266 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The University of Leicester is seeking proposals from suitably qualified, fully trained companies to maintain and repair existing Schneider Building Management Systems (BMS) throughout the University. The opportunity is split into 2 lots: Lot 1 for Condition-based Maintenance using Schneider Electric Building Advisor Platform & Bureau Service and Lot 2 for Traditional planned maintenance of EcoStruxure systems. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Repair-and-maintenance-services-of-building-installations./YX38ZJXBFH To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/YX38ZJXBFH
£1,725,000
Contract value
SCHEDULE 1-SPECIFICATION East Durham College is seeking to replace its current HR and Payroll combined system with a modern, user-friendly interface and a comprehensive, accurate user-friendly reporting function. It should be able to link directly to Sage 200 or be supported by its own finance package (separate tender). The reporting function will need to be if possible compatible with Sage 200 Finance/Accounting systems or have a finance package linked to it (separate tender). It should be able to accommodate bespoke reports which can report on and span not only tax years (April to March) but also our financial year (August to July) and academic years (September to August) as well as be able to interpret and calculate data. The reporting functionality should also if possible, facilitate reports being exported in a range of formats including but not limited to excel, word and pdf. The software will also be required to interface with an in-house data system for the purpose of import/export of staff identity profiles. The number of staff should by no means infer that this is a standard SME set up as the Organisation has a wide variety of, sometimes complex, contractual terms & basis, payments, pensions, company pay and benefits criteria, which needs to be accommodated and calculated accurately and effectively for both monthly and annual returns. Tenders must ensure they give a detailed response as to how they will provide the required services. Bids will be assessed against the evaluation criteria outlined in this document. Upon completion of the scoring process, the bidders achieving the highest overall score will be shortlisted. These shortlisted bidders will then be invited to the final stage of the process, which will consist of a presentation/demonstration and further clarification. Please refer to Annex 1 for a full and comprehensive breakdown of our requirements.
£240,000
Contract value
The Council is seeking to procure the services of a suitably experienced and qualified contractor to provide support to their Housing Repairs and Maintenance operation for its housing stock, we currently have approximately 4500 council owned properties across the district. The properties are predominantly in the North of the district however on occasions there will be a requirement for attendance in the South of the district. This service is to support resource planning for day to day responsive repairs and empty homes works to enable properties to be relet whilst providing a high-quality, cost-effective service to our residents. These works would be considered minor works and the successful bidder would be required to adhere to current British Standards, Building Regulations and the required response times detailed within Part C: Specification.
£160,000
Contract value
Platform is seeking to appoint contractors to deliver mould surveys, cleaning, and remedial works across its housing portfolio. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The contract will be delivered across Platform's Severn, Tame and Witham regions through a multi-contractor model. The contracting authority intends to appoint multiple contractors across the three localities, contributing to a maximum of ten (10) awards across all lots.
£48,000,000
Contract value
The County Council wishes to establish a framework agreement for the supply of catering disposables to Hampshire County Council (County Supplies) and Hertfordshire County Council Dept Herts FullStop. The Goods identified in the Specification (Annex 1) will be palletised and delivered to the two warehouses only, for onward distribution to customers. Delivery information is also contained in the Specification (Annex 1). More detail on the requirements can be found in the Pricing Schedule (Annex 2).
£640,000
Contract value
The Park Authority requires cleaning service at its main HQ building in Grantown on Spey and a small office space at Ballater.
£243,333
Contract value
Cyclical cleaning of communal areas
£1,100,000
Contract value
Karbon Homes have numerous lifts in various premises throughout the Northeast and Yorkshire and require a comprehensive service whereby the Contractor undertakes, for a specified all-inclusive consideration, to carry out all or any maintenance, repairs or renewals which may be or become necessary and provide an emergency 24-hour service.
£720,000
Contract value
Test Valley Borough Council (TVBC) proposes to enter into contract for the supply of Heavy Tractor & Grounds Maintenance Machinery as described in the specifications. Compact Tractor Max weight 4t x1 Fine Turf Mower x1 Out Front Mower with Deck x1 Triple Cylinder Ride on Mower x2 Walk Behind Pedestrian Mower x1 Zero Turn Ride on Mower x1
£160,000
Contract value
The successful Supplier will be required to provide cleaning services for the St Augustine Academy. The current contract value is equivalent to £200k per annum. St Augustine Academy is a large state school of currently 699 secondary school pupils, and is part of the Woodard Academies Trust. The Trust has an impressive heritage as part of the Woodard family of schools, created by founder Nathaniel Woodard in 1848 with the aim of providing an education based on Christian values and a belief in nurturing and enriching each individual child. This is an exciting time for the Trust who have recently launched an ambitious new five-year strategy to continue to drive up standards, nurture and educate our children into successful adults, develop, and recruit the best teachers, work collaboratively in our local area, and grow our Trust in geographical clusters. The school has a mixture of buildings some of which are very modern and some legacy buildings across the campus – some areas of which are quite challenging to clean. The school currently has an in-house cleaning team and has additional coverage of site team operators (not transferring) who carry out a mixture of reactive and prescribed tasks. Current deployment of cleaners has an early shift and a post school shift for the main cleaning effort which makes the service difficult to supervise. Over time, the school stakeholders can see the potential benefit in moving towards post school cleaning supported by effective school day support – using this methodology, it should be easier to audit and manage output. The ITT process will look to suppliers to identify the optimal use of current hours and exacting evening cleaning standards and supervision. Currently some staff are working split shifts pre and post school, which is not necessarily seen by school stakeholders as being fully efficient. Please see PSQ document for more information. For more information about this opportunity, please visit the Delta eSourcing portal at: https://litmustms.co.uk/tenders/UK-UK-Kent:-School-cleaning-services./VJ6R548MS3 To respond to this opportunity, please click here: https://litmustms.co.uk/respond/VJ6R548MS3
£600,000
Contract value
The successful Supplier will be required to provide Catering services for Four Schools within Laetare Catholic Multi-Academy Trust. Contract Value: Annually excluding VAT •St Anselm's College £327,500 Est. – Sept 27 •St Edward's College - £525,000 2025/26 – Sept 26 •St Joseph's College - £351,000 2025/26 – Sep - 26 •De La Salle - £380,360 Est. Trust Vision and Values: https://laetarecmat.co.uk/Vision-Values MISSION AND VISION DRIVE Our Mission and our Vision of Education will drive the culture and structures of the Laetare CMAT. RESPECT FOR DISTINCTIVENESS We are committed to a governance model, which respects and empowers each school’s unique identity and allows the individual charisms of each school’s founder to be nurtured. We value both the unity that flows from the common vision and the diversity of its expression in individual schools. We will ask for alignment rather than standardisation. COLLABORATION FOR THE COMMON GOOD The Laetare CMAT is, in its very essence, a collaborative venture. Our academies belong to different Religious Order foundations and a defining principle of the CMAT is that of collaboration. We also recognise our responsibility to work for the Common Good, not just of the academies in the Laetare CMAT, but to the wider family of Religious Order schools so there is mutual benefit. In support of the view that “The work of Catholic Education is essentially and always a work of partnerships”, the CMAT is also looking to build bridges of collaboration with local Dioceses and their Catholic Multi Academy Trusts and with the families and communities in the areas served by the Laetare CMAT. Please see PSQ Document for more information. For more information about this opportunity, please visit the Delta eSourcing portal at: https://litmustms.co.uk/tenders/UK-UK-Altrincham:-School-catering-services./335H69275Q To respond to this opportunity, please click here: https://litmustms.co.uk/respond/335H69275Q
£7,919,300
Contract value
WYFRS wishes to appoint a contractor for the provision of Roofing Services across all WYFRS sites, which include 40 Fire Stations & 9 close call houses. The FSHQ of the Customer is located at Bradford Road, Birkenshaw, West Yorkshire where there are 7 buildings. The requirement will include the provision of a planned maintenance service and a reactive call-out service including any repairs or upgrades.
£160,000
Contract value
The successful Supplier will be required to provide cleaning services for St Michael's CofE High School. St Michael’s is a Church of England High School located in Chorley, Lancashire and home to approx 1200 pupils. St. Michael’s staff, pupils, parents and governors work closely together to ensure that every pupil has the opportunity to grow in body, mind and spirit. The highest expectations and aspirations are key features of school life. This helps to create a vibrant learning community with pupils and staff demonstrating a real passion and zest for learning. The cleaning services at the school are currently contracted out with the existing contract due to come to an end in August 2026. The new contract will commence 1st September 2026 and will be for 3 years with the option to extend for a further two years. The same high expectations exist for the cleaning provider as for the school community. The school is looking for a cleaning provider who is experienced in providing cleaning services to the education sector. The successful contractor will be expected to uphold high cleaning standards, demonstrate a strong commitment to monitoring standards and the ability to maintain standards and provide a high level of contract support. TUPE will apply. We understand that no current cleaning staff are members of the LGPS Contract value = £480,000 approx (3 years) Please see PSQ Document for more information. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Chorley:-School-cleaning-services./27569N879Y To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/27569N879Y
£800,000
Contract value
Portsmouth City Council (the Council) intends to appoint two suppliers to deliver repairs and maintenance services for its housing stock through two separate contracts, with one of these suppliers also taking responsibility for Corporate Assets. Contracts will run for an initial five year term, with the option to extend for up to a further five years in agreed intervals. The opportunity is divided into three lots: • Lot 1 - On Island Repairs & Maintenance (£14M-£18M p.a.) • Lot 2 - Off Island Repairs & Maintenance (£14M-£18M p.a.) • Lot 3 - Corporate Assets Repairs & Maintenance (approx. £0.75M p.a.) A single shortlisting exercise applies to all three lots. Only suppliers who pass Stage 1 will be invited to Stage 2. Under Stage 2, suppliers must submit one tender covering both Lots 1 and 2, state their preferred lot, and submit a separate submission for Lot 3. The highest ranked supplier will receive their preferred lot, and the second ranked supplier will be awarded the remaining lot. If any supplier declines an award, the Council may set aside that submission and approach the next ranked supplier. Only suppliers submitting fully compliant bids for both Lots 1 and 2 will be eligible for Lot 3, and only the two appointed suppliers for Lots 1 and 2 will be considered. Suppliers cannot tender directly for Lot 3. The Council manages approximately 17,500 homes, including around 15,500 socially rented and 2,000 leasehold properties. Most dwellings are 1950s-1960s purpose built blocks. Historically, stock has been divided into on island (PO1-PO5) and off island (PO6-PO9), with recent acquisitions adding around 800 homes in Gosport, Fareham and Winchester. Corporate Assets are currently managed by the on island contractor and cover around 550 buildings, mainly in PO1-PO5. Around 16,000 repairs per year are completed on island and 15,000 off island, volumes expected to remain stable. Up to 1,000 new dwellings may be added over the next 5-10 years. New workstreams are likely as decarbonisation measures and renewables roll out across the stock. The Council anticipates future challenges over the next decade, including changes from the Building Safety Act and Fire Safety Act, greater compliance scrutiny, increased requirements around information accuracy, and more focus on issues such as damp and mould under Social Housing Regulator oversight. Suppliers must work collaboratively with the Council to meet these demands. The existing two housing R&M contracts (NEC4 Option E) have operated for 10 years plus a 12 month extension and will expire on 31 March 2027, with a combined total value of approximately £400m. Services provided include responsive repairs, void works, disabled adaptations, decorations, compliance testing, solar panel repairs, fire safety checks, and various appliance servicing. Corporate Assets cover a wide range of buildings including schools, offices, warehouses, depots, care homes, sheltered housing, supported living sites, and maritime facilities (the latter will be procured separately). Approximately 2,000 repairs per year are completed at an annual value of £750k. Core services include general repairs, smoke/heat detector checks, EICRs, emergency lighting, ventilation checks, MVHR repairs, asbestos removal, fire doors, door entry systems, warden call, PV maintenance, void works, and out of hours services. Suppliers must provide a 365 day out of hours service. Ancillary services may include decarbonisation works, air source heat pumps, water hygiene repairs, communal ventilation, on/off island repairs, Corporate Asset works, and gas servicing in emergencies. The Specification sets out functional and performance requirements and may be updated before Stage 2. Repairs to Corporate Assets (Lot 3) will be delivered by either the Lot 1 or Lot 2 supplier to ensure consistency, clear accountability, and value for money. This approach supports operational efficiency and allows flexibility in preparation for potential Local Government Reorganisation (LGR). Should LGR occur, the Council may inherit a significantly larger Corporate Asset portfolio, potentially adding several million pounds per year to R&M demand. In such circumstances, the Council may vary the Lot 3 contract, create a new lot open only to the Lot 1 and Lot 2 suppliers, or run a separate procurement. The Council expects requirements to remain broadly consistent but may adjust scope, boundaries, or statutory obligations to reflect any LGR driven changes. Suppliers will be expected to work collaboratively with the Council and with other term contractors. Previous contracts have used an open book partnership model and Vanguard Systems Thinking, which the Council expects to continue. Further information is available at: https://vanguard-method.net/the-vanguard-method-and-systems-thinking/ The Council is committed to improving social value delivery. Information can be found at: https://www.portsmouth.gov.uk/services/council-and-democracy/social-value/ To support organisations that cannot deliver the full contract scope but wish to offer services to main bidders, the Council will maintain a voluntary list of interested subcontractors and supply chain partners. Suppliers wishing to offer their services as sub-contractors should contact the Council via the In Tend correspondence function and provide their company name and reference number, contact details, a brief description of services, relevant experience, and website address. The Council will collate this information and share it with all main bidders on a no liability, no guarantee basis. Inclusion on the list does not constitute endorsement, pre qualification, or recommendation. Main bidders are solely responsible for assessing the suitability, capability, and compliance of any subcontractors they choose to engage. Local Government Review As part of the wider Local Government Review (LGR), the Council has been required to engage with neighbouring authorities to explore future structural reform, shared service opportunities, and alignment of governance arrangements. The UK Government has now confirmed its decision regarding Local Government Reorganisation across Hampshire and the Isle of Wight. Under the confirmed proposals, Portsmouth City Council will become part of a new, larger unitary authority covering the areas of Gosport, Fareham and Havant, and including Newlands, Horndean, Clanfield and Rowlands Castle. The new unitary authority will formally come into existence on 1 April 2028, at which point Portsmouth City Council, as it currently exists, will be legally dissolved on 31 March 2028. While the new authority's service delivery model has not yet been finalised, the reorganisation will merge all existing local authority service responsibilities within the new boundary. This means that current demand, scope and operational requirements for Repairs & Maintenance (R&M) services may change substantially as part of the transition, depending on the final asset base, stock profile, and governance arrangements determined for the new authority. For Portsmouth's current footprint alone, the estimated 10‑year total contract value remains within the region of £336M to £450M, taking into account inflationary pressures, anticipated stock growth, decarbonisation workstreams, and increased compliance requirements. Following LGR, the total opportunity value is expected to increase materially, due to the combined housing stock, broader corporate estate, additional operational buildings, wider geographical footprint, and increased repairs demand integrated from the merging authorities. The Council will continue to plan responsibly for the transition and reserves the right to modify the contract in line with Schedule 8 of the Procurement Act 2023 should the confirmed LGR arrangements require changes to scope, value or delivery structure. For planning purposes, and in the absence of confirmed stock and asset figures from potential partner authorities, an initial estimate is that the overall maintenance requirement may increase by 50% to 70% relative to Portsmouth alone. On this basis, the inflation adjusted 10 year total opportunity value is estimated at between £504M and £765M. Hampshire County Council (HCC) is currently procuring a single‑supplier £250 million, 10‑year Term Maintenance Contract (2026-2036) covering building fabric and M&E services across approximately 825 sites, including schools. Depending on the outcome, the appointed HCC contractor may continue to manage part or all of these assets following LGR, meaning little or no change in scope may initially arise for the Corporate Assets element of this procurement. However, if the new unitary authority assumes direct responsibility for HCC Corporate Assets within the reorganised boundary, the new Authority anticipates inheriting a substantial proportion of this service portfolio. Based on indicative modelling, the inherited Corporate Assets R&M requirement may be in the region of 20% of the HCC contract value, although the Council reserves the right to exceed this estimate if future Government directions or statutory transfers require it. In the event of reorganisation, contracts will include clauses that allow for the assignment of the contract to successor authorities. Any assignment clause is likely to state any contract may be assigned to any new authority that succeeds the original contracting authority. For further details in respect of LGR see the following link - https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for-local-government-reorganisation/ For further details in respect of LGR see the following link - https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for-local-government-reorganisation/ For additional information in relation to known risks, see the later section within the notice below in relation to other information.
£765,000,000
Contract value
The proposed works will comprise of minor civil maintenance repair works and the application of decorative / protective coatings to the structures. More specifically, the main items of work (which may not be completed in this order depending on the Contractor’s methods and programme) are as follows: •Fabrication of Ladder. •Mobilise to site and establish welfare facilities/arrangements. •Dismantle/ remove the access ladder and replace with new. •Wash down structure and remove marine growth. •Carry out grout repairs. •Prepare and paint the structure. •Apply blackjack coating to bottom section of structure. •Clear the site. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Edinburgh:-Works-for-complete-or-part-construction-and-civil-engineering-work./89S6DD78RA To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/89S6DD78RA
£95,000
Contract value
East Lindsey District Council invites suitably qualified and experienced suppliers to submit tenders for the Maintenance of Ventilation and Air Conditioning Installations across the Council's commercial estate. The contract covers all relevant air conditioning, ventilation, and associated systems installed within Council owned commercial premises across the East Lindsey district, as detailed in the asset schedules. All works must adhere to the Specification, Schedule of Rates, and applicable statutory and industry standards. We are seeking a contractor with strong technical capability and a proven track record in delivering reliable, responsive and customer focused maintenance services. Bidders should clearly demonstrate their methodologies, including any innovative practices, supply chain resilience, environmental considerations, and approaches that enhance system performance, longevity and overall value.
£300,000
Contract value
The Supplier shall provide CCTV Maintenance Services to the University to provide: • CCTV equipment Maintenance Services on all campuses. • Planned Preventative Maintenance (PPM) and Comprehensive maintenance for normal tear and tear; and damage caused by the Supplier. • Non-Comprehensive maintenance including equipment. • Non-scheduled call outs for repairs and equipment replacement for non-normal wear and tear which are not the fault of the Supplier including vandalism, accidental damage and misuse. • Updating of software and licences. • Readjustment and relocation of cameras field of vision. • Replacement of existing cameras and associated equipment including monitors, recording equipment, batteries; including installation and commissioning of replacement equipment. • Training University staff and Associate staff on correct usage of CCTV systems
£247,000
Contract value
26/002 Soft Market Testing CSG (Clerkenwell) Catering Services - We are asking any interested parties to complete this soft market testing paper to give us a brief overview of your business. As part of the exercise, we will be offering the opportunity to visit the campus, meet us and see firsthand the current operation. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-london:-Catering-services./7S92CSSSZ7 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/7S92CSSSZ7
£3,000,000
Contract value
Hertfordshire Full Stop Facilities Management Services (hereinafter referred to as “HFS”) the trading organisation of Hertfordshire County Council (hereinafter referred to as “the Council”) is advertising its requirement to appoint competent and cost-effective organisations to be part of its Building Cleaning Framework to provide Building Cleaning services to sites throughout the County. This Framework will be utilised by all departments of the Council including establishments such as Schools, fire stations, disused sites, day centers, libraries etc. It may also be used for works outside of the Council as requested by our partners and customers (this may be outside the geographical area of Hertfordshire in some cases). Please be aware the intention is to award this Framework to between 7 (seven) and 10 (ten) Contractors and this is therefore not your anticipated income should you be successful. It will carry with it no exclusivity or guarantees of works, but is expected to form the main Framework for the commissioning of Building Cleaning Services for the Council The estimated annual spend on the Framework for the Council is currently in the region of £8,000,000 per annum. If some or all the districts, boroughs and /or parish and town Councils join this Framework at a later stage, this figure may increase, therefore the advertised spend has allowed for this possibility. Full details of the requirement can be found in the Specification, Schedule 1 of the Framework document. Please note that TUPE does not apply to the Framework but will apply to Call-Off Contracts. In February 2025 the UK Government formally invited Hertfordshire County Council (the ”Council”) and the various district and borough Councils of Hertfordshire (see attached - District and borough councils | Hertfordshire County Council) to develop proposals for local government reorganisation in Hertfordshire which is likely to result in the current two-tier system of local government being reorganised into a single tier of local government with one or more unitary councils for the whole of the Hertfordshire area. If implemented, local government reorganisation is currently expected to take effect in April 2028 and, on that date, the existing two-tier councils will be dissolved and replaced by one or more new unitary authorities. Existing contracts held by the Council and the district and borough Councils of Hertfordshire are expected to transfer to their successor authorities on vesting day in accordance with the Local Government and Public Involvement in Health Act 2007 and the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008. These reforms will be subject to a decision of the Secretary of State and could be subject to change at any time. As these reforms may occur during the term of this contract and result in changes to the form, structure, size and shape of local government in Hertfordshire, they are a known risk to the Council within the meaning of paragraph 6, Schedule 8 of the Procurement Act 2023 (Act) in that the reforms could jeopardise the satisfactory performance of the contract but because the nature and extent of the reforms are presently unknown, it is not possible to address the risks in the contract. If these risks materialise, the contract may need to be modified under paragraph 5 of Schedule 8 of the Act. Such modification could include, but not be limited to, the need to replace the contracting authority with a successor public authority and/or vary the structure, scope, nature and/or geographical location/boundary within which the contract is delivered. Tenderers should note that any variation(s) to the terms and conditions of the contract will be made in accordance with its terms.
£80,000,000
Contract value
Forestry England are planning to carry out a procurement exercise to tender for these works going forward as 2 separate Lots :- Lot 1 – Ground preparation by scarifying - estimated 60-80ha/yr to be carried out in the autumn across the entire geographic area of Yorkshire FD. Lot 2 - Mechanised Forest Maintenance (including Mulching, Tree Shearing, use of excavator, use of forwarder, and other forest machinery as required plus provision of chainsaw operators). To be carried out across Yorkshire FD. Our intention is to award this contract for a period of 4 years as a single supplier framework for Lot 1 and a maximum of 2 supplier framework for Lot 2, with Annual Performance Reviews and a mid-point review point to discuss pricing (i.e. 2+2yr contract) Open Book Pricing would need to be form part of the tender submission to provide benchmark pricing information (cost of fuel etc). General requirements: Yorkshire Forest District requires suitably qualified contractors who can demonstrate professionalism, experience, and a suitable work profile in Mechanised Forest Maintenance (including Mulching, Tree Shearing and other associated works) and Scarifying. All contractors must be highly experienced at working within heavily visited public areas. All services provided must comply with the United Kingdom Woodland Assurance Standard (UKWAS), Forest Industry Safety Accord (FISA) guides Forestry England Health and Safety Policy, and all other relevant environmental and health & safety legislation.
£460,000
Contract value
Showing 241–260 of 266 contracts