Loading page content…
Loading page content…
Loading contract search results…
81 live procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
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.
£1,000,000
Contract value
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
£250,000
Contract value
Motor Fleet Insurance Renewal-Policy No: BV29417552 Selected option 1: Allianz (Conventional Basis)
£20,581
Contract value
Shropshire and Telford & Wrekin VCSE Mental Health Transformation PLEASE NOTE : THE CONTRACT START DATE WILL COMMENCE ON 9th NOVEMBER 2022 AND EXPIRE ON 9th NOVEMBER 2026.
From £1
Contract value
Shropshire VCSE Mental Health Transformation
Value undisclosed
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.
£5,840,000,000
Contract value
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.
£500,000,000
Contract value
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.
Value undisclosed
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.
£2,000,000
Contract value
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.
£2,000,000
Contract value
This DPS will offer mobile diagnostic and/or treatment units to healthcare and/or other organisations in the UK public sector. These units within the NHS would increase capacity within organisations to help facilitate the delivery of the elective programme and to help with waiting lists, patient backlogs and lack of staff availability/space. Suppliers would work closely with healthcare organisations to deliver easily accessible treatments or diagnostics, either on hospital sites or closer to patients homes in more remote areas (for example at supermarkets, GP practices etc.). By working with healthcare organisations, suppliers will relieve pressure on services by improving access to treatments and bed space, reducing patient waiting times and freeing up clinical capacity. Units are usually provided in the form of vans or non-permanent units/cabins. The DPS will be in three Lots: Lot 1 - Hire or Lease of Mobile Diagnostic and/or Treatment Unit(s) Lot 2 - Purchase of Mobile Diagnostic and/or Treatment Unit(s) Lot 3 - Mobile Diagnostic and/or Treatment Unit(s) as a Managed Service Applications may be made to one or more Lots.
£30,000,000
Contract value
This DPS will offer mobile diagnostic and/or treatment units to healthcare and/or other organisations in the UK public sector. These units within the NHS would increase capacity within organisations to help facilitate the delivery of the elective programme and to help with waiting lists, patient backlogs and lack of staff availability/space. Suppliers would work closely with healthcare organisations to deliver easily accessible treatments or diagnostics, either on hospital sites or closer to patients homes in more remote areas (for example at supermarkets, GP practices etc.). By working with healthcare organisations, suppliers will relieve pressure on services by improving access to treatments and bed space, reducing patient waiting times and freeing up clinical capacity. Units are usually provided in the form of vans or non-permanent units/cabins. The DPS will be in three Lots: Lot 1 - Hire or Lease of Mobile Diagnostic and/or Treatment Unit(s) Lot 2 - Purchase of Mobile Diagnostic and/or Treatment Unit(s) Lot 3 - Mobile Diagnostic and/or Treatment Unit(s) as a Managed Service Applications may be made to one or more Lots.
£30,000,000
Contract value
The DPS will cover Water and Waste-water Retail Services to eligible non-household customers as described in the document "DPS10 Outline Specification." This DPS will operate four separate Lots: - Lot 1: Supply of core Water and Waste-water Retail Services in England and Wales - Lot 2: Supply of core Water and Waste-water Retail Services in Scotland - Lot 3: Supply of Water and Waste-water Retail Services and associated water management and business continuity services in England and Wales - Lot 4: Supply of Water and Waste-water Retail Services and associated water management and business continuity services in Scotland Suppliers may apply to one or more Lots. Additional information: The period of validity of the DPS will be extended for 2 years, with the option to extend for up to a further 2 years subject to the DPS ending no later than 23rd February 2029.
Value undisclosed
The DPS will include all forms of independent audit for UK public sector bodies, including statutory external audit requirements. Also in scope are are governance requirements including counter-fraud services and other independent assurance such as: - Assurance over non-financial information including but not limited to strategy, risk and corporate governance - Assurance over KPIs including but not limited to environmental reporting, sustainability reporting and workforce reporting - Compliance monitoring and risk management - Grant funding assurance including but not limited to programme reviews and impact assessments - Service auditor reports including but not limited to ISAE 3402 standards - Special purpose reviews and investigations - Tax compliance - Third party risk management including supply chain assurance - Well led governance reviews - Workforce audit services including but not limited to temporary, fixed term or permanent staffing (clinical and non-clinical) 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/corporate-services/#DPS07 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.
Value undisclosed
Public Sector organisations need to maximise the utility of their non-core estate. Retail outlets in areas open to the public can contribute to income but operation of these facilities is not a core competence of Public Sector organisations. Leasing the space to a commercial organisation could deliver better value than the current utilisation and reduce administration costs for the Public Sector while providing an enhanced service user experience. Public Sector organisations also have an ongoing duty to demonstrate that they achieve best value from their contracts. Open competition, conducted under transparent rules between suppliers that have already demonstrated competence and compliance with public sector standards, through their appointment to the proposed DPS, is an effective way to show that a Public Sector organisation has met this duty. Countess of Chester Hospital NHS Foundation Trust Commercial Procurement Services (CPS) invites applications to join a Dynamic Purchasing System (DPS) for Commercial Leases for the purposes of providing Retail Outlets as described in the document "DPS04 Dynamic Purchasing System Outline Specification." The proposed Dynamic Purchasing System will offer a consistent and straightforward route for Public Sector organisations to conduct, and for suppliers to enter, a competition to award a lease contract to the most economically advantageous bidder from a list of qualified suppliers. The Dynamic Purchasing System will act to reduce friction in the procurement process and ensure that all parties have a clear and consistent view of the contract heads of terms that will apply. Contracts for the acquisition or rental, by whatever financial means, of land, existing buildings or other immovable property, or which concern interests in or rights over any of them are excluded from the Public Contracts Regulations. In order to provide a consistent, straightforward and familiar process for Public Sector organisations, this Dynamic Purchasing System will voluntarily follow the set-up processes and structure of a DPS as set out in regulation 34 of the Public Contracts Regulations but is not bound by those Regulations. For the avoidance of doubt, Countess of Chester Hospital NHS Foundation Trust Commercial Procurement Services is explicitly not bound by regulation 34 or any other part of the Public Contracts Regulations for the purposes of this DPS. Additional information: This DPS agreement has been extended. The new end date for this agreement is 23 February 2029. The e-procurement portal that suppliers must use to apply for this DPS has changed.
Value undisclosed
The aim of this Framework is to provide Relevant Authorities with fully compliant solutions which supplement the delivery of patient care by Relevant Authorities in line with the NHS' core Key Performance Indicators and standards. The Framework has two Lots. Lot 1 Insourced Clinical Services Lot 2 Outsourced Clinical Services Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment. Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider. Insourced and Outsourced Services will include the full range of Surgical and Medical specialties and sub-specialties. The specialties and sub-specialties are those listed by the various Surgical and Medical Royal Colleges. This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. Tenderers may Tender for one or both Lots of the Framework. The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together 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. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-016528 published 23 April 2025.
£100,000,000
Contract value
The level of demand for mental health services continues to grow. Data from the Mental Health Services Data Set (MHSDS) shows there were 600,000 more adults in contact with secondary mental health services in June 2024 than there were in June 2019. This reflects a 45% increase in 5 years, which cannot be accounted for by population growth alone. The number of children and young people in contact with mental health services increased by 29% from June 2022 to June 2024. While the NHS mental health workforce has grown, demand for mental health services exceeds NHS capacity. Relevant Authorities are seeking additional providers of mental health and wellbeing services to supplement or support NHS provision. This Framework Agreement will provide a quick and compliant route to contract for these services. The overall aim of the Framework Agreement is to provide Mental Health and Wellbeing services for young people, adults or both. The Framework intends to cover a range of services that fall within the scope of Mental Health and Wellbeing services, delivered either virtually or in person. This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together 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. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-013977 published 9 April 2025.
£135,000,000
Contract value
The 2023 National Audit of Inpatient Falls (NAIF) report on 2022 clinical data identified that more than 60,000 people sustained a femoral fracture in England and Wales in 2022 (NHFD) due to a fall. Of these, 2,033 occurred in inpatient settings. Falls prevention services aim to reduce people's chance of falling by tackling risk factors, improving strength and balance whilst allowing people to remain well and live independently at home. The services aim to: • Provide falls support planning and risk assessments for individuals and their homes, • Develop person centred plans to maximise older people's potential for independent living, • Reduce the risks of falls and injuries by improving strength and balance, • Reduce hospital admissions as a result of falls, • Educate and raise falls prevention awareness with multi-organisations, agencies, care homes and the public, • Deliver interventions for falls preventions in both home and Residential Care settings The overall aim of the Framework Agreement is to provide Relevant Authorities with a fully compliant solution for Falls Prevention, Rehabilitation and Recovery Services to supplement the delivery of patient care in line with the NHS' core Key Performance Indicators and standards. This Framework will be formed of three Lots: Lot 1 - Falls prevention services Lot 2 - Post fall rehabilitation and recovery services Lot 3 - Combination of all services The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together 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. The term will be 4 years from the commencement. In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-061162 published on 1st October 2025.
£17,000,000
Contract value
This Dynamic Purchasing System has been developed to provide a compliant route to market to lease two different styles of rail wagons. Category 1 - 'Flatbed' wagons - This enables the Contracting Authority to lease all kinds of wagons like the following non exhaustive list: S70, IKA, IDA, etc.... Category 2 - Box Style Wagons - this will enable the Contracting Authority to lease all kinds of wagons like the following non-exhaustive list: JNAt, JNA, etc....
Value undisclosed
The NHS North West Leadership Academy, hosted by Blackpool Teaching Hospitals NHS FT (the “Authority”) is inviting candidates to apply for the provision of Leadership Development services via a Dynamic Purchasing System (DPS) for the following Lots. <br/><br/>1 Expert Facilitation<br/>2 Deputy and aspiring Executive/Board level development<br/>3 Health & Wellbeing support and interventions <br/>4 Coaching - Continuing Professional Development<br/>5 Coaching Supervision<br/>6 Team/Group Coaching<br/>7 NHS NWLA Mentoring Scheme - Continuing Professional Development<br/>8 NHS NWLA Mentoring Scheme <br/>9 Inclusion, Diversity and Equality Development and Learning<br/>10 Psychometrics and development tools <br/>11 Evaluation<br/>12 Shadow Board Program<br/>13 Clinical and Care Professional Leadership<br/>14 Creative Publications <br/>15 Digital<br/><br/>The DPS is also available to access by any of the following North West NHS contracting authorities which includes the relevant Integrated Care Systems/Boards. The list of contracting authorities includes:<br/><br/>Alder Hey Children’s NHS Foundation Trust<br/>Bridgewater Community Healthcare NHS Foundation Trust<br/>Cheshire and Wirral Partnership NHS Foundation Trust<br/>Clatterbridge Cancer Centre NHS Foundation Trust<br/>Countess of Chester NHS Foundation Trust<br/>East Cheshire NHS Trust<br/>Liverpool Heart and Chest Hospital NHS Foundation Trust<br/>Liverpool University Hospitals NHS Foundation Trust<br/>Liverpool Women’s Hospital NHS Foundation Trust<br/>Mersey Care NHS Foundation Trust<br/>Mersey and West Lancashire Teaching Hospitals NHS Trust.<br/>Mid-Cheshire Hospital NHS Foundation Trust<br/>The Walton Centre NHS Foundation Trust<br/>Warrington and Halton Teaching Hospitals NHS Foundation Trust<br/>Wirral Community Health and Care NHS Foundation Trust<br/>Wirral University Teaching Hospital NHS Foundation Trust<br/>Bolton NHS Foundation Trust<br/>Greater Manchester Mental Health NHS Foundation Trust<br/>Manchester University NHS Foundation Trust<br/>Northern Care Alliance NHS Foundation Trust<br/>Pennine Care NHS Foundation Trust<br/>Stockport NHS Foundation Trust<br/>Tameside and Glossop Integrated Care NHS Foundation Trust<br/>The Christie NHS Foundation Trust<br/>Wrightington, Wigan and Leigh NHS Foundation Trust<br/>Blackpool Teaching Hospitals NHS Foundation Trust<br/>East Lancashire Hospitals NHS Trust<br/>Lancashire and South Cumbria NHS Foundation Trust<br/>Lancashire Teaching Hospitals NHS Foundation Trust<br/>North West Ambulance Service NHS Trust<br/>University Hospitals of Morecambe Bay NHS Foundation Trust<br/><br/>Other Contracting Authorities able to utilise the DPS include:<br/>NHS Midlands and Lancashire CSU<br/>Greater Manchester Integrated Care Board<br/>Lancashire & South Cumbria Integrated Care Board<br/>Cheshire and Mersey Integrated Care Board<br/>NHSE North West Greater Manchester Health & Social Care Partnership (GMHSCP)
£12,000,000
Contract value