739 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Bury Council is inviting potential providers to participate in a Pre-Market Engagement (PME) session ahead of a formal procurement process for the Learning Disability Supported Living Services in Bury. The purpose of the PME session is to: Share information about our forthcoming activities and expectations. Gather feedback on service design, delivery models, and opportunities for innovation. Ensure compliance with the Procurement Act 2023, promoting transparency and fair competition. Outline the anticipated project timescales
£120,000,000
Contract value
Kirklees Council is conducting a Preliminary market engagement exercise to seek feedback from highly experienced contractors regarding planned land remediation and decontamination works at the former gasworks site. These works form part of the wider Investment Zone and contribute to the strategic objectives of the Station to Stadium Corridor Masterplan. The purpose of this market engagement exercise is to: • Understand current market capacity, capability, and interest • Inform the procurement strategy (including design maturity, risk allocation, and form of contract) • Identify barriers, risks, and opportunities • Shape future tender documentation so that it aligns with market norms and delivers best value This exercise is not a call for competition. The Council is particularly interested in contractor feedback on the following: • Preferred level of design development / performance specification required to achieve pricing certainty (e.g., RIBA Stage 3 - Concept Design, or RIBA Stage 4 - Technical Design) • Commentary on risk appetite • Views on the preferred form of contract (e.g., NEC ECC Option A or Option C, JCT, Design & Build approach) • Whether early contractor involvement (ECI) would be desirable • Clarity on any information gaps that could lead to risk premiums
£5,000,000
Contract value
This Procurement is for the following Scope of Works; - A flexible electricity supply contract based on the specification as outlined in the Consultus tender pack. - A flexible gas supply contract based on the specification as outlined in the Consultus tender pack. - The provision of MOP (Meter Operator) and DC/DA (Data Collection / Data Aggregation) services alongside full meter management for electricity. - The provision of a MAM (Meter Asset Manager) and DC/DA (Data Collection / Data Aggregation) services alongside full meter management for gas. We acknowledge that the vast majority of the identified potential contract value is for the cost per kWH/mWh of energy.
£950,000,000
Contract value
The scope of the Contract includes the provision of insurance cover, brokerage services (where applicable), professional advice, claims management and loss control services for property, legal liabilities and other general insurances as required by Hastoe Group for a period of three years commencing 01.01.2027, with the option to extend by up to a further two years at Hastoe Group’s sole discretion. Bids are invited from suitably qualified and experienced insurance brokers and direct insurers. The Contract will follow the Competitive Flexible Procedure with bidders being selected on the basis of the responses contained in the pre qualifying PSQ. Bidders will be expected have the capability, capacity, financial and economic standing and experience to perform the contract. PSQs must be completed in full with all relevant information supplied. The Contract will be awarded on the basis of Most Economically Advantageous Tender, with specific evaluation criteria detailed within the Invitation To Tender and contract documents. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Kingston-upon-Thames:-Financial-and-insurance-services./787C99ZMC6 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/787C99ZMC6
£2,274,000
Contract value
This tender is for the partial demolition of a Service Wing at Hinchingbrooke Hospital that includes Reinforced Autoclaved Aerated Concrete (RAAC) panels. The winning bidder will take ownership from RIBA stage 4 through to completion of work. Initial works will include the validation of the RIBA3 designs to an agreed RIBA4 design. The works include the refurbishment of existing facilities to accommodate staff movement. Following the refurbishment the building will require demolition in accordance with the Trust phasing plan provided in the tender pack. A final element of the works will involve the construction of a new road to connect current roads. All of the above works will take place in a live hospital environment. This work sits within the enabling works for the Hinchingbrooke Hospital new build so it is vital that the programme dates are achieved as planned to avoid any delays to construction of the main build. The approximate cost of the work is £10.6m inclusive of Fee's, equipment, trust direct costs, contingency, inflation + VAT. This is part of the NHS England New Hospitals Programme (NHP) so there will be a delay of 5 weeks between notification of outcome to bidders and commencement of contract due to sign off of the business case by NHP. In accordance with PPN 03/24 the Trust is using the Common Assessment Standard as the supplier questionnaire.
£10,600,000
Contract value
Norse Group are seeking bids from suitably qualified supplier to receive and treat contract Waste from Amber Valley Norse on behalf of Amber Valley Borough Council. Waste is collected via kerbside collections in RCV’s from 7.5 – 26 tonne. The RCV’s collecting the material will deliver the waste directly to the transfer station. Approximate annual tonnage is •DMR is 9,000 tonnes of domestic waste with approximately 10-15 loads per day. •Additionally, there is commercial/trade DMR waste of approximately 400 tonnes. •Glass is 2,500 tonnes with approximately 10-15 loads per day. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Non-hazardous-refuse-and-waste-treatment-and-disposal-services./D82EJD6XM2 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D82EJD6XM2
£3,571,495
Contract value
Provision of Refuse and Recycling Fleet Maintenance Services for East Devon Environmental Services Ltd. This procurement exercise is being managed by East Devon District Council on behalf of East Devon Environmental Services Ltd (Edenserv). Edenserve is a company wholly owned by East Devon District Council which operates waste and recycling collection services on its behalf.
£10,000,000
Contract value
The Council intend to tender for the provision of an Independent Advocacy and Children’s Right Service for Children and Young People (C&YP) involved in child protection processes, looked after both away from home and at home and those in continuing care.
£1,290,000
Contract value
This tender opportunity has been issued by Thinking Schools Academy Trust (“the Trust”) Tenderers are invited to tender for the provision of an outsourced cleaning service (“the Service”). Full details of all contract requirements are given in this document - Document 2a. Specification of Requirement and Document 2b. Output Specification. The contract is to include daily cleaning and out of term deep cleaning, for spaces including but not limited to teaching, office, circulation, and washroom spaces. The Contractor shall provide all labour, consumables, goods and materials, required to provide the cleaning service as determined by the specification, tender and contract documentation.
£3,000,000
Contract value
North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North East and Yorkshire (the Relevant Authority), who are undertaking a competition process to provide Healthcare Services for the Yorkshire and Humber Female Secure Estate.
£38,118,211
Contract value
This package of works forms part of the Next Generation Infrastructure (NGI) Programme, a funded development programme looking to develop the facilities across Norwich Research Park to transform the existing capabilities of John Innes Centre (JIC) and The Sainsbury Laboratory (TSL), both internally recognised centres of excellence in plant and microbial science. NGI will address the deterioration of infrastructure at JIC and TSL to create a world-class facility that will engage with its surroundings, is outward looking and promotes collaboration and innovation to supercharge JIC and TSL's ability to translate scientific knowledge into practical solutions. As part of the NGI Programme, JIC to looking to procure, on behalf of the Norwich Bioscience Institutes (NBI), the services of a specialist supplier for the proposed design, supply, installation and ongoing service provision associated with a Combined Heat and Power system (CHP Engines) within the new NBI Energy Centre located at JIC. This is a two stage tendering process where: (i) At Stage One: proposed procurement for the design of the CHP engines through a pre-construction services agreement following assessment of tender returns from the market; and (ii) At Stage Two: proposed procurement for the supply, installation and ongoing service provision through a construction contract (JCT Design and Build 2024 with client amends) and a service agreement following assessment of a tender return from the tenderer successful at Stage One.
£11,500,000
Contract value
Scottish Water requires a supplier to work with on creative campaigns and corporate reporting.
£4,800,000
Contract value
Open Framework procured for Peterborough City Council in accordance with the Procurement Act 2023, for the provision of adaptations including extensions, internal alterations, level access showering facilities and associated works in domestic properties; The installation of minor aids and adaptations in domestic properties. The overall aim of the works specified within the Care and Repair Open Framework Agreement is to assist and support elderly, vulnerable and disabled local residents (adults and children) to live independently and be warm and safe. The work will be undertaken in conjunction with the Home Service Delivery Care and Repair Team within Peterborough City Council. The work will predominantly be in the Peterborough City Council Unitary Authority area. Most will be in the city, but some will be in the surrounding areas of Peterborough. The specific aim for each contractor of the Open Framework Agreement and Schedule of Rates is to: - Use responsive, suitably qualified, and experienced, competent and knowledgeable contractors - Use locally based contractors to aid in the responsiveness of the service - Produce high quality work with minimum disruption for clients - Obtain value for money - Commence work promptly following the receipt of an order - To complete the work promptly - Work in occupied properties with the minimum disruption to the client who will be included in one or more of the following categories: elderly, disabled (mentally and/or physically), vulnerable, on a low income. This list is not conclusive. The expected benefits of procuring work this way are a reduction in delays and poor experiences with contractors, and a consistent and shortened timescale from date of first enquiry to completion or work. The work is in Peterborough City Council (PCC) Unitary Authority area through the Peterborough Home Services Delivery Care and Repair Team (C&R). The adaptations will often be funded by Disabled Facility Grants approved by Peterborough City Council. However, the Level Access Shower schedule of works may be used for work that the Care & Repair Team manages which is funded privately, by charities, benevolent funds, by Adult Social Care or Children's Services. It may also form the basis for work which Peterborough Care & Repair may arrange on behalf of other local Councils. The minor aids and adaptations, which is predominantly of low value (under £1,000), is funded from Adult Social Care Budgets The Authority intends for the Open Framework to last for the maximum possible term of 8 years, confirming to the provisions concerning reopening as set out in Section 49 of the Procurement Act 2023.
£22,000,000
Contract value
Nottingham City Council is seeking tenders from suitably experienced and qualified entities for the provision of Electrical Services. The Service consists of: • High quality new electrical installations • Alteration to existing electrical installations • Project design • Manage, test and commission electrical works • Planned maintenance including remedial repairs • Reactive maintenance including remedial repairs The Contractor will provide the Service: • during Normal Working Hours • outside of Normal Working Hours • with 24-hours coverage, 365 days a year
£2,000,000
Contract value
Hybu Cig Cymru - Meat Promotion Wales (HCC) is required to deliver the Welsh Sheep Genetics Programme (WSGP) on behalf of Welsh Government. Welsh Government’s ambition and challenge is to continue to reduce greenhouse gases by improving efficiencies on farm to achieve a cumulative effect whilst maintaining the production of high quality and sustainable food. Seen as part of both short term and long-term response to the sectors role in climate change mitigation, support for genetic improvement of the Welsh sheep industry is crucial. This project seeks to build on the previous work funded by Welsh Government to support the uptake of genetic improvement within the Welsh sheep flock. The activity will look to further develop activity that has been delivered through the Hill Ram Scheme (HRS) and the first phase of WSGP, which was undertaken as part of Farming Connect. The proposed programme will be designed to meet the specific needs of the Welsh sheep sector in advancing genetic improvement. It will support participating businesses by assessing their current baseline performance, identifying key performance indicators relevant to their farming system and develop tailored action plans. Each plan will include clear, evidence-based recommendations to enhance genetic progress at the individual farm level, whilst collecting valuable information that could highlight the wider-sectoral benefits of the activity. Phase 2 of the WSGP will deliver the following objectives: • Improve economic and environmental performance of Welsh sheep farms (including methods to address decarbonisation of the red meat sector) • Increase uptake and confidence in EBVs and genomic EBVs • Grow a critical mass of performance-recorded and genotyped flocks in Wales • Enable and encourage sheep farmers to make evidence-based breeding and purchasing decisions • Support a long-term transition to farmer-led genetic improvement within the national flock in Wales • Exploring genetic improvement as a natural and impactful way to assist lowering the carbon footprint of the sheep sector in Wales. HCC is seeking a supplier to provide technical expertise in sheep genetics and support for the delivery of the project in relation to the activities detailed below: The Welsh Sheep Genetics Programme The core requirement of the WSGP is to improve the understanding and uptake of EBVs and Genomic EBVs within the Welsh sheep sector. It is envisaged that the programme will be delivered through the following stages; Transition support for existing participants of the WSGP who wish to continue in Phase 2 Initially, the priority will be to provide a seamless transition for current participants of the WSGP into Phase 2. This will seek to maintain and maximise the data collection opportunity for the 2026 lambing season. Approximately 60 flocks actively participated at the end of the first phase of the programme, with various degrees of experience and understanding within the field of sheep genetics. For the final year of Phase 1 of the WSGP, 42 flocks with an average 119 lambs undertook DNA Sampling (a total of circa. 5,000 lambs for the year). 60 flocks undertook backfat scanning with an average of 228 lambs scanned. It is expected that the number of flocks participating in the programme increase in Phase 2, with the average number of lambs per farm remaining relatively stable. Identify and recruit a suitable range of participating farms & breeds Once it is known how many existing participants will transfer over to Phase 2 of the WSGP, there will be opportunities to expand the offer to new businesses. It Is envisaged the recruitment of participating businesses to be a mix of: • Those experienced in genetic improvement of sheep – this is to ensure a continued level of knowledge and data which can be shared with other farming businesses who are looking at genetics • Those who have already started on engaging with genetic improvement, but require further assistance to develop their knowledge, understanding and confidence. • Those who are new to the process. The level of support will be proportionate to the participating businesses experience of the subject, but the goal will be for beneficiaries having the practical knowledge and expertise to undertake the work independently. Identify KPIs and create an Action Plan for participating businesses - working with the eligible businesses in identifying their current baseline performance, KPIs will be identified for the businesses, and an action plan created with clear recommendations for participating businesses at the end of the programme. Provide a pathway report for options for future support in this field - using lessons learnt from Phase 1 of the WSGP and from similar schemes and programmes provided in Wales and the UK, a pathway report for potential future options for support in this field will be undertaken. Develop additional applicable innovative projects - during the programme there will be potential to develop innovative projects linked to work within the sheep genetics sphere. This may include continuing with existing projects developed under the WSGP, or proposals for new projects or a combination of both. HCC requires suppliers who can provide sheep genetics expertise and support for the delivery of the project in relation to the following activities. The contract will run until 31 March 2029.
£1,200,000
Contract value
Hampshire County Council Children’s Services commissions care support for children and young people with disabilities. The children and young people requiring care support services will include those with severe disabilities such as learning disabilities, physical disabilities, autistic spectrum conditions, behaviour that challenges and complex physical or mental health needs. The Services are part of a holistic support package for the child / young person that meets identified outcomes as part of a Care Plan as agreed by the Council’s County Allocation Panel. This Service is part of Hampshire County Council’s Children’s Services Department’s continuum of services which support children and young people with disabilities. Care support is a Tier 4 specialist service, which can be offered to a family following a social care assessment where the Disabled Children’s Team criteria has been met and/or an unmet social care need has been identified. The Services will have the following features: • provides a time limited or ongoing intervention for families, dependent on need • provides a range of different types of support to be available (e.g. domiciliary care, personal care, support in the community, overnight care etc.) • provides flexible levels of support to meet individual needs (some families may only need light touch, and some will need intensive) • provides support at both the times that is assessed as a need by the Social Worker and requested by families, for the time period required (e.g., one hour at the beginning and / or end of the day) • provides suitably trained, reliable, consistent workers; known to the child or young person, all of whom will have an Enhanced Disclosure and Barring Services (DBS) check, to ensure continuity and stability for families • delivers Excellent / Good care in accordance with Care Quality Commission guidance for providers of health and social care services for children and young people • identifies opportunities for the use of assistive care technologies and equipment to enable families to support their child independently in their own home or for the young person to access the community independently • can support a child or young person in their own homes whilst the parent or carer is not present • can support a child or young person in a residential home, foster home or their own home • can support the child or young person in their local communities The current Care Support for Children with a Disability Framework was developed by Hampshire County Council to address growing and evolving needs in social care, for children who require support in their home environment and to safeguard these children. The service is coming to the end of it's life span and is required to be retendered to ensure Hampshire may meet the needs of its eligible residents. The new framework will be an evolution from the current Framework and the Authority is looking is looking for contracts for services under the Framework to commence from 01/09/2026. This is a light touch contract as set out in section 9 of the Procurement Act 2023. As such the Council is establishing a Framework which will be open for new entrants across it's entire term. However, the Council reserves the right to temporarily pause the Framework for new entrants at any point. Any pause will be communicated through the Councils electronic tendering system. The Timetable in section 4.1 relates to the initial application window. Once the Framework commences it will be reopened for new applications and suppliers will be able to apply at any point up until 3 months before the Framework expires.
£45,000,000
Contract value
RM6391 Mobile Voice and Data Services 2 (MVDS2) is the proposed replacement for the RM6261 Mobile Voice and Data Services agreement (MVDS) which expires in December 2026. MVDS2 seeks to build upon the success of MVDS by maintaining the existing competitive airtime offering through a rationalised lot structure, focussing on making optional services such as devices, mobile device management etcetera easier to procure on a standalone basis. The lot structure intends to maintain the existing supplier base primarily with the Mobile Network Operators (MNO’s), Mobile Virtual Network Operators (MVNOs) and re-sellers. The lots will be as follows: Lot 1 - Mobile Catalogue and Optional Services Lot 2 - Mobile Solutions Lot 3 - Telecommunications Audit and Advisory Services MVDS2 will create a compliant framework that leverages the benefits of the new Procurement Regulations, the Procurement Act 2023 (PA23) adopting new mechanisms for Award with and without Competition.
£1,500,000,000
Contract value
The Ministry of Defence (MOD) is seeking a contractor to provide qualified civilian instructors to deliver Joint Service Adventurous Training (JSAT) and the Adventurous Leadership and Resilience Training (ALeRT) element of the Army Leadership Development Programme (ALDP) at various locations across the UK and overseas. These programmes aim to enhance the leadership, resilience, and operational capability of Service Personnel through activities such as mountaineering, sailing, kayaking, caving, and mountain biking. Training will be delivered in accordance with MOD standards and National Governing Body (NGB) frameworks. Instructors must hold relevant qualifications, be ALeRT-trained, and meet all professional, safety, and security requirements. The contractor will be responsible for providing instructors to supplement MOD staff capacity, with demand varying seasonally and short-notice support occasionally required. The contract will run for an initial two-year term and an option to extend for a further two years.
£2,000,000
Contract value
Connect Housing 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 Connect Housing. 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
£1,390,000
Contract value
Connect Housing 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 Connect Housing. 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 For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Dewsbury:-Insurance-services./V8N4UM2ZJF To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/V8N4UM2ZJF
£1,390,000
Contract value
Showing 241–260 of 739 contracts