Loading page content…
Loading page content…
41 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
To support the finance transformation project, the programme has identified the need for a tool to automate the capture and processing of supplier invoices, with exception handling and workflow. Full details of the requirement will be published on https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Value undisclosed
Value undisclosed
The objective of this procurement is to establish a single supplier for POD Hire. This service is essential for the practical assessments, specifically the Integrated Structured Clinical Examinations (ISCEs), conducted for undergraduate medical students enrolled in the MBBCh course. The ISCE is an assessment of clinical competence and professional ability. It tests students’ ability to communicate and perform a range of clinical examinations and related technical skills in an integrated fashion.
Value undisclosed
The University are undertaking Pre-Market engagement for the procurement for the provision of: A contractor to complete the retrofit of the Law and Psychology Building The Procurement will be undertaken via a two stage stage construction process. The University intends to award two contracts sequentially under the umbrella of a single procurement exercise: Stage 1 Appointment Award of a NEC4 PCSA – This will be conducted under a competitive flexible procurement process, with stage 1 of the procurement conducted via a Conditions of participation exercise to down select bidders to the ITT stage. The ITT stage will be issued to the down selected bidders and will be awarded on MAT via a NEC4 PCSA contract. The University will appoint 1 contractor under a PCSA contract Stage 2 Appointment The University will then take forward the appointed contractor under the PCSA contract. Following conclusion of the PCSA to arrive at an agreed Contract sum and Scope, the contractor will be appointed under a NEC4 Option A contract with identified contractors design allocation. The University reserves the right not to proceed to the construction contract from the PCSA contract. Scope Scope of works required at Law Building include: Asbestos Removals. Replacement of existing flat roof systems on both the main section of the building (including the lift motor/plant room) and the lower-level extension built in the 1990s. To facilitate these works roof top PV cells and MEP systems will need to be removed and re-installed (including recommissioning). Removal of all existing windows and curtain walling (frames & windows) and replacement with new double-glazed units and associated making good. FF&E - installation of new replacement windows blinds. Scope of works required at Tower Building included: Asbestos removals. Replacement of existing flat roof systems on the no.2 lower-level extensions only (not including the main roof which has recently been replaced). To facilitate these works roof top MEP systems will need to be removed and re-installed (including recommissioning). Removal of all existing windows and curtain walling (frames & windows) and replacement with new double-glazed units and associated making good (except for the windows in the extension built in 2008 which are to be retained). FF&E - installation of new replacement windows blinds. Implementation of plans for phasing, sequencing and building user decanting to deliver the works. Works are to be completed by 10th December 2027. The objectives for the event are; Allow the University to provide an overview of the requirements of the contract. Gauge and generate interest around the contract opportunity and assess the supplier's ability to support the indicative timelines. Obtain feedback and answer any questions on the requirement as currently defined. Provide an opportunity for suppliers to raise any concerns they may have. The University are hosting a Pre-market engagement event on Thursday 11th September 2025 at 14:0 – 15:0 via Teams. In order to register your attendance and for more information please register your interest against the opportunity via Cardiff University e-tendering portal: In-Tend https://in-tendhost.co.uk/cardiffuniversity/ Suppliers interested in attending the supplier engagement event must send an expression of interest via the In-Tend Portal. Once registered please complete the registration form and return via the correspondence function within the system. Suppliers will be limited to 2 attendees. The deadline for registering attendance at the event is Friday the 5th of September 2025. The University reserves the right to reject an application to attend sent after this time. All presentation documentation, questions and answers will be published against the opportunity on the Portal following the event.
£7,500,000
Contract value
The University are undertaking Pre-Market engagement for the procurement for the provision of a Client Technical Advisor for the relocation of specialist lab facilities to the Henry Welcome Building. This role will assist the University in a project to relocate specialist labs, ensuring that all technical aspects of the design, construction and move are undertaken in accordance with user requirements and all relevant legislation, this should include validation of the facility. A feasibility study has been produced by Stride Treglown Architects, this is now funded and we are therefore appointing consultants to progress the project. PM/QS and separate Multi-Disciplinary Design Team tenders are underway, parties tendering for the MDDT role cannot be considered for this Client Advisor role. Anticipated main contract value of circa £5.5m (including VAT), repurposing an area of an existing lab building to accommodate specialist labs (including a CL3 lab), which are currently located within the UHB owned estate. The University aims to have the appointments in place in October 2025, the with works completed by September 2027. The estimated fees are £240k including VAT. The objectives for the engagement are: • To establish the level of interest in the scheme • Identify any common concerns or queries The University are able to offer a Pre-market engagement meeting with interested parties discuss the project. This meeting is not mandatory, if you are interested in the project but unable to attend the meeting, please register your interest to enable us to plan the procurement. If you have any questions but are unable to attend, please submit them with your registration of interest and your completed NDA. The Pre-market engagement meeting is being held at 9.30am on Thursday 11th September 2025 via Teams. In order to register your interest in the project please register your interest against the opportunity via Cardiff University e-tendering portal: In-Tend https://in-tendhost.co.uk/cardiffuniversity/ Consultants interested in attending the Teams meeting must send an expression of interest via the In-Tend Portal. Once registered please complete the registration form and completed NDA and return via the correspondence function within the system. Closing date for receipt of registration forms and completed NDA’s is 9th September 2025 – 12 Noon. All questions and answers from the Pre-market engagement event will be published against the opportunity on the Portal following the engagement meeting.
£200,000
Contract value
Cardiff University is currently exploring the acquisition of a Portable Human MRI System. Our comprehensive market research indicates that there is only one supplier available for this specific technology. In light of this, we are issuing this Preliminary market engagement notice to invite expressions of interest from any suppliers who believe they can also meet our requirements. We encourage interested parties to submit their expressions of interest by emailing rogalaa@cardiff.ac.uk no later than Thursday, November 13, 2025. In the event that we do not receive any responses, the contract will be awarded directly in accordance with Regulation 41. Requirements: Portable human MRI system operating at very low field strength and suitable for imaging the brain in vivo. The system should use permanent magnets and must be modular in hardware (i.e. individual parts can be replaced with customised components, but it should come complete of gradients and an RF head coil). The code for running MRI sequences should be open source and freely available (i.e. users must be able to program any acquisition system, not just modify parameters of available ones). No external cooling should be required and it should be powered by a standard single-phase electricity supply. K-space and complex imaging data need to be exportable. - Target anatomy Head - Field strength (B0): between 40 and 80 mT. - Field homogeneity (over 20 cm DSV): Less than 1000 ppm. - Max gradient strength on each channel simultaneously: Greater than 25 mT/m. - Max gradient strength on each channel simultaneously - Number of Rx Channels 8 or more - Hardware Modular and customisable - Software (acquisition) Open source - Software (reconstruction) Open source
£400,000
Contract value
Cardiff University is looking into awarding contract for venue hire for exams. Venue has to be within Cardiff. Specifications: Event Overview The ISCE exams will take place across two periods One in May and one in June. Venue needs to be accessible for University day before to setup and day after for take down. Venues must be available for full-day setup, overnight access, and exam delivery until at least 8pm and access from 7am in the morning. Venue Requirements We require flexible, secure, and well-equipped venues within the Cardiff area, ideally with proximity to public transport. Key requirements include: Space & Layout Exam room (could be split onto two floors but ideally no more than 3 floors/rooms) to accommodate: Up to 72 PODs (3m x 3m each) Examiner and actor briefing area (theatre style) Reception and student briefing rooms Separate rooms for: Patients Hijnx actors Drama students Admin/First Aid Storage (lockable) Prayer Holding area for students post-exam Facilities Wi-Fi for approx. 120 devices Ceiling height of at least 2.5m for POD builds Lighting suitable for clinical simulation Temperature control Adjustable fire alarm testing times Security: Lockable rooms overnight Access: Evening setup and early morning entry (from 7am) Parking: Free parking for approx. 100 cars Catering: Working lunch/buffet or allowance for external catering AV Equipment: Sound system, microphones, screens, and laptop connectivity Furniture: Approx. 72 tables (varied sizes), 300 chairs Trade access for POD installation (lift access if not ground floor) Multiple entry/exit points for separate student and examiner flow To express interest please email: rogalaa@cardiff.ac.uk. Deadline for expression of interest: Monday 1st December 2025
£141,667
Contract value
The University are undertaking Pre-Market engagement event for the procurement for the provision of: A car parking management provider is required to support Travel, Transport and Parking Services to manage the university car parks. This management needs to include the use of ANPR and foot patrol officers to manage the compliance of parking at the university. The new provider will be required to use existing signage and ANPR cameras that are owned by the university although it is acknowledged that the signage will need to be updated. A permit management system to manage parking for university staff, students, contractors and visitors is required. All customer facing services (including signage) where possible needs to be provided in both Welsh and English. The Procurement will include the need for Innovation and require bidders to set out their approaches for any improvements in conjunction with the University. A permit management system is provided by which to manage staff, contractor and external user car parking and permit are paid for in the main by direct debit (to the current provider) or direct invoice raised by the university. RingGo and JustPark parking apps are in place to allow site users to book and pay for their own car parking on a daily basis (should they not hold a permit). A pay and display terminal is also in operation in our Maindy Road car park which is one of the largest and busiest car parks. We have a number of car parks that are managed using ANPR cameras which will remain and also signage installed in all car parks. Whilst the signs will need updating this can be done by the use of overlays rather than needing replacement (some additional signs may be required). Two foot patrol officers are employed by the current provider on the contract. They would be subject to TUPE requirements. The objectives for the engagement are: • To establish the level of interest in the contract • Identify any common concerns or queries The Pre-market engagement event will be held on 22nd January 2026 at 2pm via Teams Suppliers interested in attending the pre-market engagement event must send an expression of interest via the In-Tend Portal Once registered please complete the registration form and return via the correspondence function within the system. Places are limited to 2 people per supplier. Suppliers will be limited to 2 attendees. The deadline for registering attendance at the event is 12 Noon, 21st January 2026 – Teams invitations will be issued once this deadline has passed. The University reserves the right to reject an application to attend sent after this time. All presentation documentation, questions and answers will be published against the opportunity on the Portal following the engagement meetings.
£2,880,000
Contract value
The University are undertaking Pre-Market engagement event for the procurement for the provision of: A car parking management provider is required to support Travel, Transport and Parking Services to manage the university car parks. This management needs to include the use of ANPR and foot patrol officers to manage the compliance of parking at the university. The new provider will be required to use existing signage and ANPR cameras that are owned by the university although it is acknowledged that the signage will need to be updated. A permit management system to manage parking for university staff, students, contractors and visitors is required. All customer facing services (including signage) where possible needs to be provided in both Welsh and English. The Procurement will include the need for Innovation and require bidders to set out their approaches for any improvements in conjunction with the University. A permit management system is provided by which to manage staff, contractor and external user car parking and permit are paid for in the main by direct debit (to the current provider) or direct invoice raised by the university. RingGo and JustPark parking apps are in place to allow site users to book and pay for their own car parking on a daily basis (should they not hold a permit). A pay and display terminal is also in operation in our Maindy Road car park which is one of the largest and busiest car parks. We have a number of car parks that are managed using ANPR cameras which will remain and also signage installed in all car parks. Whilst the signs will need updating this can be done by the use of overlays rather than needing replacement (some additional signs may be required). Two foot patrol officers are employed by the current provider on the contract. They would be subject to TUPE requirements. The objectives for the engagement are: • To establish the level of interest in the contract • Identify any common concerns or queries The Pre-market engagement event will be held on 22nd January 2026 at 2pm via Teams Suppliers interested in attending the pre-market engagement event must send an expression of interest via the In-Tend Portal Once registered please complete the registration form and return via the correspondence function within the system. Places are limited to 2 people per supplier. Suppliers will be limited to 2 attendees. The deadline for registering attendance at the event is 12 Noon, 21st January 2026 – Teams invitations will be issued once this deadline has passed. The University reserves the right to reject an application to attend sent after this time. All presentation documentation, questions and answers will be published against the opportunity on the Portal following the engagement meetings.
£2,880,000
Contract value
The University are undertaking Pre-Market engagement event for the procurement for the provision of: A two-lot framework for Asbestos Consultancy Services and Asbestos removal/remediation services for the University, with one supplier and one reserve supplier per lot. Lot 1 – Asbestos Consultancy Services The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012). Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation Lot 2 – Asbestos Removal/Remediation Services The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk. Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site. The Supplier must hold a valid license from the HSE for the type of work to be undertaken. All works must be carried out according to HSE guidance, in particular, HSG247 – Asbestos: The licensed contractors’ guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation. The objectives for the engagement are: • To establish the level of interest in the Framework • Identify any common concerns or queries The Pre-market engagement event will be held on 26th January 2026 at 2pm via Teams Suppliers interested in attending the pre-market engagement event must send an expression of interest via the In-Tend Portal. https://in-tendhost.co.uk/cardiffuniversity/ Once registered please complete the registration form and return via the correspondence function within the system. Suppliers will be limited to 2 attendees. The deadline for registering attendance at the event is 12 Noon, 25th January 2026 – Teams invitations will be issued once this deadline has passed. The University reserves the right to reject an application to attend sent after this time. All presentation documentation, questions and answers will be published against the opportunity on the Portal following the engagement meetings.
£433,333
Contract value
The Institute for Compound Semiconductors (ICS) intends to procure a maskless laser lithography system to support essential expansion of its hybrid electro‑optical lithography capability. The system will enable processing in which wafers are exposed using both electron‑beam lithography and optical radiation within the same resist layer(s), or across multiple aligned resist layers. ICS has previously invested €2.5 M in a state‑of‑the‑art electron beam lithography platform capable of patterning nanoscale features down to 10 nm. To fully realise the benefits of hybrid lithography workflows, ICS requires a complementary optical lithography system capable of producing large‑area exposures (several millimetres) with feature sizes down to approximately 300 nm, while maintaining extremely high positioning and overlay accuracy with respect to electron‑beam‑defined structures. The required system must incorporate: a high‑resolution optically encoded stage with positioning fidelity on the order of 1 nm; the capability for stitch‑free patterning across full wafers up to 200 mm in diameter; demonstrated overlay accuracy of approximately 15 nm (optical‑to‑electron‑beam alignment); software and workflow compatibility to support integrated hybrid lithography between electron‑beam and optical exposures. ICS has undertaken a technical review of the market and believes that only one supplier Raith can provide a maskless laser lithography system meeting these combined requirements for stage precision, stitch‑free wafer‑scale patterning, and proven sub‑20 nm optical‑to‑electron‑beam overlay accuracy. No other commercially available maskless optical system is known to provide these capabilities. This capability is essential for ICS’s academic and commercial programmes. For example, in photonic integrated circuit fabrication, nanoscale waveguides must be aligned to larger optical structures with tolerances under 50 nm. Currently, such structures must be written entirely using electron‑beam lithography, which is time‑intensive and financially prohibitive for large‑wafer platforms. A high‑precision maskless laser lithography system would enable rapid exposure of larger structures without compromising alignment accuracy, significantly reducing process time and costs—an important benefit for ICS’s commercial partners. Further strategic application areas include quantum photonics and RF power electronics, where precise overlay between high‑resolution and low‑resolution structures is equally critical. The required system must also include dedicated micro‑optics generation software capable of real‑time algorithmic creation of complex greyscale structures (e.g., microlenses, diffraction gratings, Fresnel zone plates) during exposure, thereby eliminating the need for extremely large pattern files and reducing data‑processing overheads.
£415,000
Contract value
Cardiff University requires a suitable Identity and Access Management System to replace the current solution and wishes to invite potential suppliers to submit information to inform and support the development of our tender.
£1,500,000
Contract value
Cardiff University is undertaking early market engagement to inform the development of its upcoming procurement for Hard Facilities Management Services across a number of University buildings. The purpose of this engagement is to gather insights from experienced Hard FM providers regarding deliverability, cost drivers, risk allocation, supply chain capability, mobilisation requirements, and opportunities for innovation. Responses will inform the University’s final tender strategy, specification refinement, and commercial model. This stage does not formally commence a procurement process. Participation in this Pre market engagement is voluntary and will not provide any advantage or disadvantage in any subsequent tender process. This requirement covers the provision of Hard Facilities Management (FM) services across five key Cardiff University buildings: the Translational Research Hub (TRH), sbarc|spark, ABACWS, the Centre for Student Life (CSL), and JOMEC at Two Central Square. Together, these facilities represent over 48,000 m² of diverse teaching, research, innovation, and student‑facing environments. Four of the buildings are primarily academic teaching, study, and office spaces, incorporating lecture theatres, seminar rooms, social learning areas and administrative offices. The fifth building, the Translational Research Hub (TRH), is a complex scientific and industrial research environment incorporating cleanrooms, specialist gas distribution systems, abatement units, hazardous operational zones, and other highly serviced, business‑critical engineering systems. Core requirements include: • Planned Preventative Maintenance (OEM‑led, SFG20 and statutory). • Reactive Maintenance including 24/7/365 response where needed. • Remedial Maintenance addressing defects, failures or condition‑related issues identified through PPM or inspections to return assets to a safe and reliable operating condition and prevent further deterioration. • Asset management and lifecycle planning with data integration into the University’s CAFM system (QFM), • Management of access, safety, and permit‑to‑work controls • Management of specialist subcontractors supporting systems such as DI water, FFUs, gas detection, abatement, wet benches and BMS/Trend. • Delivery of Social Value outcomes will also form part of the scope. The University anticipates refining the scope, service levels, data requirements, performance metrics, and commercial structure following this Pre‑Market Engagement. Insights gained will inform the final tender documentation
£21,000,000
Contract value
The University are undertaking pre-Market engagement for the procurement for the provision of a Client Technical Advisor for the relocation of specialist lab facilities in Cathays. This role will assist the University in a project to relocate specialist labs, ensuring that all technical aspects of the design, construction and move are undertaken in accordance with user requirements and all relevant legislation, this should include validation of the facility. A feasibility study has been produced by Stride Treglown Architects, funding is now being sought and we are therefore appointing consultants to progress the project. PM/QS and separate Multi-Disciplinary Design Team tenders will be undertaken in the summer, parties appointed for this role will be excluded from tendering for the MDDT and PM/QS roles (including sub-consultant). Anticipated main contract value of circa £16m (including VAT), repurposing an area of an existing lab building to accommodate specialist labs. The University aims to have all appointments in place in September 2026, the with works completed by July 2030. The estimated fees are £400k including VAT. The objectives for the engagement are: • To establish the level of interest in the scheme • Identify any common concerns or queries The University are able to offer a meeting with interested parties discuss the project. This meeting is not mandatory, if you are interested in the project but unable to attend the meeting, please register your interest to enable us to plan the procurement. If you have any questions but are unable to attend, please submit them with your registration of interest and your completed NDA. The Pre-market engagement event will be held on 9th April 2026 at 11am via Teams. In order to register your interest in the project please register your interest against the opportunity via Cardiff University e-tendering portal: In-Tend https://in-tendhost.co.uk/cardiffuniversity/ Consultants interested in attending the Teams meeting must send an expression of interest via the In-Tend Portal. Once registered please complete the registration form (maximum of 2 people) and completed NDA and return via the correspondence function within the system. Closing date for receipt of registration forms and completed NDA’s is 8th April 2026 - 12 Noon. All questions and answers from the Pre-market engagement event will be published against the opportunity on the Portal following the engagement meeting.
£333,333
Contract value
The University are undertaking a Pre-Market engagement event for provision of a contractor for University Grounds Maintenance. An attractive campus will help to encourage students and staff to study and work at Cardiff University. The landscape and external environment are potentially a productive teaching and learning resource, particularly for departments such as Biology and Environment. An attractive and stimulating environment promoting staff and student wellbeing, having a positive effect on mental health. Being able to enjoy the external environment can help both staff and students cope with the stresses of work and study. Enhancing the natural landscape to encourage biodiversity, wildlife to thrive and develop across the estate. Grounds maintenance should be consistent with the good practice and standards as follows: • Develop a Regular Maintenance Schedule. • Keep Walkways, Parking Spaces and Entryways Clean. • In extreme weather condition pathways, entrances, and car parks remain safe and free from the hazards of snow and ice. • Use Sustainable Landscaping Practices. • Investing in in Seasonal Enhancements. • Ensure Proper Tree and Shrub Care. • Implementing a Waste Management Strategy. The objectives for the engagement are: To establish the level of interest in the tender opportunity To gain an understanding of your experience of similar contracts, incorporating any lessons learnt to drive improvements. To listen, reflect and mitigate any foreseeable risks within the proposed contract tender exercise to ensure that the service delivered at Cardiff University remains customer centric, efficient and offers value for money. The Pre-market engagement event will be held on 13th April 2026 at 2pm via Teams Suppliers interested in attending the pre-market engagement event must complete and return the registration form via the correspondence function on the Universities e-tender portal In-Tend. https://in-tendhost.co.uk/cardiffuniversity/ Suppliers will be limited to 2 attendees. The deadline for registering attendance at the event is 12 Noon, 9th April 2026 - Teams invitations will be issued once this deadline has passed. The University reserves the right to reject an application to attend sent after this time. All presentation documentation, questions and answers will be published on the e-tendering portal following the pre-market engagement event.
£1,104,167
Contract value
Cardiff University require video production activities support across the organisation. The aim is to onboard a diverse range of suppliers, from established agencies and video production specialists to smaller scale production companies, to cater for the needs of our stakeholders and their changeable budgetary scale, timescale and creative requirements. Suppliers will need the ability to direct, produce and edit content aimed at a wide range of audiences such as students, internal communications and industry partners, for use across multiple platforms. The framework will consist of 3 lots, with Lot 1 containing 2 sublots: Lot 1 - Video production a. Lot 1a – Large (detailed as Lot 1 on this notice) b. Lot 1b – Small (detailed as Lot 10 on this notice) Lot 2 - Animation and motion graphics (detailed as Lot 2 on this notice) Lot 3 - Event and seminar recording (detailed as Lot 3 on this notice) All lots and sublots can be applied for separately.
£2,000,000
Contract value
Cardiff University are looking for one supplier to provide modern, cashless laundries, at all designated sites, 365 days a year with no capital outlay or cost to the University (except those costs that arise from the utilities/services
£1,000,000
Contract value
The supply, installation, maintenance and support of Security Systems for the University. These Systems include Electronic Access Control PAC and Salto. CCTV Intruder Alarms Panic Alarms Gate and Barrier Maintenance
£2,500,000
Contract value
Cardiff University wishes to significantly modernise and improve its capabilities in the areas of research data storage and management. We wish to advise the market of this requirement and are seeking feedback from the market on how best to structure our tender. We have prepared a brief, with a series of questions relating to the proposed tender requirement. Please register on https://in-tendhost.co.uk/cardiffuniversity/aspx/Home to download a copy of the brief and submit your feedback/responses which will be used to inform the full tender documents.
Value undisclosed
Cardiff University is looking into purchasing a Mode Hop free tuneable CW laser.
Value undisclosed
Showing 1–20 of 41 contracts