Matlock Bath Illuminations Event First Aid and Paramedic Support

Open

Buyers

Value

£0

Classifications

  • Miscellaneous health services

Tags

  • tenderUpdate

Submission Deadline

2 weeks from now

Published

4 days ago

Description

Derbyshire Dales District Council (The Council) is seeking a suitably qualified and experienced organisation to provide First Aid and Paramedic cover for its Matlock Bath Illuminations event across the 16 event nights, which takes place in Derwent Gardens, Matlock Bath annually during September and October.
The 2025  event dates are :
Saturdays  6, 13, 20, 27 September, 4, 11, 18, 25 October.
Sundays  14, 21, 28 September, 5, 12, 19, 26 October
Friday 24 October
The September and October dates for the 2026 & 2027 events shall be provided at a later date.
The initial contract period is three (3) years; for the 2025, 2026 and 2027 events. The contract is estimated to commence 6 September 2025 and expire 31 October 2027.
There will be an option to extend the contract for two (2) years in annual increments, subject to satisfactory performance and business needs. Maximum contract period is five (5) years.

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Bypass the hassle of outdated portals.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

Care (Education) and Treatment Reviews (C(E)TR) for the Southeast and Southwest Integrated Care Boards (ICBs)

NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board (BSW ICB) and Hampshire and the Isle of Wight Integrated Care Board (HIOW ICB) are seeking to secure a Prime Provider who has the capability and capacity to deliver Care (Education) and Treatment Reviews (C(E)TR) for the South East and South West Integrated Care Boards (ICBs), in line with the specified requirements. The Commissioners confirm that whilst they are seeking a Prime Provider, they welcome partnerships, consortiums and/or sub-contractual models, which is at Bidders' discretion. As laid out in the tender documentation, this is a two-lot competitive process under the Provider Selection Regime 2023 (PSR) regulations. The two lead ICBs and lots are: Bath and North East Somerset, Swindon and Wiltshire (BSW) for Lot 1 - South West Integrated Care Boards Hosting (and contract holding) on behalf of the following South West ICBs: • Cornwall and Isles of Scilly • Bath and North East Somerset, Swindon and Wiltshire (BSW) • Bristol, North Somerset, South Gloucestershire (BNSSG) • Dorset • Devon • Gloucestershire • Somerset And Hampshire and the Isle of Wight (HIOW) for Lot 2 - South East Integrated Care Boards Hosting (and contract holding) on behalf of the following South East ICBs: • Buckinghamshire, Oxfordshire and Berkshire West (BOB) • Frimley Health and Care • Kent and Medway • Hampshire and the Isle of Wight (HIOW) • Surrey Heartlands Health and Care Partnership • Sussex Health and Care Partnership The geography covered is that of the above South East and South West Integrated Care Boards named. Services are scheduled to commence on 1st April 2026. The Contract(s), one for each lot, will be for an initial term of 3 (three) years, with an option to extend for any period up to a further 2 (two) years, as defined at the sole discretion of the Commissioners. The detailed breakdown of the requirements can be found within the service specification, which is part of the tender documentation. Provided below is a high-level overview of the requirements to be delivered for all 13 ICBs (listed above), within the South East and South West for each lot. The successful provider(s) will need: • To recruit, train and support the Experts by Experience and Clinical Reviewers. • To book Expert by Experiences and Clinical Reviews for CETR's. TUPE elements are likely to apply (for all specified lots). The TUPE information will be confirmed during the formal invitation to tender (ITT) period to all interested parties. Total combined maximum contract value, across the full potential term of 5 (five) years including any optional extension years is £2,392,536, for both lots combined. A break down of each lots budget can be found within the Invitation to Tender (ITT) documentation. Given the current landscape of the NHS and planned consolidation of Integrated Care Boards, interested parties should be aware that the 13 listed ICBs above will reduce in line with the proposed footprints. These changes will be reflected during the contract term, to further support alignment and collaboration across neighbouring systems. A F01: Prior Information Notice (prior information only) was published back on 30th October 2024, looking for expressions of interest from interested parties from the marketplace. Details of that engagement can be found here - 2024/S 000-035227. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

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 5 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete