The Food Standards Agency is looking to appoint 1 supplier to deliver a systematic literature review project on ’Bioavailability of Food Supplements’ on a contracted basis from June 2026 until March 2028.
Consumer use of food supplements has increased in recent years, accompanied by a growing trend for manufacturers to market novel formulations that claim enhanced oral bioavailability compared to conventional forms. These formulations include lipid-based systems such as liposomes, micelles, emulsions, and nanoparticles, as well as non-lipid approaches like particle size reduction through micronisation and co-formulation with polysaccharides. Although these products are often promoted as improving absorption, the supporting evidence remains limited and uncertain. This uncertainty is further increased by the vast variety of formulation types and the lack of data characterising their physicochemical properties. Consequently, the potential impact of these formulations on bioavailability and on toxicological risk, remains unclear and may pose concerns, particularly for under‑characterised active ingredients and vulnerable populations.
The Chemical Risk Assessment Unit (CRAU), through its risk assessments and engagement with other regulators, has identified emerging risks from food supplements intake and has sought advice from the Committee on Toxicity (COT) on several actives. The lack of information on how different formulations influence the toxicological profile of active substances remains a significant data gap in the risk assessment of food supplements. Addressing this gap is critical for ensuring robust risk assessments and informed policy decisions.
In their recent report on novel formulations designed to increase food supplement bioavailability, the COT recommended that novel formulations and their active agents should be assessed for toxicokinetics on a case by case basis, using model systems that account for species differences in metabolism (COT, 2025). The COT emphasised that the feeding state (fed versus fasted) is a key determinant of bioavailability and must be critically considered when comparing across formulations. Furthermore, the suitability of acceptable daily intakes (ADIs) and other health based guidance values (HBGVs) for unformulated food supplements should always be reviewed when applied to formulations designed to increase bioavailability, and approaches for relating HBGVs to differences in bioavailability should be assessed and applied on a case by case basis (COT, 2025).
The work proposed in the specification contributes to the FSA Corporate Priority EG1 – Risk Analysis informed by evidence and aligns with FSA Areas of Research Interest on novel approach methods to assess chemical hazards and impact on consumers.
North of England CPC (NOECPC), NHS London Procurement Partnership (LPP), East of England Collaborative Procurement Hub and NHS Commercial Solutions are inviting Suppliers the opportunity to provide NHS Trusts, Mental Health Trusts and ICBs with a fully compliant Pharmaceutical Services Framework Agreement for the delivery of patient care. <br/>The services, across the Lots, aims are;<br/>• To provide an Inpatient, Outpatient and Discharge Dispensing service which is safe and effective and conducted by certified suppliers. This could be on site(s) at a trust or via a remote hub.<br/>• To provide a Multi-compartment Compliance Aid (MCA) service to help and guide patients to take their medication on the correct day and time. <br/>• To effectively provide the delivery of stock pharmaceutical products to the Participating Authority in pre-assembled containers for defined ward locations, ready for onward internal delivery within the hospital. <br/>• Provide fully trained and competent staff to perform their duties in accordance with the specification requirements outlined below.<br/>• To provide the appropriate reporting of services needed to assist in the reporting to Commissioners, if appropriate.<br/><br/>This is to be achieved through:<br/><br/>Lot 1 : Remote Dispensing Services<br/>Lot 2 : On-site Dispensing Services<br/>Lot 3 : Dispensing of Medicine Compliance Aids<br/>Lot 4 : Ward Order Assembly Services<br/><br/>The framework will run for four years and is expected to commence in June 2026. Eligible contracting authorities are set out in this notice.
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")YorkshireWAC-562127
Via the use of a competitive flexible procedure, Lancashire Teaching Hospitals NHS Foundation Trust wish to enter contract with a suitably qualified provider(s) for the provision and rental of Bariatric Equipment.
Lancashire Teaching Hospitals NHS Foundation TrustNorth WestWAC-571717
This Request for Information (RFI) is issued on behalf of Mid and South Essex NHS Foundation Trust (MSEFT). Through this exercise, MSEFT aims to engage with the supplier market to gather insight, assess capacity and capability, explore commercial and delivery models, and help shape its future procurement strategy for a potential Managed Services programme.
The programme may span four key modalities:
• Endoscopy
• Radiology
• Cath Labs, Cardiothoracic and Vascular
• Theatres
MSEFT is seeking supplier perspectives on delivering outsourced models across the following areas:
Consumables and Non Pay Spend
• Gloves
• Syringes
• Dressings
• Surgical consumables
• Consignment stock
Inventory and Supply Chain Optimisation
• Stock management
• Just in time supply
• Waste reduction
• Catalogue management
• Logistics management
Capital Equipment and Managed Equipment Services
• Core equipment
• Imaging equipment
• Theatre equipment
• Maintenance
• Replacement planning
• Asset management
• Central Sterile Services Department (CSSD)
Facilities Management
• Hard FM
• Soft FM
• Strategic estates and infrastructure investment
Clinical Pathways and Service Redesign
• Theatre utilisation
• Length of stay optimisation
• Demand management
• Pathway standardisation
In addition, this structured RFI seeks input on:
• Market appetite
• Delivery capability
• Mobilisation capacity
• Commercial models (including IFRS16 considerations)
• Risk transfer
• KPIs and governance
• Innovation opportunities
• Baseline data requirements
• Potential procurement structures (single procurement, multi lot, or four separate procurements).
The feedback collected will inform the design of any future service model and associated procurement approach for MSEFT.
To express an interest in this project and access the RFI documentation and all other information concerning the RFI, please go to the Jaggaer website at: https://attain.ukp.app.jaggaer.com
Click on ‘Register here’ and follow the on-screen instructions.
Please note that expressions of interest will not be accepted by any means other than through the Jaggaer e-procurement portal.
The closing date for submitting completed RFIs is 12:0 noon on 17 April 2026.
Disclaimer:
This RFI is intended only to elicit information. Responders to this RFI should note that no concessions, contracts or other arrangements will be awarded pursuant to this RFI. Responding, or not responding, to this RFI will neither increase nor decrease any supplier’s chances of being awarded a contract from any subsequent Invitation to Tender process. MSEFT shall not be responsible for any costs or expenses incurred by respondents to this RFI in preparing and / or submitting such responses.
This notice does not constitute a call for competition. Participation is voluntary and does not affect eligibility to participate in any future procurement(s).
Following receipt and analysis of RFI responses, MSEFT may:
• Refine the scope and requirements
• Conduct additional engagement sessions
• Publish a Planned Procurement Notice
• Launch a formal competitive procurement(s).
Suppliers who participate in this RFI exercise will be notified through the portal of any subsequent notices.
This preliminary market engagement is undertaken in accordance with the Procurement Act 2023 and Procurement Regulations 2024.
Mid and South Essex NHS Foundation TrustWAC-574864
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.
Dorset HealthCare University NHS Foundation TrustWAC-578387
NHS North of England Commercial Procurement Collaborative (NOE CPC) is undertaking preliminary market engagement to inform the development of a replacement framework for its existing Laundry and Linen Services Total Solutions (NOE.0572) framework, serving the NHS and the wider public sector.
The new Framework will comprise a complete solution that caters for both inhouse and outsourced laundry and linen service models.
It will include a broad range of services including but not limited to General Patient Laundry and Linen Service (Hired and Trust Owned), CE Marked Barrier Theatre Textiles (Hired and Trust Owned), Managed Services, Consultancy/Training, Installation, Repairs and Maintenance of Laundry Equipment, Provision of Commercial Laundry Equipment (Purchase and Lease), Provision of Industrial Laundry Equipment (Purchase and Lease).
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")YorkshireWAC-574845
The purpose of this contract is to provide comprehensive make ready and transportation services for the Trust, involving vehicle preparation and cleaning service for Ambulances including monitoring and re-stocking medical equipment/consumables.
This service must ensure that all service vehicles within the scope of the specification are cleaned and equipped to the required standards, and within the agreed timescales/frequency.
Also providing C1 classified drivers to deliver transport solutions between Trust sites and service garages, to meet operational support requirements in an efficient manner ensuring adherence to safe and efficient delivery of services, supporting the roles of Fleet Maintenance, Operations and Make Ready.
Deviations from the specification may result in compromised delivery of the front-line service and therefore directly impact on patient care.
The contract will be for an initial 3-year period, with a potential two further 2-year extension opportunities.
The Trust will offer a site visit on 7th April 2026, for any bidders who didn't attend the pre-market engagement event held on 7th November 2025. This visit gives bidders the opportunity to see the make ready process at one of our centres. Potential bidders wishing to attend must confirm attendance via the messaging service on the E-Tendering Portal by 1st April 2026 - see Document 1 of the ITT Pack for further information.
The Trust wishes to extend the use of any resulting contract to Southern Ambulance Services Collaboration ("SASC") members. These Trusts shall contract directly with the successful Provider using the SBS Order Form. Further information on SASC described in Document 1 of the ITT Pack.
South East Coast Ambulance Service NHS Foundation TrustSouth EastWAC-573403
Cell cultivated products (CCPs) and alternative proteins produced by biomass or precision fermentation are an emergent food sector around the world. The FSA CCP Sandbox programme is a two-year programme designed to inform regulatory actions that strike the right balance between supporting innovation and ensuring consumers safety. CCPs claim to have benefits in protein quality, environmental impact, and improved animal welfare implications.
The FSA is seeking a supplier to deliver an allergenicity focussed literature review of CCPs under a 6-month contract. The work will investigate the knowledge gap in the allergenic risks of CCPs. An indicative budget of up to £40,000(excluding VAT) has been allocated to this project within the 2026/2027 financial year. Tenderers should ensure proposals remain within this budget envelope offer and demonstrate value for money.
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.
COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUSTNorth WestWAC-571972
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).
Gloucestershire Health and Care NHS Foundation TrustWAC-567979
This tender is for the partial demolition of a Service Wing at Hinchingbrooke Hospital that includes Reinforced Autoclaved Aerated Concrete (RAAC) panels.
The winning bidder will take ownership from RIBA stage 4 through to completion of work.
Initial works will include the validation of the RIBA3 designs to an agreed RIBA4 design. The works include the refurbishment of existing facilities to accommodate staff movement. Following the refurbishment the building will require demolition in accordance with the Trust phasing plan provided in the tender pack. A final element of the works will involve the construction of a new road to connect current roads.
All of the above works will take place in a live hospital environment.
This work sits within the enabling works for the Hinchingbrooke Hospital new build so it is vital that the programme dates are achieved as planned to avoid any delays to construction of the main build.
The approximate cost of the work is £10.6m inclusive of Fee's, equipment, trust direct costs, contingency, inflation + VAT. This is part of the NHS England New Hospitals Programme (NHP) so there will be a delay of 5 weeks between notification of outcome to bidders and commencement of contract due to sign off of the business case by NHP.
In accordance with PPN 03/24 the Trust is using the Common Assessment Standard as the supplier questionnaire.
Courtyard refurbishments in 2 lots. Lot 1 Scunthorpe, DN16 2JX, Lot 2 Rotherham. Apply for 1 lot or both.
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
Rotherham Doncaster and South Humber NHS Foundation TrustYorkshireWAC-577369
The Authority seeks to appoint a supply partner to provide a Contracts Management System to support its new hospital development programme. The new Hospital programme is known as Healthier Futures.
For more details information on the requirement please refer to the Scope of requirements document.
MID CHESHIRE HOSPITALS NHS FOUNDATION TRUSTNorth WestWAC-572531
Supply of Non-clinical consumables for use within various pathology disciplines, community settings and across primary care inclusive of forms, labels and packaging
East Suffolk and North Essex NHS Foundation TrustWAC-579977
Airedale NHS Foundation Trust ("the Trust") is progressing its Securing the Future (StF) programme, a Wave 1 scheme under the national New Hospital Programme (NHP).
This initiative represents a significant strategic opportunity to modernise the Trust's estate and transform clinical delivery models in line with the Hospital 2.0 design principles.
As an early pathfinder site, the Trust is positioned to influence and contribute to the development of future hospital standards and digitally enabled care environments.
As the programme moves into the next phase of design development, the Trust is undertaking structured early market engagement to explore how innovative digital technologies and integrated solutions can support the delivery of Hospital 2.0 objectives, notably the transition to single‑patient‑room models of care. The Trust is particularly interested in solutions that can address the following priority areas:
* Enhancing staff-patient communication:
enabling patients to communicate their needs effectively and enabling staff to manage and prioritise tasks efficiently and safely across single‑room environments.
* Supporting staff coordination across enlarged ward footprints: facilitating real‑time collaboration, communication, and staff location to improve workflow efficiency across expanded clinical areas.
* Strengthening patient and clinical safety:
enabling continuous or event‑based monitoring, improving response times and reducing unnecessary alarms, while mitigating the risk of alarm fatigue.
* Optimising patient flow and operational management: supporting end‑to‑end patient movement within the hospital and enabling effective coordination with community services to improve throughput and discharge efficiency.
To support this engagement, the Trust will host a virtual market engagement event at 10:30am on 23 April 2026. This session will outline the Trust's objectives, provide further context regarding the StF programme, and describe the thematic areas where market insight is sought.
The briefing will be delivered by the Securing the Future programme team.
Kindly be advised that, owing to anticipated attendance numbers, participation may be restricted to a maximum of two representatives per organisation.
Following the event, the Trust will invite participants to provide structured feedback to help inform its understanding of available technologies, market capability, potential operating models, and integration approaches. Information gathered will support the Trust's future strategic planning and may inform the development of any subsequent procurement approach.
Details of how to submit feedback will be provided during the event.
For the avoidance of doubt, this activity constitutes early market engagement only. It does not form part of any procurement process, does not commit the Trust to undertake a procurement exercise, and does not confer any advantage in relation to any future competition undertaken by the Trust under the Public Contracts Regulations 2015 or the Procurement Act 2023.
Original UK4 Tender Notice: UK-2584
The Social Impact Framework provides a route to market for public sector organisations to commission services that improve social outcomes and address health inequalities.
It supports the commissioning of services that influence the wider determinants of health - the social and environmental factors that affect people’s wellbeing, such as housing, employment, education, community support and access to services.
The framework enables NHS organisations, Integrated Care Boards, local authorities and other public sector partners to identify organisations delivering these services and procure them in a fair and transparent way.
Rather than running a full procurement process each time a service is required, public bodies can use the framework to access organisations that have already been assessed and approved.
The framework is now approaching its first reopening, which will provide an opportunity for additional organisations to apply to join the framework.
East Of England NHS Collaborative Hub c/o West Suffolk NHS Foundation TrustWAC-565482