739 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Purpose of the event: The session will provide an opportunity to: • Outline BCFT’s commissioning intentions for Lots 2 to 6 • Clarify the scope, service models, and expectations across these Lots • Discuss key quality, compliance, and outcome requirements, including alignment with the Supported Accommodation (England) Regulations 2023 • Enable providers to ask questions and seek clarification in advance of the formal tender publication. The event forms part of BCFT’s wider engagement with the market to ensure the Framework supports a diverse, high-quality provider base and delivers improved outcomes for young people aged 16 to 25, including looked-after children, care leavers, and unaccompanied asylum-seeking children (UASC). Framework Lots – Scope The Market Engagement Event will focus on Lots 2 to 6 only. Providers with an interest in delivering services within these Lots are strongly encouraged to attend. Further details on individual Lot requirements will be provided during the session. Event Details • Event: Additional Market Engagement Event • Focus: Lots 2–6 – Post 16 Supported Accommodation and Support Services Framework • Location: Microsoft Teams • Date and Time: Wednesday 22nd April - 11:0 until 11:45 Registration To register your interest in attending this Market Engagement Event, please email: ChildrensCommissioning@bradford.gov.uk . Please use the subject line: Market Engagement Event – Post 16 Supported Accommodation Framework (Lots 2–6). Joining instructions and further details will be shared with registered attendees ahead of the event. Procurement Portal. The formal procurement opportunity will be published via eu supply.com. Providers are advised to ensure they are registered on the portal to access documentation and submit any future bids.
£9,250,000
Contract value
Introduction Plymouth Community Homes (PCH) currently operates a warehouse and purchases stores materials to support PCH’s Repairs Department based in Plymouth and surrounding areas. Ahead of a full procurement process PCH wish to undertake pre-market engagement to explore what suppliers can offer in regard to managed services, and the different commercial options and services available for servicing it’s housing material requirements in Devon and Cornwall. 1) Background to Plymouth Community Homes (PCH) We are Plymouth’s largest social housing landlord with over 16,000 properties providing homes to over 35,000 people in Plymouth and the surrounding areas. 2) Initial Scope of Requirement. PCH are seeking to understand potential delivery models for supplying materials to its operatives via store(s) / depots. We are interested to hear about different delivery models that are available, commercial approaches and how they would benefit PCH. 3) Engagement Process Initial early discussions with suppliers in the marketplace. 4) Timescale Estimated that the Tender would be completed early 2027. 5) Proposed Route to Market To be determined If you are interested in this opportunity and wish to book a meeting to discuss this, please send an email to procurement@pch.co.uk
£12,600,000
Contract value
Original UK4 Tender Notice: UK-2584 The Social Impact Framework provides a route to market for public sector organisations to commission services that improve social outcomes and address health inequalities. It supports the commissioning of services that influence the wider determinants of health - the social and environmental factors that affect people’s wellbeing, such as housing, employment, education, community support and access to services. The framework enables NHS organisations, Integrated Care Boards, local authorities and other public sector partners to identify organisations delivering these services and procure them in a fair and transparent way. Rather than running a full procurement process each time a service is required, public bodies can use the framework to access organisations that have already been assessed and approved. The framework is now approaching its first reopening, which will provide an opportunity for additional organisations to apply to join the framework.
£15,000,000
Contract value
***This is not a tender exercise*** The Education Authority Northern Ireland (EANI) would like to invite participation in a Preliminary Market Engagement (PME) exercise to seek the views of the market for the provision of Occupational Health Services. The purpose of this PME exercise is for EANI to gain an understanding of the current market and will be used to assist EANI in gaining a better understanding of the feasibility of the requirements, the most appropriate procurement and operational approach, the capacity of the market to deliver the requirements and an opportunity for the market to highlight any possible risks or issues. This PME exercise also seeks to identify indicative costs to help inform the business case on the commercial aspects for the delivery and implementation of solution(s). For the avoidance of doubt, this is the scoping phase of the project and is not part of any formal procurement process and there is no commitment at this stage to carry out such a process. Any information gathered will not be considered in any future tender exercise. Please note that participation or non-participation in this PME exercise shall not prevent any supplier from participating in any future procurement process, nor is it intended that any information provided shall place any supplier at an advantage or disadvantage in any future procurement exercise. Further information including the questionnaire can be downloaded from the documents section of the CfT on eTendersNI.
£2,000,000
Contract value
We are seeking a contractor to be a key part of the delivery of the Manchester School Swimming Programme. You will be responsible for the safe transport of pupils from across the city to one of Manchester's leisure centres to attend their national curriculum swimming lessons. You will be part of a hugely successful swimming programme that is recognised nationally as a good model of practice. The programme produces national curriculum attainment that is considerably higher than the national average, which we are very proud of. We look forward to working with the successful contractor to continue building on this success. The contract will be awarded to 1 company. The framework period will be for 3 years with the option to extend for an additional 1 years. It is intended for the framework to commence 01 September 2026. (Term time only, approx. 36-39 weeks per year). The transport and service provided by the contractor must be safe, sensitive and reliable. The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity .
£1,465,608
Contract value
Sutton Council intends to commission a housing support service for single adults, aged 18 years and above, who are experiencing, or are at risk of, homelessness, and are vulnerable due to mental health needs, substance misuse problems, experience of domestic abuse, or have a history of offending. This service will provide: Short-term housing support to 119 units of supported accommodation that differ in size and location Short-term floating support to 40 individuals per annum who are living in other types of accommodation, including temporary accommodation, social housing and private rented accommodation. These individuals will likely have complex needs with dual or multiple diagnoses and will require support with tenancy sustainment or resettlement. The Provider shall have the additional responsibility for carrying out housing management of furnished supported accommodation and to provide an out-of-hours concierge service. These additional services will be funded through Housing Benefit eligible rent and not through the housing support contract. This service will support vulnerable adults to live independently through the provision of housing related support and/or supported accommodation and to participate in a planned and seamless journey towards independent living. The service will promote recovery and facilitate social inclusion and wellbeing. The provision of high quality housing support is key to achieving the Council's ambition for Sutton to be 'an inclusive place for everyone' and to ensure that more people in Sutton are living in 'quality and affordable housing' by working to prevent homelessness and support vulnerable people who become homeless. This procurement is being conducted as a light touch contract under Section 9 of the procurement Act 2023, for services specified in Schedule 1 of the Procurement Regulations 2024.
£4,860,000
Contract value
The Trust welcomes innovation and that provider(s) set out their ambitions and vision to deliver the services being tendered in line with the specification
£8,250,000
Contract value
ESPO are establishing a national framework for the supply, installation, service and maintenance of stairlifts, steplifts, vertical through-floor lifts and hoists for use in a domestic setting. The Framework is divided into 7 lots, with lots 1 and 2 also being further divided into sub-lots as follows: Lot 1. Seated Stairlifts Sub-Lot 1.1. Seated Stairlifts (Fused Spur Installation) Sub-Lot 1.2. Seated Stairlifts (Battery, Plug-In Installation) Lot 2. Perch Stairlifts Sub-Lot 2.1. Perch Stairlifts (Fused Spur Installation) Sub-Lot 2.2. Perch Stairlifts (Battery, Plug-In Installation) Lot 3. Steplifts Lot 4. Inclined Platform Lifts Lot 5. Vertical Through-floor Lifts Lot 6. Ceiling Track Hoists Lot 7. Mixed Requirement Lot Please refer to the tender documents for further details (including further details on each of the lots / sub-lots) - the closing date for submission of Tenders is 12:0 (12 noon / 12pm) on 23 April 2026. To tender (please proceed to step (e) if an expression of interest has already been completed): (a) Go to https://www.eastmidstenders.org/ (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '364_26' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen). Any questions or clarifications relating to this tender opportunity should be submitted to ESPO as a message on the eProcurement Portal, once an Expression of interest has been completed.
£36,000,000
Contract value
ScotRail Trains Ltd has a requirement for the supply and delivery of 35 million litres (approx.) of Marked Gas Oil to BS EN590 for use in UK Railway vehicles to 6 delivery locations in Edinburgh, Glasgow (3), Inverness and Perth and for the supply and delivery of 200,000 litres of Diesel to BS EN590 for heating purposes to 1 delivery location in Glasgow. Precise details of each delivery Lot together with any additional requirements will be contained within the PQQ/tender documents. The indicative contract commencement date is 7th October 2026.
£25,000,000
Contract value
• A core managed service, management of all ICT against an agreed SLA • A Service Desk, available 51 weeks a year including out of hours access and emergency support • Local staffing which suppliers deem necessary to deliver the service and meet the SLA requirements • Strategic advice and direction to the College's leaders regarding ICT policy, procedures and best practice • Responsibility for design, specification, installation, and management of all ICT infrastructure • Supply of goods and services based on an agreed Best Value approach • Management of 3rd parties where relevant to the ICT support • Relevant monitoring, management, patching • Regular performance reporting • Access to the highest quality digital training materials to support in-house delivery • Advice on the impact of policy updates on the ICT solution and support • There is an expectation that the provider will support and/or drive innovation, particularly around AI and environmental sustainability. • Maintain technical documentation • Maintain operational documentation, for example inventory management and risk registers • Collective partnership targets aligned to the College's objectives • In College support for the integration and upgrade of the ICT Solution. • Suppliers may be required to deliver a range of technology and change management projects in addition to the providing the core managed service. There will be immediate project work needed in 2026
£1,000,000
Contract value
This tender is for a requirement of catering services, for one secondary school and seven primary schools in the Grimsby area. Currently five of the seven primary schools have fresh food cooked onsite, two are delivered in hot box meals, as detailed within Attachment 2. However, the Client wishes for all seven primary schools to receive delivered in hot box meals. The secondary school has a large kitchen and serves fresh cooked meals, which is to remain as such. Bidders may wish to consider when building their bid, utilising the secondary school kitchen for some of the delivered in meals for the primaries, and/or other primary kitchens. Further information on the Client’s requirements can be found at Attachment 1 Specification and Attachment 2 Client Data. The Contract period will be for three years initially, with the option to extend for two further one-year periods at the discretion of the Client.
£4,500,000
Contract value
Sitemark Ltd is managing a compliant public sector tender process on behalf of Haydon School (the Contracting Authority) for the procurement of cleaning services.
£1,250,000
Contract value
Radus intend to appoint one (1) contractor for the full provision of service delivery under this contract. A full description of the requirements can be found in Document 02 – Scope of Services The contract is estimated to be above the threshold were the Procurement Act 2023 applies. The Procurement method to be utilised is a 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 a number of stages outlined below and explained in further detail throughout this document and in subsequent documents as the procurement exercise will progress: STAGE 1: Conditions of Participation (CoP) The CoP Stage allows for the pre-qualification of Contractors and will provide Radius with sufficient information to allow Contractors to be selected for further stages. Contractors’ responses will be evaluated against the criteria set out in these Instructions and the accompanying documents in this CoP Package (CoPP). Contractors must respond to all the questions in the CoPP and must provide all the supporting information requested. STAGE 2: Tender Stage Contractors short-listed from the pre-qualification process will be invited to participate in a competitive tender process. Shortlisted Tenderers will be issued with comprehensive tender documents which shall provide sufficient information for tenderers to submit a bid. The Award Criteria shall be on the basis of Most Advantageous Tender or Lowest Acceptable Cost. Radius Housing reserve the right to run multiple stages in the procurement competition in order to identify the Most Advantageous Tender. The Tender Stage Instructions will provide full details of this stage. STAGE 3: Post Tender Negotiation (Optional) The Contracting Authority may award the procurement competition to the Most Advantageous Tender / Lowest Acceptable Cost after the assessment Stage 2. 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 / Lowest Acceptable Cost Offer 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 Framework Agreement and or Call Off contracts. 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 Contracting Authority reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time.
£3,600,000
Contract value
Powys Teaching Health Board wishes to receive bids from dental healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services required for NHS General Dental Services. PLEASE NOTE All Documents relating to the following tender are available via etenderwales - https://etenderwales.bravosolution.co.uk/web/login.shtml ITT REF: itt_123969
£2,500,000
Contract value
The Council intends to procure the main building contractor for the Westgate Village Development. The Project and development site area incorporates the former Co-op land and property with the buildings demolished with exception of the retained façade and partial building facing Spital Street; this extends for the purpose of the Planning Application to incorporate Orchard Street and the public highway in Spital Street where it is proposed that there are improvements and amendments to the Adopted Highway. The council acquired the land and property from Homes England in June 2022 and in 2023, following a competitive process appointed Peter Barber Architects to prepare a Feasibility Study to explore the options available in land use. A scheme was approved by the Council in 2024 that has been advanced to a Planning Application that was Validated in January 2026. The project incorporates the following: 1.69 homes in buildings (Blocks A-G) up to 4 storeys 2.20% Affordable Housing (as Planning Policy) 3.Approximately 20,000ft2 commercial (Class E Space) 4.Redevelopment of the former Co-op building to provide entertainment uses (Approximately 8,500ft2) 5.Public Realm 6.Improvement to Orchard Street Adopted Highway.
£25,000,000
Contract value
The Council intends to procure the main building contractor for the Westgate Village Development. The Project and development site area incorporates the former Co-op land and property with the buildings demolished with exception of the retained façade and partial building facing Spital Street; this extends for the purpose of the Planning Application to incorporate Orchard Street and the public highway in Spital Street where it is proposed that there are improvements and amendments to the Adopted Highway. The council acquired the land and property from Homes England in June 2022 and in 2023, following a competitive process appointed Peter Barber Architects to prepare a Feasibility Study to explore the options available in land use. A scheme was approved by the Council in 2024 that has been advanced to a Planning Application that was Validated in January 2026. The project incorporates the following: 1.69 homes in buildings (Blocks A-G) up to 4 storeys 2.20% Affordable Housing (as Planning Policy) 3.Approximately 20,000ft2 commercial (Class E Space) 4.Redevelopment of the former Co-op building to provide entertainment uses (Approximately 8,500ft2) 5.Public Realm 6.Improvement to Orchard Street Adopted Highway.
£25,000,000
Contract value
The Authority is looking to appoint four Suppliers (Contractors) to enter into a Framework Agreement (Agreement) for the provision of Building, Mechanical and Electrical Minor and Major Works Services across the PSNI Estate. It is envisaged that the Suppliers (Contractors) will be appointed under Contracts via either an NEC4 Engineering and Construction Contract or NEC4 Engineering and Construction Short Contract. The Agreement will be divided into four Lots. The Agreement will provide the delivery of new and refurbishment construction works projects and may include the provision of building, mechanical and electrical works and all associated specialist subcontracts. The Agreement will operate in two distinct parts. Part A – Minor Works A single Supplier will be appointed to provide the works and services exclusively to each Lot area. In special circumstances (decided upon by the Authority) the Supplier from either Lot Area may be asked to provide the service within the other Lot Area. Part B – Major Works Major Works (Over £500k and up to £4.8m) PSNI Estate Wide (Works to be commissioned via an NEC4 ECC). The successful Suppliers for Lots 1 to 4 will be used to establish an Agreement for the provision of Major Works (Over £500k and up to £4.8m) across the PSNI Estate. Commissions for Major Works, will be allocated via mini competitions, awarded on the basis of lowest price, between the Suppliers appointed for Lots 1 to 4. The estimated value, excluding VAT, of the overall Framework Agreement is in the cost range £64,000,000 to £104,000,000, over the four years period of the Framework Agreement. This is further broken down as follows: Part A – Minor Works • Lot 1 - £2,500,000 to £4,000,000 per annum • Lot 2 - £2,500,000 to £4,000,000 per annum • Lot 3 - £2,500,000 to £4,000,000 per annum • Lot 4 - £2,500,000 to £4,000,000 per annum Part B – Major Works • PSNI Estate Wide - £6,000,000 to £10,000,000 per annum (Conducted via secondary competition) The estimated value of works to be delivered through the Agreement for Part A and Part B detailed above are just that, a forecast of anticipated spend under the Agreement and whilst it is the Authority’s intention to deliver a reasonable number of Contracts utilising this Framework Agreement, the Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Authority is not under any obligation to award any call off contracts under the Agreement. The Authority is not responsible for meeting any costs incurred by the Supplier should the value of any call off contracts awarded under the Agreement fall short of Supplier’s expectations, The Authority reserves the right at any time to procure similar or identical work outside the Agreement. The Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Contractors to provide works where appropriate.
£104,000,000
Contract value
The Authority is looking to appoint four Suppliers (Contractors) to enter into a Framework Agreement (Agreement) for the provision of Building, Mechanical and Electrical Minor and Major Works Services across the PSNI Estate. It is envisaged that the Suppliers (Contractors) will be appointed under Contracts via either an NEC4 Engineering and Construction Contract or NEC4 Engineering and Construction Short Contract. The Agreement will be divided into four Lots. The Agreement will provide the delivery of new and refurbishment construction works projects and may include the provision of building, mechanical and electrical works and all associated specialist subcontracts. The Agreement will operate in two distinct parts. Part A – Minor Works A single Supplier will be appointed to provide the works and services exclusively to each Lot area. In special circumstances (decided upon by the Authority) the Supplier from either Lot Area may be asked to provide the service within the other Lot Area. Part B – Major Works Major Works (Over £500k and up to £4.8m) PSNI Estate Wide (Works to be commissioned via an NEC4 ECC). The successful Suppliers for Lots 1 to 4 will be used to establish an Agreement for the provision of Major Works (Over £500k and up to £4.8m) across the PSNI Estate. Commissions for Major Works, will be allocated via mini competitions, awarded on the basis of lowest price, between the Suppliers appointed for Lots 1 to 4.
£104,000,000
Contract value
Invitation to Tender for a service to provide Overnight Short Breaks with Outreach Support for children with Special Educational Needs and Disabilities in Herefordshire. The Overnight Short Breaks service will be delivered from a Council-owned property near Hereford City. Outreach support will be delivered across a number of locations within Herefordshire. NOTE: The total estimated contract value stated in this notice represents the maximum possible value of the contract over its full term (including extensions). The actual value will be subject to demand and the provider's capacity during the life of the contract.
£7,600,000
Contract value
South Yorkshire Mayoral Combined Authority (SYMCA) for and on behalf of itself and the Police and Crime Commissioner for Humberside (PCC) are procuring a Healthcare and Forensic Service in Custody, for South Yorkshire Police (SYP) and Humberside Police (HP). The procurement will be conducted in accordance with PA23 under the Competitive Flexible Procedure. This requirement is for a collaborative contract for the two forces, with SYP as the lead force and SYMCA as the contracting authority, for services to be delivered by a single contractor.
£32,000,000
Contract value
Showing 281–300 of 739 contracts