Loading page content…
Loading page content…
69 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Preliminary market engagement for BI and analytics service model
£2,000,000
Contract value
Preliminary market engagement for BI and analytics service model - the full details and background information have been published on the Atamis portal under the Title Business Intelligence and Analytics Service Model (C438170) and you will be able to register your interest and respond to the document available on the portal.
£2,000,000
Contract value
GHFT (Gloucestershire Hospitals NHS Foundation Trust) “the Authority” invites Bidders to respond to a Preliminary Market Engagement exercise for a Theatres Managed Equipment Service GHFT is embarking on the re-procurement of its Theatres Managed Equipment Service (MES). The Trust currently operates a Theatres MES valued at approximately £25m per year, including equipment provision, theatre related consumables, sterile services, refurbishment, engineering support, specialist cleaning, waste management, and facilities maintenance across both Gloucestershire Royal Hospital and Cheltenham General Hospital. The current contract is approaching the end of its full term, and the Trust are looking to explore the re-procurement of the Theatres MES. As the development of the future service model and commercial strategy progresses, we are seeking valuable insight and expertise from suppliers with the capability to deliver a comprehensive Theatres MES, required to operate the surgical facilities across both sites, in addition to potential wider expansion across adjacent areas including interventional radiology, cardiology, endoscopy, and other areas This Preliminary Market Engagement is being administered in line with PA23 procedures.
£175,000,000
Contract value
This research project being tendered links to the FSA Strategy 2022-2027. This strategy is based around the FSA’s mission, food you can trust, alongside three key pillars: food is safe; food is what it says it is; food is healthier and more sustainable. The proposed project focuses on the first pillar, that food is safe, and by generating a new scientific case study focused on the assessment of mixtures of chemicals using in-silico and in-vitro New Approach Methodologies (NAMs), it will enable us to further protect consumers from chemical hazards and enable consumers to be empowered to make informed choices around the food that they eat. The Chemical, Radiological and Allergy (Food Hypersensitivity) Research and Evidence Programme (ChemRA REP) is a wider programme of work, under which this research project will sit. This research programme covers one of the FSAs Areas of research interest | Food Standards Agency (ARI) and sits under research priority two: chemical, radiological, and food hypersensitivity risks. Chemicals are present in food and feed whether they are added intentionally, the result of contamination, malicious intent, or simply naturally occurring. The main aim of this Research Programme is to conduct research on these chemicals, which may be present in food and feed. This research aligns with the FSA’s second Area of Research Interest on chemicals, specifically addressing the question: What new analytical tests or novel approach methods can we use to assess these hazards and their impact on consumers?’. The goal of this project is to use in-silico and in-vitro NAMs to assess the hazards from chemical mixtures in food, and their impact on consumers, from assessing human relevant endpoints. The project also aims to develop cross government collaboration by aiming to improve data systems, encourage collaborative working, and enhance scientific capability across government departments.
£670,000
Contract value
Midlands Partnership University NHS Foundation Trust (MPFT) are seeking suitably qualified and experienced Providers to deliver additional capacity and specialist support across Children and Young People’s Mental Health (CYPMH) services through two distinct lots. The procurement aims to improve access, reduce waiting times, and enhance the quality and range of support available to children, young people, and their families. Across both lots, services must be person‑centred, timely, compliant with NHS standards, and fully integrated with local pathways. The procurement aims to expand choice, improve outcomes, and ensure children and young people receive high‑quality, flexible mental health support.
Value undisclosed
Midlands Partnership University NHS Foundation Trust (MPFT) are seeking suitably qualified and experienced Providers to deliver additional capacity and specialist support across Children and Young People's Mental Health (CYPMH) services through two distinct lots. The procurement aims to improve access, reduce waiting times, and enhance the quality and range of support available to children, young people, and their families. Lot 1 - Digitally Enabled CYP Mental Health Service MPFT are seeking a Provider to work in partnership with, who will provide patient facing digital tools for Children, Young People and/or their parents or carers. The tools will provide NICE recommended evidence-based interventions for common mental health presentations (with specified target populations e.g. age range). The tool with align with NICE guidance and activity and outcomes aligning with the NHSE CYP Access and Waiting Times Standard, with reporting directly into The Mental Health Services Data Set. Lot 2 - Specialist Intervention Support MPFT is looking to procure a provider that will deliver neurodevelopmental assessments, psychological therapies and creative therapies for children and young people, addressing gaps in provision and supporting those affected by waiting times. The service will provide timely, structured interventions with some flexibility expected in mode of delivery as a complementary or bridging offer within existing pathways. Across both lots, services must be person-centred, timely, compliant with NHS standards, and fully integrated with local pathways. The procurement aims to expand choice, improve outcomes, and ensure children and young people receive high-1quality, flexible mental health support.
Value undisclosed
Request for Information (RFI): Mental Health Inpatient Bed Base- ELFT Atamis reference : C435511 RFI Overview East London NHS Foundation Trust (“the Authority”) is issuing this Request for Information (RFI) to better understand the current UK market Digital Therapeutic Mobile App and Website managed services, including service models, mobilisation approaches, reporting, sustainability options and indicative pricing. This RFI is being conducted to support internal value for money (VfM) assurance and potential future planning. This is not a call for competition, invitation to tender, or procurement exercise, and the Authority is not committing to any purchase or subsequent procurement as a result of this RFI. Scope of services (indicative) Suppliers are asked to provide information relating to some or all of the following service areas (please state clearly what you can provide): (Full specifications Appendices A) Mental Health Inpatient Bed Base - ELFT Context The Authority The overarching aim of this RFI , that provider shall carry out the Services in accordance with evidence-based practice and/ or best practice in health and social care and shall comply in all respects with the standards and recommendations: • Contained in the Statement of National Minimum Standards • Issued by the National Institute of Clinical Excellence, or • Issued by any relevant professional body. • Outlined in the Local Authority Quality Assurance Framework • From any appropriate reputable clinical audit and Patient Safety Incident Investigation The Provider shall ensure that: • All staff employed or engaged by the Provider are informed and aware of the standard of performance they are required to provide and can meet that standard. • The adherence of the Provider’s staff to such standards of performance is routinely monitored and remedial action is promptly taken where such standards are not attained. For the avoidance of doubt nothing in this Agreement is intended to prevent this Agreement from setting higher quality standards than those laid down under the Provider’s Terms of Authorisation. What we need from you Suppliers are requested to submit: A) Service Offering Response (Appendices A-specification RFI- Mental Health Inpatient Bed Base) • Section 3 - Service model and scope – 3.1 B) Indicative Pricing Submission • Section 4- Pricing of Service and Delivery – 4.1 Please provide the pricing schedule using the Authority’s specifications in Appendices A, please note an External document maybe provided Also if applicable the below • any fixed charges (e.g., management fees, rental fees) • any typical additional charges (e.g.,emergency uplift) • indexation assumptions (CPI/RPI/etc.) RFI timetable • RFI published: 30/03/2026 • Deadline for clarification questions: 15/04/2026 • RFI response deadline: 30/04/2026 All dates are subject to change at the Authority’s discretion. Communications and clarifications All communications relating to this RFI must be via Atamis messaging. The Authority will not respond to direct approaches outside the portal. Important notices (compliance / disclaimers) • This RFI is for information gathering and market intelligence only. • The Authority is not liable for any costs incurred by suppliers in responding. • The Authority may choose to cancel or amend this RFI at any time. • Any future procurement (if undertaken) will be conducted in accordance with applicable UK procurement rules and the Authority’s Standing Financial Instructions and Standing Orders. • The Authority may use information received to shape future requirements, internal business cases, or procurement documentation. No information provided is confidential unless clearly marked and justifiable; however, the Authority will handle responses in accordance with its legal obligations (including FOIA). Suppliers should therefore avoid including unnecessary sensitive information. Evaluation approach (for transparency) Responses will be reviewed for: • Service capability and coverage • Operational approach and mobilisation • Compliance and governance • Reporting and data quality • Indicative pricing and cost drivers
Value undisclosed
Request for Information (RFI): Digital Therapeutic Mobile App and Website Atamis C435655 RFI Overview East London NHS Foundation Trust (“the Authority”) is issuing this Request for Information (RFI) to better understand the current UK market Digital Therapeutic Mobile App and Website managed services, including service models, mobilisation approaches, reporting, sustainability options and indicative pricing. This RFI is being conducted to support internal value for money (VfM) assurance and potential future planning. This is not a call for competition, invitation to tender, or procurement exercise, and the Authority is not committing to any purchase or subsequent procurement as a result of this RFI. Scope of services (indicative) Suppliers are asked to provide information relating to some or all of the following service areas (please state clearly what you can provide): (Full specifications Appendices A) • Digital Therapeutic Mobile App and Website Children and Young People's Mental Health Services (Ages 11-19) Contract context The Authority The overarching aim of this commissioned service is to radically improve the emotional wellbeing and mental health trajectory of all Children and Young People aged 11-19 experiencing emerging psychological needs across the entire North East London ICS footprint. By providing an immediate, highly accessible digital response, the service intends to build psychological resilience, prevent the escalation of distress, and systematically manage demand from overflowing into specialist physical or urgent healthcare settings. The digital therapeutic provision is not envisioned as a standalone novelty; rather, it must function as a seamlessly integrated 'digital front door' to the wider NEL mental health ecosystem of providers and system partners. The objectives reflect a dual focus on delivering direct clinical value to the end-user while simultaneously generating systemic efficiencies for the broader NEL Integrated Care Board.. What we need from you Suppliers are requested to submit: A) Service Offering Response (Attachment A) • Section 3 - Service model and scope – 3.1 B) Indicative Pricing Submission • Section 4- Pricing of Service and Delivery – 4.1 Please provide the pricing schedule using the Authority’s specifications in Appendices A, please note an External document maybe provided Also if applicable the below • any fixed charges (e.g., management fees, rental fees) • any typical additional charges (e.g.,emergency uplift) • indexation assumptions (CPI/RPI/etc.) RFI timetable • RFI published: 30/03/2026 • Deadline for clarification questions: 15/04/2026 • RFI response deadline: 30/04/2026 All dates are subject to change at the Authority’s discretion. Communications and clarifications All communications relating to this RFI must be via Atamis messaging. The Authority will not respond to direct approaches outside the portal. Important notices (compliance / disclaimers) • This RFI is for information gathering and market intelligence only. • The Authority is not liable for any costs incurred by suppliers in responding. • The Authority may choose to cancel or amend this RFI at any time. • Any future procurement (if undertaken) will be conducted in accordance with applicable UK procurement rules and the Authority’s Standing Financial Instructions and Standing Orders. • The Authority may use information received to shape future requirements, internal business cases, or procurement documentation. No information provided is confidential unless clearly marked and justifiable; however, the Authority will handle responses in accordance with its legal obligations (including FOIA). Suppliers should therefore avoid including unnecessary sensitive information. Evaluation approach (for transparency) Responses will be reviewed for: • Service capability and coverage • Operational approach and mobilisation • Compliance and governance • Reporting and data quality • Indicative pricing and cost drivers
Value undisclosed
The Countess of Chester Hospital Commercial Procurement Services (CPS) seeks to procure a framework of capable contractors to provide initial and ongoing net zero energy related resilience and service improvements to the public sector in the UK. We intend to create this Framework in collaboration with a partner capable of covering the following scope: Onsite comprehensive initial and ongoing low carbon energy efficient infrastructure services, improvement, and upgrades to existing or new facilities. Along with other solutions such as Geothermal energy, Green district heating energy and Hydrogen or biogas delivery. We are seeking a partner to take on the role of Framework Manager, responsible for the day-to-day administration of the Framework. This role would include offering procurement, legal, and technical expertise, as well as overseeing the monitoring and verification of savings throughout the contract lifecycle. The Framework Manager would also support business case development, assist with contracting authority approvals, and providing support with financing options and associated processes. The appointed supplier will have the right to charge management fees to framework suppliers linked to any contracts awarded. COCH cannot guarantee that there will be any contracts and is not responsible for seeking or generating potential contract opportunities. We are conducting this preliminary market engagement for all of the permitted purposes listed below: a. developing the authority's requirements and approach to the procurement; b. designing a procedure, conditions of participation or award criteria; c. preparing the tender notice and associated tender documents; d. identifying suppliers that may be able to supply the goods, services or works required; e. identifying likely contractual terms; and f. building capacity among suppliers in relation to the contract being awarded. Any information provided as part of the preliminary market engagement may be used to support the permitted purposes outlined above.
Value undisclosed
The framework is to support the NHS and wider public sector organisations with the development, and execution of, their Green Plans by providing a new procurement solution for Estates Decarbonisation and Energy Infrastructure Schemes. The solution would enable an end to end support offering, including specialist independent service provision and an additional totally managed solution option from early feasibility, funding approval, scheme delivery and contract management.
£1,000,000,000
Contract value
Developing our understanding of UK consumers exposure to food additives, and other chemical contaminants, is broad and complex; an important starting point is to increase the evidence base through the investigation of novel approaches to assessing consumer exposure. The actual use levels of additives in foods may be below the maximum permitted levels and, therefore, accurate consumer exposures to additives in foods are not easy to estimate. Additionally, consumers may be exposed to additives or other chemical contaminants through different sources, and other factors such as dietary preferences, brand loyalty and variable occurrence levels of contaminants, can often make the estimation of actual consumer exposure challenging. This research project aims to develop analytical methods to support potential future projects aimed at better understanding actual UK consumer exposure to food additives and other chemical contaminants through biomonitoring. The aim is to develop a package of analytical methods designed for the measurement of biomarkers, and approaches to estimate dietary intakes, from the measurements, of exposure for chemicals of strategic interest to the FSA. The FSA is seeking to commission a research partner with the capability and capacity to research and define biomonitoring approaches, derive and validate suitable analytical chemistry methods and determine toxicological approaches for the estimation of intakes of chemicals. The FSA will require the research partner to identify suitable urinary biomarkers for the substances (of groups of substances) of interest to the FSA, and to develop and validate analytical methods that can reliably and quantitatively measure them in human urine. The FSA will further require, for each chemical of interest, an approach for estimating the systemic exposure and theoretical dietary intake of the relevant substances, from the urinary excretion of the corresponding biomarkers.
£200,000
Contract value
The Birmingham, Black Country and Solihull Procurement Collaborative (BBCS PC) is acting on behalf of the Trusts to explore a system-wide solution for an in house Linen and Laundry facility.
Value undisclosed
Provision of an EBME Maintenance Repair and Associated Management Service. Contract to cover the following geographical areas for Black Country Healthcare NHS Foundation Trust: Dudley, Sandwell, Walsall and Wolverhampton.
Value undisclosed
Birmingham Women's & Children's Hospitals plan to begin a procurement process for retail and patient catering services across both hospitals in autumn/winter 2026. This Pre-market engagement exercise is to understand market preferences and explore contractual models that would best support innovation, partnership working and long‑term value. Please search for the Pre-Market Engagement documents via the Atamis Portal. Project ref: C438173. https://atamis-1928.lightning.force.com/
Value undisclosed
The Authority is procuring a TCN Supplier in each regional Lot to deliver the Theory Test Centre Network (TCN) Service, providing secure and accessible front end test delivery for all theory test types across Great Britain and Northern Ireland. DVSA are procuring, and contracting for, the service on behalf of the Driver and Vehicle Agency (DVA) in Northern Ireland. The Service must deliver a fully compliant Test Centre estate that meets the Authority’s 40/40 accessibility requirement, ensuring all Candidates are located within 40 minutes (urban) or 40 miles (rural) of a test centre in each region. In Northern Ireland, mandatory test centre provision is required in Ballymena, Belfast, Londonderry, Omagh, Portadown and Newry. All proposed sites will require Authority approval during implementation. The TCN Supplier will be responsible for providing a responsive scheduling system offering a real time, six month forward view of test availability to the Authority’s booking systems, reflecting test duration, demand and test type requirements. The Service includes delivery of on-site invigilation to maintain test integrity; detection and deterrence of fraud; and support for incident reporting and investigative activity integrating with Authority systems. The TCN Supplier must provide all necessary infrastructure and technology within each test centre, including secure hardware and software, on premises server capability, resilient network connectivity, CCTV, and sufficient equipment to deliver all standard and non-standard test adjustments for candidates with additional needs. The Service must support Welsh language options, voiceovers, British Sign Language (BSL), and—where applicable—additional language voiceovers in Northern Ireland. TCN Suppliers must also deliver approved Non Standard Adjustments including extra time, separate testing rooms, adapted equipment, signers, interpreters, language modifiers, readers, recorders, audio requirements (NI only), and home testing (not remote proctoring) where authorised. Multi client test sites are permitted provided they do not impede delivery of the Authority’s requirements and only with Authority approval. The TCN Service excludes delivery of tests in In House Theory Test Centres (IHTTCs). Further details of the scope are contained in the procurement documents (which include the draft contract), which are available on the Jaggaer portal. Lotting: The TCN Service is packaged into three regional Lots of broadly equivalent historic and forecast test volumes based on Government Office Region geographies: • Region 1: includes the Government Office Regions of Scotland, North East, North West, Yorkshire and the Humber and Northern Ireland. • Region 2: includes the Government Office Regions of Wales, West Midlands, South East and South West. • Region 3: includes the Government Office Regions of East Midlands, East of England and London. The Authority is seeking to appoint a different TCN Supplier in each regional Lot at contract award stage to develop a more diversified supply base. However, there is no limit on the number of Lots that a supplier can bid for. In certain circumstances, where defined objective eligibility and value for money criteria are met, a supplier may be awarded a maximum of two regional Lots, while a one-Lot cap applies where such criteria are not met. The detail of this is set out in the contract award mechanism in the procurement documents. Additional Services: The Authority has identified several potential future developments that may be explored through the regional contracts and in the delivery of the TCN Service. These Additional Services fall within the overall scope of the contract and may, where required, be implemented through the contract’s change control procedure. The Authority is therefore clearly signalling these areas to the market at this stage, and further detail is available in the procurement documents. The Additional Services are: • Exploring remote testing/proctoring technology in the delivery of the Service. • Exploring the use of end‑to‑end cloud architecture in the delivery of the Service. • Adding other Authority or Department for Transport tests into Service delivery. • Adding wider government tests into Service delivery. • Enabling validation of Digital Driving Licences. • Enhanced identification checking. Key Dates Publication date: Tuesday 7 April 2026 Supplier Engagement Event: Tuesday 14 April 2026 (online webinar) - Microsoft Virtual Events Powered by Teams - https://events.teams.microsoft.com/event/6872fd4f-a164-467a-8d86-2bb14f0e04cb@a455b827-244f-4c97-b5b4-ce5d13b4d00c PSQ Clarification Deadline: 5PM on Wednesday 22 April 2026 PSQ SUBMISSION DEADLINE: NOON ON TUESDAY 5 MAY 2026 Suppliers notified of PSQ outcome: Friday 19 June 2026 Invitation to Participate in Dialogue (ItPD) formally issued to Suppliers shortlisted through PSQ in each Lot: Monday 22 June 2026 Supplier Engagement Event: Wednesday 1 July 2026 (in person in Nottingham) Initial individual supplier dialogue: Thursday 9 – Friday 10 July 2026 INITIAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 14 AUGUST 2026 Supplier dialogue: Monday 28 September – Friday 13 November 2026 Invitation to Submit Final Tenders (ISFT) formally issued to Suppliers: Monday 14 December 2026 FINAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 29 FEBRUARY 2027 Expected award: Monday 2 August 2027 Service Implementation Period: Monday 2 August 2027 – Tuesday 5 September 2028 Operational Commencement Date: Wednesday 6 September 2028 Contract end: 5 September 2035 Extension options: +2 years (potential maximum term 9 years to 5 September 2037)
£623,000,000
Contract value
RSSB is seeking to procure a research supplier to deliver the project scope detailed in the Work Packages (WPs) detailed in the Project Scope. The Objectives of the RICCs are to: 1. Develop a GB rail specific translation of the ICMS 3 asset taxonomy that maintains full ICMS 3 compatibilities while enabling like-for-like comparison of assessments 2. Develop a proportionate, standardised set of GB-rail asset and works descriptors, together with a simplified uncertainty framework, to enable designers to consistently reuse and interpret past assessments and to clearly understand and communicate the associated levels of uncertainty 3. Establish a set of standardised GB rail component build-ups that make underlying assumptions explicit and consistent, reducing assessor variation and saving time by enabling faster, more efficient early-stage WLCAs 4. Establish a consolidated, GB rail appropriate set of default emission factors that standardises assumptions, reduces assessment variability, and delivers cost and time savings by enabling more consistent and efficient early-stage WLCAs 5. Define consistent, GB rail appropriate lifespan, replacement, and maintenance assumptions to reduce modelling variability and save time and cost by enabling more reliable, efficient early-stage WLCAs 6. Ensure the conventions are, as far as practicable, compatible with existing GB and EU standards and informed by recognised best practice both within rail and across other sectors. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./6UU9C87W2P To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/6UU9C87W2P
£125,000
Contract value
The purpose of this procurement is to appoint a single supplier for the provision of services relating to the collection and selling of redundant DVSA testing equipment. Driver and Vehicle Standards Agency (DVSA) will require the continuation of service in reducing the volume of its Goods Vehicle Testing Station (GVTS) Estate and Facilities. This initiative, in conjunction with introducing Vehicle Examination Facilities (VEF’s) to private premises will assist DVSA to meet its primary objective of bringing Individual Vehicle Approval (IVA) testing closer to Vehicle Operators and Vehicle Maintainers. As a result of this initiative DVSA testing equipment will become redundant and require disposal following work already undertaken to decommission the equipment in a professional manner to allow for the equipment to be used professionally once it has been re-purchased. All of the equipment to be disposed of would have been installed in DVSA GVTS and Enforcement sites network throughout Great Britain.
£110,000
Contract value
Expression of Interest (EOI) Barbering / Hairdressing Services - NHS Adult Secure Services Humber Teaching NHS Foundation Trust is seeking expressions of interest from suitably experienced barber or hairdresser to provide a sessional barbering / hairdressing service within our male adult secure inpatient services. This EOI is being issued to understand market interest and identify potential providers. It is not a formal tender. Service Overview The service will provide basic barbering / hairdressing (e.g. haircuts and trims) to male adult inpatient service users within a secure NHS setting. Due to the nature of secure mental health services, patient attendance can vary, and sessions may be affected by clinical need. Proposed Service Model • Provision of a once monthly session • Session length to be agreed (e.g. half day) • Sessional payment at a fixed rate, paid regardless of patient attendance (not paid per haircut) • Location: NHS adult secure inpatient setting (The Humber Centre, Willerby Hill business park). Provider Requirements (Indicative) Providers would be expected to: • Have relevant experience providing barbering or hairdressing services • Be willing to work within a secure healthcare environment (The Humber Centre, Willerby Hill business park) • Hold appropriate insurance cover • Be able to meet NHS pre engagement checks, including DBS and site induction (support will be provided through this process) Contractual Arrangements • Invoicing and payment through standard NHS processes • Contract length and session details to be agreed following engagement How to Respond Interested providers are invited to submit a short expression of interest (by email to hnf-tr.contracting@nhs.net) confirming: • Business name and contact details • Brief description of experience • Confirmation of interest in providing a once monthly session in a secure setting at the above mentioned location • Any initial questions or constraints Responses should be no more than 1 page. Next Steps Following review of EOIs, the Trust may: • Contact interested providers for informal discussion • Invite one or more providers to proceed to a direct award or further negotiation Submitting an EOI does not guarantee progression to a contract. EOI responses to be sent to: hnf-tr.contracting@nhs.net Closing date: 6/05/2026
Value undisclosed
Environment media testing services: We send to external labs the Broth, media plates etc. to test to ensure that our units are operating within the permissible parameters and we have no serious contamination or microbiological growth. The service of this lab is to validate or confirm the viability of the media purchased from supplier for Microbiological testing media
£1,300,000
Contract value
Rossendale Borough Council is seeking a suitably experienced organisation to act as a Community Grants Service Provider for the Pride in Place Programme covering Rawtenstall, Waterfoot and Crawshawbooth. The successful Provider will design, deliver and administer a four‑year capital Community Grants Programme with a total capital value of £180,000. The programme will support community‑led capital projects that contribute to regeneration, placemaking and community wellbeing. The Provider will be responsible for all programme management and administration, including community engagement; pre‑application advice and guidance; support during the application and assessment process; management of transparent and fair grant decision‑making processes; grant agreements; payment scheduling; monitoring; evaluation; reporting; and stakeholder liaison. The Council will provide a total of £30,000 (excluding VAT) over the four‑year contract period to cover the Provider's programme management and administration costs. This is the total estimated contract value. The £180,000 capital grant funding does not form part of the contract value and will be distributed separately to successful community applicants. This is an open procurement conducted under Section 19 of the Procurement Act 2023 and will be awarded on the basis of the Most Advantageous Tender.
£30,000
Contract value
Showing 41–60 of 69 contracts