Loading page content…
Loading page content…
Loading contract search results…
206 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Home to School Transport Bus and Coach Services on the Isle of Wight (2026). Relating to the provision of home to school bus and coach services for mainstream and SEN which is a statutory function for the Local Authority. In October 2025, the Authority engaged with potential suppliers to seek views and feedback to the information provided and questionnaire. This was intended to be used to assist the Authority on deciding the next steps for the procurement of Home to School Transport Bus and Coach Services on the Isle of Wight (2026) Procurement identifier (OCID): ocds-h6vhtk-052491. Now (March 2026) we are in a position to issue the open tender opportunity.
£9,700,000
Contract value
Installation of a new sewage treatment plant with associated drainage works and decommissioning of the old septic tank on neighbouring land.
£250,000
Contract value
Under the provisions of the Food Safety Act 1990 and associated European Legislation Isle of Wight Council has a duty of enforcement as a Food Authority, in particular enforcement of the food hygiene and standards legislation. The service is currently provided by the Business Regulation team, part of the Environmental Health function of Community Protection. This duty requires that interventions are carried out at food premises on the Isle of Wight to check compliance with legal provisions and food safety and standards. This contract will be to complete food hygiene inspections with a broadly complaint C, D risk profile and newly registered premises with a potential hazard of no more than 35. This includes carrying out the inspections in the identified time frame, completion of paperwork and letters. In addition, it will also include undertaking a food standards inspection at those premises that are due. However please note, should the need arise it is the expectation that the provider would have the capability to undertake food hygiene inspections at any risk profile.
£50,000
Contract value
The service aims to provide high-quality support for carers that is accessible, equitable, and responsive to the needs of our local Isle of Wight population. The service will be delivered to carers resident on the Isle of Wight, ensuring timely access to information, advice, and guidance during a cared-for person's acute hospital admission-whether for physical or mental health needs. Its purpose is to improve outcomes, experiences, and long-term resilience, helping individuals remain in their chosen place of residence for longer, reducing reliance on statutory services, and delaying or preventing permanent admission to residential care. The provider will offer care that is standardised, transparent, and coordinated, enabling carers to feel supported throughout the acute stay of their cared for individual, receive optimal interventions and support the first time, and experience improved independence and ability to remain in or return to their caring responsibilities. A collaborative approach involving all stakeholders in the health and social care pathway will be essential to ensure equitable outcomes and a positive experience for both carers and cared for individuals. This is a 3 plus 2 year contract.
£518,894.2
Contract value
Roofing works, plant room works and fire door works at Carisbrooke Primary School
£300,000
Contract value
The Isle of Wight Council invites Tenders from suitably qualified suppliers for the provision of replacement kitchens, fire alarm and pipework at Newchurch Primary School, Isle of Wight. The works will create the schools catering kitchen within the current community kitchen space and re-provide a kitchen in the current school kitchen for multi-purpose use of food and design technology plus replacement fire alarm and heating pipework throughout the school.
£600,000
Contract value
Please note this is NOT a new contract opportunity. This is a retrospective notice to allow for extension under Regulation 72 modification for a contract which was advertised and awarded on Contracts Finder. Lot 3 - Community ENT - South West Hampshire
£3,321,605
Contract value
Hampshire, Southampton and Isle of Wight CCG Invitation to Tender (ITT) for Integrated ENT and Audiology Service for a 24 month contract. The Hampshire, Southampton and isle of Wight CCG, Southampton locality. currently has an integrated Community ENT and Audiology service model, which was commissioned by the previous Southampton City Clinical Commissioning Group (CCG). In April 2021, the Southampton City CCG merged with five other local CCGs to become part of a single Hampshire, Southampton and Isle of Wight CCG (HSIOW CCG). In July 2022, the HSIOW CCG will in turn be dissolved with its functions transferring into a new HSIOW Integrated Care System (ICS). This tender is for a short term 24-month Contract whilst full-service review is undertaken across the ICS. The Service will; • Provide a combined ENT and Audiology service for patients aged 18 years and over and who are registered with a Southampton GP Practice. • The service will manage demand from patients with ENT disorders and supports early intervention for patients with hearing loss, ensuring patients are managed at the earliest possible opportunity and most effectively. • The service will also provide face to face clinical assessment, diagnostic tests, clinical interventions, aural care and the provision and maintenance of hearing aids. • Relieve pressure on acute ENT & Audiology services at University Hospitals Southampton NHS Foundation Trust, ensuring only those requiring secondary care interventions are referred on. • Continually improve quality and patient experience with reduced waiting times. In order to submit a tender please register on the In-tend portal project F15206 - Community Adult ENT & Audiology service for Southampton, and download all of the Invitation to tender documentation and submit a response on the portal by the deadline of 10am 6th June 2022.
£2,184,000
Contract value
Hampshire, Southampton and Isle of Wight CCG Invitation to Tender (ITT) for Community Dermatology Services for a 24 month contract with optional 12 month extension period. Please note the total potential contract value is for the maximum full 3 year period across all three Lot's. Skin conditions are extremely common, and more than half the population are affected annually. It is estimated that each year approximately 24% of the population see their GPs for skin disease, and there were 3 million outpatient appointments for patients with dermatological conditions in the UK in 2019-20. Although the most common skin disorders are not life threatening, if not treated appropriately patients can suffer harm and longer-term health problems. The psychological impact on everyday life, work, social interaction, and healthy living can be substantial. Many of the rare and some of the severe common skin conditions have an associated morbidity and mortality thus early and accurate diagnosis is critical to appropriate management. Skin cancer is the most common cancer in the UK and dermatology services receive more urgent referrals for suspected cancer than any other speciality. The unmet demand from new suspected cancers can mean that review appointments for patients with other painful and debilitating conditions are delayed. Changes in health service provision and the need to commission high-quality cost-effective services, has in part driven the move to deliver certain services and specialties more appropriately in the community setting. There is a recognition of the importance of patients receiving care closer to home, shifting from a traditional model of hospital-based care towards a community-based approach where appropriate; this in turn supports delivery of NHS constitutional waiting times for consultant-led services by freeing-up capacity and reducing waiting times. Hampshire, Southampton and Isle of Wight CCG published three Prior Information Notices (PINs) in February 2022 regarding re-procurement of existing Community Dermatology Services. These PINs requested that the market submit expressions of interest for the provision of Community Dermatology Services in three separate Local Delivery Systems. Due to receiving multiple expressions of interest across all three Local Delivery Systems, the CCG have decided to run one competitive procurement split into three lots. This will enable the compliance and regulatory checks as part of the tender process to be completed once per provider. Under this procurement approach, providers still have the same opportunity to bid for one or multiple areas. To access the full ITT document set, specification and Contract please register on In-tend project reference number F5491 Community Dermatology Services. Please note the deadline for tender submissions is 12:00 noon 6th June 2022.
£5,510,172
Contract value
The Isle of Wight Council invites Tenders from suitably qualified suppliers for the provision of a replacement fire alarm system and conversion to ICT Room works at Medina College, Newport, Isle of Wight. Replacement fire alarm system throughout the entire main school complex and adjoining school classroom blocks. Also - science classroom conversion to an ICT Room. The Tenderer will price for two options: Option A: Wireless and Wired Addressible System (wired links to the remote buildings) plus Conversion to ICT Room; Option B: Fully Wired Addressible System plus Conversion to ICT Room Tenderers must provide a price for both options A and B.
£150,000
Contract value
The Isle of Wight Council ("the Authority") invites Tenders from suitably qualified suppliers ("Potential Suppliers") for the provision of Mental Health Training on the Isle of Wight. This procurement follows the Open under the Public Contract Regulations 2015. The Authority is committed to ensuring their workforce is competent and confident to carry out their responsibilities to both support adults at risk (including its workforce) and is also committed to promoting the mental wellbeing of Isle of Wight residents and expect all staff and volunteers to share in this commitment. The Authority wants to engage with a supplier that has extensive experience of the delivery of mental health learning & development activities (including Mental Health First Aid and Suicide Prevention). These activities are offered to a range of learners who are all Isle of Wight based, and therefore the successful supplier is required to be able to provide face to face activities at various locations on the Isle of Wight. This can be at either at an Authority venue or the supplier's venue with the agreement of the Authority. Additionally, the Authority may request that specific venues are used for delivery of the activities such as a particular Authority building; residential care environment; or in a school environment. However, the Authority is also currently supporting virtual delivery and blended approaches therefore the supplier should also have the ability to provide virtual delivery of any or all of the activities. This opportunity is described below: The current programme includes but is not limited to the following key areas: • ½ day Mental Health Awareness • ½ day Mental Health Awareness for Managers • 2 day Mental Health First Aid Certificate (Nationally accredited) • 1 day Suicide Prevention First Aid Certificate (Nationally accredited) • Mental Health First Aid (Adult) Refresher • Youth Mental Health First Aid (for educational settings) (Nationally accredited) Please note that the above courses are an indication of the types of courses run in the past. The Authority may wish to commission other mental health training as further need is identified. The successful supplier will need to demonstrate their understanding and knowledge of national legal frameworks, as well as policies and procedures as accredited providers of Mental Health and Suicide Prevention First Aid certification. Please note that the Authority requires Learning activities to be aimed at a variety of levels when providing the services. Potential suppliers should note that this is a non-exclusive contract and that there is no guarantee of value or volume of activities. However, it is intended that the successful supplier will receive all the requests for these learning activities from the Authority throughout the duration of the contract at the agreed pricing structure submitted within this tender unless the supplier is unable to provide the services at the required time/level or the Additional information: Potential suppliers can register their interest and download the tender pack by visiting www.procontract.due-north.com and searching for tender reference number DNDN604410. The estimated values set out in this contract notice are the total estimated value for the initial term and any possible extension option(s). Potential suppliers must note that there is no guarantee of value or volume of work.
£200,000
Contract value
The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Mental Health Training on the Isle of Wight. This procurement follows the Open under the Public Contract Regulations 2015. The Authority is committed to ensuring their workforce is competent and confident to carry out their responsibilities to both support adults at risk (including its workforce) and is also committed to promoting the mental wellbeing of Isle of Wight residents and expect all staff and volunteers to share in this commitment. The Authority wants to engage with a supplier that has extensive experience of the delivery of mental health learning & development activities (including Mental Health First Aid and Suicide Prevention). These activities are offered to a range of learners who are all Isle of Wight based, and therefore the successful supplier is required to be able to provide face to face activities at various locations on the Isle of Wight. This can be at either at an Authority venue or the supplier’s venue with the agreement of the Authority. Additionally, the Authority may request that specific venues are used for delivery of the activities such as a particular Authority building; residential care environment; or in a school environment. However, the Authority is also currently supporting virtual delivery and blended approaches therefore the supplier should also have the ability to provide virtual delivery of any or all of the activities. This opportunity is described below: The current programme includes but is not limited to the following key areas: • ½ day Mental Health Awareness • ½ day Mental Health Awareness for Managers • 2 day Mental Health First Aid Certificate (Nationally accredited) • 1 day Suicide Prevention First Aid Certificate (Nationally accredited) • Mental Health First Aid (Adult) Refresher • Youth Mental Health First Aid (for educational settings) (Nationally accredited) Please note that the above courses are an indication of the types of courses run in the past. The Authority may wish to commission other mental health training as further need is identified. The successful supplier will need to demonstrate their understanding and knowledge of national legal frameworks, as well as policies and procedures as accredited providers of Mental Health and Suicide Prevention First Aid certification. Please note that the Authority requires Learning activities to be aimed at a variety of levels when providing the services. Potential suppliers should note that this is a non-exclusive contract and that there is no guarantee of value or volume of activities. However, it is intended that the successful supplier will receive all the requests for these learning activities from the Authority throughout the duration of the contract at the agreed pricing structure submitted within this tender unless the supplier is unable to provide the services at the required time/level or the Authority is required to use a different source of supply. The term of the contract shall be 1 September 2022 until 31 August 2024 with the option to extend for up to a further period or periods up to 36 months (on the basis of 12 months + 12 months +12 months) at the sole discretion of the Authority. It should be noted that some courses will need to be delivered as soon as possible after the contract commences. The closing date for receipt of Tenders is 14:00Hrs on 27 June 2022
£200,000
Contract value
Please note this is NOT a new contract opportunity. This is a retrospective notice to allow for extension under Regulation 72 modification for a contract which was advertised and awarded on Contracts Finder. Lot 2 - Community ENT - Mid Hampshire
£2,658,600
Contract value
The works are for the refurbishment of the currently redundant building at Ryde Esplanade on the northern side at the western end to provide operational accommodate for both SWR and SV comprising: 1. Extension of the concourse between the western cafe concession and the refurbished toilets to provide a covered link to both the existing and reinstate pier and resurfacing of the concourse. 2. Refurbishment of the existing W.Cs. 3. SWR: • ticket hall • ticket office • back office operations room / file storage • staff accommodation - kitchenette / toilet / lockers • Tourist Information Counter (TIC) 4. The refurbishment of the current SWR accommodation and 'doughnut counter' at the western elevation to provide a single concession able to operate as a café with glazed façade able to utilise opportunity for alfresco dinning created as a part of the highway works (see attached plan) 5. SV • ticket office • back office operations room / file storage • staff accommodation - kitchenette / toilet / lockers • Storage facility for the Community Rail Partnership (CRP) • The refurbishment of the currently closed public toilets and waiting room in the building on the northern side at the western end • The refurbishment of the existing concession and SV accommodation on the southern elevation to provide either two, three or a larger single concession with glazed façade Items 1 and 2 are the key project achievements, all other project deliverables are listed in priority order thereafter. The term of the contract shall be 16th August 2022 until 31st March 2023. The closing date for receipt of Tenders is 14:00 on 8th August 2022. Potential Contractors proposing to submit a Tender are advised to read all documents contained within the Tender Pack carefully to ensure that they are fully familiar with the nature and extent of the obligations to be accepted by them if their Tender is accepted by the Authority. Potential Contractors should note the Procurement Strategy for this process is to engage a Preferred Contractor following the conclusion of the Stage 1 tender process. At this point, the Preferred Contractor will enter into a Pre-Contract Services Agreement (PCSA) for an 8-week period which will allow the Preferred Contractor to work collaboratively with the Project Team to achieve a scheme capable of delivery within the quality, programme and budgetary requirements which are stipulated within the Key Project Deliverables of the Project Brief Document. Stage 2 will act as an enabler to the project through the undertaking of investigative works, enabling construction and/or deconstruction works. Mobilising at this stage will reduce the overall project duration and inform the design development before the financial close of the project at the conclusion of Stage 2. This should serve to reduce the risk profile for unforeseen works. The Contractor who is in second place following the Stage 1 tender evaluation will be held in reserve and m
£1,200,000
Contract value
The Authority requires a provider to undertake the Demolition of the existing building known as Thompson House. It is important to note that the Authority is currently exploring disposal options for this site with the preferred option being to demolish ahead of disposal. However, if a valid proposal not to demolish is presented the Authority may cease this tender before tender award. The term of the contract shall be 21st September 2022 for 12 working weeks. The closing date for receipt of Tenders is 14:00Hrs on 8th August 2022.
£150,000
Contract value
The council is looking to appoint either a single company or a consortium of appropriate consultants to deliver tailored support to meet ERDF project targets. It is expected that the work would follow this scheme of work: Part 1 Initial review • Health check session (top tier analysis of the business) • Company development session (deep dive analysis of the business) Part 2 Specialist Support • Funding and finance • Marketing & branding • Technology and digitalisation • Exporting • Innovation • HR The term of the contract shall be from as soon as possible until 30th September 2023. The closing date for receipt of Tenders is 14:00Hrs on 17th August 2022.
£100,000
Contract value
The Isle of Wight Council ("the Authority") invites Tenders from suitably qualified suppliers ("Potential Suppliers") for the provision of a Push Boat Service for Floating Bridge 6. This procurement follows the OPEN under the Public Contract Regulations 2015. The Authority requires the Supplier to provide a fully crewed vessel to push Floating Bridge 6 (FB6) square on the Cowes and East Cowes Slipways during the fast-flowing spring ebb tides for the periods as set out in Appendix 1. The Supplier must be able to provide a vessel adequate to the task of pushing the Floating Bridge square to the slipway without the need for any modifications to any part of FB6. The vessel used to deliver the service must conform to the relevant Maritime and Coastguard Agency (MCA) class; it must be certified, equipped and crewed accordingly. Please note that, before contract award, the Preferred Supplier will be required to undertake a trial on one spring tide to establish that their proposed vessel and methodology achieve the requirements of the specification. Should the trial fail to achieve these objectives then the Authority reserves the right to reject the submission and seek to award to the next placed Potential Supplier. If this is the case, then a live trial will be undertaken for the second placed Potential Supplier. The term of the contract shall be from 1st October 2022 until 30th September 2025 with the option to extend for up to a further 24 months at the sole discretion of the Authority. Extensions will be agreed for 6 month periods up to a maximum of 24 months in total; each extension will be advised a minimum of two months before it is required. The closing date for receipt of Tenders is 14:00Hrs on 17 August 2022. Additional information: There is the option to extend for up to a further 24 months at the sole discretion of the Authority. Extensions will be agreed for 6 month periods up to a maximum of 24 months in total; each extension will be advised a minimum of two months before it is required. Potential suppliers can register their interest and download the tender pack by visiting www.procontract.due-north.com and searching for tender reference number DN619069. The estimated values set out in this contract notice are the total estimated value for the initial term and any possible extension option(s).
£658,160
Contract value
The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of a Push Boat Service for Floating Bridge 6. This procurement follows the OPEN under the Public Contract Regulations 2015. The Authority requires the Supplier to provide a fully crewed vessel to push Floating Bridge 6 (FB6) square on the Cowes and East Cowes Slipways during the fast-flowing spring ebb tides for the periods as set out in Appendix 1. The Supplier must be able to provide a vessel adequate to the task of pushing the Floating Bridge square to the slipway without the need for any modifications to any part of FB6. The vessel used to deliver the service must conform to the relevant Maritime and Coastguard Agency (MCA) class; it must be certified, equipped and crewed accordingly. Please note that, before contract award, the Preferred Supplier will be required to undertake a sea trial on one spring tide to establish that their proposed vessel and methodology achieve the requirements of the specification. Should the trial fail to achieve these objectives then the Authority reserves the right to reject the submission and seek to award to the next placed Potential Supplier. If this is the case, then a live trial will be undertaken for the second placed Potential Supplier. The term of the contract shall be from 1st October 2022 until 30th September 2025 with the option to extend for up to a further 24 months at the sole discretion of the Authority. Extensions will be agreed for 6 month periods up to a maximum of 24 months in total; each extension will be advised a minimum of two months before it is required. The closing date for receipt of Tenders is 14:00Hrs on 17 August 2022.
£658,160
Contract value
This is NOT a new contract opportunity, this notice is being issued in order for a PCR Regulation 72 Modification Notice to be placed due to issues with Contracts Finder archived notices. The Contract was advertised on 31st July 2014 following a full open and transparent tender process advertised on Contracts Finder. The Contract was awarded for 5 Years plus optional 2 x's 12 month extensions periods in June 2015. Please note the Awarding Contracting Authority at the time was NHS Portsmouth CCG, South East Hampshire CCG and Fareham and Gosport CCG, the new legal entity for the CCG is Hampshire and Isle of Wight ICB. The Contract was awarded to Care UK Clinical Services Ltd who now operate as Practice Plus Group, following the completion of the full tender process. The Service provides urgent, elective, and diagnostic care for residents of Portsmouth and Southeast Hampshire. Urgent Urgent Treatment Centre • Minor Injuries Unit (Children and Adults over 18yrs) - Patients are assessed and treated for minor injuries and simple fractures in line with National standards and best practice. • Minor Ailments Service (Children and Adults over 18yrs) - Patients are assessed and treated for minor illnesses in line with National standards. Diagnostics • The delivery of a consistent, comprehensive, effective, safe, and appropriate diagnostic imaging service (Children and Adults over 18yrs) providing X-rays, Ultrasound, Echocardiograms Endoscopies and Cardiac event monitors. Elective • Day Surgery (Adults over 18yrs) - The service provides surgical services including outpatient clinics, pre-op assessment and follow up in a safe and effective manner in the following specialties: o Orthopaedics o Gastroenterology o General Surgery and minor skin procedures o Ophthalmology o Urology • Age Related Audiology Service (Adults over 55yrs) - Provision of direct access adult hearing service for age related hearing loss in line with national guidance and local requirements. • Community ENT Service (Adults over 18yrs) - Triage, diagnosis, and where appropriate treatment for the following conditions: o Otalgia o Otorrhoea o Aural Toilet o Otitis Externa o Otitis Media o Impacted Ear Wax removal o Perforation of eardrum o Mastoid cavities requiring evaluation and toileting o Dizziness/vertigo o Nasal Polyps o Chronic Rhinitis o Nose Bleeds (Epistaxis) o Glue Ear o Globus (excluding suspicion of cancer intermittent) • Community Ophthalmology Service - Provides clinical triage of ophthalmology including treatment where appropriate for the following conditions: o Glaucoma o Cataract The Treatment Centre service should provide high quality and cost-effective services to ensure that all patients are treated appropriately in line with adopted NICE clinical guidelines and mandatory technical appraisals, including local Individual Funding Request Policy Guidelines, clinical thresholds and referral criteria. Services should achieve all local and national waiting time targets and other key national and local key quality and performance targets. Please note the Contract value is for the full maximum potential contract period of 7 years which includes extensions.
£92,608,000
Contract value
The Isle of Wight Council ("the Authority") invites Tenders from suitably qualified suppliers ("Potential Suppliers") for the provision of Roofing Renovation Works at BAE Storage Building, Newport Road, Cowes. The Authority requires a provider to undertake Roofing Renovation to replace defective sheet roof covering to sheds 2 and 3. The term of the contract shall be 10th October 2022 for 4 weeks. The closing date for receipt of Tenders is 14:00Hrs on 31st August 2022.
£75,000
Contract value