UK healthcare tenders,
ready to review.

Free access to tender docs and go/no-go reports for all the latest healthcare opportunities in the UK.

Get bid support
68 live tenders · Showing 21-40

North Northamptonshire Council - NHS Health Checks Dynamic Purchasing System (DPS)

North Northamptonshire Council

North Northamptonshire Council (NNC) is re-opening their Dynamic Purchasing System (DPS) for the supply of services in respect of NHS Health Checks. The successful Potential Provider(s) will be responsible for providing this service and liaising closely with the Contract Manager identified by The Council. The NHS Health Check programme aims to help prevent heart disease, strokes, diabetes, kidney disease and certain types of dementia. Everyone between the ages of 40 and 74, who has not already been diagnosed with one of these conditions or have certain risk factors, will be invited (once every five years) to have an NHS Health Check to assess their risk of heart disease, stroke, kidney disease and diabetes; and will be given support and advice to help them reduce or manage that risk. Please note: this contract originally started on 1st April 2024. North Northamptonshire Council currently commission an NHS Health Check programme that has been successful to an extent, and there is an ambition to build on this success by providing a wider and more successful programme to the localities across the North Northamptonshire Council footprint.

£1.1mCorby26 May 2026Open tender →

School Nursing for Children and Young People Aged 5–19 (up to 25 for SEND)

London Borough of Hammersmith and Fulham

The London Borough of Hammersmith & Fulham (the Council) is inviting suitably qualified and experienced providers to tender for the delivery of School Health & Wellbeing Services 5–19 (25). This procurement supports the delivery of the Healthy Child Programme (HCP) and aims to improve health outcomes for children, young people, and families across the borough. The services will provide support for children aged 5–19 years, and up to 25 for young people with SEND. The contract estimated value is £1,110,000 – £1,260,000 per annum

£8.8mLondon27 May 2026Open tender →

PR BHFT 0796 - Supply of Dose Banded Compounded Chemotherapy

Berkshire Healthcare NHS Foundation Trust

Pharmacy Procurement Contract - A ranked framework for the supply and delivery of Supply of Dose banded compounded chemotherapy split into 2 lots: Lot 1: High Volume Products - 7 molecules / all brands Lot 2: Low Volume Products - 22 molecules / all brands The ranked framework will be open to the participating Trusts of the South East Pharmacy Procurement Service (SEPPS) as follows: 1. Ashford and St Peters Hospital NHS Foundation Trust 2. Berkshire Healthcare NHS Foundation Trust 3. Buckinghamshire Healthcare NHS Trust 4. Dartford and Gravesham NHS Trust 5. East Kent Hospitals NHS Foundation Trust 6. East Sussex Healthcare NHS Trust 7. Frimley Health NHS Foundation Trust 8. Hampshire and Isle of Wight Healthcare NHS Foundation Trust 9. Hampshire Hospitals NHS Foundation Trust 10. Isle of Wight NHS Trust 11. Kent Community Health NHS Trust 12. Maidstone and Tunbridge Wells NHS Trust 13. Medway NHS Foundation Trust 14. Milton Keynes University Hospital NHS Foundation Trust 15. Oxford Health NHS Foundation Trust 16. Oxford University Hospitals NHS Foundation Trust * 17. Portsmouth Hospitals NHS Trust 18. Queen Victoria Hospitals NHS Foundation Trust 19. Royal Berkshire NHS Foundation Trust 20. Royal Surrey County Hospital NHS Foundation Trust 21. Surrey and Borders Partnership NHS Foundation Trust 22. Surrey and Sussex Healthcare NHS Trust 23. Sussex Community NHS Trust 24. Sussex Partnership NHS Foundation Trust 25. University Hospital Southampton NHS Foundation Trust 26. University Hospitals Sussex NHS Foundation Trust This framework will also be available for use by Trusts in East of England and London regions, but the volumes for these regions have not been included for adjudication as part of the tender process. SEC Trusts can utilise this tender for products or services not covered by the National unlicensed aseptically prepared cytotoxic medicines and Dose banded compounded chemotherapy framework via MPSC. Please note: we did not publish a preliminary market engagement notice (UK2) for the following reasons: - we are not seeking to further develop our requirements or procurement approach. - we have procured similar supply arrangements via the Open procedure and deployed similar conditions of participation and award criteria. These have yielded good results previously. - we have prepared our tender pack (see attached), that detail standard NHS contractual terms which have been found to be acceptable to the supply chain. - we understand the likely suppliers who will be interested but the open notice approach gives opportunity to others looking to enter the Dose banded compounded chemotherapy supply market.

£8.6m - 10.3mBracknell27 May 2026Open tender →

LSL/MED/0215 The Supply of OEM Dental Spares

LEIDOS SUPPLY, LIMITED

Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (MoD) (the ‘Prime Contract’). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together ‘Team Leidos’). This requirement is subject to the Public Procurement Regulations and respective advertising action. The medical Team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of OEM Dental Spares on behalf of the UK MoD. The total estimated value for this Framework Agreement will be between £1,000,000.00 and £1,500,000.00, with a total length of 4 Years. In addition, please note that as a framework agreement there is no guarantee of business. If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.com Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Anyqueries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre.

£1.5m - 1.8mBristol28 May 2026Open tender →

YSJU Occupational Health Services ITT

York St John University

The University is seeking to appoint a suitably qualified and experienced provider of an Occupational Health Service. We require: - •Nationwide coverage for our staff and students. •Cover for our campuses in York and the Docklands area of East London. •Course Clearances for students from the: - oSchool of Science Technology and Health oSchool of Education, Language and Psychology •Placement Assessments and Clearance for students from the: - oSchool of Science Technology and Health Access code 4E9A3TF9A For more information about this opportunity, please visit the eSourcing portal at: https://neupc.delta-esourcing.com/tenders/UK-UK-York:-Health-services./4E9A3TAF9A To respond to this opportunity, please click here: https://neupc.delta-esourcing.com/respond/4E9A3TAF9A

£200kYork29 May 2026Open tender →

North Yorkshire Bed-based Intermediate Care Services (100-NYC-HA)

The North Yorkshire Council

North Yorkshire Council are looking to establish a closed framework for the provision of Bed-Based Intermediate Care Services. The framework will have a maximum duration of 4 years (2 years with the option to extend for an additional 12 months and then a further 12 months). The framework will be established under the Light Touch Regime. The framework will be divided into 4 geographical Lots and there will be a maximum of 3 providers appointed to each Lot. Further details are included within the tender documentation. The service must be able to support people with complex life circumstances and specialist care needs, including, but not limited to dementia, mental health, delirium, learning disability and autism. This may include people undergoing an assessment for Continuing Healthcare. Providers must be registered with CQC and have an inspection rating of 'Requires Improvement' or above. 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

£12mNorthallerton29 May 2026Open tender →

Travel Health Advice and Vaccinations Service

Foreign, Commonwealth and Development Office

The FCDO and its Partners across Government (PAGs) (collectively known as the Authority) require Travel Health and Vaccination services for its officers and qualifying dependants (including newborn babies) who are travelling overseas for postings or official business. The aim of this contract is to provide a modern, evidence-based travel health service that provides our officers and their qualifying dependants with travel health advice, travel vaccinations and malaria prophylaxis to allow them to live and travel overseas as safely as possible. The Foreign, Commonwealth and Development Office (FCDO), together with its Partners across Government (PAGs), collectively referred to as the Authority, require the provision of Travel Health and Vaccination services for officers and eligible dependants—including newborns—travelling overseas for assignments or official duties. This contract is intended to deliver a contemporary, evidence-based travel health service that offers officers and their qualifying dependants comprehensive travel health advice, appropriate travel vaccinations, and malaria prophylaxis, thereby supporting their ability to live and work abroad while maintaining optimal safety standards.

£4.1m - 4.9mLondon1 Jun 2026Open tender →

Visual Impairment Outreach Services

London Borough of Enfield

The London Borough of Enfield (the 'contracting authority') is seeking to appoint a suitably experienced supplier to provide a Visual Impairment Outreach Service for children and young people who have a visual impairment.  The resultant contract will be entered with the successful supplier to provide resources and training to support schools, colleges, and families to meet the needs of visually impaired children and young people aged from 0 to 25 years, ensuring equal educational opportunities (please refer to the Specifications for further information). As part of this procurement process, the contracting authority undertook a preliminary market engagement between January and February 2026, advertised on 15 January 2026 via the published Notice 2026/S 000-003498. The duration of the contract will be for an initial two (2) years with the option to extend for up to two further periods of one (1) year each, to a maximum Contract period of four (4) years, subject to the supplier's performance and at the full discretion of the contracting authority, and subject to a lawful termination in accordance with the provisions of the Conditions of Contract and budget availability (please refer to Volume 4 of the procurement documents). The procurement is being run as a one stage process via the open procedure under the Procurement Act 2023 and is classified as a Light Touch Service, in accordance with Schedule 1 of the regulations. The contracting authority will incorporate a voluntary standstill period for eight (8) working days, commencing the day on which the contract award notice has been published. The Visual Impairment Outreach Service provides specialist support to visually impaired children and young people aged 0-25 years, enabling them to access the educational curriculum alongside their peers. This is a statutory requirement under the Children and Families Act 2014 and the Equality Act 2010, with delivery guided by the SEND Code of Practice. Historically, the service has operated through direct outreach, partnership working, and integration with wider SEND provision. Demand has evolved in response to demographic changes and advances in assistive technology. Recent trends include increased demand, a focus on inclusive education, digital solutions for remote support, and further integration with wider SEND services. The service is shaped by both national policy and Enfield Council's SEND strategy, with all operations underpinned by safeguarding and best practice standards. The contracting authority would like to receive competitive tenders that will meet the contracting authority's requirements and ensure improvements to the future delivery of the service. The existing Visual Impairment Outreach Service contract currently supports 162 Enfield children and young people, providing specialist advice, assessment, and training to families, schools, and professionals. The intention of this procurement would be to ensure continuation of high-quality, accessible support for all eligible children and young people, promoting inclusion and independence. The service will include direct outreach, training for school staff, family support, and integration with other SEND services. Provision must be available for Enfield's children and young people, including visits to educational establishments outside of Enfield's boundary if a child or young person should attend one of these, and also within independent educational establishments if the child or young person has an Education Health, and Care Plan. Key Challenges • Meeting diverse needs • Managing resources efficiently while maintaining a quality service, and • Responding to demographic changes Key Stakeholders • Children • Families Schools • Health professionals, and • Voluntary organisations The project is driven by a commitment to improving outcomes, achieving value for money, and complying with statutory duties. The estimated budget for this service is £644,000 (excluding VAT and any indexation) over the full lifetime of the contract, including any agreed extensions. The contract aims to deliver a responsive, high-quality Visual Impairment Outreach Service that employs people with the qualifications and expertise required to support children and young people, schools, and families. Strategic Aims • Promoting inclusion • Improving educational attainment, and • Empowering families Operational requirements include rapid response to referrals, flexible service delivery, integration with other SEND services, and robust performance monitoring (see Appendix 2 for draft Service Specification and KPIs). Expected Outcomes • Improved access to education • Increased independence • High satisfaction rates, and • Compliance with statutory duties Further details are found within the Service Specification that is uploaded to the contracting authority's portal, Atamis, as part of the procurement documents. Participation or non-participation in the above-mentioned preliminary market engagement shall not prevent any supplier from participating in, nor shall it place any supplier at an advantage in this contract opportunity. Suppliers must also know that they should cover their own cost of participating in this preliminary market engagement and the contracting authority is not liable for any cost incurred due to potential provider's participation in the exercise.

£644k - 773kEnfield1 Jun 2026Open tender →

Healthcare Clinical Waste Services for Primary Care: 11 Midlands NHS ICBs (2)

NHS Black Country Integrated Care Board

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)

£37.2m - 44.6mWolverhampton2 Jun 2026Open tender →

Diagnostic Service Solutions 2025

HealthTrust Europe LLP (HTE)

HealthTrust Europe are proposing to establish a framework agreement for the provision of Diagnostic Services to cover Radiology Reporting, Pathology Reporting, Specialist Referral Testing, Mobile Diagnostic Imaging. The proposed solution will be made available via a framework agreement, for public sector organisations. Customers will be able to access the framework either by a Direct Award or a Further Competition. The framework will be procured under PSR via an open procedure, to allow for a suitable amount of supplier choice.

£260mUK - Edgbaston, Birmingham2 Jun 2026Open tender →

CLI-FTS-59593 - ALL WALES ENDOSCOPY CONSUMABLES

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

This is a Framework for the provision of Endoscopy Consumables, including but not limited to, Capsule Endoscopy, Diagnostic & Biopsy Tools, Catheters & Balloon Catheters, Dilators, Endoscopic Clips & Needles, Electrosurgical & Endoscopic Probes, Polypectomy, Retrieval & Resection Devices, Guidewires, Endoscopic Markers & Dyes, Stents & Stent Accessories, Endourology Consumables and Endoscopy Accessories.

£30m - 36mCardiff5 Jun 2026Open tender →

Virtual Experiential Learning Pilot for Clinical Environments

University of Salford

This opportunity is for a partner to work with us to deliver a series of curriculum based pilots over an academic cycle to investigate, test and deploy an online approach to clinical experiential learning - this would be across a number of disciplines and be delivered with minimal integrations to existing platforms. It should also support international collaboration (COIL) and improve accessibility for students unable to attend physical placements.

£75k - 90kSalford5 Jun 2026Open tender →

Provision of: Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages) and the Supply of Tracers

NHS England

NHS England Specialised Commissioning (the "Contracting Authority”) is inviting suitably qualified and experienced suppliers to express an interest in providing Positron Emission Tomography – Computed Tomography (PET-CT) Services (all ages) and/or supplying the Tracers to providers of the Services, by responding to this opportunity. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Contracting Authority and is supporting the ITT. PET-CT is a specialist diagnostic scan which is used extensively in cancer; it is also used in a relatively small number of other non-cancer specialties, such as neurology and infection and immunity. The scan itself involves the use of radioisotopes (or ‘tracers’) which are injected into the patient around an hour prior to the scan. Tracers can be grouped into those which are produced in cyclotron and hot cell facilities (‘standard tracers’), and those which typically need to be produced in radiopharmacy facilities that are co-located with scanners, due to radioactive half-life considerations (‘non-standard tracers’). Standard tracers account for >90% of PET-CT activity and almost all standard tracer scans involve FDG (a tracer). The single procurement opportunity will comprise two lots: Lot 1 - Scanning Services, including the optional supply of Gallium Non-Standard Tracers (NSTs) (the option will be procured by way of variant tenders as explained further below); and Lot 2 – Supply of Standard Tracers (STs). Each Lot will comprise of 12 identical Sub-Lots, enabling the pairing of Lot 1 and Lot 2 suppliers so that a complete PET-CT service is available to patients within those 12 Sub-Lot areas. On completion of the procurement, there will be 12 scanning services, which will together equate to c.50% of the NHS PET-CT market in England. The opportunity also includes a variant bid element within Lot 1, which will allow bidders to put forward proposals to establish up to 6 gallium scanning services nationally, i.e., 1 per NHS England Region included within the procurement opportunity. This is to enable increased access for patients to gallium scans. It is also proposed to future-proof the provision of amyloid scanning – this will only be activated within the Contracts in the event that approval is given for the use of disease modifying treatments for memory loss conditions and that those treatments require PET-CT amyloid scanning. This step has been taken to futureproof the Contracts for a potential, but not certain, service development. Form of contracts: The contracts to be entered into will be: Lot 1 - Scanning Services: Contracts will be entered into on the form of the NHS Standard Contract 2026/27. Where gallium is to be supplied as part of a consortium, the Contracting Authority will mandate a form of 'sub-contract' for use between the scanning services provider and the gallium supplier. Lot 2 - Standard Tracer Supply: Contracts will be entered into on the form of a bespoke supply of goods contract (as the NHS Standard Contract is not appropriate for a supply of goods contract). The form of contract will be mandated as a sub-contract between the scanning services provider in the relevant geography in Lot 1 and the standard tracer supplier in the corresponding geography in Lot 2. This model has been used previously to secure PET-CT provision. Direct Agreements – The Contracting Authority will also enter into a direct agreement with the successful standard tracer suppliers (to ensure proper flow down across all contracts linked to the procurement opportunity). Open procedure description: This procurement will follow an Open Procedure. This will be a single stage procurement where Bidders are asked to submit a response to the PSQ and ITT on the same date. Only bidders that pass the PSQ will have their tender response evaluated. No additional steps will be used. Following publication of this Tender Notice, bidders will be required to complete an EWA before receiving access to the Invitation to Tender (ITT). Completion of these will be a gateway requirement for access to the ITT, and bidders must submit their completed EWA within the timescales set out in this Tender Notice. Following confirmation of compliance, the ITT will be released simultaneously to all eligible bidders (see below) in early March 2026. Indicative procurement timeline (which is subject to change at NHSE’s discretion): • Tender Notice publication: 18/02/2026 • Access provided to EWA : 18/02/026 • Deadline for submission of EWA : 04/03/2026 • PSQ and ITT issued to all eligible bidders (see below): early March 2026 • Clarification question period deadline: mid-May 2026 • Final clarification question log issued: mid to late May 2026 • PSQ and ITT submission deadline: early June 2026 Eligible bidders are bidders who have received confirmation from NHSE that their submitted EWA has been counter-signed. Please allow approximately four (4) working days for the Contracting Authority to process your submission and confirm eligibility. The Contracting Authority may consider allowing late submission of the EWA , however in no circumstances can bidders submit this documentation after 06/03/2026 at 12:00hrs. Bidders who are late to submit their EWA documents will be required to submit their PSQ and ITT responses on the same date as bidders who submit their EWA documents on time. The PSQ will be assessed on a pass/fail basis covering legal, financial and technical requirements. Tenders from bidders that pass all PSQ criteria will then be evaluated. Bidders who fail the PSQ will be excluded and will not have their tenders evaluated. A clarification process will operate during the PSQ and ITT period to enable bidders to seek clarification from the Contracting Authority. Due diligence will be undertaken by the Contracting Authority prior to contract award to provide assurance that there are no material risks that could prevent contract signature i.e. if a Supplier bidding for the contract no longer meets the minimum standards required, and their Tender is rejected as a result, the Contracting Authority reserves the right to award the Contract to the next highest scoring Supplier. Please note the Contracting Authority reserves the right at any stage of the procurement to abandon the competition and not award a contract. The Contracting Authority also reserves the right to make minor amendments to the procurement documentation (for example, to clarify or refine requirements), provided such changes are not substantial and do not distort competition. If amendments are made, the Contracting Authority will consider whether any corresponding tender deadlines require revision and will issue updated documentation or notices where appropriate.

£1538.8m - 1637.9mLondon5 Jun 2026Open tender →

Recurrent Redistribution of Orthodontic UOAs in Northampton

NHS Northamptonshire Integrated Care Board

NHS Northamptonshire ICB (referred to as the Commissioner) is inviting suitably qualified and experienced providers to deliver Recurrent Distribution of Orthodontic UOAs in Northampton.<br/><br/>Orthodontic services play a key role in improving oral health outcomes for children and young people across Northamptonshire. The service provides specialist assessment, diagnosis and treatment of malocclusion, supporting functional improvement, long-term oral health, and enhanced quality of life. <br/><br/>The Services are intended to be provided from 1st January 2027 for a period of 3 years, with the Commissioner having the option to extend the Contract for up to a further 2 years (total contract duration, including extensions 5 years) till 31st December 2031.<br/><br/>Please note the deadline for responses to the Competitive Process is 10:00am on 8th June 2026.

£3mKettering8 Jun 2026Open tender →