Non-Obstetric Ultrasound Services

Award

Value

£1,884,000

Classifications

  • Health services

Tags

  • award

Submission Deadline

3 years ago

Published

3 years ago

Description

NHS Gloucestershire Clinical Commissioning Group (CCG) seeks expressions of interest from suitably qualified organisations that have the necessary capability and capacity to provide Community Non-Obstetric Ultrasound Diagnostic Services in Gloucestershire.

The NHS supports the need to develop improved access to diagnostic tests as part of the drive to reduce waiting times and improve choice options for Patients. The need to develop community based diagnostic services is supported by the Royal College of Radiologists and Royal College of General Practitioners as part of a service strategy to improve access to tests and ensure these tests are delivered at the right stage of the Patient care pathway. It is important that the use of Community Non-Obstetric Ultrasound (NOUS) is governed by accepted national and locally agreed referral guidelines to maximise the value and cost-effectiveness of this imaging modality in patient management. The service being commissioned is a local community based GP direct access NOUS service with staff qualified to appropriate levels of skill and experience, using equipment which complies with the guidance set by the Royal College of Radiologists, connection to NHS image transfer solutions, the ability to integrate with the e-referral system should this be needed, robust performance management systems and stringent levels of clinical governance. 

The service is expected to undertake 11,780 scans annually.

NHS Gloucestershire CCG is seeking to enter into a contract with the preferred bidder for an initial period of 3-years with an option to extend for a further 2-year period. 

Please note the contract value stated on this advert is for the initial 3-year contract period and is based on current and future expected activity levels, so should be considered as an indicative figure. NHS Gloucestershire CCG expects that the service provided will represent value for money.

The cost envelope range for the delivery of these services is £514,321 to £628,000 per annum. 

Organisations interested in providing this service should register on the In-Tend e-procurement portal (https://in-tendhost.co.uk/gloucestershireccg) and express interest no later than 5pm, Friday 16 April 2021.  Associated Invitation to Tender (ITT) documentation will then be made available for bidding organisations to access.  Completed ITT submissions must be returned via the In-Tend portal no later than noon, Friday 30 April 2021.

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
Open

Dynamic Purchasing System for Complex Care Needs for Children and Young People

Warrington Borough Council is establishing a Dynamic Purchasing System (DPS) for the procurement of essential support services for Children, Young People (CYP), and Care Leavers. The DPS enables providers to apply at any time, ensuring flexibility in service provision. The aim is to improve well-being, independence, and life outcomes for vulnerable individuals through high-quality, cost-effective services. The DPS is divided into five lots, covering a broad range of social care, accommodation, therapeutic interventions, and outreach support. Lot 1: Outreach Support (Complex Needs) This service provides in-home and community-based support for CYP with learning disabilities (LD), neurodevelopmental disorders, physical disabilities, mental health needs, and complex medical conditions. It includes personal care, respite for families, and support to build independence. Providers must ensure a person-centred approach, promoting social inclusion and skill development. 24/7 availability, emergency and planned care, and CQC registration are required where applicable. Lot 2: Outreach Support (Standard Needs) This lot covers supervised contact, hospital or home supervision, and outreach support for CYP in need of additional supervision or safeguarding. The service assists families, provides supervision during hospital stays, and enables CYP to access their communities. The focus is on early intervention, safeguarding, and promoting family stability, with flexible support hours from 7am to 10pm, seven days a week. Lot 3: Supported Accommodation for Young People (16-17 Leaving Care) This provision supports care leavers transitioning to independent living. Accommodation must include individual living spaces with 24/7 on-site support, allowing young people to gain life skills in a safe environment. Support includes budgeting, employment readiness, emotional resilience, and community integration. Lot 4: Short to Medium-Term Accommodation (Post-18) Accommodation for care-experienced young adults and asylum-seeking young people who require housing while awaiting long-term solutions. Providers must deliver structured support for independent living, ensuring CYP are prepared for permanent accommodation. Support includes financial management, employment assistance, and safeguarding measures. Lot 5: Specialist Assessments & Therapeutic Services This lot includes psychological, psychiatric, social work, and therapeutic services for CYP and families. Assessments may be court-directed or required for social care planning. Therapeutic interventions include trauma-focused cognitive-behavioural therapy (TF-CBT), play therapy, and life story work. Providers must be professionally registered, qualified, and able to deliver high-quality assessments within specified timescales.

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