Changeflow GovPing Trade & Sanctions NHS Training and Development Services Open Fram...
Priority review Notice Added Final

NHS Training and Development Services Open Framework

Favicon for www.find-tender.service.gov.uk Find a Tender - Latest Notices
Published March 20th, 2026
Detected March 21st, 2026
Email

Summary

The East of England NHS Collaborative Procurement Hub has published a contract notice for an Open Framework for Training and Development Services. This framework, established under the Procurement Act 2023, will be available for contracting authorities to procure services for up to 8 years, with a planned reopening every two years.

What changed

This notice announces the establishment of a new Open Framework for Training and Development Services by the East of England NHS Collaborative Procurement Hub. The framework is designed to provide contracting authorities with a compliant route to market for various training needs, including coaching, mentoring, general training programmes, system leadership, and patient safety incident response. It operates under the new Procurement Act 2023 and the Light Touch Regime, with an intended maximum duration of 8 years and a planned reopening every two years.

Regulated entities, particularly those providing training services to the NHS, should review the framework details and consider bidding to become a supplier. The notice indicates a broad range of services are covered across nine lots. While no specific compliance deadline is mentioned for suppliers to act, the publication date suggests the framework is now active or will be shortly, and interested parties should consult the full notice for details on how to apply and the specific requirements for each lot.

What to do next

  1. Review the contract notice for details on the 9 lots of training and development services.
  2. Assess eligibility and consider submitting a bid to become a supplier on the Open Framework.
  3. Consult the full notice for application procedures and deadlines.

Source document (simplified)

Contract

Training and Development Services

Notice identifier: 2026/S 000-026006

Procurement identifier (OCID): ocds-h6vhtk-055210 (view related notices)

Published 20 March 2026, 6:57pm

Watch this notice

Contents Open all

Scope Lots (9) Framework Contracts (9) Other information Procedure Suppliers (83) Contracting authority Other organisation Contact organisation

Download

Share this notice

Reference

C363130

Description

The main purpose of this Open Framework is to provide Contracting Authorities with a compliant route to market for Training and Development Services.

The Open Framework runs under the new regulations, the Procurement Act 2023 and under Light Touch Regime. EoE NHS CPH aim to reopen the Framework every 2 years. The open framework will run for a maximum of 8 years.

Commercial tool

Establishes an open framework

What is an open framework? A series of frameworks with substantially the same terms. Awarded suppliers are carried over and new suppliers can bid.

Lot 1. Coaching and Mentoring Services

Description

This Lot provides support for individuals or teams personal development through the facilitation of bespoke coaching or mentoring services.

Lot 2. Training Programmes

Description

This lot will support individuals and organisation respond to skill and knowledge gaps to enhance workforce capability, support organisational goals, improve employee engagement and retention, and ensure compliance and accountability at all levels with an organisation.

Lot 3. System Leadership

Description

This Lot intends to help leaders of the public sector meet the demands of governance structures, align strategic priorities, and ensure services are designed and delivered in partnership with the communities served.

Lot 4a. Patient Safety Incident Response Framework - 4a

Description

Systems approach to learning from patient safety incidents. Lot 4a provides training to support the development of core understanding and competencies to enable application of systems-based patient safety learning responses.

Lot 4b. Patient Safety Incident Response - 4b

Description

PSIRF Oversight. Lot 4b provides training to support the development of understanding, competencies and strategies to enable supportive oversight of patient safety learning response systems aligned with the PSIRF guidance.

Lot 4c. Patient Safety Incident Response Framework - 4c

Description

Patient and staff engagement and involvement in learning from patient safety incidents. Lot 4c provides training to support the development of understanding and competencies to enable compassionate support engagement and involvement of those affected by patient safety incidents in line with PSIRF guidance.

Lot 5. Digital Clinical Safety

Description

Lot 5 provides digital clinical safety (CDS) practitioner training for care providers and manufacturers of health IT products.

Lot 6. Environmental Sustainability Skills

Description

Lot 6 covers training and development services focused on building environmental sustainability skills for staff in healthcare and other public sector organisations.

Lot 7. Oliver McGowan

Description

The Oliver McGowan Mandatory Training focuses on providing appropriately adjusted care for people with a learning disability and autistic people to reduce health inequality.

Open framework scheme end date (estimated)

11 January 2034

Maximum percentage fee charged to suppliers

1%

Framework operation description

Contracts will be awarded by running a mini-competition between suppliers appointed to the framework or via direct award.

At call-off stage, Contracting Authorities may set out their local requirements, provided these remain within the scope and terms of the framework and contracts will be awarded based on the criteria set out in the mini-competition documentation.

Prices are based on a cost submitted by suppliers at tender stage. These fees are the ceiling rate and any final prices must remain within this limit and may be further refined through mini-competition where appropriate.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

This Framework is available to a wide range of public sector and publicly funded organisations across the United Kingdom, Crown Dependencies and British Overseas Territories. Eligible users include:

All NHS bodies, Integrated Care Boards, GP practices, GP federations, and wholly owned subsidiaries

Central Government departments, non-ministerial departments, executive agencies and Non-Departmental Public Bodies (NDPBs)

Local Authorities and associated public bodies

Publicly funded education providers, including schools, academies, colleges and universities

Emergency services, such as Police and Fire and Rescue

Registered Charities, social enterprises, and independent organisations working on behalf of the public sector

Any organisation classified as a Contracting Authority under UK procurement legislation

Any public body listed on GOV.UK or the Office for National Statistics (ONS) public sector classifications

Successor bodies to any of the above are also eligible to use this Framework

Contracting authority location restrictions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Contract 1. Coaching and Mentoring Services

Lots

Lot 1. Coaching and Mentoring Services

Suppliers (51)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

Coaching services

Education and training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Contract 2. Training Programmes

Lots

Lot 2. Training Programmes

Suppliers (55)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

Training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Contract 3. System Leadership

Lots

Lot 3. System Leadership

Suppliers (27)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

Training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Lots

Lot 4a. Patient Safety Incident Response Framework - 4a

Suppliers (10)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

Training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

Lots

Lot 4b. Patient Safety Incident Response - 4b

Suppliers (9)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

Training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Contract 6. Patient Safety Incident Response Framework, Patient and staff engagement and involvement in learning from patient safety incidents

Lots

Lot 4c. Patient Safety Incident Response Framework - 4c

Suppliers (7)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

Training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Contract 7. Digital Clinical Safety

Lots

Lot 5. Digital Clinical Safety

Suppliers (7)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

Training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Contract 8. Environmental Sustainability Skills

Lots

Lot 6. Environmental Sustainability Skills

Suppliers (6)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

Training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Contract 9. Oliver McGowan Training

Lots

Lot 7. Oliver McGowan

Suppliers (8)

Contract value

  • £925,925.93 excluding VAT
  • £1,111,111.11 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

24 December 2025

Contract dates

  • 12 January 2026 to 11 January 2028
  • Possible extension to 11 January 2034
  • 8 years

Description of possible extension:

The framework runs for 2 years with a 1-year extension and forms part of an Open Framework series lasting up to 8 years. It is anticipated to reopen 3 times: every two years, allowing new suppliers to join.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

In accordance with the Tender notice issued for this contract, upon re-opening we reserve the right to:

  1. Add new lots to the Framework upon re-opening where we identify a market need.

  2. Close lots on the Framework where they are no longer required to meet a market need.

  3. Amend the weighting of evaluation criteria to better meet the market need.

  4. Restrict existing Service Providers routes to participating in the new Framework, to only submitting a new tender relating to the new framework.

CPV classifications

E-learning services

Training services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Key performance indicators

| Name | Description | Reporting frequency |
| --- | --- | --- |
| 1 | Awarded Providers must meet EOE NHS CPH at a minimum of once per year for an annual framework review meeting. | 12 months |
| 2 | Awarded Providers must annually declare their Net Zero Commitment and Net Zero Target Date. | 12 months |
| 3 | Awarded Providers must notify the Authority all new awards/call-offs within 5 working days. | 1 months |
| 4 | Awarded Providers must provide valid insurance documents in line with Framework insurance levels annually to be awarded work. | 12 months |
| 5 | Awarded Providers must submit Management Reporting by the 10th working day of each month. | 1 months |
| 6 | Awarded Providers should not trigger the publication of a contract performance notice relating to poor performance during the lifetime of the Framework or any subsequent call-offs they are awarded to...

Show full description | 6 months |
| 7 | Awarded Providers must not trigger the publication of more than two contract performance notices relating to poor performance within the space of 12-months. | 6 months |
| 8 | The Awarded Provider should not trigger a Contracting Authority complaint during the lifetime of their call-offs. | 12 months |
| 9 | Awarded Providers must not trigger more than 3 Contracting Authority complaints (from 3 different authorities) during the lifetime of any call-offs they are awarded under the Framework. | 12 months |

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes

Procedure type

Open procedure

Special regime

Light touch

1 STOP TRAINING SOLUTIONS LTD

  • Companies House: 15474813
  • Public Procurement Organisation Number: PHCP-9271-CRYR 23 Holme Road

Hatfield

AL10 9LH

United Kingdom

Email: info@1stoptraining.co.uk

Website: http://www.1stoptraining.co.uk

Region: UKH23 - Hertfordshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

Contract 9. Oliver McGowan Training

Advancing Quality Alliance (Aqua)

  • Public Procurement Organisation Number: PVHP-3867-PXHY Crossgate House, Cross Street

Sale

M33 7FT

United Kingdom

Email: enquiries@aqua.nhs.uk

Website: https://aqua.nhs.uk /

Region: UKD34 - Greater Manchester South West

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

Contract 6. Patient Safety Incident Response Framework, Patient and staff engagement and involvement in learning from patient safety incidents

ASK EUROPE LIMITED

  • Companies House: 02989543
  • Public Procurement Organisation Number: PJQY-9382-GNDX Cranfield Innovation Centre University Way

Bedford

MK43 0BT

United Kingdom

Email: tenders@askeurope.com

Website: http://askeurope.com

Region: UKH25 - Central Bedfordshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

ASW Assurance (trading as Torbay and South Devon NHS Foundation Trust)

  • Public Procurement Organisation Number: PDJG-3236-VTPG Internal Audit Department, Regent House, Regent Close

Torquay

TQ2 7AN

United Kingdom

Email: tsdft.aswassurance@nhs.net

Region: UKK42 - Torbay

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 7. Digital Clinical Safety

Contract 8. Environmental Sustainability Skills

Contract 9. Oliver McGowan Training

AUTISM HAMPSHIRE

  • Companies House: 01710300
  • Public Procurement Organisation Number: PWCX-1145-TJLW River House

Sidcup

DA14 5TA

United Kingdom

Email: businessdevelopment@avenuesgroup.org.uk

Website: https://www.autismhampshire.org.uk /

Region: UKI51 - Bexley and Greenwich

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): Yes

Supported employment provider: No

Public service mutual: No

Contract 9. Oliver McGowan Training

AXION SOLUTIONS LTD

  • Companies House: 15823734
  • Public Procurement Organisation Number: PYHJ-4293-NMBL 63 Mill Lane

London

NW6 1NB

United Kingdom

Email: info@axionsolutionsltd.com

Website: http://www.axionsolutionsltd.com

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

Contract 8. Environmental Sustainability Skills

BARNARDO'S

  • Companies House: 00061625
  • Charity Commission (England and Wales): 216250 Barnardo House

Barkingside , Ilford

IG6 1QG

United Kingdom

Email: bdunationalteam@barnardos.org.uk

Website: http://www.barnardos.org.uk

Region: UKI53 - Redbridge and Waltham Forest

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): Yes

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

BEING HUMAN IN HEALTHCARE LTD

  • Companies House: 11110892
  • Public Procurement Organisation Number: PPVR-5639-MNVG 85 Great Portland Street

London

W1W 7LT

United Kingdom

Email: info@being-human.org.uk

Website: http://www.being-human.org.uk

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. System Leadership

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

Contract 6. Patient Safety Incident Response Framework, Patient and staff engagement and involvement in learning from patient safety incidents

BIP CONSULTING UK LIMITED

  • Companies House: 02136429
  • Public Procurement Organisation Number: PHLZ-2541-LVPX 51 Moorgate

London

EC2R 6LL

United Kingdom

Email: BipUK-publicsectorcentral@bip-group.com

Website: http://www.bip-group.com

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

C&C EMPATHY TRAINING LTD

  • Companies House: 09283697
  • Public Procurement Organisation Number: PZMX-2799-YMJW 7 Tilley Hill Close

Peterborough

PE8 4PU

United Kingdom

Email: carolyn@cc-et.co.uk

Website: https://www.empathytrainingltd.co.uk /

Region: UKF25 - North Northamptonshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

Contract 6. Patient Safety Incident Response Framework, Patient and staff engagement and involvement in learning from patient safety incidents

CLEMENT LEADERSHIP DEVELOPMENT LTD

  • Companies House: 14484706
  • Public Procurement Organisation Number: PJXP-4251-TPHN 49 The Ruddings Wheldrake

York

YO19 6BP

United Kingdom

Email: will@clementconsulting.co.uk

Website: http://www.clementleadershipdevelopment.co.uk

Region: UKE21 - York

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

COCREATE CONSULTANCY LTD

  • Companies House: 07999042
  • Public Procurement Organisation Number: PPQY-5819-JTRV Glove Factory Studios Brook Lane

Bradford-On-Avon

BA14 6RL

United Kingdom

Email: info@cocreateconsultancy.com

Website: https://cocreateconsultancy.com /

Region: UKK15 - Wiltshire CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

Cognition Evolve UK Limited

  • UK Register of Learning Providers (UKPRN number): 10054055
  • Public Procurement Organisation Number: PHWD-3456-JBXM 85 Great Portland Street, First Floor

London

W1W 7LT

United Kingdom

Email: Bidsuk@cognitioneducation.com

Website: https://cognitionevolve.com /

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Colchester Institute

  • UK Register of Learning Providers (UKPRN number): 10001535
  • Public Procurement Organisation Number: PNJC-5399-NQZT Sheepen Road

Colchester

CO3 3LL

United Kingdom

Email: procurement.team@colchester.ac.uk

Website: https://www.colchester.ac.uk /

Region: UKH34 - Essex Haven Gateway

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

Contract 8. Environmental Sustainability Skills

CONFLICT MANAGEMENT PLUS LIMITED

  • Companies House: 03880628
  • Public Procurement Organisation Number: PWXW-7768-JDJY Low Farm Brook Road

Royston

SG8 5NT

United Kingdom

Email: Tenderbids@cmpsolutions.com

Website: http://cmpsolutions.com

Region: UKH12 - Cambridgeshire CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

COPPERWAVE COACHING & CONSULTING LTD

  • Companies House: 13151991
  • Public Procurement Organisation Number: PCYT-6824-VYJG 9 Heydon Close

Leeds

LS6 4QR

United Kingdom

Email: copperwaveoffice@copperwave.co.uk

Website: http://www.copperwave.co.uk

Region: UKE42 - Leeds

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

Coventry University

  • Public Procurement Organisation Number: PMMH-2339-NMGH Priory Street

Coventry

CV1 5FB

United Kingdom

Email: Procurement@coventry.ac.uk

Website: http://www.coventry.ac.uk

Region: UKG33 - Coventry

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. System Leadership

CROSSROADS GLOBAL LIMITED

  • Companies House: 06417158
  • Public Procurement Organisation Number: PDRB-7775-HWCJ 343 City Road

London

EC1V 1LR

United Kingdom

Email: lakshya@crossroads-global.com

Website: http://www.crossroads-global.com

Region: UKI43 - Haringey and Islington

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

DEVELOP CONSULTING LIMITED

  • Companies House: 07128306
  • Public Procurement Organisation Number: PYGV-9993-VGBD Union House, 111 New Union Street

Coventry

CV1 2NT

United Kingdom

Email: info@develop-consulting.co.uk

Website: http://www.develop-consulting.co.uk

Region: UKG33 - Coventry

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 3. System Leadership

DIGISAFE COMPLIANCE LTD

  • Companies House: 15133421
  • Public Procurement Organisation Number: PRNZ-5244-VXRJ Richmond House Richmond House

Leeds

LS16 6QY

United Kingdom

Email: rebecca@digi-safe.uk

Website: http://www.digi-safe.uk

Region: UKE42 - Leeds

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 7. Digital Clinical Safety

DPM DIGITAL HEALTH CONSULTANCY LTD

  • Companies House: 13880793
  • Public Procurement Organisation Number: PPWH-1613-PRMH Sunnyside Lower Dunton Road

Upminster

RM14 3TD

United Kingdom

Email: sonya.mawson@dpmdigitalhealth.co.uk

Website: http://www.dpmdigitalhealth.co.uk

Region: UKH32 - Thurrock

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 7. Digital Clinical Safety

Eagle Transformational Coaching.

  • Public Procurement Organisation Number: PJPZ-4858-GYZP 483 Green Lanes

London

N13 4BS

United Kingdom

Email: transform@eaglecoach.business

Website: http://www.eagletransformationalcoaching.com

Region: UKI54 - Enfield

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

ELIESHA TRAINING LIMITED

  • Companies House: 04161029
  • Public Procurement Organisation Number: PTRY-2853-QJGY Eliesha Training, BizSpace Amber Court, William Armstrong Drive

Newcastle Upon Tyne

NE4 7YA

United Kingdom

Email: info@eliesha.com

Website: https://eliesha.com /

Region: UKC22 - Tyneside

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

EMPEIRIA TRAINING LIMITED

  • Companies House: 13731511
  • Public Procurement Organisation Number: PZQJ-8639-YQLP Technology Centre

Ellesmere Port

CH65 3EN

United Kingdom

Email: training@empeiria-training.co.uk

Website: http://www.empeiria-training.co.uk

Region: UKD63 - Cheshire West and Chester

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

FIRST ASCENT GROUP LTD

  • Companies House: 03499793
  • Public Procurement Organisation Number: PGQN-1384-XGWT St John's Innovation Centre Cowley Road

Cambridge

CB4 0WS

United Kingdom

Email: info@firstascentgroup.com

Website: http://www.firstascentgroup.com

Region: UKH12 - Cambridgeshire CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

FIRST RESPONSE TRAINING AND CONSULTANCY SERVICES LIMITED

  • Companies House: 04491330
  • Public Procurement Organisation Number: PBZR-6745-LNPW Bank House, 5 High Street

Pershore

WR10 1AA

United Kingdom

Email: contracts@firstresponsetraining.com

Website: http://www.firstresponsetraining.com

Region: UKG12 - Worcestershire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 9. Oliver McGowan Training

GCS TRAINING LIMITED

  • Companies House: 04256464
  • Public Procurement Organisation Number: PYXT-1225-WGMM 100 Liverpool Street

London

EC2M 2AT

United Kingdom

Email: Joanne.Haswell@inpracticetraining.com

Website: http://www.inpracticetraining.com

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

Contract 6. Patient Safety Incident Response Framework, Patient and staff engagement and involvement in learning from patient safety incidents

GENIUS SOFTWARE SOLUTIONS LIMITED

  • Companies House: SC361801
  • UK Register of Learning Providers (UKPRN number): 10038872 1439 Cumbernauld Road

Glasgow

G33 1AN

United Kingdom

Email: info@geniusssl.com

Website: http://www.geniusssl.com

Region: UKM82 - Glasgow City

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

GLOBAL KNOWLEDGE NETWORK TRAINING LIMITED

  • Companies House: 05462286
  • Public Procurement Organisation Number: PBTX-4692-HHQR 1 Bartholomew Lane

London

EC2N 2AX

United Kingdom

Email: richard.webster@skillsoft.com

Website: http://www.globalknowledge.co.uk

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

GROWTH POD LTD

  • Companies House: 12314288
  • Public Procurement Organisation Number: PTPM-1143-NWNQ High Trees House Cinder Lane

Wetherby

LS23 6HH

United Kingdom

Email: info@growth-pod.co.uk

Website: http://www.growth-pod.co.uk

Region: UKE42 - Leeds

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

HEALTH COACHING ACADEMY LIMITED

  • Companies House: 11902243
  • Public Procurement Organisation Number: PHYP-1173-RGXP Amber Dene Mill Lane

Ashbourne

DE6 2HF

United Kingdom

Email: admin@health-coachingacademy.com

Website: https://health-coachingacademy.com /

Region: UKG24 - Staffordshire CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

HELEN O'GRADY CONSULTING LTD

  • Companies House: 13525673
  • Public Procurement Organisation Number: PVTM-3355-GGRV 364 Barkham Road

Wokingham

RG41 4DL

United Kingdom

Email: helenogrady@outlook.com

Website: https://helenogradyconsulting.com /

Region: UKJ11 - Berkshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Hobbs Consultancy Limited

  • Public Procurement Organisation Number: PPJJ-5849-XYNT Belmont, 2 Stanmore Way

Loughton

IG10 2SA

United Kingdom

Email: holly@thehobbsconsultancy.com

Region: UKH35 - West Essex

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

ICE CREATES LIMITED

  • Companies House: 03881965
  • Public Procurement Organisation Number: PGWL-3795-YWDJ Unit 2 Abbots Quay

Birkenhead

CH41 5LH

United Kingdom

Email: tenders@icecreates.com

Website: http://www.icecreates.com

Region: UKD74 - Wirral

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 3. System Leadership

IMPACT CONSULTING PSYCHOLOGISTS LTD

  • Companies House: 03727487
  • Public Procurement Organisation Number: PJMD-2997-PJGY Brentwood 171 Bury New Road

Manchester

M45 6AB

United Kingdom

Email: allison@workwithimpact.co.uk

Website: https://workwithimpact.co.uk /

Region: UKD37 - Greater Manchester North East

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Impro

  • Public Procurement Organisation Number: PJPT-8382-BQTY 24 North End Square

Buckingham

MK18 1NX

United Kingdom

Email: John.mortimer@improconsult.co.uk

Region: UKJ13 - Buckinghamshire CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. System Leadership

IMPROV4BUSINESS LIMITED

  • Companies House: 13786645
  • Public Procurement Organisation Number: PRCB-5528-BNJW 71-75 Shelton Street

London

WC2H 9JQ

United Kingdom

Email: admin@improv4business.co.uk

Website: https://www.improv4business.co.uk /

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

INFINITE GROWTH COACHING LTD

  • Companies House: 15936405
  • Public Procurement Organisation Number: PCXD-2984-YMZH 71-75 Shelton Street

London

WC2H 9JQ

United Kingdom

Email: emma@infinitegrowthcoaching.co.uk

Website: http://www.infinitegrowthcoaching.co.uk

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Jane Carthey Consulting

  • Public Procurement Organisation Number: PHLL-3123-QMLT 121 Irving Road

Southbourne, Bournemouth

BH6 5BJ

United Kingdom

Email: jane@janecarthey.com

Website: https://janecartheyconsulting.com /

Region: UKK24 - Bournemouth, Christchurch and Poole

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

KSL CONSULTING LIMITED

  • Companies House: 05390546
  • Public Procurement Organisation Number: PBGN-6525-TNGH 4 Water Lane, Greenham

Thatcham

RG19 8SS

United Kingdom

Email: help@ksl-training.co.uk

Website: http://www.ksl-training.co.uk

Region: UKJ11 - Berkshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

LLARN LEARNING SERVICES LTD

  • Companies House: 12843882
  • Public Procurement Organisation Number: PZCV-7849-GHHH 31 Lancaster Road

London

E17 6AH

United Kingdom

Email: hello@llarn.com

Website: http://www.llarn.com

Region: UKI53 - Redbridge and Waltham Forest

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

MAXWELL ENKI LIMITED

  • Companies House: 09476599
  • Public Procurement Organisation Number: PYXB-5764-LMRW Unit 3 Hillview Business Park Old Ipswich Road

Ipswich

IP6 0AJ

United Kingdom

Email: liz@maxwellenki.com

Website: http://www.maxwellenki.com

Region: UKH14 - Suffolk

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

MEDLED LTD

  • Companies House: 11119080
  • Public Procurement Organisation Number: PGCZ-4919-PLMJ 1 Vincent Square

London

SW1P 2PN

United Kingdom

Email: operations@med-led.co.uk

Website: https://www.med-led.co.uk /

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

Contract 6. Patient Safety Incident Response Framework, Patient and staff engagement and involvement in learning from patient safety incidents

MELANGE COACHING LTD

  • Companies House: 12786719
  • Public Procurement Organisation Number: PXJP-5323-QLDG 16 Briarswood Way

Orpington

BR6 6LU

United Kingdom

Email: bernadette@melangecoaching.co.uk

Website: https://melangecoaching.co.uk /

Region: UKI61 - Bromley

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 3. System Leadership

MIAD HEALTHCARE LIMITED

  • Companies House: 04899259
  • Public Procurement Organisation Number: PWGX-1834-DPYV TTC Group

Telford

TF1 6QJ

United Kingdom

Email: tenderalerts@ttc-uk.com

Website: https://miadhealthcare.com

Region: UKG21 - Telford and Wrekin

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

Contract 9. Oliver McGowan Training

MISSION INC LTD

  • Companies House: 04767110
  • Public Procurement Organisation Number: PRXM-1834-ZVGD 17, Block Royal William Yard

Plymouth

PL1 3RP

United Kingdom

Email: commercial@missioninc.co.uk

Website: http://www.coachingandmentoring.co.uk

Region: UKK41 - Plymouth

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

MORGAN HUMAN SYSTEMS LTD

  • Companies House: 12402874
  • Public Procurement Organisation Number: PNVD-5827-TNLJ 1 Brassey Road

Shrewsbury

SY3 7FA

United Kingdom

Email: hello@morganhumansystems.co.uk

Website: http://www.morganhumansystems.co.uk

Region: UKG22 - Shropshire CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 3. System Leadership

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

Contract 6. Patient Safety Incident Response Framework, Patient and staff engagement and involvement in learning from patient safety incidents

Contract 7. Digital Clinical Safety

NATHAN DRING AND ASSOCIATES LIMITED

  • Companies House: 15079437
  • Public Procurement Organisation Number: PTBJ-1955-JXLR 26-27 Harrogate Road

Leeds

LS17 9LH

United Kingdom

Email: nathan@ndassociates.co.uk

Website: http://www.ndassociates.co.uk

Region: UKE42 - Leeds

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

NATIONAL NUMERACY

  • Companies House: 07886294
  • Public Procurement Organisation Number: PYDD-5763-ZTMG 54 Unit 54/55, Sussex Innovation Centre

Brighton

BN1 9SB

United Kingdom

Email: Enquiries@nationalnumeracy.org.uk

Website: http://www.nationalnumeracy.org.uk

Region: UKJ22 - East Sussex CC

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): Yes

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

NHS Elect

  • NHS Organisation Data Service: A0V4D
  • Public Procurement Organisation Number: PCZG-5287-NRDZ Hogarth House 136 High Holborn

London

WC1V6PX

United Kingdom

Email: corporate@elect.nhs.uk

Website: https://www.nhselect.nhs.uk /

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

NHS PROFESSIONALS LIMITED

  • Companies House: 06704614
  • Public Procurement Organisation Number: PCWQ-2421-QLNR Breakspear Park

Hemel Hempstead

HP2 4TZ

United Kingdom

Email: bidsandframeworks@nhsprofessionals.nhs.uk

Website: https://www.nhsprofessionals.nhs.uk

Region: UKH23 - Hertfordshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

OLIVER AND COMPANY (UK) LTD

  • Companies House: 05034975
  • Public Procurement Organisation Number: PHLP-9647-NTXH Rose Cottage St. Marys Road

Romney Marsh

TN29 0BS

United Kingdom

Email: charlotte@oliverandcompanyuk.com

Website: https://www.oliverandcompanyuk.com /

Region: UKJ44 - East Kent

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

OPTIMA UK INC LTD

  • Companies House: 07835564
  • Public Procurement Organisation Number: PGRM-7552-WMPW Cabourn House

Bingham

NG13 8AQ

United Kingdom

Email: training@optima-uk.com

Website: https://optima-uk.com /

Region: UKF16 - South Nottinghamshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

PARENT AND PROFESSIONAL LTD

  • Companies House: 06889035
  • Public Procurement Organisation Number: PRMR-8569-YBGY 9 Perseverance Works

London

E2 8DD

United Kingdom

Email: info@pandpcoaching.co.uk

Website: https://parentandprofessional.co.uk /

Region: UKI41 - Hackney and Newham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Patricia Ezechie Coaching and Consultancy

  • Companies House: 12878184
  • Public Procurement Organisation Number: PJHM-2471-XVJJ 27 Old Gloucester Street

London

WC1N 3AX

United Kingdom

Email: patricia@patriciaezechie.com

Website: http://www.patriciaezechie.com

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

PD SAFETY CONSULTING LIMITED

  • Companies House: 13929736
  • Public Procurement Organisation Number: PZTP-1523-VXJH Trevista Wheal Whidden

St. Ives

TR26 2QX

United Kingdom

Email: paul@pdsafetyconsulting.com

Website: http://www.pdsafetyconsulting.com

Region: UKK30 - Cornwall and Isles of Scilly

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

PEAK HEALTH COACHING LIMITED

  • Companies House: 10577855
  • Public Procurement Organisation Number: PYCJ-9965-YQCH 95 Parkhead Road

Sheffield

S11 9RA

United Kingdom

Email: support@peakhealthcoaching.com

Website: https://www.peakhealthcoaching.com /

Region: UKE32 - Sheffield

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

PRECISION RESOURCE GROUP LIMITED

  • Companies House: 09573050
  • Public Procurement Organisation Number: PYGP-8982-PQGP 61 Queen Square

Bristol

BS1 4JZ

United Kingdom

Email: m.nelmes@prg-consulting.co.uk

Website: https://precisionresourcegroup.co.uk /

Region: UKK11 - Bristol, City of

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

Contract 7. Digital Clinical Safety

Contract 8. Environmental Sustainability Skills

Premier People Solutions Ltd t/a Premier Partnership

  • Companies House: 5997338
  • Public Procurement Organisation Number: PZJN-1714-XYHJ 3, Derwent HouseRichmond Business ParkSidings Court

Doncaster

DN4 5NL

United Kingdom

Email: tenders@premier-partnership.co.uk

Website: http://www.premier-partnership.co.uk

Region: UKE31 - Barnsley, Doncaster and Rotherham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

PRO-EX DEVELOPMENT LTD

  • Companies House: 11025045
  • Public Procurement Organisation Number: PYNW-7497-HCVX 7 Bell Yard

London

WC2A 2JR

United Kingdom

Email: jankee@proexdev.co.uk

Website: http://www.proexdev.co.uk

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

QUALITY GOVERNANCE SOLUTIONS LIMITED

  • Companies House: 15267661
  • Public Procurement Organisation Number: PQVZ-1413-LQRH 81-83 Market Street

Pocklington

YO42 2AE

United Kingdom

Email: info@qualitygovernancesolutions.co.uk

Website: http://www.qualitygovernancesolutions.co.uk

Region: UKE12 - East Riding of Yorkshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 5. Patient Safety Incident Response Framework - PSIRF Oversight

REAL WORLD GROUP LIMITED

  • Companies House: 04217644
  • Public Procurement Organisation Number: PJPQ-4491-MZRH 2 The Calls

Leeds

LS2 7JU

United Kingdom

Email: kirsty.beasley@realworld-group.com

Website: https://realworld-group.com /

Region: UKE42 - Leeds

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

RHYTHMIC SKILLS UK LIMITED

  • Companies House: 13506926
  • Public Procurement Organisation Number: PXWT-9436-MVWM Unit MSU1E (Level 3), The Exchange Ilford, High Road

Ilford, Essex

IG1 1RS

United Kingdom

Email: sultanat@rhythmicskills.co.uk

Website: https://rhythmicskills.co.uk /

Region: UKI53 - Redbridge and Waltham Forest

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

Contract 9. Oliver McGowan Training

RIGHTTRACK LEARNING LIMITED

  • Companies House: 02625253
  • Public Procurement Organisation Number: PTCQ-9486-HVRP Lifford Hall, Tunnel Lane

Birmingham

B30 3JN

United Kingdom

Email: enquiries@righttracklearning.com

Website: http://www.righttracklearning.com /

Region: UKG31 - Birmingham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

ROYAL FREE LONDON NHS FOUNDATION TRUST

  • Public Procurement Organisation Number: PZMT-9686-GJMP Pond Street

London

NW3 2QG

United Kingdom

Email: helpdesk@nhspps.uk

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

SAFEHAND CONSULTING LIMITED

  • Companies House: 10012494
  • Public Procurement Organisation Number: PPLZ-4765-DGCW 182 Pontefract Road

Barnsley

S72 8BE

United Kingdom

Email: adrian@safehand.co.uk

Website: http://safehand.co.uk

Region: UKE31 - Barnsley, Doncaster and Rotherham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 7. Digital Clinical Safety

ST. JOHN AMBULANCE

  • Companies House: 03866129
  • Public Procurement Organisation Number: PTNN-1165-CLZD St John's Gate

London

EC1M 4DA

United Kingdom

Email: bdm@sja.org.uk

Website: http://www.sja.org.uk

Region: UKI43 - Haringey and Islington

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): Yes

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

SYSTEMIC FACTORS LIMITED

  • Companies House: 06664950
  • Public Procurement Organisation Number: PPJY-4121-BNLH 39 Cross Green

Chester

CH2 1QR

United Kingdom

Email: jenny@systemicfactors.com

Website: http://www.systemicfactors.com

Region: UKD63 - Cheshire West and Chester

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 4. Patient Safety Incident Response Framework - Systems approach to learning from patient safety incidents

Contract 6. Patient Safety Incident Response Framework, Patient and staff engagement and involvement in learning from patient safety incidents

TAVISTOCK AND PORTMAN NHS FOUNDATION TRUST

  • NHS Organisation Data Service: RNK
  • Public Procurement Organisation Number: PGGT-9642-DYWY 120 Belsize Lane

London

NW3 5BA

United Kingdom

Email: commercial@tavi-port.nhs.uk

Website: http://www.tavistockandportman.nhs.uk /

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

THE ANNA FREUD CENTRE

  • Companies House: 03819888
  • Public Procurement Organisation Number: PCPD-3548-GCGR Anna Freud Centre, 4-8 Rodney Street

London

N1 9JH

United Kingdom

Email: businessdevelopment@annafreud.org

Website: http://www.annafreud.org

Region: UKI43 - Haringey and Islington

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): Yes

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

The Kind Brave Leader

  • Public Procurement Organisation Number: PCDX-6951-RJQN 39 Cold Waltham Lane

Burgess Hill

RH15 0EL

United Kingdom

Email: info@thekindbraveleader.co.uk

Region: UKJ28 - West Sussex (North East)

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

THE KING'S FUND

  • Companies House: RC000826
  • Public Procurement Organisation Number: PHWB-5853-ZMLT 11 Cavendish Square

London

W1G 0AN

United Kingdom

Email: Leadership@kingsfund.org.uk

Website: http://www.kingsfund.org.uk

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

THE PUBLIC SERVICE CONSULTANTS LIMITED

  • Companies House: 05671510
  • Public Procurement Organisation Number: PWBL-8853-WQZL 45 Pall Mall

London

SW1Y 5JG

United Kingdom

Email: hello@thepsc.co.uk

Website: http://www.thepsc.co.uk

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

Contract 8. Environmental Sustainability Skills

The TCM Group

  • Public Procurement Organisation Number: PCTB-5141-PPDV Unit 238 Business Design Centre

London

N1 0QH

United Kingdom

Email: lisajay.baker@thetcmgroup.com

Region: UKI43 - Haringey and Islington

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

THE UNIVERSITY OF CUMBRIA

  • Companies House: 06033238
  • Public Procurement Organisation Number: PTMZ-6255-GYTY Fusehill Street

Cumbria

CA1 2HH

United Kingdom

Email: procurementteam@cumbria.ac.uk

Website: http://www.cumbria.ac.uk

Region: UKD12 - East Cumbria

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

THE VERDANCY GROUP LTD

  • Companies House: SC678188
  • Public Procurement Organisation Number: PGXV-3135-LWTN Built Environment Smarter Transformation (Be-St) Unit A, 1 Watt Place, Hamilton International Technology Park,

Glasgow

G72 0AH

United Kingdom

Email: commercial@fedcap.org.uk

Website: https://theverdancygroup.com

Region: UKM95 - South Lanarkshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 8. Environmental Sustainability Skills

THE WELLBEING COLLECTIVE LIMITED

  • Companies House: 09001388
  • Public Procurement Organisation Number: PZPD-2141-PRCY Kintyre House

Fareham

PO16 7BB

United Kingdom

Email: info@thewellbeingcollective.co.uk

Website: http://www.thewellbeingcollective.co.uk

Region: UKJ35 - South Hampshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

TPC HEALTH LTD

  • Companies House: 10500540
  • Public Procurement Organisation Number: PWQL-8348-BMJV 29 Gildredge Road

Eastbourne

BN21 4RU

United Kingdom

Email: info@tpchealth.com

Website: http://www.tpchealth.com

Region: UKJ22 - East Sussex CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

TQ EDUCATION AND TRAINING LIMITED

  • Companies House: 00604934
  • UK Register of Learning Providers (UKPRN number): 10002806 80 Strand

London

WC2R 0RL

United Kingdom

Email: tqbdteam@pearson.com

Website: https://www.pearson.com/uk/web/pearsontq.html

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Training Programmes

UNIQUE TRAINING SOLUTIONS LIMITED

  • Companies House: 04892022
  • Public Procurement Organisation Number: PTZJ-8611-YDQH 10 Sandridge Park

St. Albans

AL3 6PH

United Kingdom

Email: info@uniquetrainingsolutions.co.uk

Website: http://www.uniquetrainingsolutions.co.uk

Region: UKH23 - Hertfordshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 9. Oliver McGowan Training

University of York

  • UK Register of Learning Providers (UKPRN number): 10007167
  • Public Procurement Organisation Number: PRDQ-5539-WTHX Heslington

York

YO10 5DD

United Kingdom

Email: procurement@york.ac.uk

Website: http://www.york.ac.uk

Region: UKE21 - York

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 7. Digital Clinical Safety

VALENTINA GROUP LTD

  • Companies House: 13311413
  • Public Procurement Organisation Number: PRQV-6445-CDLT Flat 2 36 Lesbourne Road

Reigate

RH2 7LD

United Kingdom

Email: heike@valentinagroup.co.uk

Website: https://thegoodconsultingcompany.co.uk /

Region: UKJ26 - East Surrey

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: Yes

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 2. Training Programmes

Contract 3. System Leadership

Contract 9. Oliver McGowan Training

Virginia Mason Institute

  • Public Procurement Organisation Number: PGHH-8914-PPJL 1100 9th Avenue

Seattle

98101

United States

Email: info@virginiamasoninstitute.org

Website: http://www.virginiamasoninstitute.org /

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Coaching and Mentoring Services

Contract 3. System Leadership

East of England NHS collaborative Procurement Hub

  • NHS Organisation Data Service: H6A5H
  • Public Procurement Organisation Number: PXMB-9766-NLTH Victoria House, Camlife, Cambridge Road, Fulbourn

Cambridge

CB21 5XA

United Kingdom

Contact name: Corporate Services

Email: corporate.services@eoecph.nhs.uk

Region: UKH12 - Cambridgeshire CC

Organisation type: Public authority - central government

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

NHS ENGLAND

Summary of their role in this procurement: Assessing tenders

  • NHS Organisation Data Service: X24
  • Public Procurement Organisation Number: PDPT-3135-BWWY NHS England, 7&8 Wellington Place

Leeds

LS1 4AP

United Kingdom

Email: corporate.services@eoecph.nhs.uk

Region: UKE42 - Leeds

Contact East of England NHS collaborative Procurement Hub for any enquiries.

Named provisions

Coaching and Mentoring Services Training Programmes System Leadership Patient Safety Incident Response Framework

Source

Analysis generated by AI. Source diff and links are from the original.

Classification

Agency
UK Government
Published
March 20th, 2026
Instrument
Notice
Legal weight
Non-binding
Stage
Final
Change scope
Substantive
Document ID
2026/S 000-026006

Who this affects

Applies to
Healthcare providers Employers
Industry sector
6211 Healthcare Providers 9211 Government & Public Administration
Activity scope
Training Services Procurement
Geographic scope
United Kingdom GB

Taxonomy

Primary area
Healthcare
Operational domain
Procurement
Topics
Public Procurement Workforce Development

Get Trade & Sanctions alerts

Weekly digest. AI-summarized, no noise.

Free. Unsubscribe anytime.

Get alerts for this source

We'll email you when Find a Tender - Latest Notices publishes new changes.

Free. Unsubscribe anytime.