Loading page content…
Loading page content…
394 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Welsh Government WG intends to use the Rural Support DPS for the following upcoming environmental and agricultural requirements is seeking a suitably qualified supplier (or suppliers ) to support the delivery of elements of the Sustainable Farming Scheme (SFS). The aim is to develop multi skilled resource that can provide additional capacity for the delivery of the scheme. The supplier will form part of a wider operational delivery team, working with Welsh Government and other associated partners. The scheme is administered by Rural Payments Wales (RPW) and supported by a new Farming Connect Service and Natural Resources Wales (NRW). The supplier will work alongside RPW and delivery partners in providing high quality customer service, primarily focused on SFS Habitat Reviews, as part of the Optional Layer of the scheme. The Habitat Review will include an on-farm habitat assessment, management planning, and technical advice to ensure that optional actions are located and implemented appropriately to maximise environmental outcomes whilst supporting sustainable farming practises. The contract will run for an initial 12 month period with the option to extend on an annual basis, subject to subject to contract review and budgetary allocation, for up to a further 3 years. To be eligible to take part in this competition, suppliers must have applied and been accepted for Category 2, 2.3 Land Based Technical Services of the DPS before the tender is published. To apply please follow the instructions under the 'Additional Information' Section of the Rural Support DPS Contract Notice (Notice ID - JUL483273) https://www.sell2wales.gov.wales/Authority/Notice_PubView.aspx?ID=JUL483273
£4,450,000
Contract value
Edwards Court requires a compliant and resilient staffing-only catering solution to ensure the continued provision of safe meals during weekends, bank holidays, and periods of staff absence. The contract will provide qualified catering staff, including chef, assistant chef, and kitchen assistant roles, with all personnel holding Level 2 Food Safety certification, enhanced DBS checks, and appropriate safeguarding training, while Exeter City Council (ECC) retains full control over food procurement, menu planning, and day-to-day kitchen operations. Chef-level staff must be competent in delivering meals in line with IDDSI standards for modified diets within a care environment. The procurement will be delivered in two stages, commencing with a UK2 Preliminary Market Engagement exercise to inform the final specification, followed by a Request for Quotation (RFQ) issued using objective and proportionate criteria. Participation in market engagement will not be a condition of participation in the RFQ.
£100,000
Contract value
Support the recording, tracking and analysis of children’s and families’ records
Value undisclosed
The London Borough of Islington intends to procure a supplier/s for to the demolition of an existing cricket pavilion, and the construction of a replacement building in the same location. The new one-storey building will provide sporting infrastructure to support sport play in the park, a community space for wider public benefit, and an office for Park Services. In addition, there will be some landscaping and general wider park improvements. Planning permission was granted in August 2024. (P2024/0369/FUL) This Notice is for informational purposes only and is not a formal invitation to tender. Its aim is to enhance transparency and competition for the upcoming tender notice. All details provided here may be updated or changed in the final tender notice. The Authority reserves the right to cancel, postpone, suspend or abort the procurement at any stage. The issue of this notice in no way commits the Authority to commence a procurement process. This premarket engagement exercise is being conducted to help the council assess the level of market interest in this project. In order to contribute to this engagement exercise and indicate your interest in this contract opportunity, please notify the council via the e-tendering system. The agreement will run for a period of 9 months. It is estimated that the Contract will start around July 2026. The form of Contract – JCT Intermediate with Contractor’s Design. The procurement will be evaluated based on an award criteria of 50% Price, 20% Social Value, 20% Programme and Delivery, 5% Quality Control and 5% Health and Safety. The estimated budget for the Contract is £1.2m to £1.4m excl. VAT for the maximum period of the Contract. The supplier must be registered on the London Tenders Portal (LTP). The deadline for submissions of interest is 16.59pm on 17 April 2026.
£1,200,000
Contract value
Edwards Court requires a compliant and resilient staffing-only catering solution to ensure the continued provision of safe meals during weekends, bank holidays, and periods of staff absence. The contract will provide qualified catering staff, including chef, assistant chef, and kitchen assistant roles, with all personnel holding Level 2 Food Safety certification, enhanced DBS checks, and appropriate safeguarding training, while Exeter City Council (ECC) retains full control over food procurement, menu planning, and day-to-day kitchen operations. Chef-level staff must be competent in delivering meals in line with IDDSI standards for modified diets within a care environment. The procurement will be delivered in two stages, commencing with a UK2 Preliminary Market Engagement exercise to inform the final specification, followed by a Request for Quotation (RFQ) issued using objective and proportionate criteria. Participation in market engagement will not be a condition of participation in the RFQ.
£100,000
Contract value
NHS North of England Commercial Procurement Collaborative (NOE CPC) is undertaking preliminary market engagement to inform the development of a replacement framework for its existing Laundry and Linen Services Total Solutions (NOE.0572) framework, serving the NHS and the wider public sector. The new Framework will comprise a complete solution that caters for both inhouse and outsourced laundry and linen service models. It will include a broad range of services including but not limited to General Patient Laundry and Linen Service (Hired and Trust Owned), CE Marked Barrier Theatre Textiles (Hired and Trust Owned), Managed Services, Consultancy/Training, Installation, Repairs and Maintenance of Laundry Equipment, Provision of Commercial Laundry Equipment (Purchase and Lease), Provision of Industrial Laundry Equipment (Purchase and Lease).
£1,000,000,000
Contract value
Purpose of this Notice In accordance with Sections 16 and 17 of the Procurement Act 2023 and the Procurement Regulations 2024, Telford & Wrekin Council intend to conduct preliminary market engagement to inform the development of the specification and procurement strategy for Grounds and Cleansing Maintenance Services. This engagement aims to: Understand market capability and capacity. Gather feedback on potential delivery models and risks. Encourage participation from a diverse range of suppliers. Participation in this engagement will not confer any advantage in any subsequent procurement process. All responses will be treated equally and confidentially. All suppliers will be treated equally, and engagement will be conducted in a transparent manner. Scope of Requirement Grounds maintenance: parks, open spaces, shrub beds, verges, cemeteries, sports fields, grass cutting, tree and woodland management. Street cleansing: litter picking, mechanical sweeping, seasonal leaf clearance. Environmental tasks: fly-tip removal, graffiti clearance, litter removal, litter bin servicing and associated services. Burials. Expected contract start date: 1 April 2029. Interested parties are invited to: Complete the Supplier Questionnaire Attend a two-party Market Engagement meeting with the council on 21st or 22nd May 2026. Responses should be clear and concise. Where applicable, provide supporting documentation or examples. Indicate any assumptions made in your responses. Timetable Publication of Notice 27th February 2026 Questionnaire Release 27th February 2026 Deadline for Responses 17th April 2026 noon Analysis of Responses 20th April to 1st May 2026 Market Engagement Sessions May 21st or May 22nd 2026
Value undisclosed
This UK2 Preliminary Market Engagement Notice does not relate to a specific tender process. Any subsequent procurement will be conducted in accordance with applicable procurement legislation, including the Procurement Act 2023. Participation in this preliminary market engagement is voluntary and will not confer any advantage or disadvantage in any future procurement process. The Crown Estate reserves the right not to proceed with a procurement, or to amend its approach, following completion of this engagement. Procurement Description The Crown Estate is considering the future procurement of corporate reporting services and is undertaking preliminary market engagement to inform its approach. The services under consideration may include elements of strategic advisory support, content development, design, project management, and the production of corporate reporting outputs, including (but not limited to) the Integrated Annual Report & Accounts and associated print and digital materials. As part of this engagement, The Crown Estate is also interested in understanding, at a high level, how suppliers are approaching innovation and emerging technologies (for example, the use of AI) in the design and delivery of comparable services. All aspects of scope described above are indicative only and are subject to refinement following market engagement.
Value undisclosed
The FCA has a requirement to acquire a number of datasets to enhance supervisory insight and evidence gathering under the Consumer Duty. Please register on https://atamis-fca.my.site.com/s/Welcome to view all RFI documentation. This Pre-Market Engagement (PME) is being used for the purpose of: • Developing the FCA’s requirements for a possible future procurement. • Designing the procedure, conditions or participation or award criteria for a possible future procurement. • Identifying suppliers that may be able to supply the services required for a future procurement.
£160,000
Contract value
Frameworks for Consultancy Services in Connection with Minor Works Schemes with a Value of up to £5 million for WHSCT, NHSCT, SEHSCT, SHSCT and BHSCT
£145,000,000
Contract value
The procurement exercise is to identify a suitable and qualified contractor to deliver affordable homes at the Pulborough site. The scheme involves the construction of 29 new dwellings and associated hard and soft landscaping on the land to the North of Stopham Rd including Section 278 Highway improvement works to Stopham Rd. All works will be let through a JCT contract between the successful Contractor and Stonewater. The housing development consists of 22 nr. Houses, 1 nr. wheelchair accessible M4(3) Bungalow & 6 nr Flats, with a Gross Floor Area of 2560 m2. The proposed dwellings comprise of 1-, 2-, 3-and 4-bedroom units with a mixed tenure, affordable and social rent. The following plots are to be affordable rent; 4, 5, 6, 7, 8, 9, 21, 22, 23, 24, 25, 26, 27 and 28. Finally the housing development includes the construction of soft and hard landscaping areas, and an estate spine road. The spine road will run from Stopham Rd through to the new train station car park to the Northeast and will be constructed to adoptable standard but not adopted.
£9,000,000
Contract value
The Old General Herbarium (OGH) Beta Project is a light touch refurbishment of a section of the OGH gallery to bring it back into public display for the first time since 1948. The project will install a temporary pop-up display opening in September 26. This is a light touch refurbishment of the front half of the gallery space allowing it to open up to visitors including the installation of the Pop-up exhibition offer lasting approximately 18-months. This offer is the first phase of a bigger project which is part of the NHM 150 programme. The Pop-up will act as a test bed for the planned permanent gallery which will involve full refurbishment and exhibition installation through the OGH gallery opening 2029 TBC. In order to access the tender documents for the OGH Beta Principal Contractor tender exercise, all tenderers must complete the NDA available in the SQ stage document library. The NDA must be signed by an appropriate representative of the tendering company and returned to the Museum for countersignature. Once the NDA has been completed by both parties, it will be sent to tenderers for record keeping. The tenderer will then be added to the Tenderbox stage, where the tender documents will be made available from the 30th April 2026.
£140,000
Contract value
Please see Planned Procurement Notice here for full details of the forthcoming technical requirement: https://www.find-tender.service.gov.uk/Notice/009745-2026?origin=Dashboard
£30,000,000
Contract value
Rutland County Council (the Council) is undertaking a soft market testing exercise to inform the development of a future procurement for Dry Mixed Recycling (DMR) Treatment and Processing Services. This soft market test relates solely to the treatment and processing of Dry Mixed Recycling and does not include collection services. The purpose of this engagement is to seek feedback from the market to help shape a procurement that is deliverable, commercially viable and attractive to suppliers, while ensuring continuity of service and compliance with relevant legislation. The information gathered through this soft market test will be used to refine the procurement approach, timetable and contract documentation. Participation in this exercise will not form part of any future tender evaluation, and no supplier will be advantaged or disadvantaged by responding. Please note that this notice does not commit the Council to any future competition or award. Providers are invited to provide a response to the soft market questionnaire that can be accessed via the below link: https://www.eastmidstenders.org/ https://procontract.due-north.com/Advert?advertId=081bb6ee-bf23-f111-813c-005056b64545&p=527b4bbd-5c58-e511-80ef-000c29c9ba21 The deadline for submission for the soft market testing is: 12 noon 17th April 2026.
Value undisclosed
This Expression of Interest (EOI) seeks information relating to the CCLIP Co-ordinator in order to: • Gauge market interest • Develop the authorities' requirements and approach to the procurement • Design a procedure, conditions of participation or award criteria This EOI is being conducted in line with: • NHS Dorset ICB Standing Financial Instructions • Procurement Act 2023 NHS Dorset ICB requires information on the market's capability and capacity to provide the services described in the Service Specification. CCLIP (Clinical Commissioning Local Improvement Plan), as it stands, is a voluntary annual reward and incentive programme for GP practices in Dorset. It is a local quality incentive scheme to engage general practice to achieve outcomes against key local objectives and quality improvements not covered through the national schemes or commissioned services. The CCLIP fund is the first example of how we would like to use elements of existing and additional funding streams differently, to meet the objectives set out in the 10YP and to ensure sustainability at neighbourhood when INT funding ceases. As the provider landscape is changing, we will need to use existing resources to commission and contract differently. COMMERCIAL SECTION Contracting terms to be The NHS Terms and Conditions of Goods & Non-clinical Services Contract Contract Term: 3 years with an option to extend for 2 years Proposed start date: aspire to the 1 June (earliest) Budget: £150k per annum SERVICE SPECIFICATION The service aims are to: 1. Deliver a single co-ordinator role for the management of the CCLIP Programme across single/multiple neighbourhoods to support primary care delivery; legally, efficiently and within financial balance. 2. Demonstrate value for money in the development of all CCLIP projects 3. Deliver an increased level of neighbourhood level collaboration between GP practices, PCNs, local authorities, community providers, VCSE organisations, and system partners through the development of Alliance agreements. There is an expectation that the Provider will support primary care in developing formal agreements / sub-contracts with partners, e.g. VCSEs, to deliver service improvements. 4. Assure commissioned outcomes are based on neighbourhood need, by coordinating projects, quality improvement initiatives, digital solutions, and workflow optimisation. Ensuring local citizens within neighbourhoods are engaged in development and delivery. Innovation and Transformation projects will deliver the following CCLIP Programme outcomes and principles: Outcomes • Provide efficiencies to the system (financial savings and/or activity) • Provides value for money for the delivered outcomes. • Contribute to overall ICB financial productivity and save money • Reduce the gap in healthy life years at neighbourhood • Deliver early adoption of improved population health and health inequalities at neighbourhood level Principles: • Deliver integrated neighbourhood models of care: taking a neighbourhood approach e.g. partnering/sub-contracting with VCSEs. • Must develop and strengthen the resilience of neighbourhood contractors. • Projects must not duplicate existing commissioned services e.g. INT Delivery Programme • Must support strategic commissioning framework implementation • Must develop assurance and accountability among GP providers - moving to accountable care provision • Should be deliverable through and with organisational options amongst INT providers (e.g. GPA) • Must offer safe, evidence-based quality projects that have agreed levels of manageable risks The provider will act as a Coordinator and Assurer of outcomes for approved projects within the CCLIP programme for the Dorset system as well as being responsible for the end-to-end co-ordination of a wide range of non-clinical services that support general practice outcomes Core service description Coordinator role The provider will act as a Coordinator responsible for end-to-end co-ordination of a wide range of non-clinical services that support general practice outcomes. The Coordinator must be a credible, mature and local leader with strong partner relationships across primary care and system partners, with a deep understanding of the Dorset health and care landscape. The Co-ordinator must have a mandate from GP practices and PCNs to represent them. The provider will also co-ordinate and provide programme management to projects that are funded through the CCLIP fund. 1. Coordination and Programme Management for CCLIP • Work with general practice to identify and develop project/s that support neighbourhood priority health outcomes in line with the CCLIP programme principles. • Encourage innovation in neighbourhood model of delivery that align with the 'three shifts' in NHS plans. • Coordination of multi PCN and neighbourhood level initiatives that deliver CCLIP projects • Assure best value for money through price discovery and an understanding of best value models. • Recommend standardised pricing models and best value procurement where possible to the Project Provider(s) and Commissioner for recommended projects. • Co-ordinate a multi neighbourhood provider and commissioner oversight panel to approve projects in line with outcomes and principles • Ensure approved project funding is managed within authorised budget envelopes for CCLIP specification • Advise the Commissioner of the funding schedules to be paid for each approved project • Assure the Commissioner on outcome achievement, payment awards and scheduling • Monitoring provider performance with monthly reports of approved projects and fund utilisation 2. Provider Management • Assurance of contractor resilience for project providers. 3. Relationship and stakeholder management • Develop trusted relationships with community providers, local councils, and the VCSEs • Facilitate cross-sector relationships and partnership models of service delivery and contractual frameworks among primary care and its partners. • The Co-ordinator must have established relationships with Primary Care Networks, Integrated Neighbourhood Teams and system partners across both Bournemouth, Christchurch and Poole (BCP) and Dorset places. 4. Coordinator of General practice The Coordinator will facilitate the development of GP services at scale, support functions on behalf of general practice: • Services at scale Facilitating models of care delivered at scale. Examples not exclusively including single, multi and neighbourhood provider models e.g. COVID-antiviral, MGUS, Gender Identity shared care prescribing services • General practice support services - Co-ordinating complaints - Act as the contact point for all complaints related to general practice that will come via the ICB's complaints team. Working with general practice to respond to the complaints adequately and with compassion. - Primary care support line - Act as a single point of contact for non-contractual related queries e.g. business continuity issues, non ICB commissioning queries. - Non-ICB commissioned queries/issues. Bringing system partners together as needed. - Operational issues - bringing general practice together to provider peer support and expertise to resolve operational issues. - Business continuity / operational issues - co-ordinating learning and best practice and leaning on mutual aid across PCNs to reach resolutions - Medicines Query service. - SystmOne formulary updates and medicines protocol maintenance. - Co-ordination of primary care medicines shortage management - Mutual Aid pharmacy leadership development for 'Developing pathway' PCNs Further discussions will be had with the provider to agree specific areas. • GP communication Co-ordinate the communication of key messages for GP practices, to ensure messages are shared effectively and local information is clearly understood. Locations The service will be delivered: • Virtually across all neighbourhoods via remote coordination, digital platforms, and shared communication tools. • Onsite, where required, at: - GP practices - Primary Care Network hubs - Community or local authority premises - Place or ICS coordination centres The Co-ordinator must maintain adequate physical presence to build relationships, understand local context, and support service delivery. Service Requirements and Standards • Governance and Accountability • Monthly reporting to the commissioner and relevant neighbourhood boards to provide assurance on how agreed projects are providing value for money and making a difference. • Participation in Place-level governance and Primary Care Transformation groups. • Maintenance of risk registers, action logs, and delivery plans. • Quality and Performance The Coordinator must meet KPIs relating to: - Delivery of agreed workplans - Timely issue resolution - Supplier/contract performance - Neighbourhood satisfaction surveys - Demonstrated administrative burden reduction - Value for money and cost avoidance tracking Dependencies and Interfaces The service will interface with: • GP practices and PCNs • Integrated Neighbourhood Teams • Local authorities • Community and Voluntary Sector partners • Acute and community NHS providers • ICS Digital, Estates, and Workforce teams • Other commissioned services contributing to neighbourhood level care • NHS Dorset ICB and/or the cluster commissioning organisation. The provider must have a good understanding of the Dorset health and care system, and the partners within it. The provider must maintain a presence in the county of Dorset (i.e. in either Bournemouth, Christchurch and Poole or Dorset local authority footprint). The provider must have a mandate from Dorset GPs and primary care networks to represent them.
£750,000
Contract value
Essex County Council (ECC) are seeking a comprehensive Enterprise Architecture Transformation Tool to support the Council's ongoing Local Government Reorganisation journey. ECC is undertaking this Preliminary market engagement notice (PME) to engage with potential suppliers to understand market capability and available solutions to help develop the Authority's requirements and inform the procurement strategy. ECC is looking to understand more about tools that can provide the following outcomes: • Help manage and simplify the complexities of our transformation, guiding robust decision-making around investment priorities. • Deliver actionable insights for Operations, Products, Cyber, and Functional Services teams, underpinned by measurable Key Performance Indicators (KPIs) that track the business maturity, resilience, user outcomes, and service performance. • Enable the enterprise architecture to clearly demonstrate value, inform and justify decisions to enhance services, reduce organisational risk, and improve the experience for users. • Integrate seamlessly with ECC's existing digital platforms and services across multiple tenancies, handle large volumes of data, and provide outputs that are accessible and useful for officers at all levels within the council. • Offer a maturity model that has proven effective in other local government authorities, to support ECC throughout this significant transformation. • Assess and map the digital and data assets across the Essex region. • Support the consolidation and rationalisation of the digital applications and contracts to achieve greater efficiency. • Provide visibility into known and unknown areas, with the ability to prioritise and rank risks, thereby strengthening decision-making. In summary, ECC require a mature, proven tool that will not only enable it to govern and improve its transformation journey, but also drive business value, mitigate risks, and deliver measurable outcomes for teams and communities. ECC is in its earliest stages of generating requirements and therefore for any future potential procurement opportunity for an Enterprise Architecture Transformation Tool, it is anticipated that requirements, scope and timelines will be refined/amended following PME. Therefore, there is no commitment or guarantee that procurement activity will go ahead.
Value undisclosed
NIE Networks is conducting a Preliminary Market Engagement (PME) to gather insights from the market before initiating a procurement process for Contract S1138 Hire, Erection and Dismantling of Scaffold. This engagement aims to assess the market's interest and capabilities in delivering Contract S1138 (2027), identify potential solutions and innovative approaches, and develop an effective procurement strategy. This PME is open to all suppliers and is intended to be a collaborative effort to ensure a robust and successful procurement process. The Hire, Erection and Dismantling of Scaffold Services may include as follows: • Hire, Erection and Dismantling of Scaffold (Distribution Overhead lines), • Hire, Erection and Dismantling of Scaffold (Distribution and Transmission Substations and Transmission Overhead Lines) The services will include: Hire, Erection and Dismantling of Scaffold (Distribution Overhead Lines) • The design, erection, inspection and dismantling of scaffold to facilitate NIE Networks’ teams with: • the erection / maintenance / replacement of electricity poles • the installation and repair of Low Voltage under eave wires and cables at customer properties • Erection and dismantling of scaffold to facilitate NIE Networks’ fault and emergency response works where required Hire, Erection and Dismantling of Scaffold (Distribution and Transmission Substations and Transmission Overhead Lines) • The design, erection, inspection and dismantling of scaffold to facilitate NIE Networks’ teams with: • the installation / maintenance / replacement of substation plant and apparatus • the erection / maintenance / replacement of electricity poles and towers • Roadside protection schemes to assist with raising and lowering of overhead lines • Erection and dismantling of scaffold to facilitate NIE Networks’ fault and emergency response works where required
£6,434,000
Contract value
This Request for Information (RFI) is issued on behalf of Mid and South Essex NHS Foundation Trust (MSEFT). Through this exercise, MSEFT aims to engage with the supplier market to gather insight, assess capacity and capability, explore commercial and delivery models, and help shape its future procurement strategy for a potential Managed Services programme. The programme may span four key modalities: • Endoscopy • Radiology • Cath Labs, Cardiothoracic and Vascular • Theatres MSEFT is seeking supplier perspectives on delivering outsourced models across the following areas: Consumables and Non Pay Spend • Gloves • Syringes • Dressings • Surgical consumables • Consignment stock Inventory and Supply Chain Optimisation • Stock management • Just in time supply • Waste reduction • Catalogue management • Logistics management Capital Equipment and Managed Equipment Services • Core equipment • Imaging equipment • Theatre equipment • Maintenance • Replacement planning • Asset management • Central Sterile Services Department (CSSD) Facilities Management • Hard FM • Soft FM • Strategic estates and infrastructure investment Clinical Pathways and Service Redesign • Theatre utilisation • Length of stay optimisation • Demand management • Pathway standardisation In addition, this structured RFI seeks input on: • Market appetite • Delivery capability • Mobilisation capacity • Commercial models (including IFRS16 considerations) • Risk transfer • KPIs and governance • Innovation opportunities • Baseline data requirements • Potential procurement structures (single procurement, multi lot, or four separate procurements). The feedback collected will inform the design of any future service model and associated procurement approach for MSEFT. To express an interest in this project and access the RFI documentation and all other information concerning the RFI, please go to the Jaggaer website at: https://attain.ukp.app.jaggaer.com Click on ‘Register here’ and follow the on-screen instructions. Please note that expressions of interest will not be accepted by any means other than through the Jaggaer e-procurement portal. The closing date for submitting completed RFIs is 12:0 noon on 17 April 2026. Disclaimer: This RFI is intended only to elicit information. Responders to this RFI should note that no concessions, contracts or other arrangements will be awarded pursuant to this RFI. Responding, or not responding, to this RFI will neither increase nor decrease any supplier’s chances of being awarded a contract from any subsequent Invitation to Tender process. MSEFT shall not be responsible for any costs or expenses incurred by respondents to this RFI in preparing and / or submitting such responses. This notice does not constitute a call for competition. Participation is voluntary and does not affect eligibility to participate in any future procurement(s). Following receipt and analysis of RFI responses, MSEFT may: • Refine the scope and requirements • Conduct additional engagement sessions • Publish a Planned Procurement Notice • Launch a formal competitive procurement(s). Suppliers who participate in this RFI exercise will be notified through the portal of any subsequent notices. This preliminary market engagement is undertaken in accordance with the Procurement Act 2023 and Procurement Regulations 2024.
Value undisclosed
Essex County Council (ECC) is exploring a countywide programme to support the deployment of rooftop solar PV and other sustainability initiatives across the 556 schools in Essex, in collaboration with the local community energy sector. This programme would be successful if we were able to engage half of the total schools and develop delivery models appropriate to a variety of contexts and status for individual schools. Intended outcomes of the programme will be to significantly increase renewable generation across Essex through using the roof space on the school estate, lower schools' energy costs, provide opportunities for community ownership of renewable generation, and promote engagement and education on sustainability initiatives within schools. One clear priority of the programme is to engage and collaborate with the growing community energy sector in Essex and enable community investment and ownership of solar PV on schools. While our initial focus is on scaling renewable energy generation on the school estate, our ambition is to develop a more holistic programme that provides solutions across multiple decarbonisation and sustainability interventions. DfE and central government are placing greater emphasis on the role schools and education facilities can play in net zero and climate goals, so there is an opportunity to deliver additional benefit. ECC intends to procure a delivery partner (or consortium) with the expertise and capacity to work collaboratively with us, schools, and our community energy groups. Before initiating a full procurement process, ECC is carrying out this market engagement exercise to better understand the range of services available, delivery models, market capability, and any considerations that should inform our programme design. The programme aims to: • Assess and prioritise rooftop solar PV potential across the Essex school estate. • Engage and support schools to understand the benefits of installing renewable energy generation at their schools and to the benefits of community energy. • Provide technical feasibility assessments, business case development, and project development support. • Work collaboratively with the community energy sector to deliver projects that offer community investment and ownership opportunities. • Develop variety of delivery models suitable for a range of school type, context and funding models. • Explore additional sustainability opportunities, such as energy efficiency upgrades, demand reduction, water efficiency upgrades, and wider decarbonisation and sustainability options for schools. ECC is particularly interested in delivery partners that can operate in a collaborative, facilitative, and partnership based way with the community energy sector. To engage with us, please fill out this form > https://forms.cloud.microsoft/e/r7MMWx8wc7 It is important to note that this market engagement exercise is not a call for competition and as such you will need to express your interest in any future tender opportunity once the contract notice is published on Find a Tender. It should also be noted that this market engagement exercise invites individuals and organisations to express an interest in this exercise only, and it is NOT a pre-qualification questionnaire, and is NOT part of any pre-qualification or selection process. This market engagement exercise is intended as an awareness, communication, and information gathering exercise. An expression of interest is no indication of a commitment to participate in any future tendering process nor does it infer any preferential or special status on those individuals and organisations who participate.
Value undisclosed
West Norfolk Property Limited (WNPL) is a company wholly owned by the Borough Council of King’s Lynn and West Norfolk which was set up in 2018 to hold private rented housing in the borough in order to provide an income stream to the council and increase the supply of high quality, professionally managed and more secure private rented housing in the area. The company operates on a commercial basis, limited by shares and currently owns 95 properties, all of which were acquired from the Council’s development sites as new build since 2020. It has an identified pipeline of new build homes to be acquired from the Council and let at full market rents taking the portfolio to 139 homes by the end of 2027. The current portfolio and identified pipeline is located in King’s Lynn. Properties are available for renting to the general public, rather than defined categories of applicants. The Company is actively exploring opportunities to acquire additional homes from the Council and is also exploring opportunities to acquire homes from third parties. This may include homes in other parts of West Norfolk or Norfolk following Local Government Reorganisation. The Company will be seeking a partner to provide full management and maintenance services of Company’s portfolio for two years, plus a two year extension clause. The service will be responsible for all day-to-day management and maintenance of the portfolio including •Marketing and letting (including assessing applicants, referencing and setting up the tenancy) •Rent collection and arrears management •Periodic inspections; •Arranging and managing repairs •Void management •Compliance •Customer services. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Property-management-services-of-real-estate-on-a-fee-or-contract-basis./HS238D93W8 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/HS238D93W8
£800,000
Contract value
Showing 1–20 of 394 contracts