Post Covid Rehabilitation Service - SEL CCG

Award

Value

£256,000

Classifications

  • Health services

Tags

  • award

Submission Deadline

3 years ago

Published

3 years ago

Description

South East London Clinical Commissioning Group (SEL CCG) seeks to procure a Post Covid Rehabilitation service from a single provider, for a one year period.  This service will be for the residents of the London Borough of Bexley and the Royal London Borough of Greenwich who have had Covid for more than 12 weeks and who are still not recovered.

It is currently estimated that for patients who have had COVID between 5 to 2.5% will go on to develop post COVID /long COVID syndrome dependent on the sources of research.
For some of these patients this will be linked to discharge from an inpatient stay in the acute services following a certain level of severity to COVID.  For other patients the prolonged conditions may occur after they have felt recovered from the symptoms of COVID.  

The overall aim of the service is to support patients who continue to have post-COVID symptoms of breathlessness, fatigue and muscle pain to better understand and manage these symptoms and enhance a functional recovery.

The Small Medium Size (SME) Provider will need to demonstrate a proven track record of delivering a post covid rehabilitation in South East London, for supporting  patients with the following:

•	To understand why they still feel symptoms  
•	To be able to recognise and optimise their pattern/rate of breathing.
•	To manage activity levels and stabilise their fatigue.
•	To recognise if they need further help with psychological support
•	To support the patient through rehabilitation to move on a journey closer to fitness levels pre-COVID

The service must be delivered as either a virtual or face to face class (or a combination), for 1.5 hours per week, over an 8 week period.  Where classes are delivered face to face, this must be in a convenient, accessible location within the London Borough of Bexley, with parking available and good transport links.

The key outcomes to be demonstrated improvements in the following:
•	Breathing pattern disorder
•	Hyperventilation 
•	Fatigue severity scale
•	Anxiety 
•	Depression

Proposed total duration of contract:

1 year + optional 1 year

Proposed contract value:

Cost and Volume - £128,000 per annum - this is £1,600 per patient (maximum 80 patients unless an increase is agreed during the contract by the Commissioner

This opportunity is restricted to Small Medium Size (SME) providers.

Additional information: If you are interested in this opportunity please register on Procontract: https://procontract.due-north.com  .The specification, The Expression of Interest Guidance document and the EOI Bid  Response Document are available on ProContract for you to download  https://procontract.due-north.com/Advert?advertId=decb9e98-389e-ec11-8112-005056b64545


Interested organisations must submit a duly completed EOI with response document by 25 March 2022 13.00

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

DHSC: OHID: Individual Placement and Support (IPS) technical and implementation support, fidelity reviews, and training.

A preliminary market engagement was held in October 2025 to share the draft specifications, proposed procurement approach, draft contract, and timetable, and to invite feedback from potential bidders. The Department of Health and Social Care is seeking to commission an external partner to deliver the Provision of Lot 1 Individual Placement and Support (IPS) technical and implementation support, fidelity reviews, and Lot 2 Individual Placement and Support (IPS) Accredited training . For the next 3 financial years 2026/27, 2027/28 and 2028/29. The intention is to commission, in two lots but as part of one exercise: Lot 1: A package of implementation and technical support for IPS teams that are newly mobilising or recently established, and approximately 135 IPS fidelity reviews or guided self-assessments (45 per year) Lot 2: Approximately 60 training places for accredited qualifications (at least 16 per year). This is in line with the commitment set out in the 2021 UK Drug Strategy and will bring IPS in community drug and alcohol treatment in line with IPS in secondary mental health services. Expanding access to IPS for drug and alcohol dependence is also a commitment of the 10 year plan for the NHS. Key objectives: Objectives are: • Supporting recently mobilised sites to work up to high effectiveness. • Supporting all sites to exceed OHID performance benchmarks and for at least 15 of sites to meet the standards of the IPS Grow Quality Mark. • All sites that have been identified for IPS fidelity reviews to attain 'good fidelity' (100 points or over) by the end of the contract.

Katy Reed

Published 1 day ago
Open

Outsourced Provision of Multiple Clinical Services NLAG

NHS Humber Health Partnership intends to follow the most suitable provider process for the provision of Multiple Clinical Services for patients in the North and North East Lincolnshire area. The intention is to publish this notice so providers who can deliver all of these services are able to express their interest. <br/><br/>Proposed length of contract and estimated value<br/>The intention is to award a contract from 15/12/2026 to 31/03/2026 with options to extend for 3 months.<br/><br/>Based on current activity levels and requirements the maximum estimated contract value is approximately £225,000<br/><br/>Service requirements<br/>The Provider must provide the following clinical services:<br/> Orthopaedic surgery<br/> Urology procedures<br/> <br/>The provider must <br/> Have a minimum of 2 theatres<br/>Be able to mobilise the services and provide capacity within 2 weeks of confirmation of award<br/>Be able a local provider to minimise transport for patients for mobility and financial reasons.<br/> Have access to diagnostics (including x-ray, CT and MRI)<br/> Employ Staff locally with opportunities for apprenticeship<br/> Be CQC registered<br/> Provide plans to be carbon neutral by 2040<br/> Provide modern slavery policies<br/><br/>Only providers who are able to provide all the appropriately qualified, experienced and skilled staff will be considered. This is a key requirement. All staff must have the suitable skills, qualifications and competencies to undertake the specified work. All staff who work under the provider must possess the appropriate qualification/certification, Enhanced Disclosure and Barring Service (DBS) check and possess prior NHS experience. All patients need to be treated in line with accepted national standards and NICE guidance. <br/><br/>CPV Codes <br/>85111101-1 Surgical hospital services<br/>85121280-9 Ophthalmologist, dermatology or orthopaedics services<br/>85121292-6 Urologist services<br/><br/>Full specification/requirements are available in the documents that can be accessed in the Atamis e-procurement portal.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete