Dedicated triage service for complex patients

Unknown

Value

£0

Classifications

  • Health services

Tags

  • tenderUpdate

Published

1 year ago

Description

The dedicated triage service for people living with or facing health inequalities or complex needs is an integral component of the Community Based model across IES aiming to reduce health inequalities.  It focuses on prevention and enables our communities to support and promote health and wellbeing for specific Core20Plus5 identified priorities - hypertension and chronic respiratory diseases.  This is a two year programme, joining up a range of community, primary care, secondary care and VCFSE prevention programmes into a Community Based Approach focusing on improving diagnosis rates of hypertension to reduce cardiac events, raising awareness of mitigations for modifiable behaviours and risk factors, offering a range of non-medical interventions based on referral model from primary care, secondary care, INTs and wider Community Champions and anchor institutions.

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Bypass the hassle of outdated portals.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 51 minutes 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.

Open

Outsourced Provision of Multiple Clinical Services HUTH

PSR MSP process for Outsourced Multiple Clinical Services HUTH<br/>NHS Humber Health Partnership intends to follow the most suitable provider process for the provision of Multiple Clinical Services for patients in the Hull and East Riding 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/>The Provider must provide the following clinical services:<br/>Orthopaedic surgery<br/>Gynaecology surgery<br/>Neurology outpatient and some treatments<br/>Endoscopic procedures<br/>Breast (chest wall surgery)<br/>Urology procedures<br/>Cardiology Echo and Holter examinations<br/>Spinal surgery<br/>ENT procedures<br/>Dermatology outpatient and minor procedures<br/>Plastics<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 Fixed site diagnostics (including xray, 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/>85100000-0 Health Services<br/>85111101-1 Surgical hospital services<br/>85111200-2 Medical hospital services<br/>85121280-9 Ophthalmologist, dermatology or orthopaedics services<br/>85111300-3 Gynaecological services<br/>85121251-7 Gastroenterologist services<br/>85121231-1 Cardiology services<br/>85121292-6 Urologist services<br/>85121282-3 Dermatology services<br/>85121291-09 Paediatric 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 unknown