ID 5047662 - DoH - Integrated Care System NI Evaluation

Complete

Value

£300,000

Classifications

  • Business and management consultancy services
  • General management consultancy services
  • Financial management consultancy services
  • Human resources management consultancy services
  • Research consultancy services
  • Project-supervision services other than for construction work

Tags

  • tender

Submission Deadline

8 months ago

Published

9 months ago

Description

The Department of Health (DoH) wishes to appoint a Supplier to provide independent evaluation in respect of the Integrated Care System NI (ICS NI) currently under development by the ICS NI Programme Team. The Supplier will be required to provide ongoing assessment of the ICS from initial launch through its formative years to provide an independent and professional assessment that will be used by the Department to monitor ICS operations and address any issues arising promptly and effectively as well as learning to inform regulations and contribute to ICS benefits management. This will facilitate the use of an ‘action learning approach’ and ultimately contribute to the positive maturity of the ICS model. There is no guarantee of the volume of work that will be commissioned during the contract duration. The estimated budget for the contract is included in the Contract Notice. Full details of requirements are set out in the Specification document (ID 5047662 – Specification).

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Bypass the hassle of outdated portals.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

Ofgem 2025-011 Benchmarking Services for OFTO Tender Rounds 10-14

The OFTO team requires a benchmarking advisor to provide support on OFTO transactions and ensure that the most competitive pricing of any financial instrument is achieved at financial close. The advisor will need to demonstrate that a clear and transparent process is followed in arriving at this pricing. They will also ensure that the terms of financing of the three projects within Tender Round 10 (TR10), one project in Tender Round 11 (TR11), one project in Tender Round 12 (TR12) and three projects in Tender Round 13 (TR13) are favourable for consumers. Ofgem do plan on extending this work to Tender Round 14 (TR14) but the scope of this work is not yet known. The supplier shall provide expert advice on the hedging process up to and at Financial Close (FC) on TR10, TR11, TR12, TR13 and TR14. The scope of work is as follows: * Review the structure of the interest rate and inflation hedging profiles and calculations and confirm that this is an acceptable structure or alternatively provide review of the structuring of underlying GILT for pricing any public bond. * Provide indicative market pricing/updated pricing on all hedging and underlying GILT on request to ensure the most competitive rates are achieved. * Proactive alerts on material market movements which may impact the pricing, including forewarning of any market activity which may create volatility and advise on how to manage this. * Agree hedge term sheets/model outputs with the hedge providers where necessary. * Provide/review the proposed execution protocol for the required hedging and/or bond issuance and negotiate this protocol with the hedge bank(s)/providers as necessary. * Undertake offline benchmark pricing exercises to establish mid-market levels and ensure pricing is agreed as a margin over mid-level. * Identify any anomalies which may indicate additional margins for the hedge providers. * Coordinate dry run pricing leading up to the FC and manage a series of 'dry runs' with all relevant parties, including but not limited to Ofgem and its financial adviser(s)plus the FC execution call. * Advisors are also required to liaise directly with Ofgem on any issues identified.

Katy Reed

Published 3 days ago
Open

Development of West Yorkshire Creative Health System

The West Yorkshire Combined Authority (the CA) is issuing this Planned Procurement Notice to inform potential Consultants of an upcoming procurement opportunity for the development and implementation of a West Yorkshire Creative Health System. This system aims to align, amplify, and connect the creative health sector across the region to improve health and wellbeing outcomes for the people of West Yorkshire. The CA intends to procure a service provider (or consortium) to manage and implement a ‘Creative Health System’ for a two-year period. The maximum budget for the initial two-year period is £470,000.00 with up to two optional 12-month extensions of £235,000.00 each, bringing the total potential contract value up to £940,000.00. Extensions are subject to the availability of additional funds beyond the initial £470,000.00 and are at the sole discretion of the Public Sector Body. Key deliverables for the Creative Health System include: • Coordinating the mapping of creative health work taking place in our region (including activity, evidence of impact, and cold spots). This will include the collation of existing mapping data where it exists (typically at a Local Authority level) and commissioning additional mapping where there is insufficient data. • Establishing a network of creative health activity providers. • Advocating for creative health activity with key decision-makers (including funders and clinicians). • Developing and publishing a West Yorkshire Creative Health Strategy. • Co-designing creative health programmes with community providers and those with lived experience. • Researching potential funding sources and preparing funding bids to roll out impactful creative health programmes. • Developing commercial strategy to become self-sustaining. • Coordinating workforce training in the health care system and with practitioners. Additional Information We are inviting Consultants that have interest in providing the services, to attend a briefing session. Please respond to this Planned Procurement Notice (PPN) to express your interest. Any Consultant that expresses interest will be invited to a Preliminary Market Engagement (PME) event which will be held on 24th April 2025 between 9:30 am – 11:00am (details to follow). The CA reserves the right to change its procurement approach after the Preliminary Market Engagement. Please respond to this PPN with an expression of interest in this opportunity by emailing: St David Deji-Adams – [email protected] You should include the following information: i. Company Name: ii. Registration Number: iii. Address: iv. Contact Name: v. Position: vi. Email/telephone no: vii. URL link to your Company Website: After the event, a questionnaire will be issued to attendees which may help inform the Statement of Requirements which will follow. Please Note: This Planned Procurement Notice is for prior information only and is not a ‘Call for Competition’. Whilst we encourage your participation in this exercise, failure to respond to the Preliminary Market Engagement will not prohibit your involvement in any future procurement exercise if progressed via a publicly advertised tender opportunity. Any future opportunity where advertised will be available through our tender portal at https://uk.eu-supply.com/ctm/Company/CompanyRegistration/RegisterCompany?OID=1&B=UK and Consultants are encouraged to register in readiness for this.

Katy Reed

Published 4 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete