739 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Contracts to be awarded are for the provision of Water Hygiene Legionella Risk Assessment Testing & Servicing Services and Remedial Works as fully described in Document 2 Service Information. The Services have been split into 2 lots: Lot 1: Legionella Risk Assessment Testing & Servicing Services Lot 2: Water Hygiene Remedial Works Tenderers may be bid for any or all lots providing they meet the criteria indicated in the procurement documentation but may only be successful in 1 Lot. Lot 1 and Lot 2 will be initially evaluated separately and Tenderers are advised that the Contracts will be evaluated and awarded in the order of Lot 1 followed by Lot 2. This will mean that the Most Advantageous Tender for Lot 1 will be ineligible to be successful in Lot 2 and their evaluation scores will not be used in the assessment with other Tenderers for Lot 2. Radius however reserve the right to award both Lots to a single bidder if there are no other suitable, compliant or value for money bids as a result of this Procurement Competition. The contracts will be for a period of three (3) years with two (2) options to extend for twelve (12) months each up to a maximum total duration of five (5) years, Extensions will be awarded subject to satisfactory performance and at the sole discretion of the Employer. The contracts for each lot are individual and separate and may commence and / or terminate at different dates and may be different duration. The contract will be procured in accordance with the Competitive Flexible Procedure as set out at Regulation 20(2(b)) of The Procurement Act 2023 (the Act or PA23). This Competitive Flexible shall consist of an initial stage where tenderers will submit their Conditions of Participation, and their quality and cost (Award Stage) offer. The Contracting Authority may award the procurement competition to the Most Advantageous Tender after the assessment of this initial stage. However, the Contracting Authority reserves the right at its sole discretion to conduct further price only stages and to issue refined service or contract information. The additional stages may be run for Lot 1, lot 2 or both; Revised Pricing will be assessed and will be combined with the Quality scores to provide a new Most Advantageous Tender. The Contracting Authority also reserves the right at its sole discretion following the completion of the evaluation of all responses and the identification of the Most Advantageous Tender according to the award criteria to enter dialogue with the most advantageous tenderer in order to refine elements of the contract, service, specification, social value offer, sustainability and or cost prior to the execution of the contract. Nothing stated in this ITT or during the Competition is or shall be relied on as a promise or representation as to the future or a commitment by the Authority to award or enter into any contract. The Association reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time.
£3,500,000
Contract value
Innovate UK intends to procure Delivery Partner services for the UKRI Venture Builder Programme, a new pilot initiative to support deep-tech university spin-out teams in 6 of the priority Industrial Strategy sectors (the IS6 sectors), initially focusing on Frontier AI, Engineering Biology, and Advanced Manufacturing and Materials. The Programme will provide intensive venture-development support over six to nine months to around 20–25 post-ICURe, or equivalent-stage, teams that have completed customer discovery. Its purpose is to convert validated academic research spin-outs into investor-ready companies and position them to progress into Innovate UK IS6 growth sector programmes. The procurement is initially structured around the three sector tracks above; however, the strategy and delivery model are still being established. It has not yet been determined whether the outcome will be separate contracts for each sector or a single contract covering all sectors. Consortium arrangements are welcomed where different organisations bring complementary capabilities across tracks or sub-sectors. A Webinar will be held on 21 April 2026, with the tender expected to launch in May 2026. To Register for the Webinar please access the link: https://events.teams.microsoft.com/event/dc0e9bab-53f0-49b8-be15-8363687e972c@8bb7e08e-daa4-4a8e-927e-fca38db04b7e Participation in the Webinar is optional and gives no advantage in any future procurement.
£1,200,000
Contract value
Durham County Council is seeking to establish a list of accommodation providers who can provide temporary and emergency accommodation within the boundaries of County Durham and its neighbouring authorities. Accommodation required includes self‑contained units, B&B / hotel rooms, and accessible options. Accommodation may be required at short notice and for varying durations. Providers must comply with all relevant legislation including the Housing Act 1996, Homelessness Reduction Act 2017, HHSRS, Equality Act 2010, and UK GDPR. This open list will allow the Council to make individual placement requests based on need, suitability, and availability. Acceptance onto the list provides for no form of exclusivity or volume guarantee by the Council for Services from the Provider and the Council is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services. This list is an open list and accommodation providers can apply throughout the lifetime of the contract, please request and submit an application form either via www.open-uk.org or Corporate.Procurement@Durham.gov.uk A standstill period is not being applied to this opportunity
£7,500,000
Contract value
Cadent is looking for an end‑to‑end maintenance, repair, and compliance support service for Cadent's plant and vehicle assets across specified networks, providing 24/7/365 operational coverage. Workshop / Repair Network Coverage for entire Cadent footprint or specific network bidding for: -Provisions around collection & delivery -Provision for out of hours servicing when necessary -Tyre Replacement service -Supplier will provide fixed and mobile provisions across all of Cadent's Plant assets / footprint 24/7/365 Document management of Cadent Owned Vehicles -Checking, filing and storing of original maintenance records from all garages -Filing and storage of statutory certificates -Upload copies of documentation and certificates into platforms/portals including the Cadent Asset Database -SLA on compliance documentation being uploaded onto portals e.g. Loler Certificates within 48 hours. -Production and storage of defect rectification documents. Scheduled Maintenance -Producing and sending invites for scheduled maintenance -Providing garage booking support including provisions for collection and delivery on all asset types -Providing bookings for main dealers (manufacturers safety recalls) -Management of missed appointments via daily reports -Management of LOLER inspections booking for plant -Management of trailer mandatory brake testing following intervention with the brake system -Will establish a communication with Manufacturers to ensure that recalls and campaigns are merged into the safety inspection plan. Cost Control & Workflow -Guide times for standard servicing and repair items -Producing detailed additional authority requests for onward delivery to Cadent for approval. Processing authority once approval is given -Obtain prior approval before incurring expenditure beyond agreed levels. -Liaising with Manufacturers for warranty management -Job estimate and authority to be submitted in a timely manner (SLA) -Evaluation of job estimates ensuring unessential work is kept to a minimum without compromising compliance, safety, quality and VOR time Technical support -Issuing and managing manufacturer safety recalls -Producing bespoke inspection/service sheets -Supporting with technical bulletins -Supporting with technical skill, advice and compliance -Recommendations on proactive campaigns on preventative maintenance, reducing VOR time -Actively support Cadent campaigns and safety recalls -Route cause analysis for major failures - engineering investigation and reports provided for Cadent General Resource - Cadent need: -Account Manager -Competent persons to manage Cadent defects -Support Cadent in each Network and ensure all support is Network aligned 0800 - 1800hrs Customer support via telephone and email -Supply and resource single point of contact Driver Helpline number (freephone) providing 24/7/365 coverage including recovery -Escalation management -Provision of breakdown services 24/7/365 for all Cadent plant
£5,600,000
Contract value
NHS North East London Integrated Care Board (ICB) is seeking to Commission National Latent Tuberculosis Infection (LTBI) Services - Testing Service and Diagnostics Analysis Service. The Latent Tuberculosis Infection (LTBI) Screening Programme aims to reduce the incidence of active tuberculosis (TB) through the early identification and treatment of individuals infected with Mycobacterium tuberculosis who do not have active disease. By preventing progression to active TB, the programme contributes to the elimination of TB as a public health threat and supports national and global TB reduction strategies. Specifically, the programme aims to: • Prevent the development of active, transmissible TB through detection and treatment of LTBI; • Protect public health by interrupting the chain of transmission within communities; • Support national TB control and elimination goals; • Promote health equity by ensuring access to screening and care for populations at increased risk. The service aims to reduce the incidence of tuberculosis (TB) across the populations of Newham, Tower Hamlets, City & Hackney, Redbridge, Barking & Dagenham, and Waltham Forest. The Contracts are expected to commence in October 2026 for an initial period of 6 months. The contracts may be extended for an additional period of 12 Months at the sole discretion of the Authority. The estimated value of the contracts for 18 Months is £1,301,640.15. (£848,253.40 per annum, and the Initial 6 months is £453,386.75). Please note that the contract award is subject to confirmed funding from NHS England. Interested Organisations must express an interest via Atamis e-tendering portal. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below: https://health-family.force.com/s/Welcome Once registered, you can express an interest in this project by clicking the following the link to this specific project ; https://health-family.force.com/s/Welcome (Contract Reference: C429248). Please note that any submission of bids by any other means will not be considered.
£1,301,640.15
Contract value
North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England as a Procurement delivery partner to manage the procurement of the Child Health Information Services (CHIS) across the North East and Yorkshire and Cumbria. The Contracting Authority are undertaking an Open Procedure and the awarding of this contract is subject to the Procurement Act 2023. For the avoidance of doubt, the provisions of the Provider Selection Regime 2023 and/ or Public Contracts Regulations 2015 do not apply to this award. This tender notice is being published to alert the market of this opportunity and the Contracting Authority's intention to appoint a provider. It is the intention of the Contracting Authority to award a public contract to the provider who submits the most advantageous tender as a result of the competitive tendering procedure. The primary aim of CHIS is to establish and manage comprehensive child health record records. These are used to support organisations that provide specified public health interventions in ensuring that all children are offered the full range public health interventions. The opportunity will be offered to the market as a single lot as it is not suitable or not applicable for lotting. The contract term is for an initial period of 5 years commencing on 01 April 2027, with an option to extend for a further 2 years at the discretion of the Contracting Authority and Governance, subject to satisfactory contractual and financial performance. The closing date for submission of competition response is by 12 noon on 22 April 2026. Additional information NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at: https://healthfamily.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via: Support-health@Atamis.co.uk or phone number 0800 9956035 The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm Tender documentation will be available on the e-tendering site from 19 March 2026.
£51,719,121
Contract value
North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England as a Procurement delivery partner to manage the procurement of the Child Health Information Services (CHIS) across the North East and Yorkshire and Cumbria. The Contracting Authority are undertaking an Open Procedure and the awarding of this contract is subject to the Procurement Act 2023. For the avoidance of doubt, the provisions of the Provider Selection Regime 2023 and/ or Public Contracts Regulations 2015 do not apply to this award. This tender notice is being published to alert the market of this opportunity and the Contracting Authority's intention to appoint a provider. It is the intention of the Contracting Authority to award a public contract to the provider who submits the most advantageous tender as a result of the competitive tendering procedure. The primary aim of CHIS is to establish and manage comprehensive child health record records. These are used to support organisations that provide specified public health interventions in ensuring that all children are offered the full range public health interventions. The opportunity will be offered to the market as a single lot as it is not suitable or not applicable for lotting. The contract term is for an initial period of 5 years commencing on 01 April 2027, with an option to extend for a further 2 years at the discretion of the Contracting Authority and Governance, subject to satisfactory contractual and financial performance. The closing date for submission of competition response is by 12 noon on 22 April 2026. Additional information NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at: https://healthfamily.force.com/s/Welcome It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via: Support-health@Atamis.co.uk or phone number 0800 9956035 The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm Tender documentation will be available on the e-tendering site from 19 March 2026.
£51,719,121
Contract value
Chelmsford City Council, in the heart of Essex, has within its stated priorities the creation and development of high-quality public spaces. Seventeen of Chelmsford City Council’s main parks across the city received the Green Flag status in 2021 with two new sites- Galleywood Common and Frankland fields receiving a green flag award for the first-time last year. The council owns around 100 play areas and as part of their maintenance plan will establish a framework of up to six suitable suppliers for the provision of Play Area Surfacing. Appointment to the framework will recognise excellence in the provision of wet-pour play surfaces, and only those companies selected for inclusion on the framework agreement will be asked to provide quotations for the playground refurbishment projects throughout the life of the framework agreement. This tender exercise is designed to select suppliers for inclusion on the framework agreement subsequent requests for quotations for individual projects will then be issued to all providers on the framework. All call off contracts for works under the terms of the framework agreement will be the subject of a mini-competition and confirmed by a Chelmsford City Council Official Order. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Surfacing-work-except-for-roads./6CCG4GUAK7 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/6CCG4GUAK7
£1,000,000
Contract value
Nottinghamshire County Council are seeking tenders on behalf of the East Midlands Combined County Authority (EMCCA) (the Council') The Enhanced Growth Hub and Advisory Service will be responsible for delivering a high-quality, integrated and sector agnostic service, that supports businesses to achieve sustainable growth and resilience. This procurement aims to establish a resilient, joined up, and high impact business support system-one that accelerates SME growth, boosts productivity, and contributes to EMCCA's ambition to build one of the UK's fastest growing and most inclusive regional economies by 2035. Our objective is to deliver tangible outcomes leading to increased profitability, job creation, reduced operational costs, enhanced productivity and greater adoption and effective use of innovation. The Growth Hub service is funded by the Department for Business and Trade (DBT) and has operated in the Derbyshire and Nottinghamshire region since 2014. The Advisory service element is an enhancement to the Growth Hub, leveraging EMCCA resources to provide additional targeted support that will build growth capacity and strengthen capability within the local business base
£2,167,671
Contract value
The FCA is looking to tender for an Early Careers Recruitment Process Outsourcing(RPO) provider. The RPO provider will deliver an end‑to‑end recruitment service, working in partnership with the FCA Early Careers team to manage attraction, assessment, selection, offer and onboarding activity. The RPO will be fundamental to process efficiency, candidate experience and compliance within the FCA’s regulatory environment, supported by strong governance, reporting and continuous improvement. This will be a 3 year contract with an option to extend for an additional 2 years. The estimated total value of the Contract for the initial term is £1,500,000 including vat. The estimated total value for the full term, inclusive of any extension, is £2,500,000 including. Please note, volumes under this contract are not guaranteed. For full details of the tender including documents, please register onto our procurement portal Atamis ( https://atamis-fca.my.site.com/s/Welcome ). Once your registration is complete, navigate to the opportunities section and search for the tender using the name C4145 Early Careers Recruitment Process Outsourcing
£2,083,333.33
Contract value
Carriageway resurfacing works in various locations within the Wigan Borough.
£1,147,100
Contract value
North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England as a Procurement delivery partner to manage the procurement of the Child Health Information Services (CHIS) across the North East and Yorkshire and Cumbria. The Contracting Authority are undertaking an Open Procedure and the awarding of this contract is subject to the Procurement Act 2023. For the avoidance of doubt, the provisions of the Provider Selection Regime 2023 and/ or Public Contracts Regulations 2015 do not apply to this award. This tender notice is being published to alert the market of this opportunity and the Contracting Authority's intention to appoint a provider. It is the intention of the Contracting Authority to award a public contract to the provider who submits the most advantageous tender as a result of the competitive tendering procedure. The primary aim of CHIS is to establish and manage comprehensive child health record records. These are used to support organisations that provide specified public health interventions in ensuring that all children are offered the full range public health interventions. The opportunity will be offered to the market as a single lot as it is not suitable or not applicable for lotting. The contract term is for an initial period of 5 years commencing on 01 April 2027, with an option to extend for a further 2 years at the discretion of the Contracting Authority and Governance, subject to satisfactory contractual and financial performance. The closing date for submission of competition response is by 12 noon on 20 April 2026. Additional information NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at: https://healthfamily.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via: Support-health@Atamis.co.uk or phone number 0800 9956035 The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm Tender documentation will be available on the e-tendering site from 19 March 2026.
£51,719,121
Contract value
Swindon Borough Council is seeking to commission suitably qualified and experience service providers to join their framework. This is the annual reopening of the contract initially commissioned in May 2025 for 4 years with this being the 2nd year of the framework. Contract Notice: 2024/S 000-041583 refers. Swindon Borough Council are re-opening their framework of providers to provide services against education Alternative Provision, Short Breaks and Early Intervention services. The requirement is being divided into lots where providers can apply for any lot. Clarifications will close 12:0noon on 15th April 2026. The tender will close for submissions 12:0noon on 22nd April 2026. Lots are: Lot 1 Alternative Provision - Swindon Borough Council is seeking a suite of providers to deliver services to children who are not in mainstream education and to prioritise seeking the return of children back into schools setting. Lot 2 Short Breaks - Specialist services - Providing services to help children with very specialist needs Lot 3 Short Breaks - Inclusion- Providing services to help children integrate into everyday activity Lot 4 Short Breaks - Overnight respite- providing overnight respite for carers of children with these needs Lot 5 - Early intervention - providing services which help prevent children going into more advanced care solutions Existing providers do not need to reapply, unless applying for a different lot. Full details relating to the Services are provided in the tender documents.
£10,121,448
Contract value
GPHG owns and manages 892 buildings which are subject to Fire Risk Assessments (FRAs), on which we expect to conduct circa 450 FRAs per annum. Great Places Housing Group (GPHG) requires contractors to carry out remedial fire door and firestopping works and services to relevant buildings throughout its estate, in compliance with the recommendations of our ongoing programme of Fire Risk Assessments. The works will primarily be passive firestopping, but may also include some active fire safety measures.
£6,666,667
Contract value
The Science Museum Group (“SMG”) is seeking the provision of security staffing services across its 6 sites. This procurement is being conducted in accordance with the Competitive Flexible Procedure under the Procurement Act 2023 (“PA23”). The Light Touch Regime also applies to this procurement, which specify the services qualifying as light touch services by description and by reference to the corresponding Common Procurement Vocabulary (CPV) codes. You can find out more detail in the attached tender documents.
£5,365,000
Contract value
The Science Museum Group (“SMG”) is seeking the provision of security staffing services across its 6 sites. This procurement is being conducted in accordance with the Competitive Flexible Procedure under the Procurement Act 2023 (“PA23”). The Light Touch Regime also applies to this procurement, which specify the services qualifying as light touch services by description and by reference to the corresponding Common Procurement Vocabulary (CPV) codes. You can find out more detail in the attached tender documents.
£42,920,000
Contract value
Norwich City Council, in partnership with Homes England, seeks to appoint an experienced and ambitious design team (architects, masterplanners and landscape specialists) to shape the first phase of a major new urban extension in Norwich, on the edge of this historic city. The project represents a rare opportunity to establish the character, quality and long term trajectory of a new urban village, transforming a substantial former industrial site into a distinctive, well connected and sustainable place to live.
£1,000,000
Contract value
Guildford and Waverley Borough Council is seeking to gain insight into the practicality, capacity, feasibility, and deliverability of a potential new framework for the provision of tree and countryside maintenance services. To support this, the Council is inviting providers to participate in a market engagement exercise to help refine the specification and structure for this commission. Guildford and Waverley Borough Council would like to present it's proposed framework approach. Information gathered through this process will help inform the development of a future Tree and Countryside Maintenance Framework, should the Council decide to proceed with procurement. Your expertise will help ensure it is clear, robust, and accurately reflects the required scope and quality of service delivery. Constructive comments and suggestions to enhance clarity, completeness, and overall effectiveness as both a contractual and operational document are especially welcome. A face to face engagement event for this commission is scheduled on Tuesday, 28 April 2026, further details will be provided once you have expressed your interest in this market engagement. Please email to procurement@guildford.gov.uk with your interest.
£5,000,000
Contract value
The proposed development is part of Camden’s first phase of its New Homes for Small Sites Programme (NHSSP) which sits within Camden’s wider Community Investment Programme (CIP). The programme aims to build new genuinely affordable social rent and intermediate rent homes on underutilised small and infill sites across Camden’s Housing estates, working closely with residents and local communities. Public consultation is fundamental to development of CIP Projects. The programme is funded by grant funding and a site disposals programme to enable the delivery of 100% affordable homes on delivery sites. Phase 1 of the NHSS Programme comprises of 3 packages (A, B and C), for a total of 4 sites located in 4 separate housing estates. This brief and Preliminary Market Engagement Notice refers only to the site contained within Package B: Hadley Street, Castle Road Estate. The development site comprises of a former single storey car park which is now demolished and cleared and forms part of the wider 1960s Castle Road Estate that wraps round to the south of Castlehaven Road and includes Heybridge (8 storeys), Widford (4 storeys), Havering (3 storeys, Baring (3 storeys) and Roxwell (1-2 storeys) blocks.
£7,300,000
Contract value
Supply of Non-clinical consumables for use within various pathology disciplines, community settings and across primary care inclusive of forms, labels and packaging
£7,000,000
Contract value
Showing 261–280 of 739 contracts