Loading page content…
Loading page content…
47 live contracts · Updated daily · Contracts Finder + Find a Tender Service
NICE is holding a virtual supplier event about its Access and Identity Management System (AIMS) on April 16th 2026, 11:30am to 1pm as part of procurement activities for a new 3-year contract (plus 2 x 12-month). This system provides secure authentication and authorisation for eligible NHS and wider health and social care staff seeking who want to digital knowledge resources purchased by national, regional and local health organisations. AIMS comprises two interdependent components delivered as a single, integrated service: (1) an Identity Provider (IdP) service, which isan “identify management” capability to manage user identification and authentication; and (2) a Federated Access Management service, which is a “publisher federation” capability to manage integration with publisher platforms and ensures users receive the correct access rights. Maintaining this integration is essential to guarantee continuity of access to evidence for the healthcare workforce and to uphold contractual obligations with publishers. At the event, NICE will describe the draft service requirements and hold a question-and-answer session. NICE will highlight the importance of the federation and federated access elements of the service that is used by content providers. The event will be an opportunity for NICE to gather feedback from suppliers about specific aspects of the proposed service and for suppliers to ask questions about and to better understand the service requirements. The draft timeline for the procurement is: ITT publication in June 2026, contract award in September 2026 and service start in May 2027. The provided specification is subject to change in response to feedback from the event. To express interest and participate in this supplier event, please register and apply via Atamis e-sourcing portal https://atamis-1928.my.site.com/s/Welcome To find this opportunity in the e-sourcing portal, select "Find Opportunities" and then search by project C429620 or title. Once you have found the Opportunity, press the 'Register Interest' button to register your interest. This will make the project to appear on 'My proposals and quotes'. From there you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunity. Should suppliers have any queries, or having problems using the portal, please contact Atamis Helpdesk at: Phone: +448000988201 E-mail: support-health@atamis.co.uk
£825,000
Contract value
NICE is holding a virtual supplier event about its Access and Identity Management System (AIMS) on April 16th 2026 as part of procurement activities for a new 3-year contract (plus 2 x 12-month). This system provides secure authentication and authorisation for eligible NHS and wider health and social care staff seeking who want to digital knowledge resources purchased by national, regional and local health organisations. AIMS comprises two interdependent components delivered as a single, integrated service: (1) an Identity Provider (IdP) service, which isan “identify management” capability to manage user identification and authentication; and (2) a Federated Access Management service, which is a “publisher federation” capability to manage integration with publisher platforms and ensures users receive the correct access rights. Maintaining this integration is essential to guarantee continuity of access to evidence for the healthcare workforce and to uphold contractual obligations with publishers. At the event, NICE will describe the draft service requirements and hold a question-and-answer session. NICE will highlight the importance of the federation and federated access elements of the service that is used by content providers. The event will be an opportunity for NICE to gather feedback from suppliers about specific aspects of the proposed service and for suppliers to ask questions about and to better understand the service requirements. The draft timeline for the procurement is: ITT publication in June 2026, contract award in September 2026 and service start in May 2027. The provided specification is subject to change in response to feedback from the event. To express interest and participate in this supplier event, please register and apply via Atamis e-sourcing portal https://atamis-1928.my.site.com/s/Welcome To find this opportunity in the e-sourcing portal, select "Find Opportunities" and then search by project C429620 or title. Once you have found the Opportunity, press the 'Register Interest' button to register your interest. This will make the project to appear on 'My proposals and quotes'. From there you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunity. Should suppliers have any queries, or having problems using the portal, please contact Atamis Helpdesk at: Phone: +448000988201 E-mail: support-health@atamis.co.uk
£825,000
Contract value
In line with the Government’s 10 Year Health Plan for England, the Department of Health and Social Care (DHSC), working with NHS England, is exploring outcomes‑based approaches that enable new partnerships to address health‑related economic inactivity and support sustained employment for people with health conditions. This early market engagement seeks to gather views from potential investors and service providers on the feasibility, attractiveness, and design of proposed Health and Growth outcomes‑based contracts, ahead of any potential future formal market activity.
Value undisclosed
Internal courier services for mail, pathology, equipment and other ad hoc items of both scheduled and unscheduled requirements, across Norfolk, Suffolk and Cambridgeshire. Keeping the courier transport service as a single, non-regional requirement reflects the way the participating Trusts operate across a wide and overlapping geographic footprint. If the service were divided into regional lots, items routinely crossing regional boundaries would require additional handovers between providers, introducing extra cost, delay, and operational risk, as well as duplicating vehicles and mileage. A single service model instead enables suppliers to design efficient, mixed-Trust routes that better reflect real demand, reduce “empty running”, and optimise fleet utilisation. This approach supports improved value for money for the NHS while also helping to deliver sustainability benefits through fewer journeys and lower emissions, aligning with the NHS ambition to reach net zero carbon by 2040.
£13,000,000
Contract value
The requirement is for the provision of community based short-term residential stays, providing care for those in a mental health crisis, as an alternative to hospital admission and to provide care following hospital discharge.
£3,860,000
Contract value
IP Telephony - this is a duplicate notice and bids are not required. The original tender notice was under reference 2025/S 000-081298
£1,900,000
Contract value
IP Telephony - this is a duplicate notice and bids are not required. The original tender notice was under reference 2025/S 000-081298
£1,900,000
Contract value
NHS Business Services Authority is seeking to procure a framework for the provision of Financial Assurance to support, both in the delivery of major Transformation programmes and projects and the on-going development of the Commercial and Finance business functions. This requirement is to provide specialist advice, assurance and support to the strategic delivery of large-scale and complex procurement and sourcing programmes which are aligned to critical national infrastructure and to the on-going delivery and future transformation of high-profile NHS administration services, while also raising the skills and expertise of the inhouse teams.
£20,000,000
Contract value
The Authority would like to engage with potential providers to explore the delivery of Pharmacy Services across Physical Health for Gloucestershire Health and Care NHS Foundation Trust. The Trust provides a broad range of Physical Health Services across all age groups. These services include inpatient care, minor injuries management, and a wide spectrum of specialist community services. Many of these are delivered through 6 community hospitals; however, care is also offered within other community venues where this may be more convenient and accessible to patients. Wherever possible, the Trust prioritises supporting people within their own homes or as close to home as feasible, ensuring care is delivered in the most patient-centred manner. This Pre-Market Engagement aims to understand the market’s capacity, capability, and interest in providing these services. We are looking to learn more about what potential providers can offer and to shape our thinking before making any decisions about the future service model. The feedback received will help the Authority decide on the best way forward, including whether there is sufficient market interest. In the absence of responses, we may reasonably conclude that there is limited provider capability or appetite for this opportunity. This is an opportunity for potential providers to share their views and experience to help us plan effectively for the provision of these services, by responding to the pre-market engagement questionnaire. The Trust will contact all suppliers who participated once the pre‑market engagement has closed, to arrange a supplier feedback meeting. We expect these meetings to take place before 1 May 2026. Although this Preliminary Market Engagement Notice has been issued under the Procurement Act 2023, this does not represent a commitment that any subsequent procurement process, should one be undertaken, will necessarily be governed and conducted under the provisions of the Procurement Act 2023 (including the Light Touch Regime).
£48,000,000
Contract value
The UK Health Security Agency (UKHSA) is looking to gather information on diagnostics currently available on the UK market to test for Neisseria meningitidis and/or Neisseria meningitidis Serogroup B specifically. This is not a call for competition, but a market research activity aimed at gathering insights from suppliers to understand the current supplier landscape and market capabilities. Interested suppliers are invited to complete the Microsoft form, included in the documentation available via Atamis eSourcing portal, no later than 11:59 21/04/2026. Full details are included in the Preliminary Market Engagement Notice and questionnaire on the Portal https://atamis-1928.my.site.com/s/Welcome
Value undisclosed
PHW are scoping the outsourcing of logistics solutions for mobile units for the Lung Cancer Screening Programme and the Breast Test Wales Programme. This includes identification of potential sites, assessment of potential sites for suitability and booking of sites to align with the requirements of the programme. Full details of this Pre Market Engagement exercise are available upon request. The document must be requested by emailing Alexandra.Woodward@wales.nhs.uk. The email subject must state "OUTSOURCED LOGISTICS FOR SCAN SITES FOR NHS WALES SCREENING PROGRAMMES". Interested suppliers are encouraged to request the documents as soon as possible.Interested parties must request, complete and return the documents Alexandra.Woodward@wales.nhs.uk by 5pm on 21st April 2026. N.B.1. No estimated costs for the requirement are available at this stage. N.B.2. The estimated contract dates reflect the anticipated live programme date for Lung Screening.
£1
Contract value
PHW are scoping mobile unit and generator haulage for the Lung Cancer Screening Programme and the Breast Test Wales Programme. This includes identification of potential sites, assessment of potential sites for suitability and booking of sites to align with the requirements of the programme. Full details of this Pre Market Engagement exercise are available upon request. The document must be requested by emailing Alexandra.Woodward@wales.nhs.uk. The email subject must state "MOBILE AND GENERATOR HAULAGE FOR NHS WALES SCREENING PROGRAMMES". Interested suppliers are encouraged to request the documents as soon as possible. Interested parties must request, complete, and return the documents Alexandra.Woodward@wales.nhs.uk by 5pm on 21st April 2026. N.B.1. No estimated costs for the requirement are available at this stage. N.B.2. The estimated contract dates reflect the anticipated live programme date for Lung Screening.
£1
Contract value
The UK Health Security Agency (UKHSA) is looking to gather information on diagnostics currently available on the UK market to test for Neisseria meningitidis and/or Neisseria meningitidis Serogroup B specifically. This is not a call for competition, but a market research activity aimed at gathering insights from suppliers to understand the current supplier landscape and market capabilities. Interested suppliers are invited to complete the Microsoft form, included in the notice, no later than 11:59 21/04/2026. Full details are included in the Preliminary Market Engagement Notice and questionnaire https://atamis-1928.my.salesforce.com/sfc/servlet.shepherd/document/download/069Pz00000qn8wIIAQ?.
Value undisclosed
To support the renewal of England’s women’s health strategy in the coming months, the Department of Health and Social Care (DHSC) is exploring collaboration opportunities with stakeholders from the voluntary, community and social enterprise (VCSE) and private sectors interested in supporting the improvement of women’s health outcomes. The renewed women's health strategy will set out the government’s ambitions for women’s health in the context of the 10 Year Health Plan and focus on the key themes of women being listened to and getting the care they need, women being supported to make reproductive choices, and women being empowered and supported to prevent future ill health. The forthcoming renewed women's health strategy will build on the core objectives of the existing Women's health strategy https://www.gov.uk/government/publications/womens-health-strategy-for-england/womens-health-strategy-for-england and the 10 Year Health Plan for England https://www.gov.uk/government/publications/10-year-health-plan-for-england-fit-for-the-future and both should be used as a framework for this exercise. We are asking interested parties to complete a questionnaire detailing their proposal at this link: https://forms.office.com/e/Rxbv8jvT1t The questionnaire will close for responses at 12:0pm on 22nd of April 2026. Further guidance on how to complete the questionnaire can be found at the following link: https://atamis-1928.my.salesforce.com/sfc/p/0O000000rwim/a/Pz00000IaOZK/G0YmgVuobfYOa6XQ9fi1Az3mJA_kfBnqq7DoCPxAWL4 DHSC is specifically looking at collaborating on a “value in kind” basis and we are especially interested in hearing about planned or ongoing initiatives focusing on addressing health inequalities for women which could include: • Health literacy, • Prevention and barriers to women’s access to appropriate health provision, • Engagement and/or positive experience with the health system, and • Securing funding for these.
Value undisclosed
DHSC are seeking to procure specialist support at a national level for two cohorts of up to 25 candidates or up to 50 candidates over the three years of the programme, each working towards specialist registration by portfolio assessment (SRbPA) for public health. The core aims of the programme should be to: a. increase equity of access across England to pre-application and portfolio writing support; b. increase the number of successful pre applications and specialist registrations; c. and provide suitable candidates with support around the process of SRbPA.
£151,000
Contract value
As part of the continuous review of Approved Document B (ADB) the relevant stakeholder workshops, a Call for Evidence, and advice from the Building Advisory Committee (BAC) highlighted the need for research into the area of "Smoke Control in Blocks of Flats". The research is aimed to review whether the provisions in ADB relating to smoke control in blocks of flats are fit for purpose and effective in meeting the minimum requirements under Schedule 1, Part B1 of the Building Regulations 2010.
£300,000
Contract value
The Business Services Organisation (BSO) Procurement and Logistics Service (PaLS), on behalf of the Belfast Health and Social Care Trust (BHSCT) within Northern Ireland, wish to invite tenders for the Supply and delivery of Genotype Testing for Mycobacterium. Specifically, the department seeks an automated molecular process for identifying cultured mycobacterium species from positive cultures. The solution must provide an end to end service from sample reception to final identification featuring automated results analysis, digital result storage, and supporting software. It must also include all necessary reagents, consumables, training, and equipment maintenance.
£366,587.61
Contract value
The Urine Managed Service Contract covers processing of urine samples for Microscopy and positive culture set up. The refresh of the current contract aims to provide the same current service level as a minimum, however, to further improve workflow, the refresh is looking to explore and adopt technology advances. It is proposed the refresh includes automated culture readers and Antimicrobial Susceptibility reading embracing solutions available on the market that utilise AI, to improve patient outcomes and efficiency.
£1,112,170
Contract value
Title: Market Engagement - Learning Disability Provision in the Residential, Nursing and Supported Living Sector - South Eastern Trust in Northern Ireland Recent changes regarding capacity provision for Learning Disability placements in residential, nursing and supported living environments in the South Eastern Trust has resulted in pressures being placed on Trust services. As a result the South Eastern Health and Social Care Trust are developing plans for the future of this provision across our Trust area and would like to talk to Learning Disability providers within the Northern Ireland market and potential new providers to the Northern Ireland market, to assist the Trust in developing future service provision. The purpose of this Market Engagement is to gauge market interest, invite discussion on how best to develop these services including innovative approaches that could be taken. If your organisation is interested, please email your expression of interest to domcare.contracts@setrust.hscni.net before 3pm on Friday 24th April 2026 and include the following: 1. Organisation Name; 2. Organisation Web address; 3. Brief description of services you currently provide including where these services are delivered; 4. Name, title and contact details for Organisation representatives that will attend discussions with the Trust (max 2 representatives). Please include above title in your response. Meetings with interested providers will be arranged for 30th April 2026 in the Trust area, alternatively conference calls can be arranged. Please indicate whether a meeting or conference call is preferable. Details of the venue, time of the meeting or call will be confirmed by return email. See www.southeasterntrust.hscni.net for further details regarding the Trust. Note - this is not a Call for Tender and there is no guarantee a procurement process will be run. Any interest shown does not constitute a commitment to participate in a procurement exercise. Failure to show interest does not restrict providers from participating in any future procurement exercise.
Value undisclosed
The contract will initially be delivered for NHS-funded care in England for a period of 3 years, at a maximum total budget of up to £1,300,320 including VAT, £1,083,600 excluding VAT. Bids exceeding this limit may be rejected. There is the potential to extend this contract for up to 24 months via either a funded extension or the method stated in section 4.2 of Annex A. All pricing submissions must be in regard to this 'core' value, and not inclusive of any extension costs or aspirational intent costs, i.e. Please only submit a cost schedule up to the maximum core value of £1,300,320 including VAT, £1,083,600 excluding VAT. The maximum budget ‘core’ value of £1,300,320 including VAT, £1,083,600 excluding VAT excludes the potential two year extension and aspirational intent as described in section 14.4 of Annex A - Service Specification. Please note, there is no commitment by the Authority at this stage to include any aspirational intent measures. Taking the total of this aspirational intent into account, as well as the possibility that a contract extension may be offered for an additional two years, the potential ceiling value is £10,800,808 GBP including VAT, £8,640,646.40 excluding VAT. The registry should aim to address, where possible and as a priority, the recommendations and requirements of the NICE early evaluation assessment (EVA) and is expected to support the acquisition of relevant metrics. NICE EVA orthopaedics - https://www.nice.org.uk/guidance/htg743/resources/evidence-generation-plan-for-robotassisted-surgery-for-orthopaedic-procedures-15306435181/chapter/1-Purpose-of-this-document and NICE EVA soft tissue - https://www.nice.org.uk/guidance/htg742 The registry will continue to evolve in line with the uptake of robotic surgery working with Medicines and Healthcare products Regulatory Agency (MHRA), NHSE, National Equipment Tracking and Information System (NETIS) and NICE to ensure evidence generation, availability of data for analysis to highlight variations in care and poor outcomes including health inequities The aims of the national robotically assisted surgical registry are to: •Improve patient safety by tracking short- and long-term results of robotically assisted surgery •Capture key quality metrics aligned with the requirements of the NICE EVA recommendations (see section 9.3) •Support the standardisation of practice •Identify variation in surgical outcomes across hospitals •Provide outcome evidence to inform clinical guidelines, commissioning, and regulatory decisions •Facilitate research and innovation conducted by others in robotic surgical technologies and techniques •Understand the current provision and the equity of access to help inform future strategic decisions. •Make available, near real time data for authorities to evaluate the effectiveness of robotically assisted surgery compared with conventional techniques •Maintain close alignment with relevant NICE national guidance and quality standards throughout the establishment of the registry (see section 9.1 and appendix 1) •Provide timely and high-quality data analysis that compares providers of healthcare •Be clinically led •Link data where feasible and of value at an individual patient level to other relevant national datasets either from the outset or in the future, and plan for these linkages from the inception of the contract •Use robust methodological and statistical techniques (see section 6.2.2) •Provide outputs tailored to a variety of different audiences Provide results in a timely, accessible and meaningful manner minimising the reporting delay and providing continual access to each stakeholder for their own data •Develop and maintain strong engagement with local clinicians, networks, commissioners, patients and their families and carers and charity and community support groups to drive improvements in services The project requirements are*: •A registry that captures prospective key data about robotically assisted surgery. This registry should be delivered by 2029 therefore, before the end of year three of the contract •The provision of information to address, where possible, the evidence gaps highlighted by the NICE medical technologies advisory committee concerning promising health technologies that have the potential to address national unmet need (see: Committee discussion) •To, during the first three years, design a self-sustaining style funding model. The funder and commissioner should be involved in all discussions with final sign-off approval. It is anticipated that at the end of the 3-year contract term the funding should switch from a publicly funded to a self-sustaining funding model. Given the pump priming publicly funded start up to this project, the expectation is that the current funders will be involved at all stages of the self-sustaining future model and be integrally involved as a primary stakeholder in the governance and oversight •With the set up and implementation of a self-sustaining financial model, the registry should consider a mechanism to enable the flow of data to robotic manufacturers named in the NICE EVA (or other safety programmes) and who contribute to the funding of the registry when the self-sustaining model is developed. Information for manufacturers may potentially include data for product and system improvement, safety and post-market surveillance, benchmarking and performance feedback, value demonstration, collaborative research and development. The supplier should avoid providing information to manufacturers that supports commercial messaging or market advantage and be confined to information relating to service user outcomes •That the registry’s design and governance arrangements consider the remit and existing data holdings of other similar registries and data collections, ensuring interoperability where appropriate and avoiding duplication of data collection, analytical outputs, or reporting functions •At the conclusion of the three-year contract term, the strategic intention is for the registry to mature into a continuous, prospective data collection underpinned by a sustainable, self- funding model. This transition must not dilute or displace the required system-level oversight. HQIP and NHSE will therefore remain central and non-negotiable partners within the governance framework for the registry throughout the contract and into any subsequent phase •The supplier will be required, to commit to this governance structure, including the roles of HQIP and NHSE, and to demonstrate how their proposed operating model will support effective accountability, assurance and long-term sustainability •The development of this registry including data platforms and tools within this contract are initially a proof of concept and future delivery arrangements are currently unknown. If a self-funding model is agreed and developed as defined in this section (3.2), it will form part of the contractual deliverable requirements, specifically adhering to clause 20, intellectual property, of the terms and conditions. Migration to a definitive platform under future commissioning arrangements may be necessary and the future portability of a technical solution must be considered and be freely available to transition between any outgoing and incoming providers, along with all other foreground IPR rights contained within clause 20 of the terms and conditions •There may be a clinical need to evolve and expand the metrics to capture additional metrics outside of the NICE EVA requirements. The supplier will need to closely collaborate with NICE to consider changes to metrics and mutually agreeable metric modifications. •The registry will continue to evolve in line with the uptake of robotic surgery working with MHRA, NHSE, NETIS and NICE to ensure evidence generation, availability of data for analysis to highlight variations in care and poor outcomes including health inequities *Please refer to section 13.2 for further potential additional requirements for this contract.
£8,640,646.4
Contract value
Showing 1–20 of 47 contracts