Community Health Services

Unknown

Value

£0

Classifications

  • Community health services

Tags

  • tenderUpdate

Published

11 months ago

Description

This notice relates to the process set out in Regulation 10(7) of The Health Care Services (Provider Selection Regime) Regulations 2023. Following the completion of a standstill period at midnight on the 13th May 2024 London Borough of Hounslow intend to appoint West London Trust to lead the provision of community health services in Hounslow for 21 months delivering a wide range of Local Authority commissioned community health services to support delivery of these priorities:
• Improve outcomes in population health and healthcare
• Prevent ill-health and tackle inequalities in outcomes, experience, access to care
• Enhance productivity and value for money
• Support broader economic and social development
Services to be delivered as part of the contract:
Hounslow Falls Prevention Service
The aim of the service is delivery of a whole system and community coordinated approach to preventing falls through partnership working using existing skills knowledge and expertise to solve problems and realise opportunities. At the core of this Service is a clinically led, referral based intervention service, supported by a wider information and advice offer.
CVD Prevention (Healthy Hounslow)
Healthy Hounslow is an Alliance of providers who deliver the borough’s integrated health and wellbeing service. The aim of the CVD Prevention service is an early intervention, detection, and prevention service in the community.
0-19 Service Healthy Child Programme (HCP)
Our Public Health Nursing (PHN) offer incorporates Health Visiting (HV) and School Nursing (SN) services to deliver Hounslow's Healthy Child programme (HCP). The Service has a significant opportunity to improve health and wellbeing outcomes and reduce inequalities by focusing on prevention and Early Help and deliver Targeted support to intervene to reduce risks among children, young people and their families.
The Public Health Nursing service that delivers the HCP, plays a key role to ensure that every child gets the good start they need to lay the foundations of a healthy life and where necessary receive targeted support to develop greater equality and reduce health inequality.
The Public Health Nursing Service should identify health and social care need (early identification), respond to this need (prevention, signposting, referral and intervention), and ensure the equality of population health outcomes (reduction in health inequalities).
The PHN service is expected to articulate national standards into a local service and work in an agile manner to review and adapt its model, develop and incorporate new research investment and priorities as these are published.
The service model has a clear focus on improving access to help and support for a whole range of health issues at a much earlier stage in the life course of children, young people and their family.
The model required in the Service’s redesign presents new opportunities for strengthening primary prevention, health promotion and early help by developing a robust approach to improving health outcomes for children, young people and families across Hounslow.
This service model delivers innovative solutions to existing problems that impede the delivery of integrated services and demonstrates best practice partnership/multi-agency working. It actively seeks to support families as well as individuals from birth, through school, and into adulthood.
Health Visiting and School Nursing combined services will take a ‘think family’ approach to supporting children and families, with a focus on universal services, early help and prevention of risk-taking behaviours. There is an expectation that the Provider will develop a Strengthening Families model which may incorporate the Target Maternal Early Childhood Sustained Health Visiting (MESCH) and the Family Nurse Partnership (FNP) a key element of the HCP to support vulnerable families.

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

Framework VCSOs/SMEs Contracts (re-opening PDPS) for NHS Mid and South Essex ICB

NHS Mid and South Essex Integrated Care Board (herein referred to as the 'Authority') seeks suitably qualified Providers for the establishment of this Framework Agreement for the provision of Voluntary Sector and Specialist SME Contracts in Mid and South Essex (previously referred to as the 'Pseudo Dynamic Purchasing System PDPS'). The overarching contract period of this Framework Agreement is from the 01/04/2024 - 31/03/2028 (a total of 4-years), with this Tranche 2 (the re-opening of the framework) period from the 18/06/2025 - 17/06/2026. The Framework will re-open on annual basis, as outlined in the tender documentation. The key objectives of this Framework Agreement (FA) are to: - Establish a compliant contracting mechanism to allow the Authority to quickly source appropriate, suitable, capable providers to deliver place-based services. -To establish an Approved Provider List of providers who have met and continue to meet the Authority's minimum selection criteria over the term of the FA. -To establish a transparent Call-Off and Award Procedure that can be adapted to the individual requirements of each Call-Off contract whereby the Authority can effectively narrow the pool of eligible providers from the Approved Provider List to those most appropriate and capable to be Invited to Tender based on pre-published Categories. The scope of services is a range of purpose led, place-based, supplementary community services that are uniquely suited to the Voluntary sector and small-to-medium-enterprises (SMEs). The framework aims to enable NHS MSE ICB to develop a process that will support the community and voluntary organisations of any size to have a governance process in place to support with future commissioning and best utilise funding as it is available. The framework aims to enable Commissioners to best distribute funding and commission services at pace, particularly during in seasonal pressures, and to cover a wide range of support services within the MSE geographical footprint. Services in this FA include Locality Specific Community Services, Voluntary Sector Specialised Services, Supplementary Community Services (Adults and Children's Services), and Supplementary Mental Health Services across the Mid and South Essex geography. This FA has no activity guarantee, with a minimum contract value of £0.00 per annum. This notice has reflected a minimum value of £1.00 due to an error on this form which prevents the true figure of £0.00 per annum being illustrated in Section II.1.7) of this form. The minimum contract value of £0.00 pa and maximum indicative aggregate contract value £500million. This indicative value was calculated by using the Authority's actual annual spend across a wide range of voluntary, small and medium-sized enterprises, specialist and locality specific purpose led services across the entire geography of Mid and South Essex. Additional information: The Authority aims to procure such services via this FA (once it is established). Any services that do not align with the aims and objectives of this PDPS will be procured outside of this FA, in strict accordance with the Regulations. Under this FA the Authority may look to award a Call-Off Contract of between a minimum of 3 and maximum 24 months to a provider who has been pre-approved and gained entry onto the Approved Provider List. The headline mechanisms for undertaking a Call Off Procedure under this FA are set out later in the procurement pack and will be detailed within each Call-Off Invitation to Tender (ITT). In order to be accepted onto the FA, all Bidders responding to the Stage 1: Request to Participate will complete the mandatory Selection Questionnaire, Qualification and Technical envelopes within the e-procurement portal. The Authority aims to open the FA each year to allow for new providers to Request to Participate, complete the mandatory questionnaires and onboard onto the FA. All potential Bidders who wish to join the FA must provide information about their proposed ability to provide the Service that is the subject of this FA, in relation to the following 'Categories' of information. The Authority will use a Filtering Process (described in Document 7) based on the information that Providers have submitted and evaluation of their SQ response, as well as any updates to such information from time to time, to identify all potential suitable PDPS Providers for the Call-Off Contract in question. The Contracting Authority intends to reopen this FA on the following dates April 26, April 27. All relevant details pertaining to this FA are expressed within the procurement documentation that is available at https://attain.bravosolution.co.uk/. Potential Bidders can apply to be added to the FA until such time it is terminated. It should be noted that the dates are expected dates at the time of issuing this FA and may be subject to change. All details will be contained within the tender documentation and will be issued upon each new round. Please Note: Any expenditure, work or effort undertaken by you in relation to any procurement activity is a matter solely for your own commercial judgment. To register interest please go to https://attain.bravosolution.co.uk/web/login.html . Click on 'Register here' and follow the onscreen instructions. The relevant documentation will be available within the 'itt_166- VCSO & Specialist SME Contracts for NHS MSE ICB (PDPS Framework Tranche 2)'' project. The deadline for receipt of compliant bid submissions is 14th May 2025 at 17:30hrs. 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.

Open

Framework VCSOs/SMEs Contracts (re-opening PDPS) for NHS Mid and South Essex ICB

NHS Mid and South Essex Integrated Care Board (herein referred to as the 'Authority') seeks suitably qualified Providers for the establishment of this Framework Agreement for the provision of Voluntary Sector and Specialist SME Contracts in Mid and South Essex (previously referred to as the 'Pseudo Dynamic Purchasing System PDPS'). The overarching contract period of this Framework Agreement is from the 01/04/2024 – 31/03/2028 (a total of 4-years), with this Tranche 2 (the re-opening of the framework) period from the 18/06/2025 – 17/06/2026. The Framework will re-open on annual basis, as outlined in the tender documentation. The key objectives of this Framework Agreement (FA) are to: - Establish a compliant contracting mechanism to allow the Authority to quickly source appropriate, suitable, capable providers to deliver place-based services. -To establish an Approved Provider List of providers who have met and continue to meet the Authority's minimum selection criteria over the term of the FA. -To establish a transparent Call-Off and Award Procedure that can be adapted to the individual requirements of each Call-Off contract whereby the Authority can effectively narrow the pool of eligible providers from the Approved Provider List to those most appropriate and capable to be Invited to Tender based on pre-published Categories. The scope of services is a range of purpose led, place-based, supplementary community services that are uniquely suited to the Voluntary sector and small-to-medium-enterprises (SMEs). The framework aims to enable NHS MSE ICB to develop a process that will support the community and voluntary organisations of any size to have a governance process in place to support with future commissioning and best utilise funding as it is available. The framework aims to enable Commissioners to best distribute funding and commission services at pace, particularly during in seasonal pressures, and to cover a wide range of support services within the MSE geographical footprint. Services in this FA include Locality Specific Community Services, Voluntary Sector Specialised Services, Supplementary Community Services (Adults and Children's Services), and Supplementary Mental Health Services across the Mid and South Essex geography. This FA has no activity guarantee, with a minimum contract value of £0.00 per annum. This notice has reflected a minimum value of £1.00 due to an error on this form which prevents the true figure of £0.00 per annum being illustrated in Section II.1.7) of this form. The minimum contract value of £0.00 pa and maximum indicative aggregate contract value £500million. This indicative value was calculated by using the Authority's actual annual spend across a wide range of voluntary, small and medium-sized enterprises, specialist and locality specific purpose led services across the entire geography of Mid and South Essex. The Authority aims to procure such services via this FA (once it is established). Any services that do not align with the aims and objectives of this PDPS will be procured outside of this FA, in strict accordance with the Regulations. To register interest please go to https://attain.bravosolution.co.uk/web/login.html . Click on 'Register here' and follow the onscreen instructions. The relevant documentation will be available within the 'itt_166 - VCSO & Specialist SME Contracts for NHS MSE ICB (PDPS Framework Tranche 2)'' project.

Open

Communities First Behaviour Change

This research project will use appropriate evidence-based behaviour change theories to identify factors (e.g. personal, institutional, or systemic) that are barriers or enablers to embedding the CF approach across Northumberland County Council and key partners. The results of this analysis will support NCC and relevant partner organisations to understand and address these barriers and enablers to move further and faster to adopting the Communities First approach. Methods and measurement The Provider will propose their methodology in their tender submission for this work, but broadly it will be expected to include: • Selection and application of appropriate evidence-based behaviour change theory/theories to underpin the analysis. • Identification of the target behaviours that professionals and/or organisations need to adopt in order to implement the Communities First approach (also involve identifying current behaviours that do not support the approach and need to change). This would involve initial scoping work with NCC and key system partners to identify the target behaviours. • Use of appropriate qualitative research methodologies to analyse barriers and enablers for professionals and the wider organisation to delivering Communities First approach, using the evidence based behaviour change theory (see point 1 above). • Include both retrospective evaluation of adoption to date and analysis of anticipated barriers and enablers for wider adoption of the Communities First approach. • Provide relevant recommendations to support successful implementation and maintenance of Communities First approach across NCC and key system partners.

Katy Reed

Published 3 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline unknown