Saturday, 19 March 2011

19/03/2011 tenders 90

UK-London: rehabilitation services
Drug Intervention & Reducing Reoffending Service. Provision of services that will reduce offending and re-offending amongst drug users and other offenders. CPV: 85312500. ...


UK-Cardiff: energy and related services
New Fuel Poverty Scheme in Wales. The Welsh Assembly Government's strategy for tackling fuel poverty recognises the need for improved targeting of fuel poverty households, and the requirement for a range of solutions to help reduce fuel bills and improve the energy efficiency of their homes. This means targeting private households in the most inefficient properties (EPC rating F/G) and on the lowest incomes (on means tested benefits). By focusing on "hard to treat niche" properties, it is designed to not be in competition with other schemes eg CERT. To ensure that the right properties are targeted, the previously demand led scheme will in future involve adequate levels of pro-active marketing. The measures offered to householders will be based on maximising energy efficiency gain, with the value (GBP) of measures provided based on housing type. To deliver the above we will procure a single delivery agent spanning the whole value chain - advice and benefit checks, through assessment to installation. The scheme will be an output based spec with KPIs based on: — energy efficiency improvements = units used and costs to the household, — volume of houses treated by type, — carbon impact. The Welsh Assembly will be looking to the contractor to optimise the opportunity to supplement the scheme through the addition of value added measures outside the core scope, which enable FITs, RHIs and related schemes to be applicable and where revenue/profit share opportunities with WAG therefore exist. The scheme will run under an emerging single brand for all Welsh energy efficiency related projects. The selection criteria at PQQ will involve financial standing, technical competence, relevant track record and capability to operate within an energy efficiency environment. The contractor will need take in to account WAG's sustainable development aspirations. A maximum of 4 suppliers will be taken through to the next stage of the programme. The organisation is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, while the requirement to do so will not be mandatory, the successful contractor will be expected to consider opportunities to recruit and train long term economically inactive persons as part of the workforce delivering this project. The Welsh Assembly Government, on behalf of the Welsh Ministers, will be conducting this procurement exercise through the etenderwales portal https://etenderwales.bravosolution.co.uk Tender documents and other information must be downloaded from and returned through this portal. If you require any further assistance the BravoSolution helpdesk is available on: email: help@bravosolution.co.uk Phone: +44 8003684850/ Fax: +44 2070600480. Full information in accessing the portal is found in Section VI.3. Deadline for uploading response to pre qualification questionnaire will be 14:00 on 28.6.2010. CPV: 71314000, 79993100. ...


UK-Bristol: sports-event organisation services
Runbristol portfolio of events principally the Bristol 10K and Half Marathon and associated events. Application for inclusion on the Council's tender list Run Bristol portfolio of events principally the Bristol 10K for the year (2012, 2013, 2014) and Bristol Half Marathon for the year (2011,2012,2013) and associated events. CPV: 92622000, 92610000, 92621000. ...


UK-Yeovil: health services
UK-Yeovil: provision of health services at shepton mallet treatment centre. Health services. In advance of expiry of the existing contract for Independent Sector Treatment Centre services in the Somerset area (known as "the Shepton Mallet NHS Treatment Centre"), the Contracting Authority is seeking offers from potential bidders to deliver a range of health care services to meet, in conjunction with the Contracting Authority, the commissioning requirements of the local health economy. The successful bidder will perform services from the existing Shepton Mallet NHS Treatment Centre located at Old Wells Road, Shepton Mallet, Somerset BA4 4LP (the "Treatment Centre") and the successful bidder will be granted a lease for the Treatment Centre. In addition, the successful bidder will also deliver services across Somerset in order to deliver care closer to home. While the scope of activity to be delivered from the Treatment Centre may vary during the term of the contract, it is currently anticipated that it will include, but not be limited to, an easily accessible range of health care services including out-patient, diagnostic, therapeutic and elective procedures. The diagnostic procedures will include (but not be limited to) a range of radiological, imaging and ultrasound techniques to support new and innovative diagnostic techniques developed from time to time. The diagnostic services provided will not only be in support of the contracted procedures but will allow direct access for primary care clinicians and provide support to the local community hospital. The therapeutic services will include physiotherapy, occupational therapy and the provision of orthotics in support of the contract portfolio. The procedures will include (but not be limited to) ophthalmology, general surgery, endoscopic procedures, orthopaedics, gynaecological, ear, nose and throat, urology, oral surgery, plastic surgery and pain intervention procedures (in each case such procedures having been risk assessed by the provider and agreed with the Contracting Authority as suitable procedures). The out-patient services will include (but not be limited to) support for the elective procedures and the diagnostics services but with the added opportunity to develop and sustain additional seamless care pathways. In addition, the scope of the activity may include other services that innovatively complement the care pathways and also those services that could be reasonably co located on the various sites. These sites will not be specified but for the potential provider to consider and agree with the Contracting Authority. Provision of such services by the selected bidder will be free of charge to NHS patients and payment will be made by the referring Primary Care Trust (PCT). Potential Bidders should refer to the relevant clauses in the NHS Standard Contract for Acute Hospital Services in relation to price and payment mechanism. The Standard NHS Contract for Acute Hospital Services can be obtained at the following link: http://www.dh.gov.uk/en/Publicationsandstatistics/Publications/PublicationsPolicyAndGuidance/DH_091451 As set out in the NHS Standard Contract for acute hospital services, prices will be calculated in accordance with the national tariff plus the Market Forces Factor (MFF) for all services to which the National Tariff applies. It is currently intended that the MFF will be calculated by reference to the MFF applicable to the nearest NHS Acute or Foundation Trust to the Treatment Centre. The volume of activity for the successful bidder will be dependent on patient choice but an indicative activity plan will be included with the contract. However, no volume guarantees will be provided. The successful bidder will be included on a national menu of choices for clinical services to NHS patients. Their success will be dependent upon the quality, productivity and flexibility of the service offered and their ability to attract NHS patients. CPV: 85100000. ...


UK-Manchester: data management services
Advancing Quality. North West Advancing Quality (AQ) which has been operational from October 2008 discharges, has been successful in rewarding hospitals which achieve improved performance against key measures and outcomes for patients. The concept is simple and the evidence based clinical and patient measures are easily understood by health professionals and the public alike. This has demonstrated the potential to lead a revolutionary approach to clinician involvement and commissioning health services across the NHS. The programme is funded by all 24 North West PCTs and is currently in place in 25 hospital Trusts across the North West. The contracting authority is seeking a framework contract(s) to deliver value for money and assist in its quality improvement activities to deliver a sustainable, dynamic quality improvement programme, initially for a period of 12 months with a view that AQ will continue beyond that period and to at least March 2014. AQ will form a part of the North West Advancing Quality Alliance - (AQuA)- which encompasses the North West approach to a quality observatory. AQuA is currently under development and went live on a limited form on the 1.4.2010. When fully operational (anticipated late summer 2010) it will serve as the preeminent, comparative, analytical information resource for clinical teams and organisations across the North West. The ethos of AQuA will be to stimulate, share and support improvements and innovations in the quality of services delivered to patients and their families. This will be to a greater extent achieved through innovative representation of quality data to clinical teams, delivery of improvement support programmes and through the sharing of best practice. It aspires to have an international reputation for the delivery of cutting edge insights into clinical delivery of services. The purpose of AQuA is to measure progress in implementing quality health care improvement strategies and standards, and to set up measurement reporting systems to spot problems and successes in the quality of health care in the North West. As part of the wider remit of AQuA, the AQ programme will adopt a robust approach to the measurement of the quality of care, by delivering a collaborative approach to learning which actions lead to improved standards. This will be increasingly conducted on a whole system basis along whole care pathways. The AQ programme will include (but not be limited to) focusing on the following 4 domains for improvement: — Delivering evidence based care (Clinical process measures (CPM's)), — This should be Improving patient experience (Patient experience measures (PEMS)), — This should be Improving patient reported outcomes (Patient reported outcome measures (PROMs)), and — Using data to form a total view of quality (Data transmission and analysis). II.2.1 Total quantity or scope: Advancing quality has at its core using data – both clinician and patient reported data – to drive quality. AQ was established as a 3 year data collection and quality improvement programme, covering 3 data collection areas: — Clinical process measures (CPM), — Patient experience measures (PEMs), — Patient reported outcome measures (PROMs). AQ commenced in January 2008 with data collection going live as follows: — CPM October 2008 discharges, — PROMs January 2009 admissions, — PEMs January 2010 discharges. In order to deliver the requirement for 3 years of data, there are 3 distinct data collection years: — Year 1 - Discharges from October 2008 to September 2009, — Year 2 - Discharges from October 2009 to September 2010, — Year 3 - Discharges from October 2010 to September 2011. Year 1 and year 2 of CPM, plus PEMs (part year) year 2, data collection are contracted for with the existing contracts coming to an end in December 2010. This procurement in the first instance looks to cover year 3. In summary there is a requirement to contract for the continued provision of the AQ data in terms of data collection and reporting and measure development to include for: — CPM discharges from October 2010 to September 2011, — PEMs discharges from December 2010 to September 2011, — Data transmission and analytics from December 2010 – whilst the contract would start in December the clinical activities that the service will collect / report may relate to other dates. Additionally, the hip and knee PROMs data from the period October 2009 forms part of the national PROMs contract and therefore the data analysis and transmission lot, will be required to work with the national provider to meet the requirements of AQ, — PROMS to develop measures in various clinical areas and to pilot these before October 2011. Areas for initial PROMs development may include psychosis, dementia, stroke, and Coronary Artery Bypass Graft. Anticipated contract durations: CPM. Current CPM data return timetables, which mirror payment by results coding timescales, allow c. four months from the end of the month in which the discharge occurred, to input and validate the relevant CPM data to a reporting and analysis tool. In practice this will require contracts to run until January / February 2012 to cover discharges up to and including September 2011. PEMs. Current data returns are real time and available within a week of the discharge occurring. Contract duration will depend therefore upon the solutions offered but PEMs data must be available at the latest 6 weeks after discharge. Therefore the PEMs contract is dependent upon the solution offered but to encompass September 2011 discharges will run to December 2011 at the latest. PROMs. Hip and Knee PROMs data will be provided through the national contract. The contract for PROMS will again depend upon the solution developed but at a maximum data is anticipated to be available within 3 months of the health activity occurring. As September 2011 is the last month of discharges, the contract is anticipated to run to January 2012 at the latest. Data transmission and analysis. Data transmission services need to cover October 2010 discharges (estimated to take place on 1.12.2010) to September 2011 discharges (estimated to take place 1.11.2011). Data analysis services are required to provide triangulated data at patient level for CPM, PEMs and PROMs and other AQ reports. The contract for this element is anticipated to start on the 1.11.2010 and run to March 2012 at the latest. In summary the contract(s) we are now tendering is required to: — Collect and report PEMs data for discharges in the period December 2010 to September 2011, — Collect and report CPM data for discharges in the period October 2010 to September 2011, — Analyse and triangulate AQ data for the full 3 year period, and transmit data for the CPM to cover the period October 2010 discharges to September 2011 discharges, — Develop PROMs or carer reported outcome measures (CROMs), whichever the evidence base supports for various clinical areas. AQ has always planned to continue beyond the initial 3 year data collection period however, given the current uncertainties regarding Practice Based Commissioners etc a firm contractual commitment to extend beyond September 2011 discharges/admissions cannot be made. However, the aspiration is to run AQ as a five and a half year data collection programme and therefore there is a requirement to be able to extend the contacts to cover a period which includes discharges up to March 2014 as follows: First extension – additional 6 months. CPMs – discharges from 1.10.2011 to 31.3.2012. PEMs - discharges from 1.10.2011 to 31.3.2012. PROMs – implement data collection and reporting for the agreed clinical areas and the associated clinical events as is agreed in the development period. Analyse and triangulate AQ data for the period October 2011 to March 2012 and transmit data for the CPMs to cover the period October 2011 discharges to March 2012 discharges. Second extension – additional 12 months. CPMs – discharges from 1.4.2012 to 31.3.2013. PEMs - discharges from 1.4.2012 to 31.3.2013. PROMs – implement data collection and reporting for the agreed clinical areas and the associated clinical events as is agreed in the development period, and to develop PROMs to support any additional AQ measures. Analyse and triangulate AQ data for the period April 2012 to March 2013 and transmit data for the CPM to cover the period April 2012 discharges to March 2013 discharges. Third extension – additional 12 months data. CPMs – discharges from 1.4.2013 to 31.3.2014. PEMs - discharges from 1.4.2013 to 31.3.2014. PROMs – implement data collection and reporting for the agreed clinical areas and the associated clinical events as is agreed in the development period, and to develop PROMs to support any additional AQ measures. Analyse and triangulate AQ data for the period April 2013 to March 2014 and transmit data for the CPM to cover the period April 2013 discharges to March 2014 discharges. CPV: 72322000, 75122000, 85100000, 85148000, 85150000. ...


UK-Paisley: alarm systems
Supply and Installation of Warden Call Equipment. The contract is to remove the existing warden call system and supply and install a new open protocol warden call system for the 11 sheltered housing complexes within Renfrewshire Council. The contract will include the ongoing maintenance and repair of installed equipment with an option to supply additional equipment on an ad hoc basis for a period of up to 6 years from the date of contract. CPV: 35121700, 79711000, 50324100, 50333000, 50334400. ...


UK-Glasgow: insurance services
Insurance 2011. General commercial insurance including property, liability, motor, etc. CPV: 66510000. ...


UK-Duns: insurance services
Non-life insurance for Berwickshire Housing Association. Commercial non-life insurance for Berwickshire Housing Association, covering property, liability, motor, computers, engineering, personal accident etc. CPV: 66510000. ...


UK-Blackpool: laundry-management services
Provision of Linen Services. The contracting authority is seeking a supplier for the Provision of its Linen Services. The Blackpool, Fylde and Wyre Hospitals NHS Foundation Trust was established on 1.12.2007. The Trust serves a population of approximately 330 000 residents of Blackpool, Fylde and Wyre and the 12 000 000 holidaymakers who visit the area every year. We have around 830 beds across all sites and see more than 56 000 day-case and inpatients, 250 000 outpatients and over 91 000 A & E patients every year. Summary of Potential Service Requirements: The Service Provider will ensure that the following Linen Services are provided to the Trust by the most cost effective means at the required volumes and quality standards. The Trust are requesting submissions for Linen Hire, Wash and Return and a Fully Managed Service options, which may incorporate the following: 1) Collection of soiled items from service user points, the laundering of these items and the delivery of clean items to service user points; 2) Provision of clean flat linen at required frequencies and quantities to service user points; 3) Collection, laundering and return of patients' clothing, personalised and Trust owned items, this includes staff uniforms and curtains from and to service user points; 4) Replacement/purchase and stock maintenance of linen; 5) Maintaining highest quality and clean, stain free linen; 6) The provision of laundry transport; 7) The repair, alteration, marking and issue of Trust owned items and staff uniforms; It is anticipated that the Service Provider will provide management, supervision and staff and vehicles, equipment, materials and consumables required for the provision of the services. CPV: 98311100, 39518000, 98311000, 98311200, 98312000. ...


UK-Manchester: repair and maintenance services
Electrical reactive maintenance and repairs framework. Trafford Council are requesting expressions of Interest from suitable experienced contractors for the provision of electrical reactive maintenance and repairs framework. General requirements the electrical contractors on the framework are required to provide a one hour site response to the majority of calls to properties within the Trafford council area. Other response times will be four hour and twenty four, depending on the nature of electrical issue and access arrangements. The service is required 24 hours a day 365 days, and as such an out of hours call response is required. CPV: 50000000. ...


No comments:

Post a Comment