North Central London) as well as other sources of excellence within the NHS and external providers such as third sector organisations and research institutions. <br/>• To ensure the developed implementation plan is informed by the HEE Peer competency framework as well as, good practice, national guidance and research associated with peer and lived experience work.<br/><br/><br/>OUTCOMES<br/><br/>The main outcomes of this project are detailed below partnered with further expectations during service delivery:<br/><br/>• A co-produced and ratified Partnership Lived Experience Workforce Strategy<br/>• Associated implementation plan including a timeline over a 3–5-year period.<br/>• Identify improvements needed within the current infrastructure and an increase of engagement and commitment for Lived Experience Workforce Development

Value: 150000
Published: 2024-02-29
Deadline: 2024-04-02
150000 2024-02-29 2024-04-02
Residential and Nursing Care and Accommodation Flexible Purchasing System
UK Sale Trafford Council

Long term placements within Trafford.The services shall be provided to all persons, including people who:a) are at end of life;b) have a learning disability;c) have mental health issues;d) have dementia; and / or cognitive impairmente) have a physical and / or sensory disability.The services do not include provision of:a) FNC / CHC services which are statutory requirements of the NHS;;b) any services to persons under the age of 18; orc) Services to any person detained under the Mental Health Act 1983 with the exception of those whom the Council has guardianship over.

Value: 216436830
Published: 2024-02-29
Deadline: 2024-03-29
216436830 2024-02-29 2024-03-29
Tier 3.5 - 4 Enhanced Psychological Services: Norfolk & Waveney ICS
UK Norwich NHS Norfolk & Waveney Integrated Care Board

NHS Norfolk and Waveney ICB on behalf of the NHS Norfolk and Waveney Integrated Care System seek competitive bids for the Provision of Tier 3.5 - 4 Enhanced Psychological Services.<br/><br/>During the Covid-19 pandemic a staff support hub was set up in Norfolk & Waveney as part of a national initiative to provide additional mental health support to health & social care staff who were struggling with the impact of Covid. National funding for these hubs ceased in March 2023, with each ICS required to provide health & social care staff a similar level of support to the Covid hubs on an on-going basis. <br/><br/>Following a review of existing service provision, commissioners have identified the need to develop tier 3.5 - 4 enhanced psychological services (EPS) to complement existing tier 1-3 provision. The service is targeted at staff with more complex clinical presentations that typically require a higher degree of face-to-face interventions. The tier 3.5 - 4 enhanced psychological services will primarily support individual staff with their mental health but will also occasionally be offered to their wider teams.<br/><br/>The transitional funding provided by the local ICB expires at the end of the ‘23/’24 financial year, with each ICS organisation required to fund support for its own staff with effect from April ’24. A combination of existing service provision and financial constraints means that the EPS service will only be commissioned by 3 of the 5 local NHS trusts (Norfolk & Norwich, James Paget, and Norfolk Community Health & Care), as well as the ICB. This procurement seeks to establish a common service, with each trust contracting separately with the chosen provider.<br/><br/>The contract will be for a period of 3 years with a contract value between £350,000 - £500,000 over the full 3-year contract period.<br/><br/>This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.<br/><br/>To express interest and participate in the tender, please register and apply via the Atamis esourcing portal https://health-family.force.com/s/Welcome and search Project ID C247446. Should Tenderers have any queries, or have any problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035

Value: 500000
Published: 2024-02-29
Deadline: 2024-04-02
500000 2024-02-29 2024-04-02
BTH23-106 Implementation Specialist for Improvement Academy
UK Bradford Bradford Teaching Hospitals NHS Foundation Trust

Bradford Teaching Hospitals NHS Foundation is seeking a provider for implementation science within the Improvement Academy at Bradford Research Institute

Value: 558000
Published: 2024-02-28
Deadline: 2024-03-27
558000 2024-02-28 2024-03-27
The Supply of Gas and Electricity to NHS Property Services
UK Stockport NHS Property Services

Value:
Published: 2024-02-28
Deadline:
2024-02-28
Midlands Rail Hub Alliance – Alliance Partners (Non-Signalling Disciplines)
UK London Network Rail Infrastructure Ltd

The key objectives of MRH are to improve connectivity across the Midlands region; boost economic growth; maximise use of HS2 to London through interchange in Central Birmingham; improve access to jobs, leisure, healthcare, and education; optimise the utilisation of station capacity in central Birmingham; and make rail journeys more attractive and encourage modal shift to rail. The scope of the Alliance includes, but is not limited to, the design and build of: new platforms and sidings; up to two new chords into Birmingham Moor Street; widening of existing viaduct; power supply upgrades; new freight loops; new overhead line equipment (OLE) and various signalling works including the re-modelling of existing layouts. The MRH programme consists of multidisciplinary infrastructure interventions are split over three sections described as West, Central and East according to the additional train services that they enable. The scope is currently divided into eight interventions across the three sections: West & Central Midlands interventions at Snow Hill, King’s Norton to Barnt Green (and interventions at King’s Norton and Barnt Green) and Birmingham Bordesley to Moor Street are in the process of securing final funding approval and are intended to be the initial deliverables. Additional interventions are also in scope of MRH and may be delivered subject to funding decisions and design development including West & Central interventions at Worcester to Hereford and Stoke Works Junction and East Midlands interventions at Water Orton and Nuneaton to Wigston. East interventions are at an earlier stage of design development and are intended to form part of a separate business case; these interventions are subject to future funding decisions. It is also envisaged that the West intervention of Worcester-Hereford will be delivered by the Alliance but does not form part of the initial deliverables and is dependent upon as yet uncommitted renewals in the Worcester area.The total Alliance Anticipated Final Cost (AFC) excluding VAT is circa £1.1m--£1.5bn GBP. The AFC is split between the initial deliverables and additional interventions as follows:- Initial deliverables (predominantly interventions in West and Central) are circa: - Multi-Disciplinary (non-signalling, power and communications): £700m-£800m GBP (excluding VAT) - Signalling, power and communications; £150m-£250m GBP (excluding VAT)- Additional interventions (predominantly East) are circa: - Multi-Disciplinary (non-signalling power and communications: £250m-£350m GBP (excluding VAT); - Signalling, power and communications; £50m-£100m GBP (excluding VAT)These figures are indicative only.Further details of the scope and interventions (including AFC estimates and discipline splits) are set out in the scope document (CR-T Module 1 – Contract Specific Requirements) provided as part of the procurement documents.Network Rail is using a modified NR35 Alliance Contract (based on the NEC4 Alliance Contract) to appoint all Partners to the Alliance, provided as part of the procurement documents. The Multi-Disciplinary Partner(s) will be required to work with Network Rail and the Signalling Partner as a single Alliance team. Network Rail and each of the Partners will sign one Alliance contract.

Value: 1380000000
Published: 2024-02-27
Deadline: 2024-04-24
1380000000 2024-02-27 2024-04-24
Optometry Led Community Eye Care Services for North West London
UK London NHS North West London Integrated Care Board

NHS North West London Integrated Care Board are seeking to arrange a contract for an Optometry Led Community Eye Care Service for North West London. This procurement will be under the Health Care Services (Provider Selection Regime) Regulations 2023 - Competitive Process. <br/>The aim of the service is to provide an integrated and collaborative eye care service for patients within NWL, providing high quality eye care underpinned by effective, efficient care and excellent outcomes. Services will provide equitable access, making the most of digital advances. Work will be developed and would work across organisational boundaries to deliver:<br/>• Improved patient outcomes and experience<br/>• Equity of access and outcomes for all NWL patients<br/>• Improved team working and collaboration, improving staff satisfaction and opportunities<br/>• Effective use of system wide resources for eye care<br/>Full details of the Authority's requirements are set out in Invitation to Tender documents.<br/>Offers will be assessed taking into account the key criteria and applying the basic selection of the Provider Selection Regime. <br/>To register your interest, please follow the link below, and search for the project reference/name as detailed:<br/><br/>https://health-family.force.com/s/Welcome<br/>Project reference: C190145<br/>Project Name: Optometry Led Community Eye Care Services for North West London ICB

Value: 6473509
Published: 2024-02-27
Deadline: 2024-03-25
6473509 2024-02-27 2024-03-25
ASC0307 - Home Care Service Leicester
UK Leicester Leicester City Council

Leicester City Council (‘the ‘Authority’) in addition to Leicester, Leicestershire and Rutland NHS Integrated Care Board invites Tenders for the provision of the Home Care Service, Leicester. Leicester City Council is leading the procurement on behalf of Leicester City Council and Leicester, Leicestershire and Rutland NHS Integrated Care Board (ICB).The purpose of the Home Care Service is to provide support to People in their own homes so that they can remain living at home for as long as possible. Home Care Service Providers will promote independence and support People to maintain their existing skills and/or acquire new skills to ensure the best quality of life possible.It is the intention of the Authority to award Framework Agreements to Providers for each Lot. The Authority provides no guarantee or volume of any work to any successful provider.It is anticipated that Services will be called-off from the Framework Agreement during the period of the Framework Agreement. The proposed Framework Agreement will be for an initial period to commence on 14th April 2025 and expire on 13th April 2030, with an option to extend, subject to satisfactory performance outcomes and agreement by the Authority, for a further period or periods up to 13th April 2032, taking the contract term to a maximum of 7 years.The proposed service is based on current and known funding allocations. These could alter through the life of the contract in light of changes in future local and central government funding. The contract value assigned to this service is £392 million (£470.4 million including VAT) for the full 7-year contract period [5 years plus the option to extend for up to a further 2 years].The Framework Agreement will be an Open Framework Agreement. Throughout the duration of the Framework Agreement, the Authority may review the Framework Agreement and may open it to the market for new appointments to it when a service need arises.The Authority is conducting this procurement under the Light Touch Regime for Social and Other Specific Services, as set out in the Public Contract Regulations 2015 (PCR), at Section 7 (Regulations 74 to 77). The Procurement process will be similar to that of an Open Procedure however, the Process will, unlike an Open Procedure, include the flexibility, as allowed under the Light Touch Regime.It is the Authority’s preliminary view that TUPE may apply in respect of this Contract.The Invitation to Tender document and with the appendices and all other documentation issued to Tenderers sets out the details of the Authority’s requirements and how to submit your Tender.The Authority will hold an Online Tender Information Session conducted via Microsoft Teams on 6th March 2024 between 13:00 to 14:30. Further information on how to register for this session is contained within the ITT documentation.

Value:
Published: 2024-02-27
Deadline: 2024-04-02
2024-02-27 2024-04-02
NHS Continuing Healthcare for Children & Young People for Norfolk & Waveney W11
UK Norwich NHS Norfolk and Waveney Integrated Care System

NHS Norfolk & Waveney Integrated Care Board (referred to as the Commissioner) is inviting suitably qualified and experienced providers to express an interest in delivering the Service(s) and being included on an 'Accreditation Qualification Questionnaire (AQQ) / preferred provider list', by responding to this opportunity as required and described in this notice, and within the published tender documentation.<br/><br/>The service covers care in Norfolk and Waveney for children and young people (Service Users) who have been determined a Continuing Care need. The provider will ensure that the services can be provided 365 days per year, 24 hours a day, in accordance with the service Specification and Service User's Care Plan.<br/><br/>Contracts awarded following publication of the initial notice/window relating to this service were for a maximum period of 3 years with an option to extend for a further 2 years, commencing 1st November 2021. Contracts awarded after the 1st November 2021 will be from the point of award until the 31st October 2024, with the option to extend for a further 24 months subject to satisfactory performance.<br/><br/>Instructions on how to register on the eProcurement portal and access procurement documentation and further details relating to this process/window can be accessed via the following link:<br/><br/>https://health-family.force.com/s/Welcome<br/><br/>And searching for the opportunity using the details below:<br/><br/>Project reference: C231224 <br/>Project Name: NW2023-41- W11 CYP Continuing Healthcare Service Children and Young People

Value: 1
Published: 2024-02-27
Deadline: 2024-08-31
1 2024-02-27 2024-08-31
NHS SY ICB - Rotherham Place - Safe Space Service- 2024
UK Sheffield NHS South Yorkshire ICB

Overarching Aim:<br/>To provide peer-led practical and emotional support in a safe, calming, and non-medical environment for people who are experiencing a mental health crisis or severe emotional distress. <br/>Outcomes: <br/>1. People accessing the Service report that the physical environment is calm and relaxed and that they feel less isolated and have developed connections/friendships.<br/><br/>2. People accessing the Service show positive signs of recovery / Crisis de-escalation. <br/><br/>3. The Service is flexible and responsive, adapting to the individual needs of the person in terms of their circumstances i.e. strengths, level of risk, culture, ethnicity, language, age and disability.<br/><br/>4. The voices of people who access the Service are heard and feedback is used to drive service improvement.<br/><br/>5. Mapping of individuals full care journeys across different services demonstrates the integration and effectiveness of the Service.<br/><br/>6. A resilient workforce who are supported to develop to their full potential.<br/><br/>7. People who access the Service experience compassionate, person centred care and support.<br/><br/>Objectives <br/>1. Create a relaxed and supportive space (virtual and/or physical) where connections with others can help build confidence, reduce isolation, and promote friendship.<br/><br/>2. Deliver lower- level psychological interventions and diversionary/exploratory activities that will stabilise the immediate situation and reduce any imminent risk. <br/><br/>3. Promote the Service and support access for those who experience health inequalities – including but not limited to those with protected characteristics.<br/><br/>4. Ensure that engagement with and involvement of the people who use the Service is embedded within all aspects of Service delivery.<br/><br/>5. Work collaboratively with system partners to embed the Service within the Rotherham Crisis Pathway and connect to the wider Rotherham offer.<br/><br/>6. Build a workforce of volunteer and paid peer support workers (experts by experience) who are supported through the provision of weekly supervision / daily peer facilitation support/buddy arrangements and continued professional development.

Value: 1085000
Published: 2024-02-24
Deadline: 2024-03-25
1085000 2024-02-24 2024-03-25
Any Qualified Provider (AQP) for the Provision of Community Vasectomy and Semen Analysis Service to NHS Buckinghamshire, Oxfordshire and Berkshire West Integrated Care Board
UK Amersham NHS Buckinghamshire Oxfordshire & Berkshire West Integrated Care Board

The purpose of this process is to indentify the applicants that can meet the Commissioner's needs and objectives. In securing services from providers using the Direct Award Process B under the Provider Selection Regime

Value:
Published: 2024-02-24
Deadline: 2024-03-15
2024-02-24 2024-03-15
Maybury Medical Practice
UK Edinburgh NHS Lothian

Lothian Health Board (more commonly known as NHS Lothian) (“NHS Lothian”) placed an advertisement on the Public Contracts Scotland website for a Route 3 Procurement on 23 February 2024 seeking expressions of interest from any parties interested in providing primary medical services to patients in the Maybury area of Edinburgh.This requirement has arisen as a result of population growth and a need to establish a new GP practice. The practice at Maybury Medical Practice, Suite 2, 13 Turnhouse Road, Edinburgh, EH12 0AX has the potential for a list size of 10,000 patients. NHS Lothian wishes to select a new service provider with the capacity and capability to meet the needs of these patients and to grow the practice list by delivering high quality, patient-centred clinical services in a primary care setting, all in accordance with NHS Lothian’s requirements set out in Appendix 1 (“Requirement”). The services will build on existing best practice and focus on a community and health and social care approach. The clinical services will be delivered in a purpose-built environment that supports a high standard of patient care.Applicants who already hold GMS contracts should be able to demonstrate sufficient capacity so as not to prejudice delivery of primary medical services under any other existing contract. The successful Applicant will be required to enter into a contract with NHS Lothian on the terms of the General Medical Services Contract (“GMS Contract”) the form of which is prescribed by The National Health Service (General Medical Services Contracts) (Scotland) Regulations 2018 as amended or replaced from time to time. Performance by the successful Applicant under the terms of the GMS Contract will be subject to these Regulations available at www.legislation.gov.uk/ssi/2018/66/contents

Value: 3700000
Published: 2024-02-24
Deadline: 2024-03-25
3700000 2024-02-24 2024-03-25
GMTS Human Resources Specialism Education Provision
UK Leeds NHS England

The NHS Graduate Management Training Scheme (GMTS) is a multi-award winning, fast-track leadership scheme that sets out the develop the health and care leaders of the future. Each year, the GMTS currently aims to bring on around 250 new trainees on to the two/two-and-a-half-year scheme where trainees undertake a range or placements and education components as part of the programme. NHS England has the responsibility of managing and supporting these trainees from point of application through to graduation as scheme alumni.<br/><br/>A new supplier for this provision with up to date curriculum is critical in ensuring that the overall experience of GMTS from all perspectives continues at the high levels that have become expected and seeks to ensure the best possible outcomes for the future workforce of the ever changing NHS.<br/><br/>A full description of the requirement can be found in the ITT documents once suppliers have registered their interest.

Value: 2520000
Published: 2024-02-24
Deadline: 2024-03-25
2520000 2024-02-24 2024-03-25
Provider for Adult Mental Health Tower Hamlet's Together Café: ELFT
UK London East London NHS Foundation Trust

East London NHS Foundation Trust (The Authority) seeks a partnership with an innovative organisation to help us for Adult Mental Health Tower Hamlet's Together Café: ELFT

Value:
Published: 2024-02-23
Deadline: 2024-03-19
2024-02-23 2024-03-19
WYICB - KHCP - Musculoskeletal & Pain Management Service
UK Huddersfield NHS West Yorkshire ICB

The NHS West Yorkshire Integrated Care Board (Kirklees Health & Care Partnership) are seeking a provider to deliver the provision of an Adult Integrated Musculoskeletal (MSK) and Pain Management service across Kirklees. This service will be delivered through a single point of access triage hub.The high-level objectives of the Musculoskeletal & Pain Management service are:• Provide a self-referral process via telephone/online/digital portal into the hub for patients to access physiotherapy, without needing to visit their GP first.• Provides a single point of access service and triages all MSK, MSK related Physiotherapy, Rheumatology, Orthopaedic and Pain Management referrals.• Provide a telephone-based Physiotherapy consultation and assessment where appropriate and empowers patients to self-manage through advice and guidance.• Delivers a seamless pathway and wrap around care for patients. Having clinical oversight of a patient’s journey without the need to refer back to the GP for onward referrals or further diagnostics.• Ensure patients receive the right care, at the right time, by the right clinician in the right place, first time.• Provide a patient focused service, enhancing patient outcomes, patient choice, patient self-management and the patient experience.• Improves the quality of care for patients as defined through the three elements of quality: patient safety, clinical effectiveness, and patient satisfaction.• Deliver high-quality clinical outcomes through shared decision making and patient choice.• Ensures that clinical, quality, and financial outcomes are fully aligned, integrated, and realised.• Significantly reduces clinical variation for patients with MSK and pain management conditions through effective monitoring, planning and continuous service improvement to deliver streamlined care.• Reduces low clinical value interventions, waiting times and numbers of referrals that patients are subject to for all MSK and pain management related conditions.• Provides planned access for patients to MSK and pain management service provision, seamless integration between tiers of care.• Provides a patient self-management function, particularly in relation to pain management that enhances patient quality of life and independence.• To implement innovative practice on a continuous improvement approach putting patients at the heart of service transformation• A service model that gains and keeps clinical confidence and has the potential to grow and develop.• Efficiencies are realised, ensuring MSK provision is sustainable in the long term.• Ensures that effective links with Podiatry/Podiatric Surgery and Secondary Care Rheumatology and Orthopaedic services are in place to minimise delays in accessing care or treatment where appropriate.There are specific service elements of the Musculoskeletal & Pain Management service is required to deliver, including but not limited to:• Triage Hub,• Physiotherapy Consultation,• MSK Community Physiotherapy,• Clinical Assessment and Treatment Service (CATs)• Services delivered within clinical thresholds,• Holistic and Biopsychosocial Pain Assessment,• Close working relationship with Secondary and Primary Care,• Work with the ICB on future quality improvement/transformational development

Value: 19250000
Published: 2024-02-23
Deadline: 2024-03-26
19250000 2024-02-23 2024-03-26
Maybury Medical Practice
UK Edinburgh Lothian Health Board

Lothian Health Board (more commonly known as NHS Lothian) (“NHS Lothian”) placed an advertisement on the Public Contracts Scotland website for a Route 3 Procurement on 23 February 2024 seeking expressions of interest from any parties interested in providing primary medical services to patients in the Maybury area of Edinburgh.This requirement has arisen as a result of population growth and a need to establish a new GP practice. The practice at Maybury Medical Practice, Suite 2, 13 Turnhouse Road, Edinburgh, EH12 0AX has the potential for a list size of 10,000 patients. NHS Lothian wishes to select a new service provider with the capacity and capability to meet the needs of these patients and to grow the practice list by delivering high quality, patient-centred clinical services in a primary care setting, all in accordance with NHS Lothian’s requirements set out in Appendix 1 (“Requirement”). The services will build on existing best practice and focus on a community and health and social care approach. The clinical services will be delivered in a purpose-built environment that supports a high standard of patient care.Applicants who already hold GMS contracts should be able to demonstrate sufficient capacity so as not to prejudice delivery of primary medical services under any other existing contract. The successful Applicant will be required to enter into a contract with NHS Lothian on the terms of the General Medical Services Contract (“GMS Contract”) the form of which is prescribed by The National Health Service (General Medical Services Contracts) (Scotland) Regulations 2018 as amended or replaced from time to time. Performance by the successful Applicant under the terms of the GMS Contract will be subject to these Regulations available at www.legislation.gov.uk/ssi/2018/66/contents

Value: 3700000
Published: 2024-02-23
Deadline: 2024-03-25
3700000 2024-02-23 2024-03-25
Catering Consumables and Equipment 2025
UK Sheffield NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during Summer 2024. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission: - Employer’s Liability Insurance cover of £5m per claim in the name of the Applicant - Public Liability Insurance cover of £5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate - ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. - Declaration of Conformity and UKCA/CE Certification to demonstrate compliance to Medical Devices Regulations 2002 (as amended). The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts. In addition, the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans’ (PPN 06/21) requiring all suppliers with new contracts for goods, services and/or works irrespective of value to publish a carbon reduction plan for their direct emissions. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN 02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; Registration: 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the ‘Not Registered Yet’ link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. Portal Access & Expression of Interest: - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on “SQs Open to All Suppliers” - Find "SQ_522" and click on the blue text. Select Express interest. If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com

Value:
Published: 2024-02-23
Deadline:
2024-02-23
NHSE832 Request for Information - North East and Yorkshire Health & Justice Non-Custodial Services for and on behalf of NHS England - North East and Yorkshire
UK Leeds NHS England - North East and Yorkshire

Value:
Published: 2024-02-23
Deadline:
2024-02-23
Vending Solutions
UK London NHS Supply Chain

Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/ Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Please see instructions below on how to Express Interest and Intend to Respond: Selection Questionnaire 1. Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find an ITT titled ‘Vending Solutions’, click into this. 2. Once you have clicked into the ITT, click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response. 3. Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’. Lots Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find 9 ITTs which are the Lots for this Framework Agreement. The ITTs will have the following titles: Lot 1 - Cold Drinks, Snacks and Confectionery Vending Machines Lot 2 - Chilled & Hot Food Vending Machines Lot 3 - Hot Beverage Machines Lot 4 - Coffee Shop Solutions Lot 5 - Ward Beverage Trolleys Lot 6 - Water Dispensers Lot 7 - Reverse Vending Lot 8 - Smart Technology & Shop Solutions Lot 9 - Maintenance and Service Once you have clicked into your chosen Lot(s), click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response. Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’. Submission instructions for this procurement will be included within the Invitation to Tender document. Please ensure to download and read all documents contained within the Attachments area. Details of how to submit your response can be found within the Invitation to Tender document. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com

Value:
Published: 2024-02-22
Deadline:
2024-02-22
Lancaster, Morecambe Bay & South Cumbria Lymphoedema Service - Cancer & Non Cancer
UK Preston NHS Lancashire & South Cumbria Integrated Care Board (ICB)

The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition.This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement. The Authority reserves the right to make changes to the process as it sees necessary whilst adhering to those sections of the Provider Selection Regime regulations which lay out the principles for the competitive tendering process. The Authority will ensure that Bidders are made aware, in reasonable time, of any changes it makes to the process. All changes will be communicated through the Procurement portal messaging system, Atamis.The Contracting Authority is not voluntarily following any other part of the Regulations.Right to Cancel: The Contracting Authority reserves the right to discontinue the Competitive 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 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.Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.Further details will be made available via documentation and information released during the Competitive Process.

Value: 2028707
Published: 2024-02-22
Deadline: 2024-03-22
2028707 2024-02-22 2024-03-22
WYICB - KHCP - Musculoskeletal & Pain Management Service
UK Huddersfield NHS West Yorkshire ICB

The NHS West Yorkshire Integrated Care Board (Kirklees Health & Care Partnership) are seeking a provider to deliver the provision of an Adult Integrated Musculoskeletal (MSK) and Pain Management service across Kirklees. This service will be delivered through a single point of access triage hub.The high-level objectives of the Musculoskeletal & Pain Management service are:• Provide a self-referral process via telephone/online/digital portal into the hub for patients to access physiotherapy, without needing to visit their GP first.• Provides a single point of access service and triages all MSK, MSK related Physiotherapy, Rheumatology, Orthopaedic and Pain Management referrals.• Provide a telephone-based Physiotherapy consultation and assessment where appropriate and empowers patients to self-manage through advice and guidance.• Delivers a seamless pathway and wrap around care for patients. Having clinical oversight of a patient’s journey without the need to refer back to the GP for onward referrals or further diagnostics.• Ensure patients receive the right care, at the right time, by the right clinician in the right place, first time.• Provide a patient focused service, enhancing patient outcomes, patient choice, patient self-management and the patient experience.• Improves the quality of care for patients as defined through the three elements of quality: patient safety, clinical effectiveness, and patient satisfaction.• Deliver high-quality clinical outcomes through shared decision making and patient choice.• Ensures that clinical, quality, and financial outcomes are fully aligned, integrated, and realised.• Significantly reduces clinical variation for patients with MSK and pain management conditions through effective monitoring, planning and continuous service improvement to deliver streamlined care.• Reduces low clinical value interventions, waiting times and numbers of referrals that patients are subject to for all MSK and pain management related conditions.• Provides planned access for patients to MSK and pain management service provision, seamless integration between tiers of care.• Provides a patient self-management function, particularly in relation to pain management that enhances patient quality of life and independence.• To implement innovative practice on a continuous improvement approach putting patients at the heart of service transformation• A service model that gains and keeps clinical confidence and has the potential to grow and develop.• Efficiencies are realised, ensuring MSK provision is sustainable in the long term.• Ensures that effective links with Podiatry/Podiatric Surgery and Secondary Care Rheumatology and Orthopaedic services are in place to minimise delays in accessing care or treatment where appropriate.There are specific service elements of the Musculoskeletal & Pain Management service is required to deliver, including but not limited to:• Triage Hub,• Physiotherapy Consultation,• MSK Community Physiotherapy,• Clinical Assessment and Treatment Service (CATs)• Services delivered within clinical thresholds,• Holistic and Biopsychosocial Pain Assessment,• Close working relationship with Secondary and Primary Care,• Work with the ICB on future quality improvement/transformational development

Value: 19250000
Published: 2024-02-22
Deadline: 2024-03-26
19250000 2024-02-22 2024-03-26
Buckinghamshire, Oxfordshire, and Berkshire West ICB and NHS Frimley ICB Non-Emergency Patient Transport Service
UK Amersham NHS Buckinghamshire Oxfordshire & Berkshire West Integrated Care Board

NHS Buckinghamshire, Oxfordshire, and Berkshire West <br/>Integrated Care Board and NHS Frimley Integrated Care Board are seeking to secure a Prime Provider who has the capability and capacity to deliver Non-Emergency Patient Transport Services in line with the specified requirements from 1 April 2025. <br/><br/>The aim of this service is to provide transport for eligible patients within Buckinghamshire, Oxfordshire, Berkshire West, and Frimley with a medical need, between their places of residence, primary, community, social care and acute settings transporting patients in safe, timely, comfortable, and clinically appropriate transport without detriment to their medical condition.<br/><br/>The contract period offered will be for a period of 5 years commencing 1st April 2025. The Commissioners at their sole discretion, will have an option to extend for a further 5 years (5+5). A standard NHS contract will be used for this service.<br/><br/>Buckinghamshire, Oxfordshire, and Berkshire West Integrated Care Board is the Lead Commissioner and Frimley Integrated Care Board is an Associate Commissioner to these Services.<br/><br/>Buckinghamshire, Oxfordshire, and Berkshire West Integrated Care Board is conducting this procurement in accordance with Regulation 11 The Competitive Process of the Health Care Services (Provider Selection Regime) Regulations 2023 (PSR Regulations)<br/><br/>The annual financial envelope is £22,601,647 per year, and a total financial envelope of £226,016,470 over the maximum 10-year duration.<br/><br/>The deadline for receipt of tenders is 12 Noon 02 April 2024.<br/><br/>TUPE is likely to apply, and TUPE information is available on request.<br/><br/>This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.<br/><br/>Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome Project Reference: C246132.<br/><br/>This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

Value: 226016470
Published: 2024-02-20
Deadline: 2024-04-02
226016470 2024-02-20 2024-04-02
GMTS Finance Specialism Education Provision
UK Leeds NHS England

The NHS Graduate Management Training Scheme (GMTS) is a multi-award winning, fast-track leadership scheme that sets out the develop the health and care leaders of the future. Each year, the GMTS currently aims to bring on around 250 new trainees on to the two/two-and-a-half-year scheme where trainees undertake a range or placements and education components as part of the programme. NHS England has the responsibility of managing and supporting these trainees from point of application through to graduation as scheme alumni.<br/><br/>A new supplier for this provision with up to date curriculum is critical in ensuring that the overall experience of GMTS from all perspectives continues at the high levels that have become expected and seeks to ensure the best possible outcomes for the future workforce of the ever changing NHS.<br/><br/>A full description of the requirement can be found in the ITT documents once suppliers have registered their interest.

Value: 3024000
Published: 2024-02-20
Deadline: 2024-03-21
3024000 2024-02-20 2024-03-21
Procurement for the Provision of Individual Carbon Monoxide Monitors and Distribution Services for Pregnancy Smoking Cessation Support On Behalf Of NHS Greater Manchester Integrated Care Board
UK London NHS Greater Manchester Integrated Care Board

NHS Greater Manchester Integrated Care Board is inviting suitably experienced and capable providers to apply for the Procurement for the Provision of Individual Carbon Monoxide Monitors and Distribution Services for Pregnancy Smoking Cessation Support.The Contract to be offered to the Recommended Bidder at the end of this Procurement will be for a duration of up to two years which is intended to run from the Commencement Date (anticipated to be from April 2024 at the earliest) with the option to extend for an additional two years, up to a maximum contract duration of four years. The estimated value of the contract is £110,000 per annum and estimated overall maximum contract value of approximately £440,000 for the maximum term of the contract. The Contracting Authority requires the Specification to be delivered for an indicative estimated number of 1500 or more iCO devices for each contractual year. NHS Shared Business Services is an agent of the Contracting Authority, acting on its behalf solely to carry out the Procurement. All decisions regarding the Contract will be made by the Contracting Authority.For full details of the Service and any additional information regarding this Procurement please see link to the Specification and Invitation to Tender documentation that can be accessed via SAP Ariba.Invitation to Tender documentation that can be accessed via SAP Ariba reference Doc1858020681, https://discovery.ariba.com/rfx/18833185

Value: 440000
Published: 2024-02-20
Deadline: 2024-03-20
440000 2024-02-20 2024-03-20
NHS Framework - Blood Disorders including Haemophilia A and B - July 2024
UK Leeds NHS England

Standard Half-life Recombinant Factor VIII

Value: 1168000000
Published: 2024-02-20
Deadline: 2024-03-21
1168000000 2024-02-20 2024-03-21
School Fruit and Vegetable Scheme - Supply 2024
UK London NHS Supply Chain

Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/ Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal. Please see instructions below on how to Express Interest and Intend to Respond: - Once you have registered and logged in to Jaggaer, you will see a section called ‘Supplier Area’. Under this you will need to go to ‘ITTs open to All Suppliers’. In this section you will find an ITT titled ‘Delivered Ready Prepared Meals’, click into this. - Once you have clicked into the ITT, click ‘Express Interest’ in the top right-hand corner. Once you have expressed interest in the ITT, a new option will appear titled ‘Intent to Respond’. You will need to click intend to respond to be able to fill in a response. - Once you have Expressed Interest and Intended to Respond to the ITT, this will now sit under ‘My ITTs’ in the Supplier Area and will no longer show under ‘ITTs Open to all Suppliers’. Please ensure to download and read all documents contained within the Attachments area. Details of how to submit your response can be found within the Invitation to Tender document. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com

Value:
Published: 2024-02-20
Deadline:
2024-02-20
HEIW Provision of Enhanced and Advanced Education and Training
UK Cardiff Health Education and Improvement Wales (HEIW)

In line with the Public Contracts Regulations 2015, NHS Wales Procurement Services and HEIW wish to hold a Preliminary Market Consultation event prior to launching a procurement procedure for the delivery of Enhanced and Advanced education and training services. As such, discussions will be held with education providers prior to starting a procurement procedure, the purpose being to both inform education providers and to allow Procurement Services and HEIW to seek advice in the planning and conduct of the procurement procedure. Procurement Services and HEIW will run the Preliminary Market Consultation event virtually via Microsoft Teams on Wednesday 20th March 2024, starting at 12:30. Potential bidders will be provided with further insight into the requirement and given the opportunity to ask questions. In order to help define the requirement and to develop the contract’s requirement, following the presentation/Q&A session, potential bidders will have an opportunity to have a 1:1 with HEIW representatives (maximum 10 minute allocated slot). Next Steps - potential bidders who are interested in attending this event: 1. Are invited to express an interest to the email address below – confirming the names and positions of proposed attendees 2. Please confirm if your organisation would like to book a 10-minute slot to further discuss the requirements with HEIW and Procurement Services. 3. Please confirm by Friday 15th March 2024 whether you require any materials in the medium of the Welsh Language. Email to express interest: Keri.Jones3@wales.nhs.uk Potential bidders should note that this engagement event together with any other soft market sounding in relation to this proposed procurement, may not necessarily lead to a formal procurement and/or award of any contracts. Further, that any information provided by potential bidders during this engagement event, may be used by HEIW to help to scope the proposed procurement/services and may also be shared widely with other potential bidders/providers. Accordingly, potential bidders are advised not to share any confidential information and/or information they would not wish to be shared more widely. HEIW accepts no liability for any costs incurred by bidders as a result of attending the engagement event. Please note that it is not a requirement for an OJEU notice to be translated bilingually on Sell2Wales, however, if you require a copy of the PIN Notice in Welsh this is available to all interested potential bidders. NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=139221. (WA Ref:139221)

Value:
Published: 2024-02-20
Deadline:
2024-02-20
Sexual Health Multi-Trust Tender
UK London Imperial College Healthcare NHS Trust

We are looking to appoint a supplier who can offer a single digital solution to support sexual and reproductive healthcare provision by the three NHS trust providers in London North West, spanning 8 London boroughs.<br/>We require a single solution which can be accessed and viewed by healthcare professionals from any clinical site across the 3 participating trusts. Similarly, the system should capture and incorporate documentation from any episode of care at any clinical site within our network and incorporate that within a single, unified and coherent patient record. The system must minimise the administrative burden on healthcare professionals to allow them to focus on patient care. In particular, results should be delivered automatically where clinically appropriate and the system should support our statutory reporting requirements through the automatic generation of GUMCAD and SHRAD codes prompted by clinical history, test orders, prescriptions and diagnoses, rather than manually inputting these later.

Value: 1900000
Published: 2024-02-17
Deadline: 2024-03-18
1900000 2024-02-17 2024-03-18
NHS National Framework for Transition products commencing 1 May 2024
UK Leeds NHS England

CM/TNS/05/2024/01<br/>Lot 1 NWLN: 01/05/2024 to 31/01/2025 (9 months)<br/>Lot 2 CESW: 01/05/2024 to 30/09/2025 (17 months) <br/>Lot 3 LSNE: 01/05/2024 to 30/09/2025 (17 months)

Value: 179392000
Published: 2024-02-17
Deadline: 2024-03-18
179392000 2024-02-17 2024-03-18
Primary Care Data Protection Service
UK Eastleigh NHS South, Central and West Commissioning Support Unit (hosted by NHS England)

NHS Bristol, North Somerset & South Gloucestershire Integrated Care Board (BNSSG ICB) (“The Commissioner”) is seeking to commission a Primary Care Data protection service, including a named Data Protection Officer for the remaining duration of the UK GDPR and a continuing support service to General Practices (GPs) during (and beyond) the transition to the successor legislation to make sure GPs are continuing to be supported in meeting the highest standards of data protection. <br/><br/>This service will serve GP practices within the ICB’s geographical area. The main responsibilities include (but are not limited to):<br/><br/>• Information Governance (IG) support (e.g. supporting Data Protection Impact Assessments and Data Sharing Agreements). <br/>• Ensuring safe and effective sharing of data across the Integrated Care System (ICS) in line with data protection legislation.<br/>• Data and patient privacy protection. <br/>• Support for Data security and protection. <br/><br/><br/>The Contract will be for an initial term of 12 months, with an option to extend for any period up to a further 12 months. The total value of the contract is £250,000 (inclusively of VAT) for the initial 12 months contract term, with a total contract lifecycle value of £500,000 (inclusively of VAT) including the 12 months extension. The contract will commence in June 2024.<br/><br/>This processed is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).<br/><br/>Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.<br/><br/>Once you have found the opportunity via the search function, using the title of ‘Primary Care Data Protection Service’ or Atamis reference number of ‘C232775’, to gain full access to the bid documentation (including questionnaires), you will need to click on ‘Register interest’ - this will take you to the log-in page.<br/><br/>If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

Value: 500000
Published: 2024-02-17
Deadline: 2024-03-19
500000 2024-02-17 2024-03-19
Provision of Taxi Services for Kettering General Hospital Foundation Trust (KGH) and Northampton General Hospital Trust (NGH)
UK Kettering Kettering General Hospital NHS Foundation Trust

The contractor is required to provide a taxi for the conveyance of healthcare professionals, patients and lightgoods on an ad hoc requirement.

Value: 650000
Published: 2024-02-15
Deadline: 2024-03-15
650000 2024-02-15 2024-03-15
Contract for the Provision of Window Cleaning for Newcastle Hospital
UK Newcastle-upon-Tyne The Newcastle upon Tyne Hospitals NHS Foundation Trust

The Invitation to Tender (ITT) has been prepared by the Newcastle upon Tyne Hospitals NHS foundation Trust (the Authority) for the appointment through competition of a suitably experienced and competent Contractor of Non Healthcare Window Cleaning Services in accordance with the Specification and the form of of contract provided

Value: 132000
Published: 2024-02-15
Deadline: 2024-03-27
132000 2024-02-15 2024-03-27
Medicines Information Solution and Drugs Tool
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Digital Health and Care Wales (“DHCW”) are seeking to procure a market ready Medicines Information Solution and Drugs Tool. The solution is required to provide users with up to date, unbiased information on drugs and medicines, providing users with an overview of the drug/medicine and provide access to evaluations of the drug/medicine. The solution will be accessible to all staff within NHS Wales as a minimum. Access will be provided via a link or links placed on the NHS Wales e-Library website via IP and Open Athens authentication or via NHS Wales clinical systems such as the Welsh Clinical Portal. DHCW does not wish to host the resources only to have access to it. The system may comprise of one (1) or more tools but will be provided by a single supplier with a single application interface.

Value: 1436664
Published: 2024-02-15
Deadline: 2024-03-15
1436664 2024-02-15 2024-03-15
Telephone and Messaging Based Advice & Guidance Service for Health Professionals
UK Welwyn Garden City NHS Hertfordshire and West Essex Integrated Care Board

NHS Hertfordshire and West Essex Integrated Care Board (referred to as the Commissioner) are inviting suitably qualified and experienced providers to express their interest in delivering an Telephone and Message based Advice and Guidance Service to Health Care Professionals across the NHS Hertfordshire and West Essex Integrated Care System.<br/><br/>The key aims and objectives of the digital platform will be to enable both telephone based and clinically secure photo messaging application for the provision of Clinical Advice & Guidance for a range of clinical specialties.<br/><br/>The platform will provide a consistent level of stability and importantly a high level of connectivity with exceptional connection times measured in seconds. <br/><br/>The service is able to offer a range of specialties covering both physical and mental health. <br/><br/>The service is integrated with key local providers in HWE Integrated Care System (ICS) but is backed up by a network of NHS clinicians located outside of Hertfordshire and West Essex but within the UK. <br/><br/>The service will allow healthcare professionals to speak to other healthcare professionals locally or where not available to other healthcare professionals based elsewhere in the UK. The service will provide access to these UK based healthcare professionals either through their own network or through a third-party network that they will sub-contract.<br/><br/>This ensures that primary care always has access to immediate clinical advice and guidance.<br/><br/>The provision of healthcare professionals outside of HWE should be in a manner that does not result in a detrimental effect on NHS patients or services, nor diminish the public resources that are available for the NHS. <br/><br/>The service will also be available to other healthcare professionals and organisations within HWE ICS to allow appropriate advice and guidance to be given.<br/><br/>The process is a one stage open process.<br/><br/>The contract will be for a period of 3 years with the option to extend for up to a further 2 years, commencing 1st August 2024. <br/><br/>The annual contract value is £600,000 inclusive of VAT (£1,800,000 for the initial 3-year term with an option to extend for a further 2 years totalling £3,000,000 over the total 5 year term).<br/><br/>Please note there is a financial threshold associated with this procurement. Any bids exceeding £600,000 per annum will be excluded from evaluation and disqualified from the process. No bids over £600,000 per annum will be accepted.<br/><br/>To register your interest, please follow the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome<br/>Project Reference: C244252<br/>Project Name: Telephone and Messaging Based Advice & Guidance Platform for Health Professionals

Value: 3000000
Published: 2024-02-13
Deadline: 2024-03-15
3000000 2024-02-13 2024-03-15
NHS Adults Continuing Healthcare Services for Norfolk and Waveney W11
UK Norwich NHS Norfolk & Waveney Integrated Care Board

NHS Norfolk & Waveney ICB invite Nursing Homes across the NHS Norfolk and Waveney ICB footprint (and bordering areas), to join a Preferred Provider list for Continuing Healthcare services. The Service is for adults who are eligible for NHS Continuing Healthcare. Service Users placed using this Contract will have needs that may include but not be limited to End of Life, Learning Disabilities, Mental Health, Dementia, Physical Disabilities, Brain Injury, and Frailty. To meet the care needs of a wide range of people, the ICB encourages applications from Nursing Homes with a broad range of specialisms and services. Placements are more commonly long term but may include shorter term and respite arrangements plus rapid care for individuals approaching the end of their life.<br/><br/>Contracts awarded following publication of the initial notice/window relating to this service were for a maximum period of 3 years with an option to extend for a further 2 years, commencing on 1st November 2021.<br/>Contracts awarded after the 1st November 2021 will be from the point of award until the 31st October 2024, with the option to extend for a further 24 months subject to satisfactory performance.

Value: 1
Published: 2024-02-13
Deadline: 2024-08-31
1 2024-02-13 2024-08-31
Audiological Devices
UK Edinburgh The Common Services Agency (more commonly known as NHS National Services Scotland)

We require a range of Battery Operated Hearing Aids(Adult) to be across NHS Scotland sold directly to individual health boards.We envisage awarding 7 suppliers on this lot.

Value: 4800000
Published: 2024-02-13
Deadline: 2024-03-13
4800000 2024-02-13 2024-03-13
Provision of Primary Care Alternative Provider Medical Services (APMS) for Forest Surgery
UK Colchester NHS Suffolk and North East Essex Integrated Care Board

The current Alternative Provider Medical Services (APMS) Contract to provide the services to patients at Forest Surgery will expire on 30th September 2024. The intended outcome of this project is to ensure that there is continued provision of Primary Medical Services to the registered population of Forest Surgery in Brandon.The Authority is seeking bids from suitably qualified providers of Primary Care Services to take on the services at Forest Surgery under an APMS contract with the current patient list from 1st October 2024.The APMS can be used to provide:• Essential services • All additional services where GMS/PMS practices opt-out• All Enhanced Services commissioned by NHS England• Opening hours and service delivery from 0800-1830, Monday to Friday (except statutory bank and public holidays)• Participation in the Primary Care Network (PCN) Enhanced Service• Extended opening hours in line with requirements of the PCN.The full scope of services can be found within the APMS specification contained in the Invitation to Tender pack within the eTendering Portal at: https://attain.bravosolution.co.uk/web/login.htmlThe value contained within this Notice is the aggregate value which is inclusive of all potential options and extensions.The value of the contract being offered for the scope of services identified within the initial tender for the 7-year contract period is £7,584,505.88. This is the value by which the price evaluation will be undertaken. The aggregate value of the contract (including extension provision of 3 years) is £10,835,008.40Further information is also provided in section VI.3.To express an interest in tendering for this service and access the Invitation to Tender (ITT) documents and all other information concerning the procurement, please go to: https://attain.bravosolution.co.uk/web/login.htmlClick on 'Register' and follow the on screen instructions.Responses must be fully completed and submitted exclusively via the Jaggaer e-Procurement PortalThe submission deadline is 12:00 (noon) on 15th March 2024.

Value: 10835008
Published: 2024-02-13
Deadline: 2024-03-15
10835008 2024-02-13 2024-03-15
Suction Canister and Liners
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

To supply Suction Canisters, Liners and associated consumables to NHS Wales.

Value: 2662149
Published: 2024-02-12
Deadline: 2024-03-15
2662149 2024-02-12 2024-03-15
INSOURCING OF CLINICAL SUPPORT SERVICES (SBS10203)
UK Hertfordshire NHS Shared Business Services Limited

The value provided is only an estimate and is based upon the National Elective Recovery budget published by NHS England and by using an average contractual value across all procurements under the previous iteration of the Insourcing of Clinical Support Services framework agreement. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.

Value:
Published: 2024-02-12
Deadline:
2024-02-12
Audiological Devices
UK Edinburgh The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Audiological Devices (‘Products’) as outlined further below on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 Northern Ireland Health and Social Care Trusts (collectively hereafter referred to as (‘Participating Authorities’).

Value: 4800000
Published: 2024-02-12
Deadline: 2024-03-13
4800000 2024-02-12 2024-03-13
The supply of an Audit Management System On behalf of ASW Assurance
UK Torquay Torbay and South Devon NHS Foundation Trust

ASW Assurance is the largest provider of specialist internal audit, assurance and consultancy services to NHS healthcare organisations in the South West. We are dedicated to helping improve governance and ultimately the quality and safety of patient care. What sets us apart is that everything we do is geared towards developing and improving the governance arrangements of the organisations we work with. In addition to core audits, high level assurance and cross organisational work is included as standard in our workplans:<br/>Specialised assurance services<br/>Cross organisational reviews of integration of services and partnerships<br/>Health Economy shared assurance reviews e.g. STP assurance in Bristol, Devon and Cornwall<br/> We deliver assurance that adds value and enables our clients to better focus on outcomes. Our clients regularly tell us that our services are well established and valued.<br/>1.1 The Authority is looking for a comprehensive cloud based Audit Management System (AMS). The AMS should include, at a minimum, the following functionality: <br/><br/>Produce working papers – document management and tracking.<br/>Allow us to record time inside the AMS, rather than outside – linking time/audit progress/performance in one place.<br/>Automated audit planning and scheduling, so we can plan audit work in terms of prioritisation, allocation and value. <br/>Easy data extraction, and performance information, as well as analytics to provide insight on audit data.<br/>Present live, interactive dashboards for real-time reporting (dashboards to include audit coverage, plan position, assurance ratings etc.).<br/>Flexibility, enabling us to develop functionality so that we remain fit for the future.<br/>A quality review process.<br/>Integration with Microsoft applications – so we can download/upload information from Microsoft to the AMS and vice versa.<br/>Be accessible to our clients, ideally with a range of customisable views and the ability for clients to upload evidence/submit documentation on request, set by multi-layer access privileges.<br/><br/>The scope would include requisite training and implementation support. We are looking for a system to eliminate our current manual processes to improve productivity, bring a disciplined approach to the audit processes, track staff time, evaluate risks, improve reporting capabilities, and enhance follow up of audit recommendations. The AMS should be a Commercial off the shelf (COTS) solution, but include the flexibility for us to develop the functionality ensuring we remain fit for the future.<br/>1.2 The Authority is looking to contract with an established supplier of AMS with a proven track record of providing these systems to internal audit services and to have maintenance and support resources available.

Value: 420000
Published: 2024-02-10
Deadline: 2024-03-15
420000 2024-02-10 2024-03-15
Paediatric Orthotics Services
UK Southampton Solent NHS Trust

The contracting authority intends to run an Open procedure for the procurement of the Paediatric Orthotics Services Contract. Further information is available via the Atamis eTendering system with the contracting authority intends to use to manage the tender.<br/><br/>Information relating to the tender is available within Atamis. Select this link to access the Atamis system:<br/>https://healthfamily.force.com/s/Welcome<br/>Select 'Opportunities' and then select the relevant Solent NHS Trust opportunity. Once registered, press the 'Register Interest' to login and register your interest. Once you have registered your interest, you may view the documents and submit clarification requests. All correspondence must be through Atamis. Potential Bidders must not communicate directly with Solent NHS Trust staff regarding this tender.<br/> <br/>Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:<br/> <br/>Phone: 0800 9956035<br/> <br/>E-mail: support-health@atamis.co.uk

Value: 540000
Published: 2024-02-10
Deadline: 2024-03-11
540000 2024-02-10 2024-03-11
Custodial Healthcare Provision
UK Worcester West Mercia Police and Crime Commissioner

This contract is for the provision of Healthcare services to support the police force of West Mercia in ensuring the wellbeing of detainees across all force custody suites.

Value: 35000000
Published: 2024-02-10
Deadline: 2024-03-13
35000000 2024-02-10 2024-03-13
Surveys of Emergency Lighting Systems
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

The NHS Wales Shared Services Partnership (NWSSP), hosted by Velindre NHS Trust are acting on behalf of Cardiff and Vale University Local Health Board who are seeking to award a contract for Surveys of Emergency Lighting Systems.The Capital, Estates and Facilities Board require a company to complete surveys of emergency lighting systems.The service contractor is required to develop the services into a fully co-ordinated fully functional and operational installation for all elements of the electrical services works listed below that are applicable to the particular scheme:-Main and sub-main Distribution-Distribution Boards-UPS System-IPS System-General Lighting and emergency lighting-Lighting Control system-Small power system-Fire alarm system-Electrical supplies for mechanical services equipment-Cable routing facilities-Dado trunking system-Patient call and alarm system-Telephone and data network system containment-Co-ordination of the electrical services system installation with the building, structure and other services installations-Working drawings to demonstrate design development and co-ordination-Testing and commissioning-“As Installed” drawing and operation and maintenance manuals-Client training and handover-Health and safety design risk assessment and residual risks register-Programme of worksPlease see the attachments via eTenderWales for more information on this opportunity.

Value: 425000
Published: 2024-02-09
Deadline: 2024-03-11
425000 2024-02-09 2024-03-11
HCT, HPFT - Resuscitation Training
UK Welwyn Garden City Hertfordshire Community NHS Trust

The provider must have experience of delivering a large multi stakeholder service, providing the capacity to deliver the training numbers required from your existing workforce with specific reference to the healthcare sector where possible.<br/><br/>Resuscitation trainers must be Registered NMC nurse, registered HCPC paramedic or IHCD Ambulance Medical Emergency Technicians. <br/><br/>The Resuscitation trainers must be up to date with Resuscitation qualifications and teaching qualification and able provide evidence of up-to-date CPD.<br/><br/>You do not need to provide your own training premises, but training equipment will be required in most instances. The Resuscitation training provider will supply the Resuscitation equipment to cover ILS, BLS and PBLS, as agreed and required, laptop and projector.

Value: 200000
Published: 2024-02-09
Deadline: 2024-03-15
200000 2024-02-09 2024-03-15
Invitation to tender for the Supply and Servicing of Food/Beverage Vending Machines (SFT/AT/111)
UK Taunton Somerset NHS Foundation Trust

Somerset NHS Foundation Trust is seeking to procure vending machines for the provision of snacks and cold beverages (Lot 1) and hot beverages (Lot 2) to be vended at multiple NHS premises across Somerset. <br/><br/>The Trust is keen to purchase a ‘complete solution’ including vending machines, relevant Software Management Software (‘SMS’) and payment system as part of an inclusive offer. However, it is accepted by the Trust that the purchase of the SMS and payment system may have to be negotiated outside of this Agreement.

Value: 250000
Published: 2024-02-09
Deadline: 2024-03-11
250000 2024-02-09 2024-03-11
Surveys of Emergency Lighting Systems
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Please note additional information on this procurement: 1. The Contracting Authority reserves the right to award the contract in whole, in part or annual the tendering process and not award any contract. 2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms. 3. The Contracting Authority will not accept completed ITT's after the stated closing date. 4. All documents to be priced (where applicable) in sterling and all payments made in sterling. 5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders. 6. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the ITT_108770. 7. Bidders should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale ULHB NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=138886 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: N/A (WA Ref:138886) The buyer considers that this contract is suitable for consortia.

Value:
Published: 2024-02-09
Deadline:
2024-02-09
HCT, HPFT - Resuscitation Training
UK Welwyn Garden City Hertfordshire Community NHS Trust

The provider must have experience of delivering a large multi stakeholder service, providing the capacity to deliver the training numbers required from your existing workforce with specific reference to the healthcare sector where possible.<br/><br/>Resuscitation trainers must be Registered NMC nurse, registered HCPC paramedic or IHCD Ambulance Medical Emergency Technicians. <br/><br/>The Resuscitation trainers must be up to date with Resuscitation qualifications and teaching qualification and able provide evidence of up-to-date CPD.<br/><br/>You do not need to provide your own training premises, but training equipment will be required in most instances. The Resuscitation training provider will supply the Resuscitation equipment to cover ILS, BLS and PBLS, as agreed and required, laptop and projector.

Value: 200000
Published: 2024-02-08
Deadline: 2024-03-15
200000 2024-02-08 2024-03-15
Staff Health Cash and Benefits Plan
UK Sunderland Gentoo Group

The staff health cash and benefits plan is a comprehensive solution allowing staff to reclaim funds for essential healthcare expenses, providing crucial financial support when its most needed. This plan will encompass a range of benefits, including 24/7 doctor access, swift cash reimbursements to personal accounts, optional family member upgrades, and access to valuable well-being and rewards services.

Value:
Published: 2024-02-08
Deadline: 2024-03-08
2024-02-08 2024-03-08
Northamptonshire Children's Trust - Provision Of Daytime And Overnight Breaks/Respite For Children And Young People With Disabilities
UK Northampton Northamptonshire Children's Trust

Northamptonshire Children's Trust (hereafter referred to as the "Children's Trust") and NHS Northamptonshire Integrated Care Board wishes to invite Tender Responses for the supply of services in respect of this requirement.Short breaks are part of a continuum of services supporting children in need and their families, offering day to night activities in various settings. These services, including overnight respite and day activities for disabled children, are crucial for families to lead normal lives. Local Authorities and Integrated Care Boards (ICB) must ensure adequate short breaks are available, as mandated by the Children Act 1989 and The Children & Families Act 2014. This is critical for carers to manage their responsibilities and for fulfilling legal duties to children with special needs.A Lead Provider will deliver overnight respite and daytime activities, including weekends and evenings, streamlining resources for more choice and support for families. The model aims to innovate and enhance service quality and accessibility, particularly for children with complex needs struggling to access non-residential short breaks.All activities will utilise appropriate venues, equipment and staffing to meet the needs of the children and young people. The service will adopt a flexible working approach to service delivery to ensure that the service is child / young person family led and is in the interests of individuals and families accessing the service and delivered to meet the needs of individual service users.

Value: 16700660
Published: 2024-02-08
Deadline: 2024-03-18
16700660 2024-02-08 2024-03-18
Facilities Management Services (Paterson)
UK Manchester The Christie NHS Foundation Trust

1.2 The Christie NHS Foundation Trust is looking to procure a Facilities Management Service Provider to maintain the Paterson Building, Manchester. The ten storey 200,000 sq. ft research and office facility will be home to approximately 780 staff from the Trust, University of Manchester and Cancer Research UK.<br/><br/>• Contract management and administration<br/>• Helpdesk, CAFM, and data management solution<br/>• Building Management services<br/>o Reception Duties<br/>o General portering <br/><br/>• Hard FM services comprising of Planned Preventative Maintenance (PPM) & reactive maintenance covering:<br/>o Mechanical and Electrical (M&E) assets and installations;<br/>o Building fabric maintenance assets<br/><br/>• Soft FM services comprising of:<br/>o Cleaning Service (including a day cleaning service and window cleaning)<br/>o Pest Control Service

Value:
Published: 2024-02-08
Deadline: 2024-03-08
2024-02-08 2024-03-08
Community Development Manager and Community Health Connectors
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Please note additional information on this procurement: 1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract. 2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms. 3. The Contracting Authority will not accept completed ITT's after the stated closing date. 5.1 4. All documents to be priced (where applicable) in sterling and all payments made in sterling. 5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders. 6. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the ITT under itt_102210. 7. Bidders should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale ULHB 8. Bidders should note that this Procurement is under the Light Touch Regime. (WA Ref:138752)

Value: 832964
Published: 2024-02-06
Deadline:
832964 2024-02-06
Payroll Services
UK Leeds NHS England

A supplier to provide payroll and pension service to NHS England and CSUs

Value: 3500000
Published: 2024-02-06
Deadline: 2024-03-06
3500000 2024-02-06 2024-03-06
South ADP Community Recovery Beacons
UK Bothwell NHS Lanarkshire

NHS Lanarkshire, on behalf of the South Lanarkshire Alcohol & Drug Partnership wishes to commission a lead organisation that will recognise the work that has been done to date and that will strengthen and augment the existing recovery community model across the 4 localities, offering parity in all 4. In order to fully evidence a co-created recovery community allowing for continued growth with a view to the Beacons becoming a social enterprise to sustain future visible recovery in all communities.

Value: 3375000
Published: 2024-02-03
Deadline: 2024-03-12
3375000 2024-02-03 2024-03-12
Hygiene Waste
Telephone: +44 1865340800 UK North Cumbria Integrated Care NHS Foundation Trust

For the provision of services to collect, transfer, treat and dispose of hygiene waste in accordance with the Department of Health document HTM 07-01: Safe Management of Healthcare Waste, encompassing any new legislation, regulation, best practice, and the requirements set out in the Technical Specification

Value:
Published: 2024-02-03
Deadline: 2024-03-01
2024-02-03 2024-03-01
AA-357-23 Investment Advisor for Endowment Fund
UK Ayr NHS Ayrshire & Arran

This tender is for the management of investments held by NHS Ayrshire & Arran Endowment Fund (Scottish Registered Charity SC007448).

Value:
Published: 2024-02-03
Deadline: 2024-03-05
2024-02-03 2024-03-05
NOE CPC Specialist Estates Engineering & Maintenance Services (Hard FM)
UK Sheffield Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurem

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, Healthcare, wider public and charitable sector in the UK to undertake the provision of Airconditioning & Air Handling and Refrigeration Systems Installation (supply and fit), Repairs and Servicing.<br/><br/>The Supplier may be required to provide a Service to deliver the Provision of Airconditioning & Air Handling and Refrigeration Systems Installation (supply and fit), Repairs and Servicing to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:<br/>· Health & Safety at Work Act<br/>· FGAS regulations<br/>· COSHH 2002<br/>· TM44 - Energy Assessment<br/>· Regulation No. 842/2006 and 41/2008<br/>· HVCA TR/19<br/>· (HTM 03-01) Specialised ventilation for healthcare buildings<br/><br/>The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. <br/><br/>AGH SOLUTIONS LTD (AIREDALE NHS FOUNDATION TRUST) <br/>AIREDALE NHS FOUNDATION TRUST <br/>BARNSLEY FACILITIES SERVICES LIMITED (BARNSLEY HOSPITAL NHS FOUNDATION TRUST) <br/>BARNSLEY HOSPITAL NHS FOUNDATION TRUST <br/>BRADFORD DISTRICT CARE NHS FOUNDATION TRUST <br/>BRADFORD TEACHING HOSPITALS NHS FOUNDATION TRUST <br/>CALDERDALE AND HUDDERSFIELD NHS FOUNDATION TRUST <br/>CALDERDALE AND HUDDERSFIELD SOLUTIONS LIMITED (CALDERDALE AND HUDDERSFIELD NHS FOUNDATION TRUST) <br/>CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST <br/>DERBYSHIRE COMMUNITY HEALTH SERVICES NHS FOUNDATION TRUST <br/>DERBYSHIRE SUPPORT AND FACILITIES SERVICES LIMITED (CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST) <br/>DONCASTER AND BASSETLAW TEACHING HOSPITALS NHS FOUNDATION TRUST <br/>HARROGATE AND DISTRICT NHS FOUNDATION TRUST <br/>HARROGATE HEALTHCARE FACILITIES MANAGEMENT LTD (T/A HARROGATE INTEGRATED FACILITIES LTD) <br/>HULL UNIVERSITY TEACHING HOSPITALS NHS TRUST <br/>HUMBER TEACHING NHS FOUNDATION TRUST <br/>LEEDS AND YORK PARTNERSHIP NHS FOUNDATION TRUST <br/>LEEDS COMMUNITY HEALTHCARE NHS TRUST <br/>LEEDS TEACHING HOSPITALS NHS TRUST <br/>LEICESTERSHIRE PARTNERSHIP NHS TRUST <br/>LINCOLNSHIRE COMMUNITY HEALTH SERVICES NHS TRUST <br/>LINCOLNSHIRE PARTNERSHIP NHS FOUNDATION TRUST <br/>LOCALA COMMUNITY PARTNERSHIPS CIC <br/>MANX CARE <br/>MID YORKSHIRE HOSPITALS NHS TRUST <br/>NHS SOUTH YORKSHIRE INTEGRATED CARE BOARD <br/>NORTHERN CARE ALLIANCE / BUSINESS SERVICES ORGANISATION <br/>NORTHERN LINCOLNSHIRE AND GOOLE NHS FOUNDATION TRUST <br/>NOTTINGHAM UNIVERSITY HOSPITALS NHS TRUST <br/>NOTTINGHAMSHIRE HEALTHCARE NHS FOUNDATION TRUST <br/>ROTHERHAM DONCASTER AND SOUTH HUMBER NHS FOUNDATION TRUST <br/>SHEFFIELD CHILDREN'S NHS FOUNDATION TRUST <br/>SHEFFIELD HEALTH & SOCIAL CARE NHS FOUNDATION TRUST <br/>SHEFFIELD TEACHING HOSPITALS NHS FOUNDATION TRUST <br/>SHERWOOD FOREST HOSPITALS NHS FOUNDATION TRUST <br/>SOUTH WEST YORKSHIRE PARTNERSHIP NHS FOUNDATION TRUST <br/>THE NEWCASTLE UPON TYNE HOSPITALS NHS FOUNDATION TRUST <br/>THE ROTHERHAM NHS FOUNDATION TRUST <br/>UNITED LINCOLNSHIRE HOSPITALS NHS TRUST <br/>UNIVERSITY HOSPITALS OF DERBY AND BURTON NHS FOUNDATION TRUST <br/>UNIVERSITY HOSPITALS OF LEICESTER NHS TRUST <br/>YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST <br/>YORK TEACHING HOSPITAL FACILITIES MANAGEMENT (YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST) <b

Value: 835000000
Published: 2024-02-03
Deadline: 2024-03-04
835000000 2024-02-03 2024-03-04
South ADP Community Recovery Beacons
UK Bothwell NHS Lanarkshire

NHS Lanarkshire, on behalf of the South Lanarkshire Alcohol & Drug Partnership wishes to commission a lead organisation that will recognise the work that has been done to date and that will strengthen and augment the existing recovery community model across the 4 localities, offering parity in all 4. In order to fully evidence a co-created recovery community allowing for continued growth with a view to the Beacons becoming a social enterprise to sustain future visible recovery in all communities.

Value: 3375000
Published: 2024-02-02
Deadline: 2024-03-12
3375000 2024-02-02 2024-03-12
AA-357-23 Investment Advisor for Endowment Fund
UK Ayr NHS Ayrshire & Arran

This tender is for the management of investments held by NHS Ayrshire & Arran (Scottish Registered Charity: SC007448

Value:
Published: 2024-02-02
Deadline: 2024-03-05
2024-02-02 2024-03-05
Aseptically Prepared Systemic Anti-Cancer Treatment (SACT)
UK Newport Velindre NHS Trust, NHS Wales Shared Services Partnership - Procurement Services (on behalf of All W

NHS Wales Shared Service Partnership (NWSSP) and it’s Participating Health Boards and Trusts are seeking Contractors to provide a reliable, cost-effective and patient-focused service to supplement in-house compounded aseptic services, or for where no aseptic provision currently exists. The extent to which Health Boards and Trusts outsource will vary based on individual Health Board and Trust requirements.

Value:
Published: 2024-02-02
Deadline: 2024-03-04
2024-02-02 2024-03-04
Criminal Justice - Outreach Support Service & Employability Service
UK Aberdeen Aberdeen City Council

The Service Provider shall aim to help Supported Persons towards positive and 'offence free'independent living in the community. The Service Provider shall work in partnership with AberdeenCity Health and Social Care Partnership Criminal Justice Social Work service, Aberdeen City Council,NHS Grampian, Housing Providers, Police Scotland, Scottish Prison Service and other agencies tosupport, and in exceptional circumstances monitor, individuals in the community. It is expected thatthe Service Provider will participate in the MAPPA process as required.Levels of support will vary depending on individual needs and risk levels but will initially be a minimumof one weekly session once in the community. For those with more intensive needs the ServiceProvider will provide contact during custody if appropriate and will be an integral part of the riskmanagement and contingency plan in preparation for release. Support is designed to enableSupported Persons to develop skills for independent living; such as: domestic skills, budgeting,literacy, and numeracy, accessing further education or employment and social skills.

Value: 897354
Published: 2024-02-02
Deadline: 2024-02-15
897354 2024-02-02 2024-02-15
North Northamptonshire Council - NHS Health Checks Dynamic Purchasing System (DPS)
UK Kettering North Northamptonshire Council

North Northamptonshire Council (NNC) is setting up a Dynamic Purchasing System (DPS) for the supply of services in respect of NHS Health Checks. The successful Potential Provider(s) will be responsible for providing this service and liaising closely with the Contract Manager identified by The Council.The NHS Health Check programme aims to help prevent heart disease, strokes, diabetes, kidney disease and certain types of dementia. Everyone between the ages of 40 and 74, who has not already been diagnosed with one of these conditions or have certain risk factors, will be invited (once every five years) to have an NHS Health Check to assess their risk of heart disease, stroke, kidney disease and diabetes; and will be given support and advice to help them reduce or manage that risk.North Northamptonshire Council currently commission an NHS Health Check programme that has been successful to an extent, and there is an ambition to build on this success by providing a wider and more successful programme to the localities across the North Northamptonshire Council footprint.

Value: 350000
Published: 2024-02-02
Deadline: 2024-03-01
350000 2024-02-02 2024-03-01
Home Oxygen Service & GP Emergency Bag
UK Edinburgh The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

A single supplier contract awarded for 7 years with the option to extend for a further 3 years.A home oxygen service is required to support the 7,100 or so existing patients and support any new patientsentering the service throughout the country with a variety of oxygen equipment including; concentrators,cylinders and liquid oxygen. The standard response times are for equipment installation and delivery is 4 days,although it may be necessary to have an 8 hour or next day service to patients. A full holiday service will bemanaged by the contractor to facilitate patient movement around the UK. The contractor will provide andmaintain a full web based prescribing and information system to be used by all Health Boards throughout thecountry. All supplies and consumables required for the service shall be provided by the contractor and thecontractor shall operate a 24/7 support service. This contract is intended to provide one aggregated contract for the provision of an Emergency Oxygen Service for GP surgeries, linked branch surgeries and other Healthcare Premises across Scotland. The single supplier contract will deliver a service that provides an Emergency Oxygen Bag containing an emergency oxygen cylinder and accessories along with the management of the supplier that will provide the goods and support services required to provide the service 365 days a year.

Value: 74900000
Published: 2024-02-02
Deadline: 2024-03-04
74900000 2024-02-02 2024-03-04
Your Alerts:
Healthcare

NHS tenders

A large proportion of healthcare requirements fall under the NHS. NHS tenders can offer significant benefits to businesses of all sizes through project and framework agreements.

NHS contracts can also be difficult to secure so it's important to invest time in solid research before making any decisions or developing bids. You can get more information and advice on how to find and win NHS tenders here.

Get bid support

Why use Thornton and Lowe for healthcare or NHS tenders
Where to find healthcare tenders?

We work on over one hundred healthcare bids per annum, and this number continues to grow year on year. We have a vast depth of knowledge in the healthcare industry ranging from temporary/permanent agency placements, hospital services, dental, specialist health as well as domiciliary and complex care. With success rates at over 70% across all documents we offer an edge to our clients who otherwise may not have the capacity or capability.

We have developed a software tool, Tender Pipeline, to enable businesses to quickly search for LIVE healthcare tenders free of charge. You can also sign up today to receive notifications of tenders tailored to you.

Some large, well-known frameworks for example are; Crown Commercial Services (CCS), NHS England and Healthtrust Europe.

Here's more healthcare tenders that are currently featured on our Tender Pipeline software.

Push your business to the next level.
Win more healthcare contracts.

Get bid support

Made by Statuo