Public tenders
Tenders in Health & social work services
Live results from every procurement portal we monitor. Refine the search using the filter bar above.
133 matching · page 1 of 6
National Framework Agreement for the provision of Mental Health and Wellbeing Services
COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
This is a Provider Selection Regime (PSR) intention to award notice. 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. Further 'Intention to Award' notices will be published as and when new Providers are appointed.
Provision of Falls Prevention, Rehabilitation and Recovery Services
COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
This is a Provider Selection Regime (PSR) intention to award notice. The relevant Tender Notice was 2025/S 000-061162 with OCID ocds-h6vhtk-05a585. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and The Procurement Regulations 2024 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight at the end of 30th December 2025 to info@coch-cps.co.uk. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR. The award decision makers were two Senior Commercial Procurement Specialists, the Commercial Procurement Manager and the Director of Commercial Procurement Services. The Key Criteria were: Lot 1 Social Value - Pass/Fail Value - Value Declaration - Pass/Fail Value - Commercial Questionnaire - Pass/Fail Quality and Innovation - 40% Integration, collaboration, and service sustainability - 30% Improving access, reducing health inequalities, and facilitating choice - 30% Lot 2 Social Value - Pass/Fail Value - Value Declaration - Pass/Fail Value - Commercial Questionnaire - Pass/Fail Quality and Innovation - 40% Integration, collaboration, and service sustainability - 30% Improving access, reducing health inequalities, and facilitating choice - 30% Lot 3 All Tenderers who are awarded to Lot 1 and 2 of the Framework will be awarded onto Lot 3. The framework will be available to 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. The aim of this Framework is to provide Relevant Authorities with fully compliant solution
Provision of Community Accommodation Services
Ministry of Justice
This notice invites suppliers to submit tenders for the establishment of an open framework for the provision of Community Accommodation Services (CAS). The framework will be established in accordance with section 49 of the Procurement Act 2023 and will operate as an open framework, allowing suppliers to be admitted at initial establishment and at planned reopening points. CAS comprises the provision of temporary accommodation and associated support for individuals leaving custody or serving sentences in the community. The services support public protection, offender management and resettlement outcomes, including the prevention of homelessness on release. CAS is not intended to provide settled accommodation or replace the statutory duties of local authorities. It operates as a bridge back into the community, proportionate to the level of risk presented. Accommodation is the core service, with varying levels of support depending on service type. The framework will be structured into the following lots: • Lot 1: Independent Approved Premises Accommodation and Support 24 hour staffed community residences that provide temporary accommodation and close monitoring for high-risk prison leavers and people on probation. • Lot 2: Accommodation and Support Community accommodation and support for individuals leaving custody, released from court on bail, and other cohorts. • Lot 3: Temporary Accommodation and Floating Support Short term transitional accommodation for prison leavers at risk of homelessness with a basic floating support service. • Lot 4: Alternative Community Accommodation with Support Services Delivery of community accommodation and appropriate support services for individuals within the criminal justice system with alternative service needs. Each lot will operate independently and all suppliers that meet the Conditions of Participation and satisfy the award criteria for the relevant lot may be admitted to the framework. Admission to a lot does not confer exclusi
Community Diagnostics
NHS North West London Integrated Care Board
The provider is required to undertake diagnostic imaging, cardiac imaging and endoscopy for any patient registered with a GP practice within NWL, to maintain timely and compliant access to diagnostic pathways, to ensure diagnostic tests are appropriate, necessary, clinically correct, of high quality, providing an optimum balance of quality and cost.
Community Diagnostics
NHS North West London Integrated Care Board
The provider is required to undertake diagnostic imaging, cardiac imaging and endoscopy for any patient registered with a GP practice within NWL, to maintain timely and compliant access to diagnostic pathways, to ensure diagnostic tests are appropriate, necessary, clinically correct, of high quality, providing an optimum balance of quality and cost.
Community Diagnostics
NHS North West London Integrated Care Board
The provider is required to undertake diagnostic imaging, cardiac imaging and endoscopy for any patient registered with a GP practice within NWL, to maintain timely and compliant access to diagnostic pathways, to ensure diagnostic tests are appropriate, necessary, clinically correct, of high quality, providing an optimum balance of quality and cost.
UHMB - Insourcing Tender
University Hospitals of Morecambe Bay NHS Foundation Trust
Tender to deliver Insourced Clinical services to University Hospitals of Morecambe Bay NHS Foundation Trust. Services covered are: Lot 1: Anaesthetics, Lot 2: Breast Imaging, Lot 3: Gastroenterology and Endoscopy.
Compounded mAbs - Cancer Therapies
Berkshire Healthcare NHS Foundation Trust
Phamacy Procurement Contract - A ranked framework for the supply and delivery of Compounded Monoclonal Antibodies (mAbs) for Intravenous Infusion for Chemotherapy indications split into 2 lots: Lot 1: High Volume Products - 5 molecules / all brands Lot 2: Lower Volume Products - 13 molecules / all brands The ranked framework will be open to the participating Trusts of the South East Pharmacy Procurement Service (SEPPS): Thames Valley and Wessex (TV&W) 1. Buckinghamshire Healthcare NHS Trust 2. Frimley Health NHS Foundation Trust 3. Hampshire Hospitals NHS Foundation Trust 4. Isle of Wight NHS Trust 5. Hampshire and Isle of Wight Healthcare NHS Foundation Trust 6. Milton Keynes University Hospital NHS Foundation Trust 7. Oxford Health NHS Foundation Trust 8. Oxford University Hospitals NHS Foundation Trust 9. Portsmouth Hospitals NHS Trust 10. Royal Berkshire NHS Foundation Trust 11. University Hospital Southampton NHS Foundation Trust South-East Coast (SEC) 12. Ashford and St. Peters’ Hospitals NHS Foundation Trust 13. Dartford and Gravesham NHS Trust 14. East Kent Hospitals University NHS Foundation Trust 15. East Sussex Healthcare NHS Trust 16. Kent Community Health NHS Trust 17. Maidstone & Tunbridge Wells NHS Trust 18. Medway NHS Foundation Trust 19. Queen Victoria Hospitals 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 Hospitals Sussex NHS Foundation Trust 26. Berkshire Healthcare NHS Foundation Trust This framework will 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 mAbs framewor
WCC - NHS Health Checks
Warwickshire County Council
Warwickshire County Council ("the Council") has awarded a contract via Direct Award Process A under the Provider Selection Regime, to provide the mandated NHS Health Check Service. Whereby Warwickshire residents aged 40-74 without any predefined existing health conditions can access an NHS Health Check every 5 years. The NHS Health Check (NHSHC) programme screens 40-74 year olds for risk of health problems, such as, heart disease, diabetes, kidney disease and stroke. It achieves this by assessing the top seven risk factors driving the burden of noncommunicable disease in England, and by providing individuals with behavioural support and, where appropriate, medical intervention. Local authorities are required to provide health checks as this is a mandated service under the Local Authorities (Public Health Functions and Entry to Premises by Local Healthwatch Representatives) Regulations 2013 Act.1 Local Authorities have a statutory duty to provide, or make arrangements to secure the provision of, NHSHCs to be offered to eligible persons in its area once every 5 years, and to secure the provision of NHSHCs. The local authority should also secure continuous improvement in the percentage of eligible persons in its area participating in the NHSHCs. The need for the service has also been informed by service reviews, engagement with members of Service provision will be free for all service users.
Primary Medical Services (General Practice) under Alternative Provider Medical Services Contract Arrangements for Burnley Practice, Canberra Old Oak Surgery, Mollison Way Surgery and Sudbury Surgery
NHS West and North London Integrated Care Board
This procurement will identify a Bidder or Bidders who will provide medical services (general practice) under APMS contract arrangements at Burnley Practice, Canberra Old Oak Surgery, Mollison Way Surgery and Sudbury Surgery for NHS West and North London Integrated Care Board. This procurement is divided into for (4) Lots: - Lot 1: Burnley Practice - Lot 2: Canberra Old Oak Surgery - Lot 3: Mollison Way Surgery - Lot 4: Sudbury Surgery Each Lot is for an initial period of 5 years with an estimated start date of 1st November 2026. The Relevant Authority may, at its sole discretion, extend the Contract Term following expiry of the initial 5-year term by such further period or periods as it determines, up to the maximum aggregate extension periods of 5 years + 5 years. Full details of the Relevant Authority's requirements are set out in the Invitation to Tender documents. This procurement is being undertaken in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 Regulation 11, with the intention of awarding a contract following the Competitive Process. To register your interest, please follow the link below and search for the project reference: https://health-family.force.com/s/Welcome Project Reference: C392527 The deadline for submitting a response is midday on Monday, 29th June 2026. North West London Procurement Services (NWLPS) is a Collaborative Procurement Organisation. The Relevant Authority has instructed NWLPS to act as their procurement representative, therefore any communications during the tender process undertaken by NWLPS, is on behalf of the Relevant Authority. All decision regarding the Contract will be made by the Relevant Authority.
Adults with Learning Disability Supported Housing Schemes
Torfaen County Borough Council
The services are for adults with learning disabilities living independently in self contained flats within the community. There are three supported housing schemes in Torfaen that will fall under this contract, Clos Y Fran, Somerton House and Ty'r Hen Ysgol. Each contract will comprise of an agreed number of block hours and also a sleep-in member of staff at each scheme. The tender will be structured to allow any one provider to bid for one, two or all three of the contracts but only able to deliver a maximum of two of the available contracts.
SWGMS Genomics Laboratory Information Management System (GLIMS)
North Bristol NHS Trust
Bristol and Weston Purchasing Consortium ("BWPC") on behalf of the Authority North Bristol NHS Trust ("NBT") are submitting a Tender Notice for the replacement of the Genomics Laboratory Information Management Systems ("GLIMS") at NBT and Royal Devon University Healthcare NHS Foundation Trust ("RDUH"). Both Trusts are responsible for the provision of genomic testing on behalf of the South-West Genomic Medicine Service ("SWGMS"). The current LIMS platforms at both NBT and RDUH are 15 years old and do not support the level of integration, scalability, or interoperability required to meet the SWGMS future needs. The aim is to deliver a future-ready digital platform with regional integration capability, aligned with the NHS England (NHSE) Genomic Medicine Service strategy, supporting the delivery of interoperable, scalable, and efficient genomic services and the ambitions for genomic medicine outlined in the 10-year plan. NBT are therefore seeking a strategic GLIMS partner capable of supporting an integrated, multi-site, high-throughput genomic service. The scope of the procurement includes the provision, implementation, configuration, and ongoing support of a GLIMS to support SWGMS laboratory services across both in-scope sites. This includes core laboratory workflow management, sample tracking, test ordering, results management, reporting, audit, quality management support, and administration. The scope also includes system hosting (where applicable), system integration, data migration from legacy systems, training, change management support, and business-as-usual support services.
467-NYC-HA Framework for Live in Care
The North Yorkshire Council
North Yorkshire Council (“the Council”) is seeking Providers to deliver high-quality Live in Care Services through the Procurement of a Framework Agreement. This framework agreement supports the Council’s Health and Adult Services plan to help people live longer healthier and more independent lives in association with one of the four ambitions: My Home, My Community, My Choice. These ambitions are underpinned by statements about what they will mean to people. This framework agreement will support the Council to develop and support a diverse care market to provide safe, high quality and value for money care and support to the people of North Yorkshire, as defined within the North Yorkshire Market Position Statement and Strategic Development Plan. Please note that the Council’s requirement is demand led and therefore no guarantees of work can be provided. The tender will be published on North Yorkshire Council's e-tendering system, YORTender. For guidance on using YORTender to access the opportunity, the following videos are available: 1. Guide to accessing Documents - https://youtu.be/RI6YA28skxs 2. Guide to submitting a bid - https://youtu.be/LxcZbVqdgj4 3. A Guide to using the Messaging Function - https://youtu.be/vzDL41OBf2E 4. A Guide to Searching for Opportunities - https://youtu.be/HpaCOac31S8
Physiotherapy Services
Police, Fire & Crime Commissioner for Staffordshire
The Staffordshire Commissioner for Police, Fire and Rescue and Crime, wishes to commission an effective and efficient Occupational Physiotherapy Service which supports Employee Wellbeing in Staffordshire Police and Staffordshire Fire.
Provision of Medical Cover for In-Patient Wards in Community Hospitals
COUNTY DURHAM AND DARLINGTON NHS FOUNDATION TRUST
County Durham and Darlington NHS Foundation Trust is intending to award a contract for Medical Inpatient Cover at Sedgefield Community Hospital, Chester- Le-Street Community Hospital and Shotley Bridge Community Hospital.
Southampton Adults Alcohol & Drug Support Service
Southampton City Council
Southampton City Council ("the Council") invites Tenders from suitably qualified service providers ("Potential Suppliers") for the provision of Southampton Adults Alcohol & Drug Support Service. This Procurement is being conducted in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 using the Competitive Procedure. The contract being procured is for the delivery of drug and alcohol treatment and support services. The successful supplier will deliver a full range of evidence-based interventions including harm reduction, psychosocial support, and multi-agency coordination, with pharmacological interventions provided under clinical governance. The services will operate within a recovery-oriented framework and will be person-centred, trauma-informed, and accessible to all residents of the city, including those with complex needs and those not yet ready to change their substance use. The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council. The estimated contract value range is from £30,328,092 to £64,122,145 for the term of contract plus extension period. Explanation of this contract value range is provided in the procurement documentation.
School Aged Immunisation Services SAIS in Lincolnshire (Direct Award Process C)
NHS England
NHS England Midlands have awarded an NHS standard contract for the provision of School Aged Immunisation Services SAIS in Lincolnshire.
Integrated Non-Custodial Services (INCS) in Coventry and Warwickshire (Lot 1) and West Mercia (Lot 2)
NHS England
The Integrated Non‑Custodial Services(INCS) will be required to deliver a continuous, coordinated, and seamless model of non‑custodial criminal justice healthcare and support. The service will meet individuals identified health and wellbeing needs while addressing factors associated with offending behaviour, with a focus on early intervention, continuity of care, and improved outcomes across the criminal justice pathway. The ITT documentation should be completed by 2pm on the 12 June 2026. The ITT reference is C443325.
AccEPT Clinic Service
DEVON PARTNERSHIP NHS TRUST
The AccEPT Clinic addresses substantial deficiencies in the provision of psychological therapy for adults with serious mental illness (SMI) in Devon. This includes: • People with hard-to-treat depression who have not benefited from existing IAPT or pharmacological interventions. • Individuals with bipolar disorder who are out of remit for secondary care but require psychological support or relapse prevention. • People with histories of SMI and mood disorders who no longer meet secondary care thresholds but experience languishing wellbeing.
Fun and Food Programme for Children in Receipt of Benefits-related Free School Meals (Summer 2026)
Durham County Council
The Council wishes to seek multiple Providers to deliver the Fun and Food programme to Children in Receipt of Benefits-related Free School Meals within the boundaries of County Durham. This project utilises Department for Education (DfE) funding which is for school aged children in receipt of benefits related free school meals. All providers must meet DfE framework of standards as below: • Food Provision • Enrichment Activities • Physical Activities • Increasing Awareness of Healthy Eating, healthy lifestyles, and positive behaviours • Signposting and referrals and supporting families • Safeguarding • Policies and Procedures Please note - sessions do not need to be exclusively for children in receipt benefits-related Free School Meals, alternative funding may be sourced by the organisation to fund children ineligible for DfE funding i.e parents/carers may be charged for sessions by the activity organisation. Providers will be asked to bid and submit a proposal for the Summer Holidays 2026. Successful Providers' contracts, as delivered under the Summer 2026 holiday provision, may be extended/varied to cover delivery in the Christmas school holiday period. At the sole discretion of the Council, providers will be identified and approached for Christmas delivery, this is likely to be dependent on successful achievement from Summer 2026 delivery under this contract and Commissioners professional judgement. If Successful Providers meet the threshold that the Commissioner deems as successful delivery, they will be emailed a proposal form for completion for the next school holiday period. The same evaluation criteria will be applied to the subsequent proposals. There is also a possibility that DCC may acquire funding from different sources that may be used for main school holidays, half term holidays or funding for participants to attend that are not in receipt of Benefits-related Free School Meals. Where this is the case successful providers will be updated regarding the s
Adults Community Drug & Alcohol Service
London Borough of Lewisham
London Borough of Lewisham invites suppliers to submit a tender for the Adults Community Drug & Alcohol Service. The overall purpose of the Service is to support individuals experiencing drug and/or alcohol‑related harm and to increase the number of people who enter, remain engaged in, and successfully complete effective treatment. The Service will place a particular emphasis on quality and meeting the needs of individuals with drug and alcohol needs, delivering a broad range of evidence‑based interventions tailored to risk, need and clear recovery goals. The Service will be outcomes‑focused and recovery‑oriented, supporting individuals to achieve their full potential. The Provider will be expected to proactively engage under‑represented and marginalised groups within the borough and to respond to identified need. The Service will operate as a core component of the Lewisham Partnership System, working collaboratively with statutory, voluntary and community sector partners to ensure a consistent, recovery‑oriented approach is embedded across the borough. This procurement will be undertaken using the Provider Selection Regime (PSR) Competitive Process, in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023. This will be a single stage competitive process.
East Summer School 2026 Delivery Partner
London Legacy Development Corporation
LLDC is appointing a delivery partner (sole traders and SME-led small teams are encouraged to bid) to lead the operational delivery of ESS 2026. The role holds responsibility for turning the agreed programme into a safe, inclusive and well‐coordinated live experience, managing the full participant journey while working closely with: a) LLDC – programme vision, partnerships, quality and impact b) Badu (youth work provider) – pastoral care, SEND support and day‐to‐day safeguarding The delivery partner acts as the single operational lead, coordinating systems, people, communications and delivery across the summer. East Summer School (ESS) is a free, inclusive two‐week creative, cultural and STEAM education programme for young people aged 12–17, delivered annually at Queen Elizabeth Olympic Park. The programme comprises 25–30 short courses co‐delivered by East Bank institutions and wider Park partners, engaging approximately 350 young people each year from an expected 700+ applications. Participants are able to choose one course in Week 1 and one course in Week 2, allowing flexibility and depth of engagement. ESS has a strong commitment to accessibility and participation for young people with SEND, Alternative Provision learners and those from disadvantaged backgrounds. Courses are age‐specific (12–14 and 15–17) to ensure appropriate pacing and content, and are designed to support confidence, skills development and progression into further learning, training and creative opportunities. Allowance within the contract will be £170k but the committed spend is £23k. This procurement will be conducted as a proportionate below-threshold competitive process for the appointment of the East Summer School 2026 Delivery Partner. Stage 1: PQQ / Shortlisting Stage will assess the Delivery Partner’s availability, relevant experience, case study evidence and alignment with LLDC’s Priority Themes and Inclusive Growth objectives. The availability question will be assessed on a Pass / Fai
Compounded mAbs - Cancer Therapies
Berkshire Healthcare NHS Foundation Trust
Phamacy Procurement Contract - A ranked framework for the supply and delivery of Compounded Monoclonal Antibodies (mAbs) for Intravenous Infusion for Chemotherapy indications split into 2 lots: Lot 1: High Volume Products - 5 molecules / all brands Lot 2: Lower Volume Products - 13 molecules / all brands The ranked framework will be open to the participating Trusts of the South East Pharmacy Procurement Service (SEPPS): Thames Valley and Wessex (TV&W) 1. Buckinghamshire Healthcare NHS Trust 2. Frimley Health NHS Foundation Trust 3. Hampshire Hospitals NHS Foundation Trust 4. Isle of Wight NHS Trust 5. Hampshire and Isle of Wight Healthcare NHS Foundation Trust 6. Milton Keynes University Hospital NHS Foundation Trust 7. Oxford Health NHS Foundation Trust 8. Oxford University Hospitals NHS Foundation Trust 9. Portsmouth Hospitals NHS Trust 10. Royal Berkshire NHS Foundation Trust 11. University Hospital Southampton NHS Foundation Trust South-East Coast (SEC) 12. Ashford and St. Peters’ Hospitals NHS Foundation Trust 13. Dartford and Gravesham NHS Trust 14. East Kent Hospitals University NHS Foundation Trust 15. East Sussex Healthcare NHS Trust 16. Kent Community Health NHS Trust 17. Maidstone & Tunbridge Wells NHS Trust 18. Medway NHS Foundation Trust 19. Queen Victoria Hospitals 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 Hospitals Sussex NHS Foundation Trust 26. Berkshire Healthcare NHS Foundation Trust This framework will 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 mAbs framewor
WCC - NHS Health Checks
Warwickshire County Council
Warwickshire County Council ("the Council") has awarded a contract via Direct Award Process A under the Provider Selection Regime, to provide the mandated NHS Health Check Service. Whereby Warwickshire residents aged 40-74 without any predefined existing health conditions can access an NHS Health Check every 5 years. The NHS Health Check (NHSHC) programme screens 40-74 year olds for risk of health problems, such as, heart disease, diabetes, kidney disease and stroke. It achieves this by assessing the top seven risk factors driving the burden of noncommunicable disease in England, and by providing individuals with behavioural support and, where appropriate, medical intervention. Local authorities are required to provide health checks as this is a mandated service under the Local Authorities (Public Health Functions and Entry to Premises by Local Healthwatch Representatives) Regulations 2013 Act.1 Local Authorities have a statutory duty to provide, or make arrangements to secure the provision of, NHSHCs to be offered to eligible persons in its area once every 5 years, and to secure the provision of NHSHCs. The local authority should also secure continuous improvement in the percentage of eligible persons in its area participating in the NHSHCs. The need for the service has also been informed by service reviews, engagement with members of Service provision will be free for all service users.