Acute Secondary Care Services

Award

Value

£290,253,000

Classifications

  • Health services

Tags

  • award
  • contract

Published

1 year ago

Description

NHS Acute Trust Services to deliver medical care, services for children' and young people, critical care, diagnostic imaging, end of life care, maternity, outpatients, surgery and urgent and emergency care.

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Bypass the hassle of outdated portals.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

Independent Sexual Violence Advisor Services (ISVA) & Sexual Assault & Abuse Therapeutic Services (Therapeutic Services)

The Police and Crime Commissioner for Kent is conducting a tender process to award contracts for the following services LOT 1 - Independent Sexual Violence Advisor Services (ISVA) LOT 2 - Sexual Assault & Abuse Therapeutic Services (Therapeutic Services) LOT 1 - Independent Sexual Violence Advisor Services (ISVA) The PCC wishes to commission a high-quality ISVA Service for victims of sexual assault and abuse, supporting children, young people and adults across Kent and Medway This service must be needs and risk led, providing a strong evidence-based delivery model, be trauma informed and independent from the Police and CJS. The service must be available to victims of sexual assault and abuse, who are resident in Kent and Medway regardless of age, gender, sex, whether it is an isolated event or repeated incidents, recent or non-recent, reported or not reported to the police, if it happened physically and or involve technology such as grooming. Provision must be age appropriate, accessible to all and available at the point the victim wishes to seek support. LOT 2 - Sexual Assault & Abuse Therapeutic Services (Therapeutic Services) The PCC wishes to commission a high-quality Therapeutic Service, for sexual assault and abuse victims that supports children, young people and adults across Kent and Medway. This service must be needs and risk led, providing a strong evidence-based delivery model and be trauma informed. The service must be available to victims of sexual assault and abuse, who are resident in Kent and Medway regardless of age, gender, sex, whether it is an isolated event or repeated incidents, recent or non-recent, reported or not reported to the police

Katy Reed

Published 41 minutes ago
Open

NHS Herefordshire and Worcestershire Integrated Care Board (ICB) Procurements of an Urgent Access Primary Care Service (Single Point of Access, Out of Hours, and Outbreak Management)

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of the contract(s) is subject to the Health Care Services (Provider Selection Regime (PSR)) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this notice. Following market engagement activities which took place between 16th April and 30th May 2025 including a virtual Market Engagement Event on 20th May 2025, NHS Midlands and Lancashire Commissioning Support Procurement Unit is issuing this Contract Notice on behalf of NHS Herefordshire and Worcestershire Integrated Care Board (ICB) who is seeking to procure an Urgent Access Primary Care Service (Single Point of Access, Out of Hours, and Outbreak Management) for the registered patient population of Herefordshire and Worcestershire, UK. The ICB is intending to award two contracts for the above services, divided into two lots i.e., Lot 1 - Herefordshire, and Lot 2 - Worcestershire, for a period of 3 years with the option to extend for another 2 years plus 1 year at its discretion. Bidding organisations may submit bids for either lot, or for both lots. If the winning bidding organisation is the same for both lots, the ICB reserves the right to combine the requirements into one contract. If submitting bids for both lots, bidders must ensure that each bid is independently viable, i.e., if you were the successful bidder for one lot (and therefore not for both) your organisation is capable of delivering the service in one area only as set out in your bid submission for that lot. The contract(s) will mobilise from the 8th July 2026 following a formal Competitive Process in accordance with Regulation 11 of the Health Care Services (Provider Selection Regime) Regulations 2023. The proposed service is for the provision of urgent face-to-face and/or virtual primary care assessment and treatment services delivered in Herefordshire and Worcestershire. The delivery of the service will form part of integrated urgent care including provision of 24/7 NHS General Practice, covering 'out-of-hours' general practice, provision of 24/7 infectious disease surge and outbreak management response, and daily medical input into the local Single Point of Access. This notice has been issued subject to the Provider Selection Regime (PSR) regulations 2023 for the Procurement of Healthcare Services.

Open

Functional Assessment Clinical Assurance and Training Services (FACATS)

The Authority intends to award a public contract under section 19 of the Procurement Act 2023 (“PA 2023”). This procurement for the award of that public contract is being conducted as an open procedure in accordance with sections 20(1) and 20(2)(a) of PA 2023 for the award of a light touch contract in accordance with section 9 of PA 2023. Overview DWP commissions the provision of circa 2 million Assessments per year, which are conducted on behalf of DWP by Healthcare Professionals (HPs) employed by suppliers that were awarded Functional Assessment Service (FAS) Contracts (FAS Providers). These Assessments are used to help determine eligibility to certain disability related benefits including Personal Independence Payment (PIP), Universal Credit (UC), Employment Support Allowance (ESA) and other Specialist Benefits. The FAS Providers employ approximately 5,000 HPs to conduct Assessments on behalf of the DWP. To conduct Assessments, HPs are required to have appropriate knowledge of the clinical aspects and the functional effects of a wide range of health conditions and disabilities as well as specific knowledge of how to conduct the Assessments and the related policy. DWP owns a suite of benefit-related clinical Core Training and Guidance Materials (CTGM). The CTGM currently comprises a total of approximately 700 documents with a total of circa 30,000 pages. The CTGM is broken down into two categories, namely: a) CTGM relating to carrying out Assessments which accounts for the vast majority of documents. In addition to providing the guidance to HPs and Authority Clinicians when conducting Assessments, FAS Providers are also required to use the CTGM to inform and develop training programmes and associated materials for their circa 5,000 HPs. b) There are several CTGM documents for use by Authority Decision Makers. This category of CTGM includes guidance for Authority Decision Makers who determine eligibility for Attendance Allowance and Disability Living Allowance for Children. In addition, DWP engages approximately 200 Authority Clinicians who will also use the CTGM for reference. DWP is committed to ensuring clinical CTGM is annually reviewed and of the highest quality, evidence based, in-line with best practice and free from bias. The Authority currently anticipates awarding a contract for the services (as further described below) for an initial period of 36 months with an option (at the Authority’s discretion and subject to governance approval, available funding and satisfactory performance) for the Authority to extend the contract for a further period of up to 12 months by giving the Supplier written notice of no less than 20 Working Days before the initial term of the Contract expires. Contract subject-matter The following Services form the overall scope of Services required by the Authority under this procurement: a) Clinical QA Service - carrying out a review of the CTGM; b) Annual Clinical Training Course Service - delivering an annual clinical training course; c) Educational CPD Materials Service - developing educational CPD materials. The above Services are required to be delivered in accordance with: a) the relevant sections of the Specification, which is set out in Appendix B of the ITS; b) the relevant Service Levels, as set out in Appendix C of the ITS; and c) the terms and conditions of the Contract, for which a draft is set out in Appendix D of the ITS. The Authority has considered whether the FACATS Services could reasonably be supplied under more than one contract by dividing the procurement into lots. The Authority has concluded that splitting the procurement into lots could make the requirement disproportionately expensive to manage and increase the technical risk to deliver the requirement. The Services will be supplied under one contract. Weightings for the Technical Qualitative Questions: The weightings for Technical Qualitative Questions apply to the overall question and the Supplier should ensure any areas highlighted by the bullet points are covered within the overall response. No individual bullet point has a separate weighting and, subsequently, does not have a greater or lesser impact on the overall question, which will be assessed as a whole. Information will be evaluated against the pre-determined criteria as stated in the ITS. Suppliers' Tender Responses will be scored in accordance with the scoring criteria set out below. The score awarded for each question (in accordance with the scoring methodology detailed in paragraph 168 of the ITS) will be converted to a percentage score (in accordance with the question’s respective weighting shown in the table in paragraph 173 of the ITS) to give a total score using the following formula: Percentage score % = (Score awarded / Maximum score) x Percentage weighting Example: If a Supplier is awarded a score of 7 (Good) for Question 1, the percentage score awarded for that question will be: Percentage score % = (7/10) x 22.5% = 15.75% The maximum score available in respect of the Technical Qualitative Questions is 70%. The different weightings reflect the relative importance of each question to the Authority. Example CTGM documents: The Authority will provide copies of example CTGM documents (as listed in Appendix N to the ITS), to aid Suppliers in understanding the variation in content and size of individual CTGM documents. Due to CTGM documents being classified as Official and containing some information that is confidential, it is a requirement of the Authority that a Supplier completes and signs the Non-Disclosure Agreement (set out in Appendix O to the ITS) as a prerequisite of receiving the example CTGM documents listed in Appendix N.

Katy Reed

Published 1 day 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