Public tenders
Tenders
Filtered to "NHS England". Adjust filters above to broaden or narrow the result set.
14 matching · page 1 of 1
Health Visitor Service (Midlands)
NHS England
NHS England (referred to as the Commissioner) awarded a contract to Nottingham CityCare Partnership Community Interest Company in East Midlands [Lot 1] and Sandwell and West Birmingham Hospitals NHS Trust in West Midlands [Lot 2] for the provision of Health Visiting Services following a robust Most Suitable Provider Process
Medication to Manage Problematic Sexual Arousal (MMPSA) Service for the South-West, North-West and North-East regions (initial pilot service)
NHS England
NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU), on behalf of NHS England (referred to as the Authority), is inviting suitably qualified and experienced providers to respond to this Competitive Process for the provision of a Medication to Manage Problematic Sexual Arousal (MMPSA) Service for the South-West, North-West and North-East regions (initial pilot service) including the Clinical Regional Multi-Disciplinary Team, as part of a jointly commissioned HMPPS-NHS England care pathway. The service is being commissioned under the following Lots: Lot 1 - MMPSA Service: South-West Lot 2 - MMPSA Service: North-West Lot 3 - MMPSA Service: North-East To participate in the Competitive Process, please register and access documentation via the Atamis (Health Family) portal: https://atamis-1928.my.site.com/s/Welcome Should providers have any queries, or have problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk A provider event via Microsoft Teams is planned for Tuesday 9th June 2026 at 2.30pm. If you would like to attend, please email anna.salt@nhs.net to register by 5pm on Monday 8th June 2026. All slides, questions and responses will be made available to all providers following this event via Atamis. The response deadline is 12pm, midday, on Thursday 25th June 2026 and the project reference in Atamis is C445639.
General Practice Assistant (GPA) Accredited Education Route
NHS England
Provision of Level 4 accredited GPA training including learner support, mentorship guidance, portfolio assessment, accreditation, quality assurance, reporting, and collaborative working with regional Training Hubs. The estimated value of the Contract(s) over a maximum 5 year term is the maximum expenditure that the Contracting Authority has budgeted for payment under the Contract(s). Including all extensions this is £13,749,255.00 (Exclusive of VAT). The Awarded Contracts shall be payable based on the volume of activity with a maximum price per learner of £3,711.00 (Exclusive of VAT). The initial contract term shall be 3 years with the potential for 2 years in Contract extension periods by election of the Contracting Authority, on such notice and for such periods as is specified by the Contract. The Contracting Authority anticipates that it will enter into a contract with between 1 to 7 providers. The deadline for submission of completed ITT submissions is 12th June 2026 at 12:00pm (midday). Late submissions will not be accepted therefore, please submit in good time prior to the deadline date and time. All communications should be made via the messaging function on the e-Tendering portal during the tender exercise. The Contracting Authority requests that all communications are channelled through the e-portal system and not with the Contracting Authority itself other than as expressly permitted within this ITT. Further information relating to this project can be found at NHSE e-tendering portal at the link below. All clarification questions and submission bids must be received via this portal only. Registration is free of charge. https://health-family-contract-search.secure.force.com/?SearchType=Projects
Act Now Evaluation
NHS England
NHS England London region is preparing to commission an independent evaluation of the ACT NOW programme, following the successful launch of the pilot in 2024. The evaluation will be undertaken by an external organisation and will focus on understanding the programme’s impact in clinical practice. To ensure a robust and comprehensive assessment, the evaluation will draw on a mixed methods approach, including: Online surveys – to capture broad participant feedback and quantitative insights Focus groups – to explore shared experiences, themes, and perceptions in a facilitated group setting In-depth interviews – to gather detailed, qualitative perspectives from key stakeholders Local pilot site highlight reports and feedback including blogs – to gather themes and insight from correlating the feedback Data collected by pilot sites (18 sites) for time to analgesia – to analyse pre and post implementation of ACT NOW. This evaluation will help determine the effectiveness of ACT NOW, identify areas for refinement, and inform clinical practice recommendations and future commissioning decisions. Please note: all tender documents will be issued on the following Atamis portal: https://suppliersupport.atamis.co.uk/hc/en-gb/articles/4614579849119-Login-to-the-Portal Should you wish to contract with NHS England, you will also be required to register on the Central Digital Platform if not already done so: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html
Act Now Evaluation
NHS England
NHS England London region is preparing to commission an independent evaluation of the ACT NOW programme, following the successful launch of the pilot in 2024. The evaluation will be undertaken by an external organisation and will focus on understanding the programme’s impact in clinical practice. To ensure a robust and comprehensive assessment, the evaluation will draw on a mixed methods approach, including: Online surveys – to capture broad participant feedback and quantitative insights Focus groups – to explore shared experiences, themes, and perceptions in a facilitated group setting In-depth interviews – to gather detailed, qualitative perspectives from key stakeholders Local pilot site highlight reports and feedback including blogs – to gather themes and insight from correlating the feedback Data collected by pilot sites (18 sites) for time to analgesia – to analyse pre and post implementation of ACT NOW. This evaluation will help determine the effectiveness of ACT NOW, identify areas for refinement, and inform clinical practice recommendations and future commissioning decisions. Please note: all tender documents will be issued on the following Atamis portal: https://suppliersupport.atamis.co.uk/hc/en-gb/articles/4614579849119-Login-to-the-Portal Should you wish to contract with NHS England, you will also be required to register on the Central Digital Platform if not already done so: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html
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.
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.
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 ...
NHS National Generic Pharmaceuticals - Wave 16a
NHS England
NHS National Framework for Generics Pharmaceuticals Wave 16a Offer reference number: CM/PHG/24/5714 Period of framework agreement: Dates detailed below, with an option or options to extend (at the authority’s discretion) for a period or periods up to a total of 48 months. Potential periods of call-offs under the framework agreement: CM/PHG/24/5714/01 Oral (plus non-parenteral) products: CESW/LSNE/NWLN: 01/02/2027 to 31/05/2030 (40 months) CM/PHG/24/5714/02 Hospital only products: DLN: 01/02/2027 to 31/01/2029 (24 months) DNW: 01/02/2027 to 31/01/2029 (24 months) CM/PHG/24/5714/03 Hospital only (housekeeping) products: DCE/DSW: 01/02/2027 to 30/09/2027 (8 months) DLS/DNE: 01/02/2027 to 31/05/2028 (16 months)
NHS National Generic Pharmaceuticals - Wave 16a
NHS England
NHS National Framework for Generics Pharmaceuticals Wave 16a Offer reference number: CM/PHG/24/5714 Period of framework agreement: Dates detailed below, with an option or options to extend (at the authority’s discretion) for a period or periods up to a total of 48 months. Potential periods of call-offs under the framework agreement: CM/PHG/24/5714/01 Oral (plus non-parenteral) products: CESW/LSNE/NWLN: 01/02/2027 to 31/05/2030 (40 months) CM/PHG/24/5714/02 Hospital only products: DLN: 01/02/2027 to 31/01/2029 (24 months) DNW: 01/02/2027 to 31/01/2029 (24 months) CM/PHG/24/5714/03 Hospital only (housekeeping) products: DCE/DSW: 01/02/2027 to 30/09/2027 (8 months) DLS/DNE: 01/02/2027 to 31/05/2028 (16 months)
Workforce Influenza Vaccination Programme: On-site Settings Delivery Model
The Authority is conducting the procurement using an open procedure in accordance with the requirements of the Procurement Legislation and as established by Section 6(6) of The Health Care Services (Provider Selection Regime) Regulations 2023 for the purpose of procuring the Services described in the Specification. The Authority is wishing to procure a Provider to deliver Influenza vaccinations to its workforce as a Service in various on-site locations across Lancashire. This could include office settings, highways depots and schools. This Service is offered as a staff benefit and supports the annual flu plan developed by the Department of Health and Social Care, the UK Health Security Agency (UKHSA) and NHS England. The Authority is looking to open this opportunity to the market as an open competition to ensure value for money through a longer-term contract of an initial 2 years plus up to an additional potential 1 year extension. The successful Provider will deliver immunisation against influenza to those identified as being eligible by the Authority. The Service will operate as an on-site clinic model between the period of the 5th October 2026 to 30th November 2026 and 1st October 2027 to 30th November 2027.
NHS National Framework for Ruxolitinib
Project title: NHS National Framework for Ruxolitinib Offer reference number: CM/TNS/26/5755 Period of framework: 1 November 2026 to 31 October 2027 with an option or options to extend (at the Authority’s discretion) for a period or periods up to a total of 24 months. Published By: Medicines Procurement and Supply Chain - NHS Medicines Value & Access, NHS England
Procurement for the Centre for Advancing Practice ePortfolio (Supported Route)
NHS England is seeking to commission Process Outsourcing Services to support the delivery of the Centre for Advancing Practice ePortfolio (Supported) Route. The Centre for Advancing Practice is procuring external support to ensure the continued delivery, quality, and scalability of its national recognition and quality assurance functions for advanced and consultant level practitioners. Increasing demand for these services, combined with internal workforce capacity constraints, has created a requirement for an experienced supplier to provide additional operational, academic, and technical capacity. The appointed supplier will be required to support delivery across the following three core service areas: • The ePortfolio (Supported) Route • Reviewer and subject matter expert infrastructure • Implementation and ongoing management of digital badges The supplier will provide end to end operational, administrative, and quality assurance support for the Centre for Advancing Practice’s recognition and assurance functions. This will include, but is not limited to: • Delivery of a fair, consistent, and high quality ePortfolio (Supported) Route • Management and coordination of a multi professional reviewer and expert workforce • Secure implementation and ongoing administration of digital badges via the Centre’s portal Collectively, this support will ensure that practitioners have timely access to national recognition pathways and that national standards for advanced and consultant level practice are maintained. Contract Term and Value The contract will be awarded for an initial term of two (2) years, with the option to extend for a further one (1) year. The estimated contract value is up to £300,000 per annum (excluding VAT); and up to £900,000 (excluding VAT) for the full contract term, inclusive of any permitted extension period. Any Tender submission that exceeds this maximum total contract value will be rejected and not evaluated further. The selected supplier is expected
Free tender alerts
Get a weekly digest of new tenders
New new tenders matching your interests, delivered to your inbox — no app required. Tell us your email and we'll start a weekly digest. Add keywords or a minimum value in the message and we'll filter to match.
Opens your mail app pre-addressed. We only use your email for the digest you requested.