Loading page content…
Loading page content…
47 live contracts · Updated daily · Contracts Finder + Find a Tender Service
The Urine Managed service contract covers automated processing of urine samples for Microscopy which screens out negative flagged samples and selects positive flagged samples that require culture set up. Public Health Wales Infection service provides an automated urine Microscopy service for approximately 400,000 urine samples per annum at 5 sites in Wales: - - Glan Clwyd, Rhyl - Bronglias, Aberystwyth - Glan Gwili, Carmarthen - Singleton, Swansea - University Hospital of Wales
£1,112,170
Contract value
Provision of an EBME Maintenance Repair and Associated Management Service. Contract to cover the following geographical areas for Black Country Healthcare NHS Foundation Trust: Dudley, Sandwell, Walsall and Wolverhampton.
Value undisclosed
The Department of Health and Social Care (DHSC) is seeking to commission an external partner to provide emotional and psychological support to affected to the affected families by the Maternity Neonatal Investigation Leeds. The appointed supplier shall provide initially emotional and psychological support to all families whose cases are being reviewed as part of the Leeds inquiry. It is desirable that the appointed supplier possesses proven expertise in supporting individuals and families affected by birth, pregnancy and bereavement issues. This contract may be expanded to include support for additional inquiries or investigations, as determined by the Department of Health and Social Care during the contract period. The fully managed emotional and psychological support service shall include, but not be limited to, the following: A first point of contact for any trauma-related and psychological concerns, queries, or request for support by the inquiry team, including attending meetings. Emotional support (individual or group sessions) to offer remote and in-person support, guidance, and emotional containment for individuals involved in inquiry activities. Psychological support/specialist psychological support. This may include: An assessment of individuals’ needs and risks Support and assistance with navigating options, including available interventions and therapies, and/or referrals to external services and support in accessing local resource networks Evidence-based counselling and psychological therapies (such as EMDR and CBT) Contract term: 12 months with the option to extend for further period or periods up to 24 months. Estimated contract value: £500,000 per annum excluding of VAT. For 3 years £1,500,000 excluding VAT (£1,800,000 including VAT). with an additional option to cover further inquiries or investigations that may be required during the contract period, up to an extra £500,000 (also excluding VAT). Total Value £2,000,000 excluding VAT, £2,400,000 inclusive of VAT.
£2,000,000
Contract value
The project encompasses the transformation of a currently vacant floor into purpose-built clinical consultation rooms and associated office space.
Value undisclosed
The intention of this Framework Agreement is to allow the Authority to access the services of farm labour resource and/or specialised equipment to assist in the removal of carcases following a disease outbreak. To note that this requirement could be for any species of animal following disease confirmation and culling, but as an example these Services could follow Whole House Gassing (WHG) of poultry. The Framework Provider(s) shall provide a team of Staff as required and agreed by the Authority, to an Infected Premises (IP) to remove carcases and load them into a bulker for disposal. Other services may include, but are not limited to Preliminary Cleansing and Disinfection, but under the direction of an Authority representative, usually the Authority Case Officer.
£30,000,000
Contract value
The intention of this Framework Agreement is to allow the Authority to access the services of farm labour resource and/or specialised equipment to assist in the removal of carcases following a disease outbreak. To note that this requirement could be for any species of animal following disease confirmation and culling, but as an example these Services could follow Whole House Gassing (WHG) of poultry. The Framework Provider(s) shall provide a team of Staff as required and agreed by the Authority, to an Infected Premises (IP) to remove carcases and load them into a bulker for disposal. Other services may include, but are not limited to Preliminary Cleansing and Disinfection, but under the direction of an Authority representative, usually the Authority Case Officer.
£30,000,000
Contract value
Virtual wards allow patients of all ages to safely and conveniently receive acute care at their usual place of residence, including care homes.
£200,000
Contract value
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 £2,832,765.70 GBP including VAT, £2,360,638.08 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years at a potential value of £944,256 per year including VAT, £786,880 per year excluding VAT. 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 £2,832,765.70 GBP including VAT, £2,360,638.08 GBP excluding VAT. The maximum budget ‘core’ value is £2,832,765.70 GBP including VAT, £2,360,638.08 GBP excluding VAT excludes the potential two year extension and aspirational intent as described in section 14 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 £11,874,282 GBP including VAT. There is also a potential that the contract price will be subject to discretionary inflationary uplift. The role of a national clinical audit is to stimulate healthcare quality improvement through the provision of high-quality information on the organisation, delivery and outcomes of healthcare, together with tools and support to enable healthcare providers and other audiences to make best use of this information. Outcomes are benchmarked against available national guidance and standards e.g. quality standards from the National Institute for Health and Care Excellence (NICE), and those from other established professional and patient sources. Successful national audits are those where the individuals who are engaging with and using the audit results are also in a position to improve the system, and where there is a shared understanding of what good care looks like. National clinical audits are expected to: a.Develop a robust, high-quality audit designed around key quality metrics likely to best support local and national healthcare quality improvement b.Detect, describe and help reduce unwarranted clinical variation by systematically benchmarking performance, identifying outliers, and supporting services to understand variation in outcomes, processes and experience c.Achieve, articulate and maintain close alignment with relevant NICE national guidance and quality standards throughout the audit, as appropriate d.Enable healthcare quality improvement through the provision of timely, high-quality data that compares providers of healthcare, and comprises an integrated mixture of named Trust or Health board, Integrated Care System (ICS), commissioner, multidisciplinary team (MDT), possibly consultant or clinical team level and other levels of reporting e.Engage patients, carers and the public in a meaningful way, achieving a strong patient voice which informs and contributes to the design, functioning, outputs and direction of the audit f.Consider the value and feasibility of linking data 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 g.Ensure robust methodological and statistical input at all stages of the audit h.Identify from the outset the full range of audiences for the reports and other audit outputs, and plan and tailor them accordingly i.Provide audit results in a timely, accessible and meaningful manner to support healthcare quality improvement, minimising the reporting delay and providing continual access to each unit for their own data j.Utilise strong and effective project and programme management to deliver audit outputs on time and within budget k.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 At the time of writing the specification, requirements include (but please also refer to the potential future aspirational intent section of Annex A - Service Specification): •A continuation of key existing elements of the NPCCA together with an expansion of workstreams to cover additional services and aspects of care delivery •Continued collection and reporting of information on care delivery in Level 3 PCC services and PCC transport services (continuous audit). As a guide, this will need to be broadly aligned with the current delivery and include ongoing provision of data to NHS England for commissioning purposes •Expansion of services covered, to include Level 2 PCC services and ECMO services (continuous audit). As a guide, this will need to be broadly aligned with the current delivery for Level 3 PCC services •Development and delivery of quality methods for capturing the experiences of patients and carers, including the provision of psychological support (this is to be developed by the supplier during the first year, with approval by HQIP and funder). As a guide, the methods might include but are not limited to: patient/carer surveys; organisational audit questions covering aspects of patient/carer experience; and clinical audit questions about whether delivery of care included carers as partners. The development should include co-production with carer and patient representatives (such as charities and family support groups). The supplier will be expected to investigate previously established methods of capturing carer experience as part of the development. As the development will happen during the contract, the tender response does not need to contain specifics, but bidders should provide a broad outline of their ambitions for this aspect (e.g. an expectation to deliver one or multiple methods; frequency of delivery (for each method); scale of delivery (for each method)) •Development and delivery of methods for capturing aspects of service organisation, to include staffing (this is to be developed by the supplier during the first year, either combined with or separate from the development of methods for capturing experience, with approval by HQIP and funder). As a guide, the methods might include but are not limited to: staffing survey(s); organisational I[audit(s). If an organisational audit is chosen, this can be used to cover patient and carer experience too, if deemed appropriate. There have been previous staffing surveys, either as part of the NPCCA or separately funded, and consideration should be given to whether the collection of the same dataset would prove useful and efficient. The minimum requirement is for one method to be delivered once in the three-year contract. Bidders should provide an outline of their ambitions for this aspect (e.g. an expectation to deliver one or multiple methods; frequency of delivery (for each method); scale of delivery (for each method)) •A thematic focus (one during the three-year contract) on a particular aspect of care delivery, chosen from the following topics: oadolescent access; otransport refusals; otransition to tertiary specialists; otransitions from Neonatal Intensive Care Unit (NICU) to PICU (including delays); otransitions from PICU to Adult Intensive Care Unit (AICU); ovariation in length of stay; oventilator weaning practices; odischarge delays; olong-term ventilation (LTV) pathway; ovaccine preventable disease This is to be developed by the supplier during the first year, with approval by HQIP and funder. Bidders should give information on how they will approach choosing the focus area •Where relevant, data linkage with other programmes (including within NCAPOP) may be required
£9,499,425.6
Contract value
Barts Health are seeking virtual wards software to allow patients of all ages to safely and conveniently receive acute care at their usual place of residence, including care homes. Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
£250,000
Contract value
Healthcare Waste Collection, Treatment and Disposal Service for Newcastle Hospitals NHS Foundation Trust, South Tyneside and Sunderland NHS Foundation Trust, Synchronicity Care Ltd and QE Facilities Management Ltd. Lot 1: Hazardous healthcare wastes requiring treatment prior to disposal (AT) or High Temperature Incineration (HTI) Lot 2: Non-Hazardous healthcare waste (appropriate for e.g. municipal waste to energy disposal) – Moved in bulk containers (enclosed skips or soft compaction)
£4,500,000
Contract value
The Business Services Organisation (BSO) Procurement and Logistics Service (PaLS), on behalf of the Northern Ireland Public Health Laboratory (NIPHL) which is part of the Belfast Health and Social Care Trust (BHSCT) within the Health and Social Care Northern Ireland (HSCNI), wish to invite tenders for the supply of a Microbiology Membrane Filtration System. This consists of a single use (ready-to-use) sterile funnel, incorporating a filter. These filters are used to filter 100ml of water using a vacuum pump to capture bacteria on the membrane and then the filter is placed onto agar plates where any bacteria present on the filter will grow.
£288,372.81
Contract value
The Authority is seeking a managed service provider to deliver outpatient pharmacy services at Barts Health NHS Trust.
£6,000,000
Contract value
The Authority is seeking a managed service provider to deliver outpatient pharmacy services at Barts Health NHS Trust. Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
£6,000,000
Contract value
Avon & Wiltshire Partnership Mental Health Trust is exploring options to purchase 6-8tier 4 beds for CAMHS, preferably in or near the South West region to cover the location of {Bristol, North Somerset, and South Gloucestershire}. To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA17252. Not registered: Visit https://suppliers.multiquote.com then register and quote CA17252 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.
Value undisclosed
The key services being sought are in relation to Fire Damper Maintenance are routine maintenance and servicing works. The Fire Damper Maintenance Contractor will be expected to carry out Fire Damper Maintenance works on a variety of differing types of fire damper in sites across Dumfries and Galloway.
£150,000
Contract value
The Contracting Authority is seeking to procure a fully managed adult in‑unit haemodialysis service across the South East Wales region. The service forms part of the Welsh Kidney Network’s commissioned Kidney Replacement Therapy services and supports adults with End Stage Kidney Disease who require unit‑based haemodialysis treatment. Unit haemodialysis services are delivered through a long‑established hub and satellite model, with clinical hub services provided from NHS kidney centres and satellite dialysis units located in community‑based settings. This model has operated successfully in South East Wales for over 15 years and enables patients to access dialysis treatment closer to home. The current service operates across six haemodialysis units located at: Cardiff North Cardiff South Pontypool Newport Llantrisant Merthyr Tydfil Across the region, the service provides capacity for up to 596 in‑unit haemodialysis patients. The scope of the contract includes the provision, operation and maintenance of dialysis facilities and estates, haemodialysis equipment, consumables and the haemodialysis workforce (excluding consultant medical staff). The successful bidder will be required to deliver a safe, resilient and patient‑centred service, maintain sufficient capacity to meet current demand, and enable patients to access dialysis treatment as close to home as reasonably possible. The service must also be capable of flexing capacity over the life of the contract to respond to changes in patient demand and support wider strategic objectives, including home dialysis and transplant‑first approaches. Contract performance will be managed through agreed governance arrangements, key performance indicators and reporting requirements. The proposed contract will be awarded for an initial term of seven (7) years, with the option to extend for up to a further three (3) years at the sole discretion of the Contracting Authority. Mobilisation of the new service is expected to align with the expiry of the current arrangements in July 2027.
£130,000,000
Contract value
Kent Community Health NHS Foundation Trust invites tenders for Lot 1 Distribution Board replacement works at Tonbridge Hospital and Lot 2 Distribution Board replacement works at Victoria & Walmer Memorial Hospital, Deal. Mandatory Requirements:- Bidders must hold Constructionline Silver Level accreditation with “verified” status and no outstanding Health & Safety actions, or an equivalent accreditation demonstrating the same standards. Installers must be BS7671 IET 18th Edition certified. Contract Type: This project is tendered in accordance with the principles of JCT Tendering 2017 with Alternative 1 being dominant when dealing with arithmetical errors. Access to documentation:- Full details are available on the Health Family Atamis Portal under Project Reference: C432846 If you are not registered on Atamis, please do so via:- https://atamis-1928.my.site.com/s/Welcome Site Visits will be held on:- Lot 1 Tonbridge Hospital – 13 May 2026 – 10.00, 11.30 & 13.00 Lot 1 Tonbridge Hospital – 14 May 2026 – 10.00, 11.30 & 13.00 Lot 2 Victoria & Walmer Memorial Hospital, Deal - 19 May 2026 - 10.00, 11.30 & 13.00 Lot 2 Victoria & Walmer Memorial Hospital, Deal - 20 May 2026 - 10.00, 11.30 & 13.00 Please email your preferred date and time via the Atamis portal. Slots will be allocated on a first-come, first-served basis. Note: Maximum two attendees per company. Names must be provided when requesting your slot. Please send your requests via the messaging system on the Atamis Portal. Programme:- Works are anticipated to start in mid July 2026. Suppliers can bid for either Lot or both Lots. Please note that the estimated overall contract value is £325,000 ex VAT (Lot 1 approx £150,000 and Lot 2 Approx £175,000)
£325,000
Contract value
The purpose of this PIN is to inform market operators of a potential future exercise to procure services supporting the marketing and communications for a new nationwide programme to increase physical activity and reduce inactivity. Health Innovation North East and North Cumbria (HI NENC) is commissioning an agency partner to design and deliver the marketing, PR, and communications strategy for a national behaviour change programme designed to increase physical activity and reduce inactivity across England. The Programme responds directly to the Government's 10 Year Health Plan commitment to motivate millions to walk - and where possible run - regularly. Sir Brendan Foster has convened expert partners to support this. The Programme aims to reframe movement as personal, cumulative and achievable through the core proposition: The Programme is not a traditional sports campaign. It is a long-term national behaviour change movement designed to: - • Increase movement among inactive adults • Address health inequalities • Build a recognisable, inclusive national movement brand • Enable sustainable habit formation through digital tools and rewards • Advertising - including advertising investment to launch and sustain the campaign within the first year. The associated marketing campaign must inspire participation at scale, whilst remaining grounded in behavioural science and public health evidence. The appointed agency will be responsible for developing and delivering a full set of campaign materials, frameworks, strategies, activation plans, toolkits, digital assets, evaluation reports, and all content needed to deliver the programme end to end. This must be aligned to the overall narrative framework. This will include planning major PR and press moments, building momentum towards launch dates and engaging with key stakeholders to strengthen partnerships. Additional information: HI NENC would like to invite potential providers of Marketing and Communications services to apply to our Dynamic Purchasing System (DPS) DN670401 as a supplier. You can do this by following this link: procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=c1881153-e6f3-ed11-8122-005056b64545 This opportunity will be developed as a further competition under Lot 5 of our DPS. You should therefore ensure you apply to Lot 5 to be able to bid to provide this service. You are also welcome to apply for any other Lots on our DPS that you feel are relevant to your organisation. We are expecting to put out the Invitation to Quote (ITQ) to our Lot 5 suppliers by the end of March 2026. This timeline is subject to change. Interested suppliers are advised to apply to the DPS promptly to ensure they have been accepted to the framework and receive the competition notification. Failure to be accepted to the framework ahead of the ITQ publication will mean that you will be unable to bid to supply. This notice is for information and engaging with the supply market only. It is not a binding statement of intent or call for competition. HI NENC reserves the right not to enter a formal process and not award a contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the service classification of this requirement from the list of CPV codes, is only indicative of the HI NENC's current thinking and is neither exhaustive nor binding. HI NENC reserves the right at its absolute discretion to amend it at the time of issue of any further notices or at any other time. HI NENC will not be liable for any bid cost, expenditure, work or effort incurred by a potential supplier in acting on the basis of this PIN
Value undisclosed
The purpose of this PIN is to inform market operators of a potential future exercise to procure services supporting the marketing and communications for a new nationwide programme to increase physical activity and reduce inactivity. Health Innovation North East and North Cumbria (HI NENC) is commissioning an agency partner to design and deliver the marketing, PR, and communications strategy for a national behaviour change programme designed to increase physical activity and reduce inactivity across England. The Programme responds directly to the Government's 10 Year Health Plan commitment to motivate millions to walk - and where possible run - regularly. Sir Brendan Foster has convened expert partners to support this. The Programme aims to reframe movement as personal, cumulative and achievable through the core proposition: The Programme is not a traditional sports campaign. It is a long-term national behaviour change movement designed to: - • Increase movement among inactive adults • Address health inequalities • Build a recognisable, inclusive national movement brand • Enable sustainable habit formation through digital tools and rewards • Advertising - including advertising investment to launch and sustain the campaign within the first year. The associated marketing campaign must inspire participation at scale, whilst remaining grounded in behavioural science and public health evidence. The appointed agency will be responsible for developing and delivering a full set of campaign materials, frameworks, strategies, activation plans, toolkits, digital assets, evaluation reports, and all content needed to deliver the programme end to end. This must be aligned to the overall narrative framework. This will include planning major PR and press moments, building momentum towards launch dates and engaging with key stakeholders to strengthen partnerships. Additional information: HI NENC would like to invite potential providers of Marketing and Communications services to apply to our Dynamic Purchasing System (DPS) DN670401 as a supplier. You can do this by following this link: procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=c1881153-e6f3-ed11-8122-005056b64545 This opportunity will be developed as a further competition under Lot 5 of our DPS. You should therefore ensure you apply to Lot 5 to be able to bid to provide this service. You are also welcome to apply for any other Lots on our DPS that you feel are relevant to your organisation. We are expecting to put out the Invitation to Quote (ITQ) to our Lot 5 suppliers by the end of March 2026. This timeline is subject to change. Interested suppliers are advised to apply to the DPS promptly to ensure they have been accepted to the framework and receive the competition notification. Failure to be accepted to the framework ahead of the ITQ publication will mean that you will be unable to bid to supply. This notice is for information and engaging with the supply market only. It is not a binding statement of intent or call for competition. HI NENC reserves the right not to enter a formal process and not award a contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the service classification of this requirement from the list of CPV codes, is only indicative of the HI NENC's current thinking and is neither exhaustive nor binding. HI NENC reserves the right at its absolute discretion to amend it at the time of issue of any further notices or at any other time. HI NENC will not be liable for any bid cost, expenditure, work or effort incurred by a potential supplier in acting on the basis of this PIN
Value undisclosed
The purpose of this PIN is to inform market operators of a potential future exercise to procure services supporting the marketing and communications for a new nationwide programme to increase physical activity and reduce inactivity. Health Innovation North East and North Cumbria (HI NENC) is commissioning an agency partner to design and deliver the marketing, PR, and communications strategy for a national behaviour change programme designed to increase physical activity and reduce inactivity across England. The Programme responds directly to the Government's 10 Year Health Plan commitment to motivate millions to walk - and where possible run - regularly. Sir Brendan Foster has convened expert partners to support this. The Programme aims to reframe movement as personal, cumulative and achievable through the core proposition: The Programme is not a traditional sports campaign. It is a long-term national behaviour change movement designed to: - • Increase movement among inactive adults • Address health inequalities • Build a recognisable, inclusive national movement brand • Enable sustainable habit formation through digital tools and rewards • Advertising - including advertising investment to launch and sustain the campaign within the first year. The associated marketing campaign must inspire participation at scale, whilst remaining grounded in behavioural science and public health evidence. The appointed agency will be responsible for developing and delivering a full set of campaign materials, frameworks, strategies, activation plans, toolkits, digital assets, evaluation reports, and all content needed to deliver the programme end to end. This must be aligned to the overall narrative framework. This will include planning major PR and press moments, building momentum towards launch dates and engaging with key stakeholders to strengthen partnerships. Additional information: HI NENC would like to invite potential providers of Marketing and Communications services to apply to our Dynamic Purchasing System (DPS) DN670401 as a supplier. You can do this by following this link: https://procontract.due-north.com/SupplierPostLoginHome/ActivityDashboard?projectId=c1881153-e6f3-ed11-8122-005056b64545&callingPage=Home This opportunity will be developed as a further competition under Lot 5 of our DPS. You should therefore ensure you apply to Lot 5 to be able to bid to provide this service. You are also welcome to apply for any other Lots on our DPS that you feel are relevant to your organisation. We are expecting to put out the Invitation to Quote (ITQ) to our Lot 5 suppliers by the end of March 2026. This timeline is subject to change. Interested suppliers are advised to apply to the DPS promptly to ensure they have been accepted to the framework and receive the competition notification. Failure to be accepted to the framework ahead of the ITQ publication will mean that you will be unable to bid to supply. This notice is for information and engaging with the supply market only. It is not a binding statement of intent or call for competition. HI NENC reserves the right not to enter a formal process and not award a contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the service classification of this requirement from the list of CPV codes, is only indicative of the HI NENC's current thinking and is neither exhaustive nor binding. HI NENC reserves the right at its absolute discretion to amend it at the time of issue of any further notices or at any other time. HI NENC will not be liable for any bid cost, expenditure, work or effort incurred by a potential supplier in acting on the basis of this PIN
Value undisclosed
Showing 21–40 of 47 contracts