National Centre for Child Health Technology - Discovery Den
Sheffield Children’s NHS Foundation Trust is commissioning a specialist Supplier to design, fabricate, install, and assist in the commissioning of a suite of interactive exhibits for the Discovery Den, located within the new National Centre for Child Health Technology (NCCHT) at the Sheffield Olympic Legacy Park
Sheffield Children's NHS Foundation TrustYorkshire16 May 2026WAC-586176
View 2-notice timelineLatest notice released 16 May 2026
NHS & HealthcareTender 2 notices
UCLH-7264 - Non-Emergency Patient Transport Services
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
University College London Hospitals NHS Foundation TrustLondon18 May 2026WAC-578880
View 2-notice timelineLatest notice released 18 May 2026
NHS & HealthcareTender
Fire Door Surveying and Remedial Work (3 years) across UHD Estates
The main work undertaken by The Supplier shall be in relation fire door surveys and the necessary remedial treatment required to ensure that all fire doors are compliant to BMTRADA standards. Contract will be for 3 years as further described in the Tender Documents
University Hospitals Dorset NHS Foundation Trust20 May 2026WAC-585557
Failsafe work required in existing RAAC theatre space. Once failsafe work has been completed, conversion of theatre space to office space to permit staff relocation
North West Anglia NHS Foundation Trust20 May 2026WAC-583802
Failsafe work required in existing RAAC theatre space. Once failsafe work has been completed, conversion of theatre space to office space to permit staff relocation
North West Anglia NHS Foundation Trust20 May 2026WAC-583807
PR BHFT 0796 - Supply of Dose Banded Compounded Chemotherapy
Pharmacy Procurement Contract - A ranked framework for the supply and delivery of Supply of Dose banded compounded chemotherapy split into 2 lots:
Lot 1: High Volume Products - 7 molecules / all brands
Lot 2: Low Volume Products - 22 molecules / all brands
The ranked framework will be open to the participating Trusts of the South East Pharmacy Procurement Service (SEPPS) as follows:
1. Ashford and St Peters Hospital NHS Foundation Trust
2. Berkshire Healthcare NHS Foundation Trust
3. Buckinghamshire Healthcare NHS Trust
4. Dartford and Gravesham NHS Trust
5. East Kent Hospitals NHS Foundation Trust
6. East Sussex Healthcare NHS Trust
7. Frimley Health NHS Foundation Trust
8. Hampshire and Isle of Wight Healthcare NHS Foundation Trust
9. Hampshire Hospitals NHS Foundation Trust
10. Isle of Wight NHS Trust
11. Kent Community Health NHS Trust
12. Maidstone and Tunbridge Wells NHS Trust
13. Medway NHS Foundation Trust
14. Milton Keynes University Hospital NHS Foundation Trust
15. Oxford Health NHS Foundation Trust
16. Oxford University Hospitals NHS Foundation Trust *
17. Portsmouth Hospitals NHS Trust
18. Queen Victoria Hospitals NHS Foundation Trust
19. Royal Berkshire NHS Foundation Trust
20. Royal Surrey County Hospital NHS Foundation Trust
21. Surrey and Borders Partnership NHS Foundation Trust
22. Surrey and Sussex Healthcare NHS Trust
23. Sussex Community NHS Trust
24. Sussex Partnership NHS Foundation Trust
25. University Hospital Southampton NHS Foundation Trust
26. University Hospitals Sussex NHS Foundation Trust
This framework will also be available for use by Trusts in East of England and London regions, but the volumes for
these regions have not been included for adjudication as part of the tender process.
SEC Trusts can utilise this tender for products or services not covered by the National unlicensed aseptically prepared cytotoxic medicines and Dose banded compounded chemotherapy framework via MPSC.
Please note: we did not publish a preliminary market engagement notice (UK2) for the following reasons:
- we are not seeking to further develop our requirements or procurement approach.
- we have procured similar supply arrangements via the Open procedure and deployed similar conditions of participation and award criteria. These have yielded good results previously.
- we have prepared our tender pack (see attached), that detail standard NHS contractual terms which have been found to be acceptable to the supply chain.
- we understand the likely suppliers who will be interested but the open notice approach gives opportunity to others looking to enter the Dose banded compounded chemotherapy supply market.
Berkshire Healthcare NHS Foundation TrustSouth East25 May 2026WAC-585842
View 2-notice timelineLatest notice released 25 May 2026
NHS & HealthcareTender 3 notices
Airedale General Hospital - New Hospital Build - 33kV Contestable Connection Works
AGH Solutions Ltd, on behalf of Airedale NHS Foundation Trust, intends to procure a contestable works partner associated with the provision of a new 33/11kV electricity connection to support the new hospital development of Airedale General Hospital.
The scope will include the design, supply, installation and commissioning of approximately 4.3km of 33kV underground cabling and associated fibre communications infrastructure,
all required civil engineering and reinstatement works, the construction and fit out of a new on site 33/11kV primary metering substation, installation of two 15/30MVA transformers, protection and control systems, SCADA integration, earthing, testing, and all
related activities necessary to deliver a fully compliant contestable connection up to the defined Point of Connection.
The contractor will be required to coordinate with Northern Powergrid and any statutory undertakers as necessary to ensure the delivery of an adoptable, standards compliant asset, the contractor must also hold all appropriate regulatory certificates and registrations aligned to NERS/ENA standards.
The Trust expressly reserves the right, in accordance with the provisions of the Procurement Act 2023 and any other applicable legislation, to amend, vary, or otherwise modify the programme of works at any stage. Furthermore, should the scope of the project require expansion to accommodate additional or ancillary works and services necessary to achieve the desired outcome, the Trust may, at its sole discretion, increase the estimated fee by up to 50%. Any such adjustment shall be affected in a manner that is
fair, transparent, and compliant with all relevant procurement regulations and statutory requirements.
Submissions in response to this PQQ shall be made exclusively via email to (m.needham2@nhs.net) This process is designed
to ensure full transparency, traceability, and strict adherence to statutory requirements, including those set out in the Procurement Act 2023.
All tender activities will be subject to audit and oversight, thereby upholding the integrity and compliance of the procurement process.
AIREDALE NHS FOUNDATION TRUSTYorkshire29 May 2026WAC-585925
Lot 1 Tonbridge Hospital Distribution Boards & Lot 2 Victoria Hospital, Deal, Distribution Boards
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)
KENT COMMUNITY HEALTH NHS FOUNDATION TRUSTSouth East8 Jun 2026WAC-583236
Mobile CT Lung Screening Service - The Lung Cancer Screening programme invites people between the ages of 55-74 who have ever smoked, to an NHS lung Health Check.
At the lung health check a participant is asked a series of questions to calculate their risk of having lung cancer now or in the future. If the person is thought to be of high risk they are offered a low dose CT scan.
The requirement would be framed around a mobile screening unit with CT modality, IT interoperability, for both staffed and unstaffed provision.
The Newcastle Upon Tyne Hospitals NHS Foundation TrustNorth East1 Jul 2026WAC-545217
Dynamic Purchasing System to provide Extra Vehicle and Staff Capacity to deliver Non-emergency Patient Transport Services. Reference number: RBA/TS/LOC/0342
The Dynamic Purchasing System (DPS) is being tendered by Taunton and Somerset NHS Foundation Trust (the Trust) on behalf of the Trust, Yeovil District Hospital, Somerset Partnership NHS Foundation Trust and the Somerset Clinical Commissioning Group (CCG) to provide additional Non Emergency Patient Transport services to those already provided by the CCG. It is intended to use the DPS to provide additional patient transport vehicle and staff capacity including, but not limited to the following:<br/><br/>— During periods of winter /summer pressures,<br/><br/>— Discharges from acute hospital settings,<br/><br/>— For patients who have a regular transport requirement between care providers.<br/><br/>The DPS will run for 10 years and the service is primarily to provide fixed term contracts rather than one off ad-hoc journeys and each will be specified within any call off contracts available through the DPS.
Somerset NHS Foundation Trust31 Aug 2026WAC-146791
View 2-notice timelineLatest notice released 31 Aug 2026
NHS & HealthcareTender
DPS for Non-Emergency Patient Transport Services
The County of Somerset covers a large geographical area. It has a dispersed, mainly rural population of approximately 540 000 people, with only one in four of its residents living in one of its three largest towns; Taunton; Yeovil; and Bridgwater.
Somerset has two acute trusts within its borders (Taunton and Somerset NHS Foundation Trust and Yeovil District Hospital NHS Foundation Trust) as well as 13 community hospitals (run by Somerset Partnership NHS Foundation Trust) and 75 GP practices.
The provision of Non-Emergency Patient Transport (NEPT) services for Somerset is delivered by different suppliers under contracts awarded through the Somerset Clinical Commissioning Group (CCG) for use by Acute and Non Acute hospital Trusts, Community Hospitals and other non-acute care establishments and GP Practices within Somerset. Transport is provided depending on patient needs and eligibility for the NEPT service together with the supplier's capacity and availability to supply service.
The DPS will be available for use by all public sector bodies within Somerset, the CCG, Community Hospitals and other Care Providers and other organisations approved by the CCG. All call off contracts will be administered by Taunton and Somerset NHS Foundation Trust through the Atamis e-Tendering Portal.
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
The DPS is being tendered by Taunton and Somerset NHS Foundation Trust (the Trust) to provide additional NEPT services to those already provided by the CCG. It is intended to use the DPS to provide additional patient transport vehicle and staff capacity including, but not limited to the following:
- during periods of winter /summer pressures,
- discharges from acute hospital settings
- for patients who have a regular transport requirement between care providers.
1.7 The DPS will run for 10 years and the service is primarily to provide fixed term contracts rather than one off ad hoc journeys and each will be specified within any call off contracts available through the DPS.
1.8 For each call-off contract under the DPS, the Authority will apply the award criteria listed in the invitation to confirm interest. The Authority intends to formulate the award criteria more precisely in each ITT.
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
Somerset NHS Foundation Trust31 Aug 2026WAC-144315
NHS London Procurement Partnership (NHS LPP) has developed a Dynamic Purchasing System (DPS) for the provision of Linen and Laundry. This DPS has been established to allow public sector organisations to award contracts for Linen and Laundry. The DPS has one category/lot which is Linen and Laundry. The regions this DPS covers is London, North East, North West, Midlands, East of England, South East and South West. The DPS duration is from 20-05-22 to the 19-05-27 with the option to extend by 5 years.
Guy's and St Thomas' NHS Foundation TrustLondon19 May 2027WAC-276722
View 2-notice timelineLatest notice released 19 May 2027
NHS & HealthcareTender 3 notices
Immersive, Simulation and Related Technologies Dynamic Purchasing System
NHS England Technology Enhanced Learning Team ‘s National Strategic Vision for Simulation and Immersive Technologies in health and care explores how high-quality simulation-based programmes can be applied to help address system-wide challenges being faced within the health and care sector. Immersive and simulation technologies are revolutionizing health and care education, growing in popularity across all sectors and disciplines, and offering different ways of supporting and engaging with learners. The NHS Long Term Workforce Plan describes the need to expand training, improve retention and reform education delivery, including through expanding the use of simulation and improving the adoption of immersive technologies. <br/><br/>NHS LPP on behalf of NHSE are leading on the procurement to implement a new Dynamic purchasing System (DPS) as a compliant route to market for buyers and commissioners. The vision is to develop a new national agreement for simulation, extended reality (XR) and other related technology providers focusing on education and training services.<br/><br/>NHS LPP on behalf of NHSE are leading on the procurement to implement a new Dynamic purchasing System (DPS) as a compliant route to market for buyers and commissioners. The vision is to develop a new national agreement for XR providers focusing on education and training services.
Guy's and St Thomas' NHS Foundation TrustLondon3 Sept 2027WAC-191001
View 3-notice timelineLatest notice released 3 Sept 2027
NHS & HealthcareAmendment 3 notices
Clinical Coding Support Services Dynamic Purchasing System
The Clinical Coding department is responsible for the translation of medical terminology, as written by the clinician to describe a patient complaint, problem, diagnosis, treatment or reason for seeking medical attention, into a coded format which is nationally and internationally recognised to support both statistical and clinical uses. Coded clinical data (generated from classifications OPCS-4 and ICD-10) uses rules and conventions that, when applied accurately, result in the provision of high quality reporting to support secondary uses of data for statistical purposes - such as; operational and strategic planning, epidemiology, public health analyses of population health and reimbursement. This directly affects clinicians and all healthcare professionals, financial teams, information managers and data analysts, along with IT professionals.
The Clinical Coding solutions available through this DPS will help Contracting Authorities to optimise and improve the performance and service delivery of Clinical Coding Departments.
Suppliers must be capable of delivering one or more of the Service Types listed below.
- Clinical Coding Related Strategic Business Management Services
- Clinical Coding Related Clinical Governance Services
- Clinical Coding Optimisation Services
- Clinical Coding Training and Development Services
The Service Types are outlined in the DPS Outline Specification attached to the PQQ and are not an exhaustive list. Contracting Authorities may require other similar Services, which will be detailed in the Order Procedure.
For the avoidance of doubt, Call Off Contracts that solely involve the supply of on-site temporary, interim or permanent Clinical Coder staff are not in-scope for this Dynamic Purchasing System.
This amendment concerns the launch of the DPS and its consequent opening to new applicants.
Additional information:
The eligible users of the proposed dynamic purchasing system are available for unrestricted and full direct access, free of charge, at: https://www.coch-cps.co.uk/frameworks/healthcare/#DPS012
Supplier instructions how to express interest and bid:
1) Browse to the esourcing portal https://health-family.force.com/s/Welcome and click on view Live Opportunities
2) Register your organisation on the eSourcing portal (this is only required once);
3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure);
4) Login to the portal with the username/password;
5) Search for the relevant PQQ;
6) Select the title of the PQQ;
7) Click the 'Express Interest' button at the top of the page. You can now access the PQQ Application Documents from the relevant envelope;
8) Review the PQQ documents;
9) Responding to the PQQ. You can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the PQQ.
There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Countess of Chester Hospital NHS Foundation TrustNorth West15 Nov 2027WAC-452648
View 3-notice timelineLatest notice released 15 Nov 2027
NHS & HealthcareTender 2 notices
Dynamic Purchasing System Framework Agreement for Approved Estates Services Contractors
The purpose of this procurement is to establish a Dynamic Purchasing System Contract Agreement (“DPS Contract Agreement”) for the provision of Approved Estates Services Contractors. It is anticipated that the Authority will appoint multiple suppliers that meet the requirement of the Invitation to Tender and Specification for the provision in the DPS.
The DPS will permit the Estates department to direct award or engage in mini-competition quotations for future provisions of works to compliant suppliers awarded to the DPS against the trades detailed in 2.3 & Appendix 1 – Specification on a case-by-case basis.
It is anticipated there will be spend estimated between £994K to £2.5M annually over the lifetime of the DPS. There will be no guaranteed level of business to arise from award to the DPS as individual future works projects will be quoted and priced on a case-by-case basis.
West Midlands Ambulance Service NHS Foundation Trust3 Jan 2028WAC-76873
View 2-notice timelineLatest notice released 3 Jan 2028
NHS & HealthcareTender 2 notices
Dynamic Purchasing System Framework Agreement for Approved Estates Services Contractors
The purpose of this procurement is to establish a Dynamic Purchasing System Contract Agreement ("DPS Contract Agreement") for the provision of Approved Estates Services Contractors. It is anticipated that the Authority will appoint multiple suppliers that meet the requirement of the Invitation to Tender and Specification for the provision in the DPS.
The DPS will permit the Estates department to direct award or engage in mini-competition quotations for future provisions of works to compliant suppliers awarded to the DPS against the trades detailed in 2.3 & Appendix 1 - Specification on a case-by-case basis.
It is anticipated there will be spend estimated between £994K to £2.5M annually over the lifetime of the DPS. There will be no guaranteed level of business to arise from award to the DPS as individual future works projects will be quoted and priced on a case-by-case basis.
West Midlands Ambulance Service NHS Foundation Trust3 Jan 2028WAC-384832