Loading page content…
Loading page content…
14 live contracts · Updated daily · Contracts Finder + Find a Tender Service
In 2025, the Countess of Chester Hospital NHS Foundation Trust established a Framework Agreement under the Health Care Services (Provider Selection Regime) Regulations 2023 (and as amended) (the PSR) for use by all Relevant Authorities (and any future successors to these organisations). "Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework. While the demand on radiology services is increasing with the quantity of scans and required reports going up, the number of radiologists is decreasing resulting in backlogs and pressure on existing staff. Teleradiology offers trusts an alternative to manage routine, urgent or specialist workload, and supports with the reduction of backlogs in care. Teleradiology is the transmission of patients' radiological images between different locations for the production of a primary report, expert second opinion or clinical review. Telepathology is the electronic transmission of pathological images, usually derived from microscopes, from one location to another, for the purpose of interpretation and diagnosis. The different locations can be within the same organisation or in different organisations, within the same country or across international boundaries. Other areas of telemedicine are also now being explored, including but not limited to telemicrobiology and teledermatology. The scope of this agreement will include these and other specialties of telemedicine. Suppliers awarded to Lot 1 - Teleradiology and Telemedicine Services will be able to expand their offering into new telemedicine services during the term of the agreement, to help support the NHS with elective recovery. As previously advertised in the Framework tender documentation, the Framework will be reopened to new applicants annually, approximately 90 days before the anniversary of the Framework Commencement Date. Previously appointed Suppliers will NOT be obliged to reapply on an annual basis. Framework Suppliers appointed on the first anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 3 years duration; Framework Suppliers appointed on the second anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 2 years duration and Framework Suppliers appointed on the third anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 1 year duration. This notice concerns the first re-opening of the Framework to new applicants.
Value undisclosed
The aim of the proposed framework is to provide products to support the use of enteral feed systems. Traditionally, organisations have obtained the accessories alongside the main enteral feed items. This framework will provide an alternative procurement route for organisations looking to source enteral feed accessories separately to the main feed items. The proposed scope is for the provision of an enteral feeding accessory products service to patients in both clinical and community settings.
£16,000,000
Contract value
The Countess of Chester Hospital Commercial Procurement Services (CPS) seeks to procure a framework of capable contractors to provide initial and ongoing net zero energy related resilience and service improvements to the public sector in the UK. We intend to create this Framework in collaboration with a partner capable of covering the following scope: Onsite comprehensive initial and ongoing low carbon energy efficient infrastructure services, improvement, and upgrades to existing or new facilities. Along with other solutions such as Geothermal energy, Green district heating energy and Hydrogen or biogas delivery. We are seeking a partner to take on the role of Framework Manager, responsible for the day-to-day administration of the Framework. This role would include offering procurement, legal, and technical expertise, as well as overseeing the monitoring and verification of savings throughout the contract lifecycle. The Framework Manager would also support business case development, assist with contracting authority approvals, and providing support with financing options and associated processes. The appointed supplier will have the right to charge management fees to framework suppliers linked to any contracts awarded. COCH cannot guarantee that there will be any contracts and is not responsible for seeking or generating potential contract opportunities. We are conducting this preliminary market engagement for all of the permitted purposes listed below: a. developing the authority's requirements and approach to the procurement; b. designing a procedure, conditions of participation or award criteria; c. preparing the tender notice and associated tender documents; d. identifying suppliers that may be able to supply the goods, services or works required; e. identifying likely contractual terms; and f. building capacity among suppliers in relation to the contract being awarded. Any information provided as part of the preliminary market engagement may be used to support the permitted purposes outlined above.
Value undisclosed
The Clinical Coding department is responsible for the translation of medical terminology, as written by the clinician to describe a patient complaint, problem, diagnosis, treatment or reason for seeking medical attention, into a coded format which is nationally and internationally recognised to support both statistical and clinical uses. Coded clinical data (generated from classifications OPCS-4 and ICD-10) uses rules and conventions that, when applied accurately, result in the provision of high quality reporting to support secondary uses of data for statistical purposes - such as; operational and strategic planning, epidemiology, public health analyses of population health and reimbursement. This directly affects clinicians and all healthcare professionals, financial teams, information managers and data analysts, along with IT professionals. The Clinical Coding solutions available through this DPS will help Contracting Authorities to optimise and improve the performance and service delivery of Clinical Coding Departments. Suppliers must be capable of delivering one or more of the Service Types listed below. - Clinical Coding Related Strategic Business Management Services - Clinical Coding Related Clinical Governance Services - Clinical Coding Optimisation Services - Clinical Coding Training and Development Services The Service Types are outlined in the DPS Outline Specification attached to the PQQ and are not an exhaustive list. Contracting Authorities may require other similar Services, which will be detailed in the Order Procedure. For the avoidance of doubt, Call Off Contracts that solely involve the supply of on-site temporary, interim or permanent Clinical Coder staff are not in-scope for this Dynamic Purchasing System. This amendment concerns the launch of the DPS and its consequent opening to new applicants. Additional information: The eligible users of the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: https://www.coch-cps.co.uk/frameworks/healthcare/#DPS012 Supplier instructions how to express interest and bid: 1) Browse to the esourcing portal https://health-family.force.com/s/Welcome and click on view Live Opportunities 2) Register your organisation on the eSourcing portal (this is only required once); 3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure); 4) Login to the portal with the username/password; 5) Search for the relevant PQQ; 6) Select the title of the PQQ; 7) Click the 'Express Interest' button at the top of the page. You can now access the PQQ Application Documents from the relevant envelope; 8) Review the PQQ documents; 9) Responding to the PQQ. You can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the PQQ. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Value undisclosed
The Clinical Coding department is responsible for the translation of medical terminology, as written by the clinician to describe a patient complaint, problem, diagnosis, treatment or reason for seeking medical attention, into a coded format which is nationally and internationally recognised to support both statistical and clinical uses. Coded clinical data (generated from classifications OPCS-4 and ICD-10) uses rules and conventions that, when applied accurately, result in the provision of high quality reporting to support secondary uses of data for statistical purposes - such as; operational and strategic planning, epidemiology, public health analyses of population health and reimbursement. This directly affects clinicians and all healthcare professionals, financial teams, information managers and data analysts, along with IT professionals. The Clinical Coding solutions available through this DPS will help Contracting Authorities to optimise and improve the performance and service delivery of Clinical Coding Departments. Suppliers must be capable of delivering one or more of the Service Types listed below. - Clinical Coding Related Strategic Business Management Services - Clinical Coding Related Clinical Governance Services - Clinical Coding Optimisation Services - Clinical Coding Training and Development Services The Service Types are outlined in the DPS Outline Specification attached to the PQQ and are not an exhaustive list. Contracting Authorities may require other similar Services, which will be detailed in the Order Procedure. For the avoidance of doubt, Call Off Contracts that solely involve the supply of on-site temporary, interim or permanent Clinical Coder staff are not in-scope for this Dynamic Purchasing System. This amendment concerns the launch of the DPS and its consequent opening to new applicants. Additional information: The eligible users of the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: www.nhssourcing.co.uk How to express interest and apply to this DPS: 1) Browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities; 2) Register your organisation on the eSourcing portal (this is only required once); 3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure); 4) Login to the portal with the username/password; 5) Click the 'PQQs/ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier); 6) Select the title of the PQQ; 7) Click the 'Express Interest' button at the top of the page. This will move the PQQ/ITT into your 'My PQQs/My ITTs' page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box; 8) Review the PQQ documents; 9) Responding to the PQQ. Click 'My Response' under 'PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the PQQ. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Value undisclosed
This DPS will offer mobile diagnostic and/or treatment units to healthcare and/or other organisations in the UK public sector. These units within the NHS would increase capacity within organisations to help facilitate the delivery of the elective programme and to help with waiting lists, patient backlogs and lack of staff availability/space. Suppliers would work closely with healthcare organisations to deliver easily accessible treatments or diagnostics, either on hospital sites or closer to patients homes in more remote areas (for example at supermarkets, GP practices etc.). By working with healthcare organisations, suppliers will relieve pressure on services by improving access to treatments and bed space, reducing patient waiting times and freeing up clinical capacity. Units are usually provided in the form of vans or non-permanent units/cabins. The DPS will be in three Lots: Lot 1 - Hire or Lease of Mobile Diagnostic and/or Treatment Unit(s) Lot 2 - Purchase of Mobile Diagnostic and/or Treatment Unit(s) Lot 3 - Mobile Diagnostic and/or Treatment Unit(s) as a Managed Service Applications may be made to one or more Lots. Additional information: The application documents for the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: www.nhssourcing.co.uk (https://www.nhssourcing.co.uk) How to express interest and apply to this DPS: 1) Browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities; 2) Register your organisation on the eSourcing portal (this is only required once); 3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure); 4) Login to the portal with the username/password; 5) Click the 'PQQs/ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier); 6) Select the title of the PQQ; 7) Click the 'Express Interest' button at the top of the page. This will move the PQQ/ITT into your 'My PQQs/My ITTs' page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box; 8) Review the PQQ documents; 9) Responding to the PQQ. Click 'My Response' under 'PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the PQQ. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Value undisclosed
This DPS will offer mobile diagnostic and/or treatment units to healthcare and/or other organisations in the UK public sector. These units within the NHS would increase capacity within organisations to help facilitate the delivery of the elective programme and to help with waiting lists, patient backlogs and lack of staff availability/space. Suppliers would work closely with healthcare organisations to deliver easily accessible treatments or diagnostics, either on hospital sites or closer to patients homes in more remote areas (for example at supermarkets, GP practices etc.). By working with healthcare organisations, suppliers will relieve pressure on services by improving access to treatments and bed space, reducing patient waiting times and freeing up clinical capacity. Units are usually provided in the form of vans or non-permanent units/cabins. The DPS will be in three Lots: Lot 1 - Hire or Lease of Mobile Diagnostic and/or Treatment Unit(s) Lot 2 - Purchase of Mobile Diagnostic and/or Treatment Unit(s) Lot 3 - Mobile Diagnostic and/or Treatment Unit(s) as a Managed Service Applications may be made to one or more Lots.
£30,000,000
Contract value
This DPS will offer mobile diagnostic and/or treatment units to healthcare and/or other organisations in the UK public sector. These units within the NHS would increase capacity within organisations to help facilitate the delivery of the elective programme and to help with waiting lists, patient backlogs and lack of staff availability/space. Suppliers would work closely with healthcare organisations to deliver easily accessible treatments or diagnostics, either on hospital sites or closer to patients homes in more remote areas (for example at supermarkets, GP practices etc.). By working with healthcare organisations, suppliers will relieve pressure on services by improving access to treatments and bed space, reducing patient waiting times and freeing up clinical capacity. Units are usually provided in the form of vans or non-permanent units/cabins. The DPS will be in three Lots: Lot 1 - Hire or Lease of Mobile Diagnostic and/or Treatment Unit(s) Lot 2 - Purchase of Mobile Diagnostic and/or Treatment Unit(s) Lot 3 - Mobile Diagnostic and/or Treatment Unit(s) as a Managed Service Applications may be made to one or more Lots.
£30,000,000
Contract value
The DPS will include all forms of independent audit for UK public sector bodies, including statutory external audit requirements. Also in scope are are governance requirements including counter-fraud services and other independent assurance such as: - Assurance over non-financial information including but not limited to strategy, risk and corporate governance - Assurance over KPIs including but not limited to environmental reporting, sustainability reporting and workforce reporting - Compliance monitoring and risk management - Grant funding assurance including but not limited to programme reviews and impact assessments - Service auditor reports including but not limited to ISAE 3402 standards - Special purpose reviews and investigations - Tax compliance - Third party risk management including supply chain assurance - Well led governance reviews - Workforce audit services including but not limited to temporary, fixed term or permanent staffing (clinical and non-clinical) Additional information: The eligible users of the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: https://www.coch-cps.co.uk/frameworks/corporate-services/#DPS07 Supplier instructions how to express interest and bid: 1) Browse to the esourcing portal https://health-family.force.com/s/Welcome and click on view Live Opportunities 2) Register your organisation on the eSourcing portal (this is only required once); 3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure); 4) Login to the portal with the username/password; 5) Search for the relevant PQQ; 6) Select the title of the PQQ; 7) Click the 'Express Interest' button at the top of the page. You can now access the PQQ Application Documents from the relevant envelope; 8) Review the PQQ documents; 9) Responding to the PQQ. You can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the PQQ. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Value undisclosed
The DPS will cover Water and Waste-water Retail Services to eligible non-household customers as described in the document "DPS10 Outline Specification." This DPS will operate four separate Lots: - Lot 1: Supply of core Water and Waste-water Retail Services in England and Wales - Lot 2: Supply of core Water and Waste-water Retail Services in Scotland - Lot 3: Supply of Water and Waste-water Retail Services and associated water management and business continuity services in England and Wales - Lot 4: Supply of Water and Waste-water Retail Services and associated water management and business continuity services in Scotland Suppliers may apply to one or more Lots. Additional information: The period of validity of the DPS will be extended for 2 years, with the option to extend for up to a further 2 years subject to the DPS ending no later than 23rd February 2029.
Value undisclosed
Public Sector organisations need to maximise the utility of their non-core estate. Retail outlets in areas open to the public can contribute to income but operation of these facilities is not a core competence of Public Sector organisations. Leasing the space to a commercial organisation could deliver better value than the current utilisation and reduce administration costs for the Public Sector while providing an enhanced service user experience. Public Sector organisations also have an ongoing duty to demonstrate that they achieve best value from their contracts. Open competition, conducted under transparent rules between suppliers that have already demonstrated competence and compliance with public sector standards, through their appointment to the proposed DPS, is an effective way to show that a Public Sector organisation has met this duty. Countess of Chester Hospital NHS Foundation Trust Commercial Procurement Services (CPS) invites applications to join a Dynamic Purchasing System (DPS) for Commercial Leases for the purposes of providing Retail Outlets as described in the document "DPS04 Dynamic Purchasing System Outline Specification." The proposed Dynamic Purchasing System will offer a consistent and straightforward route for Public Sector organisations to conduct, and for suppliers to enter, a competition to award a lease contract to the most economically advantageous bidder from a list of qualified suppliers. The Dynamic Purchasing System will act to reduce friction in the procurement process and ensure that all parties have a clear and consistent view of the contract heads of terms that will apply. Contracts for the acquisition or rental, by whatever financial means, of land, existing buildings or other immovable property, or which concern interests in or rights over any of them are excluded from the Public Contracts Regulations. In order to provide a consistent, straightforward and familiar process for Public Sector organisations, this Dynamic Purchasing System will voluntarily follow the set-up processes and structure of a DPS as set out in regulation 34 of the Public Contracts Regulations but is not bound by those Regulations. For the avoidance of doubt, Countess of Chester Hospital NHS Foundation Trust Commercial Procurement Services is explicitly not bound by regulation 34 or any other part of the Public Contracts Regulations for the purposes of this DPS. Additional information: This DPS agreement has been extended. The new end date for this agreement is 23 February 2029. The e-procurement portal that suppliers must use to apply for this DPS has changed.
Value undisclosed
The aim of this Framework is to provide Relevant Authorities with fully compliant solutions which supplement the delivery of patient care by Relevant Authorities in line with the NHS' core Key Performance Indicators and standards. The Framework has two Lots. Lot 1 Insourced Clinical Services Lot 2 Outsourced Clinical Services Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment. Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider. Insourced and Outsourced Services will include the full range of Surgical and Medical specialties and sub-specialties. The specialties and sub-specialties are those listed by the various Surgical and Medical Royal Colleges. This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. Tenderers may Tender for one or both Lots of the Framework. The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together the PSR) for use by all Relevant Authorities (and any future successors to these organisations). "Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-016528 published 23 April 2025.
£100,000,000
Contract value
The level of demand for mental health services continues to grow. Data from the Mental Health Services Data Set (MHSDS) shows there were 600,000 more adults in contact with secondary mental health services in June 2024 than there were in June 2019. This reflects a 45% increase in 5 years, which cannot be accounted for by population growth alone. The number of children and young people in contact with mental health services increased by 29% from June 2022 to June 2024. While the NHS mental health workforce has grown, demand for mental health services exceeds NHS capacity. Relevant Authorities are seeking additional providers of mental health and wellbeing services to supplement or support NHS provision. This Framework Agreement will provide a quick and compliant route to contract for these services. The overall aim of the Framework Agreement is to provide Mental Health and Wellbeing services for young people, adults or both. The Framework intends to cover a range of services that fall within the scope of Mental Health and Wellbeing services, delivered either virtually or in person. This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together the PSR) for use by all Relevant Authorities (and any future successors to these organisations). "Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-013977 published 9 April 2025.
£135,000,000
Contract value
The 2023 National Audit of Inpatient Falls (NAIF) report on 2022 clinical data identified that more than 60,000 people sustained a femoral fracture in England and Wales in 2022 (NHFD) due to a fall. Of these, 2,033 occurred in inpatient settings. Falls prevention services aim to reduce people's chance of falling by tackling risk factors, improving strength and balance whilst allowing people to remain well and live independently at home. The services aim to: • Provide falls support planning and risk assessments for individuals and their homes, • Develop person centred plans to maximise older people's potential for independent living, • Reduce the risks of falls and injuries by improving strength and balance, • Reduce hospital admissions as a result of falls, • Educate and raise falls prevention awareness with multi-organisations, agencies, care homes and the public, • Deliver interventions for falls preventions in both home and Residential Care settings The overall aim of the Framework Agreement is to provide Relevant Authorities with a fully compliant solution for Falls Prevention, Rehabilitation and Recovery Services to supplement the delivery of patient care in line with the NHS' core Key Performance Indicators and standards. This Framework will be formed of three Lots: Lot 1 - Falls prevention services Lot 2 - Post fall rehabilitation and recovery services Lot 3 - Combination of all services The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together the PSR) for use by all Relevant Authorities (and any future successors to these organisations). "Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework. The term will be 4 years from the commencement. In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-061162 published on 1st October 2025.
£17,000,000
Contract value