Provision of support and expertise for Primary Care Incentivisation - Specialist Support

Award

Value

£0

Classifications

  • Business analysis consultancy services

Tags

  • award

Submission Deadline

1 year ago

Published

1 year ago

Description

NHS South, Central and West Commissioning Support Unit (SCW) has awarded a call-off contract for the provision of specialist support and expertise for primary care policy and change in relation to primary care incentivisation.

The funding of primary care is dependent upon a complex mix of income streams, in General Practice which include discretionary payments such as those associated with the Quality and Outcomes Framework (QOF) and the Investment and Impact Fund (IIF). To support and inform the work being led by NHS England and the ongoing contract negotiations, SCW is looking to secure access to specialist primary care policy and change expertise. 

The specialist resource available through the contract would be alongside our existing workforce and enable us to respond to delivery requirements within the Primary Care Incentivisation Programme.
The call off contract is for a period of 12 months with the option to extend by a further 12 months. The total call off contract value will not exceed £333,333.00 excluding VAT. 

This requirement has been procured via a further competition utilising the SCW Consultancy Services Dynamic Purchasing System 2.0, reference C119826 - Lot 4: System Transformation.

Similar Contracts

Open

Environment, Build, Support and Administration (EBSA)

The Home Office intends to publish a Tender for the EBSA Procurement under Technology Services 4 (TS4), Lot 5 on 12th December 2025. Deadline: 5th December 2025, all suppliers must: Register an interest at [email protected], requesting the releavnt forms. Make a declaration regarding any conflict of interest (perceived or actual). If you previously attended a Market Engagement Event, your signed Non-Disclosure Agreement (NDA) remains valid for the duration of the procurement. All interested parties must: Sign the Home Office NDA. Review and complete the Conflict of Interest form, declaring either: No conflict, or Conflict identified. If a conflict is declared, the Home Office will decide whether an Ethical Wall Agreement is required. This agreement must outline how the supplier will manage the conflict internally and then be returned for Home Office consideration. All interested parties must return all documents by 5pm 5th December 2025 to receive the ITT pack. Purpose: To ensure an open and transparent procurement process and mitigate any unfair advantage, perceived or otherwise. Description EBSA provides a highly secure and scalable build, test, deployment and run capability for CNI and non-CNI applications for Migration and Borders within the Home Office. EBSA key information • Hosts around 250 programme/product teams, 3,000 users, and major programmes, including Crossing the Border, Electronic Travel Authorisation (ETAs) and Immigration Case Management. • Multiple tenancy in a secure manner that adheres to the security requirements for each programme of work • Provides service management for the hosted tenants. • The existing service is provided by Capgemini. • The successful bidder will be required to provide a product- centric managed service for EBSA, ensuring optimal performance, security, and cost-efficiency. • Responsibilities will include infrastructure platform support, management, monitoring, backup and disaster recovery, compliance, updates, managing & delivering remediation of technical debt etc. • The successful bidder will maintain near 24/7 platform availability, implement best practices as per the policy direction of Home Office Digital and help with cloud strategy, scalability, and resource optimisation for seamless operations. • Working with the Home Office to deliver efficiency improvement and support the 2030 Digital Strategy

Katy Reed

Published 5 days ago
Open

Business Management Consultancy

Southern Water Services are seeking to establish a framework panel whom have the expertise to support the companies ambitions. SWS are seeking business management consultancy & related professional services expertise in, but not limited to: Regulatory Advice, Regulatory Economic Advisory and Modelling, Procurement and Commercial, General Tax, Financial Services, Strategy & Change All services provided under this framework agreement are to be structured in a manner that is outside the scope of IR35 legislation. The service providers remain responsible for compliance with all relevant tax and employment regulations SWS will retain the right to compete work outside the pool of pre-qualified service providers (via Procurement Act 2023 process or otherwise) in its discretion (e.g. where the pre-qualified service providers do not have specialist capability to deliver the consultancy services required by SWS or the price secured within the pool is not judged by SWS to be market competitive). Indicative lot values per annum : Lot 1a Regulatory Advice £1.4m Lot 1b Regulatory Economic Advisory and Modelling £1m Lot 2 Procurement & Commercial £3m Lot 3a General Tax £400k Lot 3b Financial Services £1m Lot 4 Strategy & Change £10m Whilst these values reflect the best estimate, Tenderers should be aware that we may see peaks in demand that are much higher than the indicated values per annum and there will be some years it’s much lower. These values may be subject to change due to potential future regulatory or policy changes

Katy Reed

Published 1 week ago

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