Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

New Hospital Programme – Hospital 2.0 Alliance (H2A) Framework

  • First published: 28 March 2026
  • Last modified: 28 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS England
Authority ID:
AA20005
Publication date:
28 March 2026
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS England (NHSE) has concluded a competitive dialogue procurement under the Public Contracts Regulations 2015 for the establishment of the Hospital 2.0 Alliance Framework (“H2A Framework”) and the Hospital 2.0 Alliance Agreement. These two instruments form the basis of a multi-supplier integrated delivery model created to deliver the New Hospital Programme (NHP). The H2A Framework provides the mechanism for awarding Call-Off Contracts for major capital works, including detailed design, construction, commissioning, and handover of hospital schemes. The Hospital 2.0 Alliance Agreement establishes the collaborative enterprise environment for NHSE, the Trusts, and the appointed H2A Contractors to foster alliance working and standardise design and delivery across the programme. <br/><br/>The Hospital 2.0 Alliance Agreement (Alliance Agreement) which is a cross-programme collaboration agreement (a contract for services with a facility to award task orders for minor constructability and advisory services); and The Hospital 2.0 Alliance Framework (H2A Framework) itself from which Call-Off Contracts for the delivery of specific Schemes/Works will be made. Works under the H2A Framework will be awarded via Call-Off Contracts using Collaborative Allocation, Mini-Competition or Direct Award procedures.<br/><br/>In accordance with the terms of the Procurement Documents, NHSE has awarded ten (10) places on the H2A Framework. The H2A Contractors will provide expertise and experience in construction and integration works on major complex life critical programmes to allow NHP to develop a more standardised approach to design and delivery, unlock efficiencies and accelerate delivery in one of the biggest hospital building programmes in a generation.<br/><br/>The H2A Framework (and Alliance Agreement) has been procured by and for the use of NHSE in respect of its needs and requirements for the New Hospital Programme and any wider NHSE requirements. The H2A Framework may also be used by those Contracting Bodies referred to in Section II.2.14 (Additional Information) below. The H2A Framework and/or Alliance Agreement may also be transferred in whole or in part to another public body (or bodies) that during the term of the Framework Agreement/Hospital 2.0 Alliance Agreement assume NHSE’s delivery obligations (in whole or in part) to deliver the New Hospital Programme or new NHS hospitals through another iteration of the New Hospital Programme.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS England

Wellington House, 133-135 Waterloo Rd

London

SE1 8UG

UK

Contact person: NHS England

E-mail: nhp.tenders@nhs.net

NUTS: UKI

Internet address(es)

Main address: https://www.england.nhs.uk/

Address of the buyer profile: https://www.england.nhs.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

New Hospital Programme – Hospital 2.0 Alliance (H2A) Framework

II.1.2) Main CPV code

45215140

 

II.1.3) Type of contract

Works

II.1.4) Short description

NHS England (NHSE) has concluded a competitive dialogue procurement under the Public Contracts Regulations 2015 for the establishment of the Hospital 2.0 Alliance Framework (“H2A Framework”) and the Hospital 2.0 Alliance Agreement. These two instruments form the basis of a multi-supplier integrated delivery model created to deliver the New Hospital Programme (NHP). The H2A Framework provides the mechanism for awarding Call-Off Contracts for major capital works, including detailed design, construction, commissioning, and handover of hospital schemes. The Hospital 2.0 Alliance Agreement establishes the collaborative enterprise environment for NHSE, the Trusts, and the appointed H2A Contractors to foster alliance working and standardise design and delivery across the programme. <br/><br/>The Hospital 2.0 Alliance Agreement (Alliance Agreement) which is a cross-programme collaboration agreement (a contract for services with a facility to award task orders for minor constructability and advisory services); and The Hospital 2.0 Alliance Framework (H2A Framework) itself from which Call-Off Contracts for the delivery of specific Schemes/Works will be made. Works under the H2A Framework will be awarded via Call-Off Contracts using Collaborative Allocation, Mini-Competition or Direct Award procedures.<br/><br/>In accordance with the terms of the Procurement Documents, NHSE has awarded ten (10) places on the H2A Framework. The H2A Contractors will provide expertise and experience in construction and integration works on major complex life critical programmes to allow NHP to develop a more standardised approach to design and delivery, unlock efficiencies and accelerate delivery in one of the biggest hospital building programmes in a generation.<br/><br/>The H2A Framework (and Alliance Agreement) has been procured by and for the use of NHSE in respect of its needs and requirements for the New Hospital Programme and any wider NHSE requirements. The H2A Framework may also be used by those Contracting Bodies referred to in Section II.2.14 (Additional Information) below. The H2A Framework and/or Alliance Agreement may also be transferred in whole or in part to another public body (or bodies) that during the term of the Framework Agreement/Hospital 2.0 Alliance Agreement assume NHSE’s delivery obligations (in whole or in part) to deliver the New Hospital Programme or new NHS hospitals through another iteration of the New Hospital Programme.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 37 000 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

45112700

50700000

45215000

51120000

71300000

45110000

45213312

45215100

45233000

45350000

45351000

45450000

48000000

48100000

50710000

51100000

71000000

71240000

71241000

71242000

71245000

71315000

71333000

71334000

71356400

71400000

71500000

71541000

72224100

90712000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Works and Services will be performed at different sites in the UK in accordance with the NHP plan for implementation. See Section II.2.4.1 below.

II.2.4) Description of the procurement

The New Hospital Programme (NHP) was created to deliver the biggest hospital building programme in a generation. It is an enduring programme intended to develop capacity, value for money efficiency and skills over many years through collaboration, standardisation and cooperation. The Hospital 2.0 Alliance Framework (“H2A Framework” or “Framework Agreement”) has been established as a multi-supplier framework agreement for major capital works for hospital build, refurbishment and ancillary works required by NHSE, including the detailed design, construction, commissioning and handover of major hospital schemes including but not limited to NHP waves 1 to 3, as set out in the ‘NHP plan for implementation’.<br/><br/>Following the conclusion of this procurement, successful Tenderers have entered into two instruments:<br/><br/>- The Hospital 2.0 Alliance Agreement (Alliance Agreement), which is a cross-programme collaboration agreement (a contract for services with a facility to award task orders for minor constructability and advisory services); and<br/>- The Hospital 2.0 Alliance Framework (H2A Framework) itself, from which Call-Off Contracts for the delivery of specific Schemes/Works will be made.<br/><br/>The H2A Contractors will provide expertise and experience in construction and integration works on major complex life-critical programmes to allow NHP to develop a more standardised approach to design and delivery. The Framework Agreement may also be used by those Contracting Bodies referred to in Section VI.3 (Additional Information) below. NHSE also reserves the right to transfer the Framework Agreement (or any Call-Off Contract and/or the Hospital 2.0 Alliance Agreement) in whole or in part to another public body (or bodies) that during the term of the Framework Agreement/Call-Off Contract/Hospital 2.0 Alliance Agreement assume NHSE’s delivery obligations (in whole or in part) to deliver the New Hospital Programme or new NHS hospitals through another iteration of the New Hospital Programme.<br/><br/>Works and Services will be awarded via Call-Off Contracts under the Framework Agreement. These will be awarded via the following call-off procedures: Collaborative Allocation, Mini-Competition and Direct Award. It is NHSE’s intention for Call-Off Contracts to be awarded using Collaborative Allocation where NHSE and the Trusts consider that the unamended Model Call-Off Contract is appropriate and will secure value for money. It is intended (though not guaranteed) that all H2A Contractors will be awarded a Call-Off Contract or contracts.<br/><br/>The Alliance Agreement establishes the collaborative enterprise environment critical to facilitating the strategic aims of the NHP. In addition to call-offs under the Framework Agreement, NHSE (and potentially other Contracting Bodies) has the right to award services contracts for ancillary constructability and advisory services through the Alliance Agreement, instructed by way of task orders. All Tenderers awarded a place on the Framework Agreement have entered into the Alliance Agreement.<br/><br/>In accordance with the terms of the Contract Notice and Procurement Documents, the six (6) unsuccessful but compliant Tenderers have been invited to join the Alliance Agreement as Environment Participants.The procurement was conducted in accordance with the Competitive Dialogue procedure pursuant to the Public Contracts Regulations 2015 (PCR), reg. 30.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 70

Quality criterion: Commercial / Weighting: 30

Price / Weighting:  0

II.2.11) Information about options

Options: Yes

Description of options:

1. Programme of Schemes: The indicative programme/schedule of the Schemes to be awarded via Call-Off Contracts under the Framework Agreement will be subject to internal business case approvals and may therefore be subject to change during the term of the Framework Agreement. <br/><br/>2. Alliance Agreement Task Orders: The Alliance Agreement includes a provision for issuing services contracts to H2A Contractors for constructability, design and testing advice. Any such services will be instructed by way of task orders in accordance with the terms of the Alliance Agreement. This is to facilitate consultation on constructability and supply chain as Hospital 2.0 is developed. Any task orders issued will be based on average industry rates.<br/><br/>3. Common Procurement Routes: NHSE may establish framework agreements and other procurement arrangements and/or direct the use of existing arrangements for the benefit of the NHP (“Common Procurement Routes”). <br/><br/>4. Transfer to replacement contracting authority: NHSE reserves the right to transfer the Framework Agreement (or any Call-Off Contracts and/or the Alliance Agreement) in whole or in part to another public body (or bodies) that during the term of the Framework Agreement (or any Call-Off Contracts and/or the Alliance Agreement) assume NHSE’s delivery obligations (in whole or in part) to deliver the New Hospital Programme or new NHS hospitals through another iteration of the New Hospital Programme.<br/><br/>5. Extension to the duration of the Framework Agreement: The initial term of the Framework Agreement is 6 years. NHSE reserves the right at its discretion to extend the term of the Framework Agreement for a further 6 years on notice, subject to approval by HMG. The length of the Framework Agreement is necessary to achieve the ethos of the Hospital 2.0 Alliance, being to create a programmatic alliance between NHSE, NHP, Trusts, H2A Contractors and other partners (as exemplified by the Alliance Agreement) to leverage the benefits of optimised capacity, efficiency, common supply chain and lessons learnt from repeat construction performance. Additionally, not only does the length of the Framework Agreement seek to align with the NHP ‘plan for implementation’, it also aims to assure the increasing and enduring capability and capacity of the industry beyond the completion of the final Schemes completed under the Framework Agreement.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Framework Agreement (and Alliance Agreement) has been procured by NHSE for and on behalf of itself and all NHS Trusts, NHS Foundation Trusts, DHSC and other NHS Bodies. The Secretary of State (DHSC) and NHSE may also use the Framework Agreement for any wider NHSE requirements. NHSE also reserves the right to transfer the Framework Agreement (or any Call-Off Contract and/or the Alliance Agreement) in whole or in part to another public body(ies) that assume NHSE’s delivery obligations (in whole or in part) to deliver the New Hospital Programme or new NHS hospitals through another iteration of the New Hospital Programme.<br/><br/>The total value of the Framework Agreement (and Alliance Agreement) is estimated as £37,000,000,000 (excluding VAT). The estimated value is to be treated as an estimate only and does not constitute a guaranteed or cap on spend under the Framework Agreement. It should also be noted that pursuant to the terms of the Procurement Documents and Framework Agreement, the Framework Agreement is not exclusive, and NHSE/other Contracting Bodies may procure or commission the provision of Works and/or Services which are the same or similar to those covered by the Framework Scope through any other means and with any other contractor.<br/><br/>The duration of 144 months (12 years) is the maximum possible duration for the Framework Agreement. However, the Framework Agreement will be for an initial term of six (6) years and NHSE reserves the right (at its absolute discretion) to extend the term of the Framework Agreement for a further period of six (6) years, subject to approval by HMG.<br/><br/>Additional Information regarding Award Criteria - in accordance with the Contract Notice, II.2.5) Award criteria, NHSE published on the basis that 'Price is not the only award criterion and all criteria are stated only in the procurement documents'. In accordance with the terms of the Contract Notice and Procurement Documents, Tenderers were required to submit their Final Tenders on the basis of fixed fee percentages and on that basis Final Tenders were evaluated on quality criteria only (PCR 2015, reg 67(4)).<br/><br/>Additional Information regarding Contract Value - in accordance with the terms of the Contract Notice, the estimated value of the H2A Framework and Alliance Agreement is published in this contract award notice, but the Framework and Alliance Agreement have 0 guaranteed value. The figures included in section V.2.4 are the lowest and highest fixed fee percentages applicable to all Call-Off Contracts awarded via Collaborative Allocation as per the terms of the Procurement Documents and terms of the Framework as awarded.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-010328

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Willmott Dixon Construction Limited

Willmott Dixon Construction Limited Suite 201 The Spirella Building Bridge Road Letchworth Garden City Hertfordshire SG6 4ET

Letchworth Garden City

SG6 4ET

UK

NUTS: UKH

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

GRAHAM

John Graham Construction Limited 5 Ballygowan Road Hillsborough County Down Northern Ireland BT26 6HX

Hillsborough

BT26 6HX

UK

NUTS: UKN

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Kier Construction Limited

Kier Construction Limited 2nd Floor Optimum House Clippers Quay Salford M50 3XP

Salford

M50 3XP

UK

NUTS: UKD34

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Laing O'Rourke

Laing O'Rourke Delivery Limited Bridge Place Anchor Boulevard Admirals Park Crossways Dartford Kent DA2 6SN

Dartford

DA2 6SN

UK

NUTS: UKJ43

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Bovis Construction (Europe) Limited

Bovis Construction (Europe) Limited 30 Crown Place London EC2A 4ES

London

EC2A 4ES

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

SACYR UK LIMITED

Sacyr UK Limited 1 Lyric Square (Office 12.04) London W6 0NB

London

W6 0NB

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Morgan Sindall Construction and Infrastructure Ltd

Morgan Sindall Construction and Infrastructure Ltd Kent House 14-17 Market Place London W1W 8AJ

London

W1W 8AJ

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Skanska Construction UK Limited

Skanska Construction UK Limited 1 Hercules Way Leavesden Watford WD25 7GS

Watford

WD25 7GS

UK

NUTS: UKH

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

DRAGADOS SOCIEDAD ANONIMA

Dragados Sociedad Anonima Avenida del Camino de Santiago No. 50 Avd. Camino De Santiago Madrid 28080 Spain

Madrid

Madrid 28080

ES

NUTS: ES3

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2026

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Integrated Health Projects (IHP)

Astral House Imperial Way Watford WD24 4W

Watford

WD24 4W

UK

NUTS: UKH

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 6.00  GBP / Highest offer: 8.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

27/03/2026

Coding

Commodity categories

ID Title Parent category
71245000 Approval plans, working drawings and specifications Architectural, engineering and planning services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
71315000 Building services Consultative engineering and construction services
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71541000 Construction project management services Construction management services
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
71500000 Construction-related services Architectural, construction, engineering and inspection services
71300000 Engineering services Architectural, construction, engineering and inspection services
90712000 Environmental planning Environmental management
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
45215140 Hospital facilities construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
48100000 Industry specific software package Software package and information systems
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51120000 Installation services of mechanical equipment Installation services of electrical and mechanical equipment
45112700 Landscaping work Excavating and earthmoving work
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
45351000 Mechanical engineering installation works Mechanical installations
71333000 Mechanical engineering services Miscellaneous engineering services
45350000 Mechanical installations Building installation work
45450000 Other building completion work Building completion work
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
48000000 Software package and information systems Computer and Related Services
72224100 System implementation planning services Project management consultancy services
71356400 Technical planning services Technical services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
nhp.tenders@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.