Loading page content…
Loading page content…
Loading contract search results…
15 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
The 11 Midlands Region NHS Integrated Care Boards are inviting suitably qualified suppliers to provide Clinical Waste Collection and Disposal Services from Primary Care waste producing sites, these being General Practice (GPs) and Community Pharmacy (CP) settings across the geographical footprint of each of the 11 Midlands Region NHS Integrated Care Boards as set out in table 1.1 of Document 1 to this opportunity. These 11 ICB Commissioning organisations are separate Contracting Authorities, as listed below: Lot 1 = NHS Birmingham and Solihull ICB Lot 2 = NHS Black Country ICB Lot 3 = NHS Coventry and Warwickshire ICB Lot 4 = NHS Herefordshire and Worcestershire ICB Lot 5 = NHS Staffordshire and Stoke-on-Trent ICB Lot 6 = NHS Shropshire, Telford and Wrekin ICB Lot 7 = NHS Derby and Derbyshire ICB Lot 8 = NHS Nottingham and Nottinghamshire ICB Lot 9 = NHS Lincolnshire ICB Lot 10 = NHS Leicester, Leicestershire and Rutland ICB Lot 11 = NHS Northamptonshire ICB Each of the individual 11 ICBs are looking for a Supplier to deliver a Clinical Waste Collection and Disposal Service within their geographical area that: 1. Understands the importance of this collection service for our Waste Producer who deliver key services to the local population 2. Ensures collections are as scheduled and communicated to the GPs and Community Pharmacies with replacement consumables provided as required to Tier 1 Defined Active Waste Producers, Tier 2 Defined Pending Waste Producers and Tier 3 Undefined Pending Waste Procedures. Definitions of the Waste Provider Tiers are located in Document 5 Specification, section 5 Waste Producer Tiers. 3. Complies with regulatory requirements for safe and sustainable management of healthcare waste 4. Supports a circular economy concept of reducing, recycling and reusing waste 5. Supports the Greener NHS and the carbon reduction target 6. Supports each ICB’s cost reduction target of 50% set out by NHS England The Supplier will be required to demonstrate appropriate capability and infrastructure to enable the delivery of the service. For specific note, the Document 1 sets out the following: Please refer to Document 5 - Schedule 5 Service Specification, paragraph 5.5, which states that each Waste Producer is assigned a tier: Tier 1: Defined/Active Waste Producers Active Waste Producers are defined as Waste Producers which form the majority of the Service Requirements, and the core group of Waste Producers receiving Services. The Supplier will be required to provide Services to all Active Waste Producers from the Services Commencement Date. Tier 2: Defined/Pending Waste Producers “Pending Waste Producers” are defined as Waste Producers which can be defined/detailed but are not Active Waste Producers on the Services Commencement Date because they have other existing arrangements in place. It is intended that these Waste Producers will become Active Waste Producers following during the Term in accordance with Document 5 – Specification and or Document 6 – the Contract. The Service Requirements of Tier 2 Waste Producers will not form part of the Services until such time as the Authority notifies the Supplier that a Tier 2 Waste Producer is Active. Once a Tier 2 is designated by the Authority an Active Waste Producer, their Service Requirements shall form part of the Services. For the avoidance of doubt, no Change Control Process is required where a Tier 2 Waste Producer becomes Active and such change is solely at the discretion of the Authority. Tier 3: Undefined/Pending Waste Producer(s) These are other Waste Producers who have similar Service Requirements to Tier 1 and 2 Waste Producers who are unknown / undefined at the Services Commencement Date and may be added during the Term following completion of the Change Control Process (Schedule 13 of Document 6 - Contract). Examples of Waste Producers covered within Tier 3 include, but are not limited to: Other GP sites not included within Tier 1 and Tier 2 (as set out in Clauses 5.5.1 and 5.5.2 in Document 5 Specification) due to other existing arrangements or insufficient data available to include within the Service Requirements. This is estimated to be <1% of all GPs in England. Community Pharmacy Influenza Vaccination Scheme waste, which responsibility for commissioning currently sits with the Waste Producer themselves. There are approximately 1700 Community Pharmacies offering this service. Home Patients waste, i.e. any waste generated by clinicians or the patient themselves in a residential setting (e.g. diabetes sharps, home based dialysis, virtual wards). This may be collected via other NHS premises (e.g. GP/ Community Pharmacy) or the patient’s own home. Any other NHS services provided by new or existing primary care sites (e.g. Enhanced Services, pop-up clinics/vaccine sites), which are introduced during the Term. The Successful Bidder will need to anticipate possible changes to Service Requirements as NHS services evolve and change over time. As a result of this procurement exercise, a separate contract (NHS Terms and Conditions for the Supply of Goods and Services) will be established with each Successful Bidder for each of the eleven (11) Lots as set out in table 1.7 of Document 1 ITT process overview’ (which can be found in the supplier documents folder | Salesforce for this opportunity). A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years). Please note: Over the past few months, the Authority has been working on the service requirements, documentation, and process to ensure it reflects our service needs and meets the new Procurement Act 2023 (PA23). Consequently, please be aware that the documents published may differ from those previously published as part of our preliminary market engagement discussions and previous procurement process and Bidders MUST read all the attached documentation to understand the requirements, prior to completing the response documentation. For specific notice, a UK3 notice (Notice identifier) 2025/S000-056062 was published 28th August 2025. However, the procedure identified has been amended in this opportunity, from a Competitive Flexible Procedure to an Open Procedure. To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health- family.force.com/s/Welcome Project Reference: C435895 Project Title Healthcare Clinical Waste Services for Primary Care: 11 Midlands NHS ICBs (2)
£37,200,000
Contract value
The Black Country ICS is seeking to commission a partner that can offer both strategic and organisational development in an NHS care context that will work with the ICS, ICB and the greatest asset at the NHS’s disposal, its people (in accordance with ‘Our approach to working with people and communities’ – see attached). Any OD partner should be cognisant of our commitment to work together with our people and communities and is able to support the system leaders to see the importance of this approach as we develop as an ICB/ICS. The preferred partner will be able to demonstrate a track record of asset-led, people powered change, that they have a wide range of skills and capabilities and have the mechanisms and flexibilities to both adapt their support over time, as the ICS evolves; as well as be able to demonstrate how they can secure additional expertise from relevant specialists as and when this is needed.
£550,000
Contract value
NHS Black Country Integrated Care Board and NHS Derby and Derbyshire Integrated Care Board are undertaking a procurement process and are inviting suitably qualified and experienced providers to bid for NHS 111 services to cover the West and East Midlands regions (including Staffordshire and Stoke) on behalf of themselves and the following Integrated Care Boards: NHS Birmingham and Solihull ICB NHS Coventry and Warwickshire ICB NHS Herefordshire and Worcestershire ICB NHS Leicester, Leicestershire and Rutland ICB NHS Lincolnshire ICB NHS Northamptonshire ICB NHS Nottingham and Nottinghamshire ICB NHS Shropshire and Telford and Wrekin ICB NHS Staffordshire and Stoke-on-Trent ICB NHS111 aims to ensure patients with an urgent clinical need are assessed and referred to an appropriate service, in a timely manner, by providing health advice and onward referral over the telephone and online. The NHS111 service will deliver a safe and patient focused service that promotes quality and reduces health inequalities. Further objectives of the service will be to: • Achieve nationally and regionally mandated KPIs and quality measures. • Expedite patient access to appropriate end point services. • Deliver good patient experience by providing consistent, safe and efficient clinical assessment at first point of contact. • Provide onward referral to primary care and all non-emergency department (non-ED) pathways, including ICB commissioned services that can undertake remote triage and onward referral (such as local clinical assessment services (CAS). • Nurture a culture of self-help, education and self-management. • Ensure the Directory of Services (DoS) is maintained in partnership with local systems and used to facilitate timely and appropriate levels of care. • Ensure early identification of calls that would benefit from access to a clinical adviser. • Develop and maintain clear pathways of care which ensure safe and optimal transfer of patients' care where additional or specialist care is required. • Reduce the risk of harm to patients by ensuring patients are referred to the most appropriate service, at the earliest opportunity along the pathway. • Share real time data with health and social care partners to improve the patient journey, safety of staff, and the efficiency of NHS and Local Authority commissioned services. The contract term will be 5 years with the option to extend for up to a further 2 years. This Procurement has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the "Regulations") to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 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. Look for 'Quote/tender C162784 - NHS 111 Services (Midlands) - Invitation to Tender. 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
Value undisclosed
NHS Black Country Integrated Care Board and NHS Derby and Derbyshire Integrated Care Board are undertaking a procurement process and are inviting suitably qualified and experienced providers to bid for NHS 111 services to cover the West and East Midlands regions (including Staffordshire and Stoke) on behalf of themselves and the following Integrated Care Boards:<br/><br/>NHS Birmingham and Solihull ICB<br/>NHS Coventry and Warwickshire ICB<br/>NHS Herefordshire and Worcestershire ICB<br/>NHS Leicester, Leicestershire and Rutland ICB<br/>NHS Lincolnshire ICB<br/>NHS Northamptonshire ICB<br/>NHS Nottingham and Nottinghamshire ICB<br/>NHS Shropshire and Telford and Wrekin ICB<br/>NHS Staffordshire and Stoke-on-Trent ICB
Value undisclosed
The Black Country ICS is wishing to pilot a select range of digital technologies to Care Users to:<br/>- maximise their independence<br/>- support with their Activities of Daily Living<br/>- reduce their need for the delivery of intrusive care and support services<br/>- reduce social isolation and loneliness<br/>Digital technology is also expected to:<br/>- improve the quality and efficiency of care delivery to support people to maintain their well-being through the creation of additional capacity to support care givers to continue with their caring roles<br/>The vision is to deploy an integrated suite of technologies that work collectively to ensure that Care Users are connected to health and care support services as well as their family, friends and community.
£1,141,400
Contract value
NHS Arden and Greater East Midlands CSU on behalf of NHS Black Country Integrated Care Board is inviting suitably experienced and qualified providers to tender for the provision of a Community Offer and Intermediate Care Support Service.<br/><br/>The contract will be for a period of 2 years with the option to extend for a further 1 year at the discretion of the commissioner. The successful provider is expected to be fully operational for providing the service from 1st December 2024.<br/><br/>You can search for this opportunity by using reference C267776 "Community Offer and Intermediate Care Support" at the following address: https://health-family.force.com/s/Welcome.
£3,783,150
Contract value
Guidance from NHS England and the ICB’s Operations Plan for Digital Requirements includes ‘Mitigating against digital exclusion, including by implementing the framework for NHS action on digital inclusion’. We should also continue to connect services to and champion use of the NHS APP and website as the Digital Front Door to the NHS, to help people get and stay well and manage their own health and maximise adoption of the patient engagement portal services.<br/><br/>NHS Black Country Integrated Care Board (ICB) is inviting suitably qualified and experienced providers to express interest in delivering a Support Service to deliver and complete this framework. The provider will be required to work alongside the ICB in partnership to distribute digital devices to enable citizens of the Black Country including Dudley, Walsall, Sandwell and Wolverhampton, to become more digitally enabled, allowing quicker and better access to health and social care services.
£354,000
Contract value
NHS Arden and GEM CSU on behalf of NHS Black Country Integrated Care Board (ICB) is inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required and described in this document, and within the published tender. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the procurement process.<br/><br/>The procurement process is described within the documentation published. This procurement has been advertised in accordance with the process set out in The Health Care Services (Provider Selection Regime) Regulations 2023. The Commissioner intends to carry out a competitive process as described in regulation 11.<br/><br/>As a result of this competitive process, a Contract will be awarded to the successful Provider(s) for a period of 3 years with the Commissioner having the option to extend the Contract for up to a further 2 years. It is anticipated that the service provision resulting from this procurement process will have an annual value of £50,000. The maximum total contract value is up to £250,000 if the contract is extended by 2 years. Please note that any bids in excess of the maximum annual price of £50,000 will be deemed as non-compliant and will be rejected. <br/><br/>The successful Provider is expected to be fully operational, providing services from 1st October 2024.
£250,000
Contract value
Acute respiratory infection (ARI), comprising of all viral and bacterial upper/lower respiratory tract infections, are one of the most common reasons for ED attendance (Hospital accident and emergency activity, 2022-23 – NHS Digital).<br/><br/>The Getting it Right First Time (GIRFT) programme national specialty respiratory report (March 2021) states that respiratory problems were among the most common reasons for general practice consultations and for acute hospital admissions even prior to COVID-19, and that admissions are growing at around 13% annually.<br/><br/>Patient access to GP appointments continues to be a challenge nationally and locally. Several factors have increased demand despite increased capacity, including an aging population, more complex patients, and increasing numbers of patients being managed in the community rather than in secondary care services.<br/><br/>NHS Black Country Integrated Care Board (ICB) is seeking to commission an Acute Respiratory Infection Hub in Wolverhampton.
£600,000
Contract value
NHS Arden and Greater East Midlands CSU on behalf of NHS Black Country ICB is seeking expressions of interest from suitably experienced and qualified providers for the provision of an Integrated Musculoskeletal (MSK) Service in Wolverhampton. The Provider will deliver an integrated MSK service model, with the overall aim of providing a multi-disciplinary team approach for the non-surgical care of people with a musculoskeletal condition, which must ensure that high quality, safe and sustainable services are delivered for patients.<br/><br/>As a result of this Competitive Process, a Contract will be awarded to the successful Provider for a period of 3 years with the Commissioner having the option to extend the Contract for up to a further 2 years. The successful Provider is expected to be fully operational, providing services from 1st July 2025.
£17,000,000
Contract value
NHS Arden and Greater East Midlands CSU on behalf of NHS Black Country ICB are conducting a Competitive Process under The Health Care Services (Provider Selection Regime) Regulations 2023 to seek a suitably experienced and qualified provider to provide a Dermatology Service across Wolverhampton. The Provider will deliver a comprehensive integrated service model which is multi-disciplinary and high quality. <br/><br/>The contract duration is expected to be 3 years with up to a 2 year extension option.
£8,500,000
Contract value
NHS Arden and Greater East Midlands CSU on behalf of NHS Black Country Integrated Care Board are seeking suitably qualified and experienced organisations to express an interest in providing their Maternity and Neonatal Voices Partnership Coordination Service. The Black Country Local Maternity and Neonatal System (LMNS) is a partnership of organisations who work with pregnant and birthing people, their families and healthcare staff to improve maternity and neonatal services, making them safer, more personal and kinder to people who use them. The LMNS’s work covers Dudley, Sandwell, Walsall and Wolverhampton. The LMNS is implementing NHS England’s Three Year Delivery Plan for Maternity and Neonatal services by: • Listening to and working with pregnant and birthing people and their families • Growing, retaining and supporting the workforce • Developing and sustaining a culture of safety, learning and support • Implementing standards and structures for safer, more personalised, and more equitable care Every baby deserves to have the best start in life, and the LMNS will help by supporting good health in pregnancy. Reducing health inequalities and addressing differences in outcomes is important and the LMNS is committed to co-producing work with people who live and work in the Black Country. The Black Country Maternity and Neonatal Voices Partnerships (MNVPs) are a key part of the LMNS and have a vital role in ensuring that the views and experiences of service users are heard and acted on. There are four MNVPs in the Black Country, which are: • Dudley MNVP • Sandwell MNVP • Walsall MNVP • Wolverhampton MNVP The Black Country MNVP Coordination Service is responsible for supporting and coordinating the work of the 4 MNVPs, ensuring that each MNVP chairperson and partnership is able to fulfil their role as fully as possible, and to take the lead on common issues which are best approached at a Black Country wide footprint. Interested organisations are invited to access and complete the relevant tender documentation by visiting https://atamis-1928.my.site.com/s/Welcome and searching for the Maternity and Neo-Natal Voices Partnership Coordinator Service ref: C350190. Tenders must be submitted by 22nd April 2025 at 1700hrs.
£360,000
Contract value
The 11 Midlands Region NHS Integrated Care Boards are inviting suitably qualified suppliers to provide Clinical Waste Collection and Disposal Services from Primary Care waste producing sites, these being General Practice (GPs) and Community Pharmacy (CP) settings across the geographical footprint of each of the 11 Midlands Region NHS Integrated Care Boards as set out in table 1.1 of Document 1 to this opportunity. These 11 ICB Commissioning organisations are separate Contracting Authorities, as listed below: Lot 1 = NHS Birmingham and Solihull ICB Lot 2 = NHS Black Country ICB Lot 3 = NHS Coventry and Warwickshire ICB Lot 4 = NHS Herefordshire and Worcestershire ICB Lot 5 = NHS Staffordshire and Stoke-on-Trent ICB Lot 6 = NHS Shropshire, Telford and Wrekin ICB Lot 7 = NHS Derby and Derbyshire ICB Lot 8 = NHS Nottingham and Nottinghamshire ICB Lot 9 = NHS Lincolnshire ICB Lot 10 = NHS Leicester, Leicestershire and Rutland ICB Lot 11 = NHS Northamptonshire ICB Each of the individual 11 ICBs are looking for a Supplier to deliver a Clinical Waste Collection and Disposal Service within their geographical area that: 1. Understands the importance of this collection service for our Waste Producer who deliver key services to the local population 2. Ensures collections are as scheduled and communicated to the GPs and Community Pharmacies with replacement consumables provided as required to Tier 1 Defined Active Waste Producers, Tier 2 Defined Pending Waste Producers and Tier 3 Undefined Pending Waste Procedures. Definitions of the Waste Provider Tiers are located in Document 5 Specification, section 5 Waste Producer Tiers. 3. Complies with regulatory requirements for safe and sustainable management of healthcare waste 4. Supports a circular economy concept of reducing, recycling and reusing waste 5. Supports the Greener NHS and the carbon reduction target 6. Supports each ICB’s cost reduction target of 50% set out by NHS England The Supplier will be required to demonstrate appropriate capability and infrastructure to enable the delivery of the service. For specific note, the Document 1 sets out the following: Please refer to Document 5 - Schedule 5 Service Specification, paragraph 5.5, which states that each Waste Producer is assigned a tier: Tier 1: Defined/Active Waste Producers Active Waste Producers are defined as Waste Producers which form the majority of the Service Requirements, and the core group of Waste Producers receiving Services. The Supplier will be required to provide Services to all Active Waste Producers from the Services Commencement Date. Tier 2: Defined/Pending Waste Producers “Pending Waste Producers” are defined as Waste Producers which can be defined/detailed but are not Active Waste Producers on the Services Commencement Date because they have other existing arrangements in place. It is intended that these Waste Producers will become Active Waste Producers following during the Term in accordance with Document 5 – Specification and or Document 6 – the Contract. The Service Requirements of Tier 2 Waste Producers will not form part of the Services until such time as the Authority notifies the Supplier that a Tier 2 Waste Producer is Active. Once a Tier 2 is designated by the Authority an Active Waste Producer, their Service Requirements shall form part of the Services. For the avoidance of doubt, no Change Control Process is required where a Tier 2 Waste Producer becomes Active and such change is solely at the discretion of the Authority. Tier 3: Undefined/Pending Waste Producer(s) These are other Waste Producers who have similar Service Requirements to Tier 1 and 2 Waste Producers who are unknown / undefined at the Services Commencement Date and may be added during the Term following completion of the Change Control Process (Schedule 13 of Document 6 - Contract). Examples of Waste Producers covered within Tier 3 include, but are not limited to: Other GP sites not included within Tier 1 and Tier 2 (as set out in Clauses 5.5.1 and 5.5.2 in Document 5 Specification) due to other existing arrangements or insufficient data available to include within the Service Requirements. This is estimated to be <1% of all GPs in England. Community Pharmacy Influenza Vaccination Scheme waste, which responsibility for commissioning currently sits with the Waste Producer themselves. There are approximately 1700 Community Pharmacies offering this service. Home Patients waste, i.e. any waste generated by clinicians or the patient themselves in a residential setting (e.g. diabetes sharps, home based dialysis, virtual wards). This may be collected via other NHS premises (e.g. GP/ Community Pharmacy) or the patient’s own home. Any other NHS services provided by new or existing primary care sites (e.g. Enhanced Services, pop-up clinics/vaccine sites), which are introduced during the Term. The Successful Bidder will need to anticipate possible changes to Service Requirements as NHS services evolve and change over time. As a result of this procurement exercise, a separate contract (NHS Terms and Conditions for the Supply of Goods and Services) will be established with each Successful Bidder for each of the eleven (11) Lots as set out in table 1.7 of Document 1 ITT process overview’ (which can be found in the supplier documents folder found in the Supplier Document Folders | Salesforce for this opportunity. A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years). Please note: Over the past few months, the Authority has been working on the service requirements, documentation, and process to ensure it reflects our service needs and meets the new Procurement Act 2023 (PA23). Consequently, please be aware that the documents published may differ from those previously published as part of our preliminary market engagement discussions and Bidders MUST read all the attached documentation to understanding the requirements, prior to completing the response documentation. For specific notice, a UK3 notice (Notice identifier) 2025/S000-056062)was published 28th August 2025. However, the procedure identified has been amended in this opportunity, form a Competitive Flexible Procedure to a Open Procedure. To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health- family.force.com/s/Welcome Project Reference: C319725 Project Title Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs
£37,200,000
Contract value
NHS Black Country Integrated Care Board (referred to as the Commissioner) are inviting suitably qualified and experienced suppliers to express their interest in delivering a Wheelchair Assessment and Equipment Service for patients registered with a Dudley GP. The aims and objectives of the service are: • To provide comprehensive, all-age wheelchair services to support Service Users with long-term mobility and postural conditions to lead - as far as their condition will allow - healthy, active and independent lives. • To provide for Service Users’ clinical needs along with consideration of the holistic needs of the Service User, including social, educational, lifestyle and family/carer requirements. • To achieve Service User-focused goals and/or resolution of problems relating to their mobility and/or equipment. • To respond to the changing needs of Service Users with maintenance, repair, reassessments and provision of different equipment when this is needed. • To support Service Users with integration into their local community, enabling access to education and employment and thus benefiting the economy and supporting the shift from treatment to prevention. • To meet the Quality Standards and “I” statements set out in the Wheelchair Quality Framework. • To focus on value for money rather than lowest absolute cost. The contract will be for a period of 3 years with the option to extend for up to a further 2 years. The annual value is £1,350,000 Please refer to the procurement documentation for further details. To register your interest and access the procurement documentation and submit a bid, please follow this link, https://atamis-1928.my.site.com/s/Welcome, and search for: Project Reference: C403837 Project Name: Dudley Wheelchair Assessment and Equipment Service
£6,750,000
Contract value
NHS Black Country Integrated Care Board (referred to as the Commissioner) are inviting suitably qualified and experienced suppliers to express their interest in the requirement for Support for Primary Care Cervical Screening Service. The successful provider will work alongside Black Country primary care colleagues to deliver a support service to General Practitioners to improve screening rates by identifying and re-calling eligible people to make an appointment for screening and then affirming their attendance. The contract will be for an initial period of 1 year. It is important to note here that the funding is Grant in Aid provided by NHS England. Subject to the availability of further funding in Years 2 and 3, the anticipated indicative annual values set out in the tender documents are provided for information only, they may be subject to change and do not constitute a commitment. Please refer to the procurement documentation for further details. To register your interest and access the procurement documentation and submit a bid, please follow this link, https://atamis-1928.my.site.com/s/Welcome, and search for: Project Reference: C408600 Project Name: Support for Primary Care Cervical Screening Service
£594,000
Contract value