Non-Obstetric Ultrasound Services

Complete

Value

£1,884,000

Classifications

  • Health services

Tags

  • tender

Submission Deadline

4 years ago

Published

4 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

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 2 days 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