Loading page content…
Loading page content…
79 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Star Academies is looking to run an FTS (EU) compliant tender under PCR2015 with the intention of creating a contract with a single supplier for the trust. This will be a restricted process, and a process timetable can be found further below in this document. The supplier selected must be able to provide a complete HR and payroll system as well as fully managed payroll and pension service. Where possible, it is preferred that the supplier will also be able to offer Applicant Tracking System (ATS) and case management integrated functionality to support the trust’s digital transformation strategy. Star schools will include primaries and secondaries with a variety of different terms and conditions associated with the Green and Burgundy book which the supplier must be competent in supporting, managing and administering.
£2,000,000
Contract value
To assist Bury Council's Adult Care Services Department to meet its statutory responsibilities in relation to the safer moving and handling of people in line with the Council's moving and handling policy. This is achieved by ensuring all employees have sufficient instruction, information, training and supervision to allow them to demonstrate correct manual handling skills appropriate to the needs of their workplace and to achieve a balance between encouraging the independence and dignity of the person receiving the care or support, whilst ensuring that employees are not required to perform tasks that put themselves and the people supported at risk unreasonably. Training is attended by staff on a yearly basis to ensure skills are kept up to date. Staff are regularly supervised and observed in the working environment following the training and then on an ongoing basis to ensure they are competent to carry out the Moving & Handling procedures. Staff attending the course are both internal to the council and external care providing staff who deliver care to residents within the Bury borough.
£1
Contract value
The Trust (Star) is looking to appoint a single Supplier for each Lot, or a single supplier covering both Lots, for the supply of building cleaning services. The Lots are detailed below and Suppliers are invited to bid for one or both lots. Lot 1 - Small Heath Leadership Academy (SHLA) Lot 2 - Star King Solomon Academy (SKS) Star’s objective is to create a clean and professional learning environment to support our pupils’ education provision through both day-to-day cleaning, and deep cleaning provision throughout school holidays. The supplier/s selected will be able to provide building cleaning services (excluding external window cleaning) as detailed in Schedule 1 - Specification of the Tender Document Ref: STAR/2025/CLEAN, for a maximum of 4 years (an initial 2 years plus a potential two 12-month extensions). Whilst the tender will be used as a basis for future works and pricing, the Trust are looking to engage supplier/s who will work collaboratively and tailor their approach, so that they are able to meet the specific needs of the Trust. More detailed specification requirements are outlined in Schedule 1 - Specification. Currently this provision is managed by an outsourced provider for each Lot.
£1,142,000
Contract value
The Northern Star Academies Trust have decided to tender their catering services to investigate the financial and qualitative benefits they could be offered through this process. In 2024, NSAT (9 Schools) merged with Nurture Academies Trust, a cluster of 6 Bradford/Keighley Primary Schools with an in-house catering function. The original 7 NSAT Schools are based in Harrogate, Skipton & Keighley, and include a mix of Primaries (7) and Secondaries (2). Currently they outsource their catering service. The Trust wishes to bring all 15 Schools under central management. Byron Primary School, Bradford Denholme Primary School, Bradford Eastwood Community School, Keighley Greatwood Community Primary School, Skipton Holycroft Primary School, Keighley Hookstone Chase Primary School, Harrogate Lapage Primary School, Bradford Meadow Bank Community School, Bradford New Park Primary School, Harrogate Parkwood Primary School, Keighley Starbeck Primary Academy, Harrogate Victoria Primary School, Keighley Willow Tree Community Primary School, Harrogate Harrogate High School, Harrogate Skipton Girls High School, Skipton Aims of the Service The Northern Star Academies Trust wish to be at the forefront of school catering and as such require a modern, branded offer that reflects the leading trends in the industry whilst adapting to a diverse demographic of customers. At this time, the Trust's wish is to commence a catering contract, with a partner who shares their vision for a customer-focused service that attracts the maximum number of students. The meals that are to be provided must be appealing to customers, inclusive, imaginative, provide excellent value for money and be nutritionally balanced to encourage all students to make an educated choice. The School's objectives for the new contract are as follows:- • A catering service that is professionally managed and works in partnership with Business & Operations Leadership. • A strong Contractor & Group/Area Manager who will develop and lead the team to deliver exceptional customer service, a consistently high-quality food offer and spend a substantial amount of time on site at the outset to undertake this. • A Contractor who is proactive in their relationship management with the School/Trust. • Flexible menus to fit local demographics • Food education initiatives, pupil engagement and improved social dining experience • Seasonal, locally sourced produce prioritised. • Food and drinks that look appetising and are attractively presented. • A service that is professionally merchandised and marketed with discretion and to the mutual benefit of the Trust and the Contractor. • Natasha's Law (2021): Full allergen labelling on all pre-packed food. • HMC Halal Compliance where required. • To work with Schools to develop a social dining ethos leading to a higher number of students and staff using the facilities. • A Contractor that adopts a flexible and proactive approach to all Trust activities, specifically involving student engagement at Primary & Secondary level within food education and skills development. • A Contractor that is dedicated to supporting our local communities through Social Value enterprise and engagement activities. • A Contractor that operates using the optimum level of staffing.
Value undisclosed
North Star Housing Group is seeking to appoint a Managed Service Partner (MSP) to provide and support core ICT infrastructure and networks. North Star's current managed service contract terminates in mid-February 2026 and its architecture was designed around a legacy co-location data centre and MPLS network design. Over recent years, North Star has adopted a "Cloud First" strategy for the delivery of its ICT services and many of its legacy systems are now delivered as Software as a Service (SaaS) solutions. A small number of applications remain to be hosted by the appointed MSP, and these will potentially further reduce during the contract term as further hosted applications are replaced by SaaS solutions The MSP will be required to support North Star's delivery of services to its headquarters in Stockton-on-Tees and eight smaller sites in the region, although it is envisaged that the MSP will deliver a significant amount of service remotely and limited attendance at North Star premises may be required. Note that visits to staff homes or partner locations will not be required and that supply, support and logistics for end-user devices is not in-scope. The scope of the MSP contract includes: • Strategic Architecture • Hosting • Wide Area Networks • Local Wired and Wireless Area Networks • Second- and Third-Line Service Desk • Security including Firewall Management • Patching • Backup • Business Continuity • End-User Device Services (limited to provision of thin-client desktop, e.g. Citrix) • Account Management • Monthly Service Reports and Meetings • Onboarding of Services • Rate Card for ad-hoc work
£1,800,000
Contract value
There are two tenders associated with this project. These are asbestos removal and boiler replacement. The two schemes are interlinked in that the two companies who are awarded the work will need to work collaboratively to ensure the scheme progresses. The boiler replacement tender is open for Gas Safe registered companies to submit tenders. The old boilers are beyond serviceable life and require a replacement. This project includes removal of the old system, installation of the new, and commissioning. The asbestos removal works is open for licenced asbestos removal companies to submit tenders. The former re-encapsulation is failing and requires either removal or re-encapsulating. The preference is for the removal, but this is subject to the works being viable in the allotted budget there. Hence the two options needing separate quotes.
Value undisclosed
North Star Housing Group is seeking tenders from qualified and experienced contractors to deliver a comprehensive programme of lift servicing, maintenance, and repair services. This contract covers a variety of lifting equipment including passenger lifts, stairlifts, and ceiling hoists located across North Star's housing portfolio in the Northeast of England. The contract includes both planned preventative maintenance and responsive call-out work. New equipment may be added throughout the life of the contract, and the appointed contractor will be required to accommodate these additions within the agreed service framework. The successful contractor will be responsible for carrying out quarterly servicing and maintenance of passenger lifts, with stairlifts and ceiling hoists being serviced either twice yearly or quarterly, depending on the specific site requirements. They will also be expected to attend to reactive faults and breakdowns, including emergency responses 24 hours a day, seven days a week, 365 days per year. Contractors must provide all necessary repair services, replacement of components during maintenance visits, and support for auto-dialler alarm systems used for entrapment situations. Engineers must submit digital reports within five days of each visit and provide full visibility of all planned and reactive works through North Star's housing management system. Out-of-hours support and prompt emergency response are essential to the contract. All service and maintenance activities must adhere to specified response times. Entrapment emergencies require a one-hour response, urgent breakdowns must be attended within four hours, and non-urgent issues must be responded to within 24 hours. Preventative maintenance must be fully inclusive of the servicing and minor components needed to maintain satisfactory operational status. All inspections and works must meet both statutory obligations and manufacturer recommendations, with the contractor ensuring that any safety-critical issues are immediately reported and resolved. Engineers are required to be fully qualified, competent, and experienced across a range of lifting equipment and systems. To avoid unnecessary repeat visits, the contractor must maintain a stock of common spare parts. Contractors are required to comply with all health and safety legislation, including the Health and Safety at Work Act and the Construction (Design and Management) Regulations. Comprehensive risk assessments and method statements must be submitted, covering all work undertaken under this contract. Contractors must hold all necessary industry accreditations and ensure that engineers possess up-to-date and relevant qualifications. Services must be conducted in line with Lift Guidance Note LG1 and relevant British Standards. The contractor must also provide evidence of insurance, liability cover, and will be required to attend periodic site meetings and quality inspections.
£40,000
Contract value
2.1 This brief is for the provision of internal audit services to deliver third line assurance within the Trust's overall Board Assurance Framework. 2.2 The Framework assumes up to three internal audits per calendar year, organised around a five year planning cycle. The focus of internal audits will be reviewed and refined annually by Trustees, informed by the Trust's risk profile. 2.3 It is expected that: - persistent high risk areas will be subject to annual scrutiny, particularly in areas where risks are constantly evolving. It is expected that cyber security will fall into this category. This means that potential providers must be able to demonstrate competence to audit in this area, either directly or via a partner. - at least one audit each year will focus on an aspect of financial or HR management, as the areas carrying the highest ongoing risk to the Trust. - other areas will be audited on a five yearly cycle. An example plan is set out in the accompanying Board Assurance Framework. Whilst this plan provides starting assumptions for each year's scrutiny schedule, Trustees may adjust it in light of changing risk profiles. In some circumstances, this could mean combining the audit time available to conduct (say) one deeper audit into a particular business area rather than two short audits in different areas. For reasons of budget and practicality, it is expected that proposed annual cyber security audits will focus on specific areas of cyber risk such as: patch/vulnerability management; access controls; incident management planning and response; resilience planning; staff training and testing. 2.4 Providers will be expected to: - work with the Chief Operating Officer to produce an annual audit schedule for approval by Trustees in December of each year. (The audit period for each year will be 1 Jan - 31 Dec) - produce written scope of works for each intended audit and work with the NSAT business lead for relevant areas to request and gather the audit material needed (including arranging any meetings/visits where relevant). - produce written reports for each audit undertaken and the annual scrutiny summary report for the Trust's Annual Report and Accounts. - attend the Audit & Risk Committee at least annually to report directly to Trustees on recent audit reports. These dates will be booked at the start of each year. 2.5 The overall approach will be informed by the Trust's Risk Management Policy (attached to this brief). The Trust maintains its risk register via the "Every" online system. The Trust will take a risk-based approach to setting the scope for each audit. 2.6 On a day to day basis, internal auditors will work with the Trust's Chief Operating Officer and/or Chief Finance Officer to facilitate audit processes. Audit reports will be to Trustees (and the Chair of the Audit & Risk committee in particular). 2.7 The Trust's annual budget for internal audit is £11k (exc VAT). The contract for will be for three years (1 January 2026 - 31 December2028), cancellable with the provision of six months' notice on either side. 3. Response 3.1 Responses are sought from potential partners to this brief. Written responses should include: - details of experience of undertaking internal audit/scrutiny in general, with reference to any experience in the academy sector in particular. - an outline of proposed audit methodologies. - the experience and/or qualifications of lead personnel who may be undertaking audits (including how specialist expertise will be secured to meet the range of audit requirements in the Trust's likely internal audit cycle). - examples of reporting format, including the form of recommendation. - any proposals for tracking and closing recommendations from audits. - names and contact details of two client referees able to provide information about their experience of working with the provider. 3.2 Responses should provide a fixed annual cost for the duration of the three year contract with a description of what is included. Any potential additional charges should be referenced.
£33,000
Contract value
The successful Supplier will be required to provide catering services for Star Academies, at the following sites. The opportunity will be broken down into Lots according to Geographic location. Bidders may bid for individual Lots or all Lots. Please note that bidders who intend to bid for more than one Lot will be required to submit a separate response for each Lot (links to each Lot are provided within the contract notice) Lot 1 – North ~ £ 20.7 million Eden Boys' School, Preston The Olive School, Preston Highfield Leadership Academy The Valley Leadership Academy Eden Boys' School, Bolton The Olive School, Bolton Eden Girls' Leadership Academy, Manchester Eden Boys' Leadership Academy, Manchester The Olive School, Manchester Bay Leadership Academy Star Salford Academy Star Radcliffe Academy Laisterdyke Leadership Academy Barkerend Primary Leadership Academy High Crags Primary Leadership Academy Thornbury Primary Leadership Academy Eden Boys' Leadership Academy, Bradford Rainbow Primary Leadership Academy Lot 2 – Midlands ~ £ 16 million Eden Boys' School, Birmingham North The Olive School, Birmingham Small Heath Leadership Academy Eden Girls' School, Coventry Eden Boys' Leadership Academy, Birmingham East Eden Girls' Leadership Academy, Birmingham The Olive School, Small Heath Starbank, Birmingham (all through school with four sub divisions – 1x secondary and 3x primary across three sites) Lot 3 London ~ £ 3.3 million Eden Girls' School, Waltham Forest The Olive School, Hackney Current Contract value = £5.6million per annum across all three Lots The Trusts expects that additional schools may join the contract over the life of the contract. It is not expected that this growth will exceed 40% of the current contract value. The Trust is looking to award a contract for each Lot or multiple Lots based upon a three-year contract with the option to extend for up to a further four years. Please see PSQ Document for further information. For more information about this opportunity, please visit the Delta eSourcing portal at: https://litmustms.co.uk/tenders/UK-UK-Blackburn:-School-catering-services./GJZR747EA2 To respond to this opportunity, please click here: https://litmustms.co.uk/respond/GJZR747EA2
£40,000,000
Contract value
North Star Housing Group Limited are looking to appoint one or more providers to deliver their Insurance and related services for Property, legal liability and other general (non-life) insurable risks. The programme will require Insurance and related services for risks that may include but not be limited to: property damage and business interruption, employers, public, products and property owners liability, business combined/office, money, all risks, computer, contract works, group personal accident and employment practices liability. This list is to be decided at the sole discretion of North Star Housing Group Limited. Suppliers will be required to have the financial ability to deliver the programme, including Insurers with a minimum rating of ‘BBB’ from standard and poor, 'B++' from AM Best, or an equivalent rating by an independent and reputable credit rating agency and approved by the bidder’s market security committee. In the case of any rating less than A-, the contracting authority will evaluate and accept the nominated insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the ITT bid deadline of the bidder’s market security committee’s latest report, including written recommendation from the bidder’s market security committee. Suppliers will be assessed but not limited to the following high level criterion: - The ability to provide the Contracting Authority with a choice of suitable insurers and/or suitable cover options - A skilled and competent service team, being Client Relationship Management, Insurance Claims management, Insurance Broking / underwriting and insurable risk managers - The delivery of quality service to the Contracting Authority and our clients, including that provided to us by any third-party contractor employed by you or by the Insurer(s) you propose To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=988313936
£2,096,000
Contract value
Star Academies are looking to run an FTS (above threshold) compliant tender under PA2023 to appoint up to two suitable suppliers across each lot (region) in a dual sourced contract arrangement (please note that at Star’s discretion a single supplier may be appointed to a lot where the scoring is strongly weighted in one supplier’s favour). The suppliers selected will be able to provide a complete Mechanical Services package (including AC, AHU’s, Boiler Servicing, gas and pressure system testing) all in accordance with SFG20 and the final ITT documents. The supplier must also be able to provide reactive maintenance and a 24 hour call out facility 365 days/year across each lot for which they wish to bid.
£1,250,000
Contract value
Star Academies (Star) is a not-for-profit multi-academy trust. As one of the UK’s leading trusts, Star runs a diverse network of primary and secondary schools across the UK. Star currently comprises 36 schools - 11 primary schools, 23 secondary schools and two ‘all through’ schools. There is also a Head Office and Professional Development institute, both based in Blackburn. Our schools are located in five regional clusters: Lancashire, Greater Manchester, West Yorkshire, West Midlands and Greater London. The trust is expected to grow over the lifetime of the contract. Further details about the Trust can be found on our website: www.staracademies.org. Star Academies are looking to run an FTS (above threshold) competitive flexible procedure compliant under PA2023 to appoint a single suitable supplier for each lot (region), suppliers may bid and be appointed for more than one lot (region). The suppliers selected will be able to provide a supply, installation, and packaging removal service for furniture across all Star Academies estate, this may also include a small-scale design element. Whilst the tender will be used as a basis for future works and pricing, the trust are looking to engage suppliers who will work collaboratively with us and tailor their approach, so that they are able to meet the specific needs of the trust. This procurement also seeks to ensure that value for money is achieved for the trust and that the trust’s furniture and quality requirements are well managed and run in an efficient and consistent way across our entire estate. The contract will run for an initial period of three years (plus a possible two further 12-month extensions) and successful bidders will remain on the contract for this period subject to performance and company stability (i.e. the company not going into administration). The tender is split into four lots to cover the respective regions where the schools are located, these are: • Lot 1 - North West • Lot 2 - West Yorkshire • Lot 3 - West Midlands • Lot 4 - London Star are looking to shortlist up to three (3) companies per lot, identified from this Procurement Specific Questionnaire (PSQ), to receive the ITT pack which will provide a more detailed set of requirements. However, for the purposes of this shortlisting stage, bidders should assume that the ITT will include, but not be limited to: • Supply and delivery of loose furniture items including but not limited to classroom chairs and desks, teacher chairs and desks, pedestals, office/admin chairs and desks, storage units for classrooms and office spaces. This may also include a small scale design element. • Installation and packaging removal for goods. The trust has provided a trust standard contract as part of the PSQ pack. Star’s preference is to engage with suppliers directly who will manage all aspects of the contract in house. If sub-contracts are required to meet the scope of this tender, these should be minimised. Any subcontracted arrangements must meet the same terms as the contract and will be the responsibility of the main supplier to manage.
£1,365,000
Contract value
Star Academies (Star) is a not-for-profit multi-academy trust. As one of the UK’s leading trusts, Star runs a diverse network of primary and secondary schools across the UK. Star currently comprises 36 schools - 11 primary schools, 23 secondary schools and two ‘all through’ schools. There is also a Head Office and Professional Development institute, both based in Blackburn. Our schools are located in five regional clusters: Lancashire, Greater Manchester, West Yorkshire, West Midlands and Greater London. The trust is expected to grow over the lifetime of the contract. Further details about the trust can be found on our website: www.staracademies.org. Star Academies are looking to run an FTS (above threshold) competitive flexible procedure compliant under PA2023 to appoint a single suitable supplier across the trust. The supplier selected will be able to provide a complete service for the provision of multifunctional devices (MFD) and associated products, services and support in line with this PSQ and the final ITT documents. Whilst the tender will be used as a basis for future works and pricing, the trust are looking to engage suppliers who will work collaboratively with us and tailor their approach, so that they are able to meet the specific needs of the trust. This procurement also seeks to ensure that value for money is achieved for the trust and that the trust’s MFD assets are pro-actively managed, maintained and run in an efficient and consistent way across the entire estate. The contract with the successful tenderer is intended to commence on 01 June 2026 and will be awarded for maximum of 5 years and the successful bidder will remain on the contract for this period subject to performance and company stability (i.e. the company not going into administration). Star are looking to shortlist up to six (6) suppliers, identified from in the Procurement Specific Questionnaire (PSQ), to receive the ITT pack which will provide a more detailed set of requirements (The trust reserves the right to take more than six suppliers through to ITT where scores at PSQ are so close as to make it difficult to draw a distinction between bidders).Bidders should assume that the ITT will include, but not be limited to: • General service requirements • MFD standard hardware devices and functionality • MFD Leasing and capital purchase arrangements • Cloud based print management software • MFD Maintenance, consumables, support and service provisions • Device utilisation management • Management information and reporting The trust will provide a draft contract during the PSQ stage. Star’s preference is to engage with suppliers directly who will manage all aspects of the contract in house. If sub-contracts are required to meet the scope of this tender, these should be minimised. Any subcontracted arrangements must meet the same terms as the contract and will be the responsibility of the main supplier to manage.
£8,000,000
Contract value
Star Academies (Star/the Authority) intend to run a Find a Tender Service (FTS) (above threshold) compliant tender under the Procurement Act (PA2023) to appoint a single supplier to manage the leisure facilities at Star Radcliffe Academy. Star Radcliffe is a newly built free school with brand new facilities. The supplier selected will be able to provide a complete managed service with the supplier having responsibility for the full running, security and utilisation of these facilities when the school is not in session. The supplier will work with the school to ensure its financial viability for both parties.
Value undisclosed
North Star Housing Group (NSHG) is a North East based Housing Association, their purpose is to provide affordable housing, invest in their communities and develop new homes across the Tees Valley, North Yorkshire, County Durham and Tyne and Wear. NSHG are responsible for approximately 4000 properties. NSHG intends to procure and enter into contract for the servicing, maintenance and repair of commercial gas heating equipment across 16 locations.
£700,000
Contract value
Star Academies are looking to run a Find a Tender Service (FTS - above threshold) compliant tender under PA2023 to appoint a single suitable supplier to manage the water systems (legionella) across its nationwide school estate. The supplier selected will be able to provide a complete water systems management (legionella) services package including maintenance (PPM), legionella risk assessment, technical advice and remedial works, all in accordance with industry best practice e.g. HSE ACOP L8 and the final ITT documents.
£800,000
Contract value
North Star is looking to appoint a Contractor to undertake external repair and replacement works to properties across the Tees Valley, North Yorkshire and County Durham area. The work will consist of, but won’t be limited to, front & rear walls including retaining/structural walls, repointing works, paving (hard standings, concrete & tarmac), turf, topsoil, grass seed, fencing, gates, metal work etc.
£2,708,333.33
Contract value
North Star Housing Group is inviting suitably qualified and experienced organisations to submit a tender for the provision of Electronic Payment Services to support the collection of rent and other customer charges. Please refer to tender document pack for more detail. https://in-tendhost.co.uk/northstarhousinggroup/aspx/Help
£280,000
Contract value
Star Academies are looking to run an FTS (above threshold) compliant tender under PA2023 to appoint up to two suitable suppliers across each lot (region) in a dual sourced contract arrangement (please note that at Star’s discretion a single supplier may be appointed to a lot where the scoring is strongly weighted in one supplier’s favour). The suppliers selected will be able to provide a complete Fire and Security services package (including repair, installation, testing and maintenance) all in accordance with SFG20 and the final ITT documents. The supplier must also be able to provide reactive maintenance and a 24 hour call out facility 365 days/year across each lot for which they wish to bid.
£4,100,000
Contract value
Showing 61–79 of 79 contracts