Loading page content…
Loading page content…
28 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
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.
£450,000,000
Contract value
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).
£1,000,000,000
Contract value
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.
£55,196,775
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
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.
£10,600,000
Contract value
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.
£15,000,000
Contract value
Supply of Non-clinical consumables for use within various pathology disciplines, community settings and across primary care inclusive of forms, labels and packaging
£7,000,000
Contract value
The Trust welcomes innovation and that provider(s) set out their ambitions and vision to deliver the services being tendered in line with the specification
£8,250,000
Contract value
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
This Pre-Market Engagement (PME) process is to allow the market the opportunity to assist, recommend and input into the development of NHS LPP’s new Clinical Artificial Intelligence (CAI) Framework Agreement prior to the release of the Invitation to Tender (ITT). The CAI framework will compliantly allow for both innovation of products/solutions within the lifetime of the framework, as well as maintain a comprehensive direct award mechanism for all framework suppliers and contracting authorities, by utilising the Procurement Act 2023 (PA 2023) Section 49 – Open Frameworks. Open Frameworks facilitate growth, utilising this route to market enables NHS LPP’s ability to correspond to the increased demand for Artificial Intelligence (AI) enablement across both the NHS and social care. The framework will be split into three lots: Direct Clinical Support, Indirect Clinical Support and NHS England’s Federated Data Platform Solution Exchange (FDP SX). To participate, please search the live opportunities within the Atamis Health Family Portal, reference: C432964. https://atamis-1928.my.site.com/s/Welcome
£1,000,000,000
Contract value
HealthTrust Europe is establishing an Open Framework Agreement to appoint suppliers capable of providing a full range of Goods and Services, including: Managed Service Solutions, Dental Consumables, Orthodontic Materials, Dental Implants, Biologics and Facial Aesthetics, Practice Management Software, Dental Equipment and Pathway Solutions, and Mobile or Modular Dental Health Units. It is intended the framework will be divided into the following lots: Lot 1 Dental Solutions Managed Service incorporating a suite of goods and services: Dental Consumables Dental Equipment (inclusive of any ongoing Repairs, Maintenance and Total Asset Management) Dental Patient Management Software Solutions Clinical Dental Technicians and Workforce Digital Dental Technologies Dental Practice TurnKey / refurbishment Solutions Dental Mobile/Modular Health Units Lot 2 - Dental Consumables Lot 3 - Orthodontic Materials Lot 4 – Dental Implants, Biologics and Facial Aesthetics Lot 5 – Practice Management Software Solutions Lot 6- Dental Equipment and pathway solutions Lot 7 - Mobile and modular units The bodies to whom the use of this framework will be open include all contracting authorities in the United Kingdom as defined in Section 1 of the Procurement Act 2023. In particular, the entities in the UK (especially those of a health and/or social care nature) listed in the downloadable spreadsheet at the following link are envisaged as framework users: https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications This list includes each organisation’s successors and assigns, any equivalent organisations, and associated organisations created due to any organisational changes. This framework will be open to: Any bodies or organisations operating in the UK of a health and/or social care nature; Any organisations with similar procurement needs; Any UK-based central government authority listed in Annex I of Directive 2014/24/EU, to the extent still relevant under retained EU law and consistent with the Procurement Act 2023.
£500,000,000
Contract value
HealthTrust Europe is establishing a Framework Agreement to appoint suppliers capable of providing a fulIrange of Outsourced Goods & Services it is intended the framework will be divided into the following lots: Lot 8 – Outsourced Dental Laboratory Services Goods and Services for this Lot encompasses the manufacture, customization of a variety of products to assist in the provision of oral health care by a licensed dentist. These products will include the production and restoration of crowns, bridges, dentures, and other dental products such as dental implants. Lot 9 – Outsourced Orthodontic Services Goods and services for this lot encompasses the goods and services of orthodontics that focuses on the correction of irregularities in the teeth (especially alignment and occlusion) and jaws. This includes treating and controlling various aspects of facial growth (dentofacial orthopaedics) and the shape and development of the jaw. Lot 10 – Dental Services This lot is a Healthcare Facility focused on diagnosing, preventing and treatment of the oral health concerns of patients. Its primary role is to provide dental care and promote good oral hygiene for patients. The Dental Service will offer a range of services designed to address different aspects of oral health, from routine check-ups and preventative care to advanced restorative and cosmetic treatment The bodies to whom the use of this framework will be open include all contracting authorities in the United Kingdom as defined in Section 1 of the Procurement Act 2023. In particular, the entities in the UK (especially those of a health and/or social care nature) listed in the downloadable spreadsheet at the following link are envisaged as framework users: https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications This list includes each organisation’s successors and assigns, any equivalent organisations, and associated organisations created due to any organisational changes. This framework will be open to: Any bodies or organisations operating in the UK of a health and/or social care nature; Any organisations with similar procurement needs; Any UK-based central government authority listed in Annex I of Directive 2014/24/EU, to the extent still relevant under retained EU law and consistent with the Procurement Act 2023.
£500,000,000
Contract value
The Independent Learning Responses Framework will replace what was previously known as the Independent Investigations Framework. This proposed procurement is required to modernise and strengthen the independent investigations supply market, to align with national expectations for learning responses. The proposed framework will be used by NHS England independent investigation teams, national commissioning teams and other authorised NHS commissioners who require independent, system‑based investigations or assurance/learning reviews. The framework will be divided into the proposed Lots: Lot 1. Specialist Advisor Role(s) Including: - Chair/Lead - Clinical Expert - Safety/Investigations Expert - Family Liaison Lot 2. Quality Governance Review Lot 3. Patient Safety Incident Investigation Lot 4. Thematic Review Lot 5. Pathway/service Review Lot 6. Post Response Impact Assurance Review The open framework will run under the new regulations, the Procurement Act 2023 and under Light Touch Regime. The framework will run for a maximum of 8 years. The estimated start date for the framework agreement is 4th May 2027.
£20,000,000
Contract value
GHFT (Gloucestershire Hospitals NHS Foundation Trust) “the Authority” invites Bidders to respond to a Preliminary Market Engagement exercise for a Theatres Managed Equipment Service GHFT is embarking on the re-procurement of its Theatres Managed Equipment Service (MES). The Trust currently operates a Theatres MES valued at approximately £25m per year, including equipment provision, theatre related consumables, sterile services, refurbishment, engineering support, specialist cleaning, waste management, and facilities maintenance across both Gloucestershire Royal Hospital and Cheltenham General Hospital. The current contract is approaching the end of its full term, and the Trust are looking to explore the re-procurement of the Theatres MES. As the development of the future service model and commercial strategy progresses, we are seeking valuable insight and expertise from suppliers with the capability to deliver a comprehensive Theatres MES, required to operate the surgical facilities across both sites, in addition to potential wider expansion across adjacent areas including interventional radiology, cardiology, endoscopy, and other areas This Preliminary Market Engagement is being administered in line with PA23 procedures.
£175,000,000
Contract value
The framework is to support the NHS and wider public sector organisations with the development, and execution of, their Green Plans by providing a new procurement solution for Estates Decarbonisation and Energy Infrastructure Schemes. The solution would enable an end to end support offering, including specialist independent service provision and an additional totally managed solution option from early feasibility, funding approval, scheme delivery and contract management.
£1,000,000,000
Contract value
The Authority is procuring a TCN Supplier in each regional Lot to deliver the Theory Test Centre Network (TCN) Service, providing secure and accessible front end test delivery for all theory test types across Great Britain and Northern Ireland. DVSA are procuring, and contracting for, the service on behalf of the Driver and Vehicle Agency (DVA) in Northern Ireland. The Service must deliver a fully compliant Test Centre estate that meets the Authority’s 40/40 accessibility requirement, ensuring all Candidates are located within 40 minutes (urban) or 40 miles (rural) of a test centre in each region. In Northern Ireland, mandatory test centre provision is required in Ballymena, Belfast, Londonderry, Omagh, Portadown and Newry. All proposed sites will require Authority approval during implementation. The TCN Supplier will be responsible for providing a responsive scheduling system offering a real time, six month forward view of test availability to the Authority’s booking systems, reflecting test duration, demand and test type requirements. The Service includes delivery of on-site invigilation to maintain test integrity; detection and deterrence of fraud; and support for incident reporting and investigative activity integrating with Authority systems. The TCN Supplier must provide all necessary infrastructure and technology within each test centre, including secure hardware and software, on premises server capability, resilient network connectivity, CCTV, and sufficient equipment to deliver all standard and non-standard test adjustments for candidates with additional needs. The Service must support Welsh language options, voiceovers, British Sign Language (BSL), and—where applicable—additional language voiceovers in Northern Ireland. TCN Suppliers must also deliver approved Non Standard Adjustments including extra time, separate testing rooms, adapted equipment, signers, interpreters, language modifiers, readers, recorders, audio requirements (NI only), and home testing (not remote proctoring) where authorised. Multi client test sites are permitted provided they do not impede delivery of the Authority’s requirements and only with Authority approval. The TCN Service excludes delivery of tests in In House Theory Test Centres (IHTTCs). Further details of the scope are contained in the procurement documents (which include the draft contract), which are available on the Jaggaer portal. Lotting: The TCN Service is packaged into three regional Lots of broadly equivalent historic and forecast test volumes based on Government Office Region geographies: • Region 1: includes the Government Office Regions of Scotland, North East, North West, Yorkshire and the Humber and Northern Ireland. • Region 2: includes the Government Office Regions of Wales, West Midlands, South East and South West. • Region 3: includes the Government Office Regions of East Midlands, East of England and London. The Authority is seeking to appoint a different TCN Supplier in each regional Lot at contract award stage to develop a more diversified supply base. However, there is no limit on the number of Lots that a supplier can bid for. In certain circumstances, where defined objective eligibility and value for money criteria are met, a supplier may be awarded a maximum of two regional Lots, while a one-Lot cap applies where such criteria are not met. The detail of this is set out in the contract award mechanism in the procurement documents. Additional Services: The Authority has identified several potential future developments that may be explored through the regional contracts and in the delivery of the TCN Service. These Additional Services fall within the overall scope of the contract and may, where required, be implemented through the contract’s change control procedure. The Authority is therefore clearly signalling these areas to the market at this stage, and further detail is available in the procurement documents. The Additional Services are: • Exploring remote testing/proctoring technology in the delivery of the Service. • Exploring the use of end‑to‑end cloud architecture in the delivery of the Service. • Adding other Authority or Department for Transport tests into Service delivery. • Adding wider government tests into Service delivery. • Enabling validation of Digital Driving Licences. • Enhanced identification checking. Key Dates Publication date: Tuesday 7 April 2026 Supplier Engagement Event: Tuesday 14 April 2026 (online webinar) - Microsoft Virtual Events Powered by Teams - https://events.teams.microsoft.com/event/6872fd4f-a164-467a-8d86-2bb14f0e04cb@a455b827-244f-4c97-b5b4-ce5d13b4d00c PSQ Clarification Deadline: 5PM on Wednesday 22 April 2026 PSQ SUBMISSION DEADLINE: NOON ON TUESDAY 5 MAY 2026 Suppliers notified of PSQ outcome: Friday 19 June 2026 Invitation to Participate in Dialogue (ItPD) formally issued to Suppliers shortlisted through PSQ in each Lot: Monday 22 June 2026 Supplier Engagement Event: Wednesday 1 July 2026 (in person in Nottingham) Initial individual supplier dialogue: Thursday 9 – Friday 10 July 2026 INITIAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 14 AUGUST 2026 Supplier dialogue: Monday 28 September – Friday 13 November 2026 Invitation to Submit Final Tenders (ISFT) formally issued to Suppliers: Monday 14 December 2026 FINAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 29 FEBRUARY 2027 Expected award: Monday 2 August 2027 Service Implementation Period: Monday 2 August 2027 – Tuesday 5 September 2028 Operational Commencement Date: Wednesday 6 September 2028 Contract end: 5 September 2035 Extension options: +2 years (potential maximum term 9 years to 5 September 2037)
£623,000,000
Contract value
This framework agreement is for the supply of a range of aseptically prepared, batch manufactured systemic anti-cancer therapy drugs in ready-to-administer presentations and agreed dose bands. The framework agreement will also cover the manufacturing and supply of patient specific systemic anti-cancer therapy drugs, CIVAs, and provisions for stock inventory management and supply of compounded systemic anti-cancer therapy.
£850,000,000
Contract value
The contract covers DVSA’s statutory duty to Publish the Official Highway Code in print, as well as commercial publications. These are the definitive guides that support industry and the general road-using public in meeting and maintaining DVSA’s standards. The contract will support the Department for Infrastructure in Northern Ireland and – new to this retender – the Department for Transport publications stemming from Traffic Signs Regulations and General Directions. This brings all the source materials for UK driving theory under one contract. The parties will work together to innovate new products to inform, educate and advise, promoting positive behaviour change and compliance that goes beyond the Highway Code and drivers and riders. We aim also to reach MOT testers, dangerous goods drivers and managers, commercial operators and employers of drivers to realise commitments in the DVSA Vision to 2030 and create new income streams. This is a concession contract. In the total value section, this shows the estimated value of the opportunity for publishing services.
£40,000,000
Contract value
Non-Emergency Patient Transport Services 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
£85,200,000
Contract value
Non-Emergency Patient Transport Services 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
£85,200,000
Contract value
Showing 1–20 of 28 contracts