DHSC: OHID: Individual Placement and Support (IPS) technical and implementation support, fidelity reviews, and training.

Open

Buyers

Value

£3,173,321

Classifications

  • Miscellaneous business and business-related services
  • Specialist training services
  • Health services

Tags

  • tenderUpdate

Submission Deadline

1 month from now

Published

2 hours ago

Description

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.

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Bypass the hassle of outdated portals.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

Appointment of Design and Production Services

The National Museum of the Royal Navy as "NMRN Operations" is inviting experienced and specialist suppliers to tender for inclusion in a new Open Framework Agreement for the provision of design and production services. This framework will be accessible across all areas of the museum group and is being established in line with the 2025 procurement regulations. The framework will allow for the appointment of multiple suppliers and periodic reopening to allow new entrants under the regulations of the Open Framework set out in the tender pack. The tender pack will include the scope of services, these will include but are not limited to: Graphic design (print and digital), print and signage production, display graphic design, development of creative for campaigns, Animation and illustration. As well as Digital asset creation (e.g., social media, web graphics). The framework intends to allow Departments across the NMRN Group to use the framework when requiring design and production services. Suppliers must demonstrate proven experience in delivering creative services for public or cultural organisations. Capacity to deliver high-quality work to tight deadlines, and a commitment to accessibility and sustainability standards. All the information for this tender including the fifteen (15) lots is within the tender pack listed in this advert. The NMRN will host an Online Market Engagement Session to discuss the Open Framework. This is due to take place on Thursday 6th November 2025, to ensure you book onto this Online Market Engagement Session and to ensure you receive an MS Teams Invite, please express an interest in this tender opportunity by emailing [email protected] Clarifications should be issued to the NMRN Tenders Inbox- [email protected] The NMRN encourages all suppliers interested in this tender opportunity to register their expression of interest. This ensures that all relevant communications and updates are received within the stated timelines.

Katy Reed

Published 3 hours 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 active

Publish
Bid
Evaluate
Award
Complete