Community Musculoskeletal (MSK) & Pain Management Service - Northern Lincolnshire

Award

Value

£12,843,440

Classifications

  • Physiotherapy services
  • Medical practice services

Tags

  • award
  • contract

Published

1 month ago

Description

NHS Humber and North Yorkshire Integrated Care Board (ICB), hereafter the Relevant Authority, is seeking to commission a Community Musculoskeletal (MSK) Service and Pain Management Service for Northern Lincolnshire through a Competitive Process under The Health Care Services (Provider Selection Regime) Regulations 2023. The preferred Provider
will be required to demonstrate how they will deliver a clinically safe, high quality, dignified, cost effective service that puts the individual at the centre of their own care which supports and maintains their on-going health and wellbeing needs.
The service will be required to:
• Provide a timely access to treatment and condition management;
• Enhance and maintain a service user's quality of life;
• Support an overall reduction in hospital outpatient appointments;
• Supports service user self-care/self-management of conditions, where clinically appropriate.

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Bypass the hassle of outdated portals.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 Agreement for the Supply of Endoscopy Suite Goods & Services

HealthTrust Europe is seeking to establish a Framework Agreement for the supply of Endoscopy Suite Goods & Services. These include a breadth of high-quality Equipment, Consumables, Digital Solutions and Services, across different touchpoints of an endoscopy unit that can assist in improving the healthcare delivery to patients. The duration of the framework will be 4 years maximum: 3 years initial period with the option of extending for up to 12 months. TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this Agreement and any resulting call-off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this Agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE. SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs open to any registered supplier. Click on the relevant SQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the onscreen instructions to complete the SQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e- Tendering Help Desk at [email protected]. HealthTrust Europe utilises the Supplier Registration Service information database, formally known as sid4gov. Candidates are requested to register on the Supplier Registration service at Supplier Registration Service (cabinetoffice.gov.uk) and submit their sid4gov company profile for publication on the database. Candidates already registered on Supplier Registration Service must ensure that information is up to date. Where access to sid4gov is unavailable, please contact the helpdesk at [email protected].

Open

SCC Independent Alternative Provision Dynamic Purchasing System (DPS) for children and young people with additional needs and disabilities

Surrey County Council (SCC) wishes to establish a Dynamic Purchasing System (DPS) for the supply of services in respect of Independent Alternative Provision for children and young people with additional needs and disabilities for an initial period of 4 years + with optional further extension provisions for an additional 2 years + 2 years. The primary purpose of this DPS will be to provide key education and/or other support services to a child or young person who are in receipt of an Education, Health, and Care (EHCP) (or those individuals as outlined in the Service Specification). SCC wishes to move to a whole system approach to alternative provision where inclusive schools, clear pathways and outstanding provision all work together to ensure excellent outcomes for children and young people. SCC wishes promoting a collective system in which educational settings, community services, health and education support services all play a crucial part in responding to vulnerable children and assisting with reintegration to school (where appropriate). Providers successful in joining the AP DPS will play a vital role in creating a “community” of provision. Independent Alternative Provision is provision largely for one-to-one support, children and young people who require specialist intervention (in many cases but not exclusively for their additional needs) which in many cases is delivered in the home or in the community with the support of / or at the request of families. The services required fall under Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015). As a result, this procurement is undertaken under the 'Light Touch Regime' as detailed in Section 7 of PCR 2015. Any interested organisation or consortium with relevant experience may apply to be admitted onto the DPS. Eligible Surrey County Council Maintained schools and Academies may access Providers on the DPS following Year 1 (Please see https://www.surreycc.gov.uk/schools-and-learning/schools/directory) for list of schools and academies included) via an access agreement. The DPS will have six (6) lots and be further divided into two (2) sub-lots as follows: Lot 1: Tutoring (QTS Qualified) Lot 1a: Online Lot 1b: Face to Face provision Lot 2: Tutoring (Non QTS Qualified) Lot 2a: Online Lot 2b: Face to Face provision Lot 3: Specialist Teachers Lot 3a: Online Lot 3b: Face to Face provision Lot 4: Registered Therapies supporting education (covered under HCPC) Lot 4a: Online Lot 4b: Face to Face provision Lot 5: Other services supporting education Lot 5a: Online Lot 5b: Face to Face provision Lot 6: Post-16 Support Services (supporting employment, preparing for adulthood/ independence) Lot 6a: Online Lot 6b: Face to Face provision Potential Providers are invited to apply for one lot or sub-lot; or multiple lots and sub-lots. For each Lot, there will be an 'Admission' stage, followed by a 'Contracting' stage. SCC intends to evaluate new applications to the ‘Admission’ stage twice a year. The Council reserves the right to revise the number of evaluation Rounds (‘opening ceremonies’) for Admission stage per year at its discretion to allow further applicants to apply in an emergency. The Council will add Providers to the DPS throughout its duration, providing that the Providers meet the requirements outlined in the Invitation to Tender documents and submit an Application that is found to be compliant. By applying to be admitted to the DPS, Providers are not obligated to bid for services at 'Contracting' stage. These services are being procured under a multiple-Provider DPS. There will be no limit to the number of Providers admitted onto the DPS, providing they meet the minimum requirements as set out in the Invitation to Tender documents. There will be no guarantee of work or volume of work given under this DPS.

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