WinAContractSearch

UK Public Sector Contracts & Tenders

739 matching contracts · Updated daily · Contracts Finder + Find a Tender Service

£1,000,000–£0 Closing this month Clear all
HousingOpen
Broadacres Kitchen & Bathroom Replacement Programme

Broadacres is seeking to award a contract to deliver a kitchen and bathroom replacement programme consisting of approximately 60 kitchens and 40 bathrooms a year (“Contract”) across their full area of operation to a single contractor. These figures are provided as a guide only and may vary during the life of the contract. Broadacres does not guarantee any volume of work. The programme is subject to customer refusals being removed and urgent replacements being added to the programme during the year. The Contract duration will be 3 years with an optional 2 year commencing from April 2026, value of expenditure will vary year on year but is envisaged to exceed £2,000,000 over the 5-year Contract period.

Broadacres Housing AssociationYorkshire23 Apr 2026WAC-571852

£2,000,000

Contract value

Public SectorOpen
Framework for the provision of M&E Services

Unity Schools Partnership require Contractors to join their new framework to undertake M&E Services and Construction Works. The framework is split into lots and any provider can attempt to join any of the services. The provider must always be in accordance with good industry practice so as to provide a high standard of service across the Trust for the benefit of the Trust's staff and pupils, the local community and to provide an inviting environment for visitors.

UNITY SCHOOLS PARTNERSHIP23 Apr 2026WAC-572426

£2,000,000

Contract value

Public SectorOpen
Framework for the provision of M&E Services

Unity Schools Partnership require Contractors to join their new framework to undertake M&E Services and Construction Works. The framework is split into lots and any provider can attempt to join any of the services. The provider must always be in accordance with good industry practice so as to provide a high standard of service across the Trust for the benefit of the Trust's staff and pupils, the local community and to provide an inviting environment for visitors.

UNITY SCHOOLS PARTNERSHIP23 Apr 2026WAC-572446

£2,000,000

Contract value

Public SectorOpen
Framework for the provision of M&E Services

Unity Schools Partnership require Contractors to join their new framework to undertake M&E Services and Construction Works. The framework is split into lots and any provider can attempt to join any of the services. The provider must always be in accordance with good industry practice so as to provide a high standard of service across the Trust for the benefit of the Trust's staff and pupils, the local community and to provide an inviting environment for visitors.

UNITY SCHOOLS PARTNERSHIP23 Apr 2026WAC-573110

£2,000,000

Contract value

Private SectorOpen
Lower Thames Crossing - Kent Roads - Vegetation Clearance

Skanska is looking to appoint a subcontractor to undertake vegetation clearance works for the Lower Thames Crossing (Kent Roads) project. The selected subcontractor will be required to supply all necessary labour, plant, and equipment to carry out the clearance and removal of vegetation. These works form part of the initial phase of the main construction programme, known as uninterrupted construction activities. Although the majority of the work will take place off-line, certain sections will be located online within the central reservation of the A2; therefore, proven experience in major highway schemes is essential. The Lower Thames Crossing (LTC) is a new road to better connect Essex and Kent through a tunnel beneath the River Thames. Our purpose is to drive a change in how we deliver - connecting people to jobs, businesses to opportunities, leaving a skills legacy for the local community and championing biodiversity and low-carbon construction. To support the project ambitions, we are committed to publishing opportunities on Contracts Finder to ensure full visibility for SMEs and local subcontractors. By doing so, we widen access to the Lower Thames Crossing supply chain, encourage participation from smaller and local businesses, and help unlock regional growth. This approach ensures that organisations of all sizes can compete fairly, strengthens local economies, and maximises the benefit of investment within the communities closest to the project. Our ambition is to deliver the UK's greenest road, and to do the right thing for local communities and the environment. We can only achieve this with the support of our supply chain, and it is therefore critical that for any supplier to be successful in winning work on LTC, they must demonstrate commitments to supporting delivery of our ambitions: • Supporting LTC to leave a skills legacy for the local community. This means recruiting a local workforce and upskilling the supply chain to enable meaningful progression into higher paid, higher skilled work. • Delivering LTC with the lowest practicable carbon. This includes adoption of our "zero emissions" intent, eradication of diesel on site and promotion of alternative sustainable fuels. • Helping to create successful opportunities by providing early careers roles, such as apprenticeships, and inspiring young people into construction through delivery of STEM engagement. The operatives involved in the works shall be competent with relevant qualifications and competency cards (CSCS) and have a Highway Passport. Additional information: Please complete the attached expression of interest form and return to steve.willis@skanska.co.uk & eleanor.clarke@skanska.co.uk.

SKANSKA CONSTRUCTION UK LIMITEDSouth East23 Apr 2026WAC-578278

From £500,000

Contract value

Private SectorOpen
FDIS - Catterick External Refurbishments to 38 properties - FY2026/27 - Amey North Region - Northern England

North Region - Northern England Brief Scope of Works • Replace roofs • Chimney demolition • Replace fasicas/soffits/downpipes • Remove two storey extension roofs • Replace canopies • Replace asbestos cement sheets to rear sheds • Replace exterior lighting • Full time dedicated On Site Liaison Officer Amey have been tasked by the DIO through the FDIS to deliver the Regional Accommodation Maintenance Service for the Central and North Regions. This notice is a call for competition and there may not be a further notice related to this opportunity. For Amey to accept any EoI it is ESSENTIAL that any subcontractor is: • willing to act as Main Contractor (essential requirement); • a Verified member of Constructionline (GOLD), relevant Work Category MUST show that Subcontracting is possible, and the 'Building Safety Act - Standard Construction' must be Verified; • capable of working to MOD SFG20 (PPM works only); • capable of working in a BIM Level 2 environment (where applicable); • compliant with DefStan 05-138 (required if you are likely to handle MoD Identifiable Information on your IT system); • willing to work with Amey to deliver Social Value to our Client; ideally, complete the Social Value Goal within the Constructionline platform. DESIRABLE attributes of our Supply Chain: • have a CSR policy; • have a Business Continuity and Disaster Recovery Plan If successful the subcontractor will need to pass a PQQ, sign up to Amey Terms and Conditions, and meet the MoD Security Requirements. This future opportunity notice is for EoI, BY EMAIL ONLY. Procurement Documentation will follow separately via a link from our e-tender portal (Curtis Fitch). Note 1: The bidder must quote for all aspects of the Works. Note 2: Future works of a similar nature may be negotiated based upon submitted rates. Note 3: Those making an Expression of Interest will be required to sign-up to our 'Sub-contract Agreement' where 'Mini Competitions' or 'Call Offs' will be used to tender works/services. Note 4: For complex projects such as EWI installation, Structural works etc. it is a requirement that the bidder must (at Ctt Award) carry PI cover of not less than £1,000,000. Note 5: Those making an EoI will be assessed in accordance with the Public Contract Regulations 2015 i.e. Regulations 57, 58 & 60. ADS expressly reserves the right to require those making an EoI to provide additional information supplementing or clarifying any of the information requested. Note 6: Depending on Amey's annual spend with individual bidders you may be required to either have committed to the Science Based Targets Initiative (SBTi), set SBTi approved near-term targets, or Net Zero targets. This opportunity is also advertised on Constructionline. ADS does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.

AMEY DEFENCE SERVICES LIMITED23 Apr 2026WAC-580411

From £870,000

Contract value

Local GovernmentOpen
Pre Engagement Marketing for SEND Passenger Transport Minibus Contract St Giles & Rutherfords

Pre Engagement Marketing for SEND Passenger Transport Minibus Contract St Giles & Rutherfords Croydon Council is looking for a supplier for the SEND Passenger Transport Minibus Contract St Giles & Rutherfords schools. The service is for the provision of passenger transport services for vulnerable children, young people and adults for the London Borough of Croydon to St Giles and Rutherfords Schools for a 7-year contract period. . To apply for this contract, you must have first registered on the council’s e-procurement portal -https://in-tendhost.co.uk/croydontenders/ .

London Borough of CroydonLondon23 Apr 2026WAC-580726

£7,070,000

Contract value

NHS & HealthcareOpen
Walking Aids

Walking Aids pre-market engagement notice.

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)Wales23 Apr 2026WAC-579943

£1,762,078.24

Contract value

Public SectorOpen
Preconstruction Design Services for Sprinkler Upgrade to Industria Building

Development of design of sprinkler upgrade works to Industria Building in Barking. This work is required to bring the sprinkler system in line with HHS requirements and to allow storage of goods at height. Design indicative guidance has been supplied within the tender documentation, alongside an indicative programme, and pricing schedule.

BE FIRST (REGENERATION) LTD.London23 Apr 2026WAC-580463

£2,230,800

Contract value

EducationOpen
Presenting Officer Services for Teacher Misconduct Cases (Teaching Regulation Agency)

The Teaching Regulation Agency (TRA) intends to procure mulitple external legal services to support the investigation, preparation and presentation of teacher misconduct cases, building on the model used under current Presenting Officer (PO) contracts. These services include undertaking proportionate investigations, preparing case documentation for Case to Answer decisions and Professional Conduct Panel (PCP) hearings, and presenting cases at hearings on behalf of the TRA. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of formal procurement. These sessions will allow us to explore practical considerations, understand market capacity and incorporate sector insight into refining the delivery model. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. This procurement will therefore establish a resilient, flexible legal services arrangement capable of meeting both current statutory obligations and the wider future scope of the Teacher Misconduct regime. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.

Department for EducationLondon23 Apr 2026WAC-566748

£24,300,000

Contract value

EducationOpen
Pre-market engagement – Legal Adviser Services for Teacher Misconduct Cases (Teaching Regulation Agency)

The Teaching Regulation Agency (TRA) intends to procure external legal adviser services to support the lawful, fair and efficient operation of Professional Conduct Panel (PCP) hearings. These services will build on the model used under the current Legal Adviser (LA) contracts and will ensure panels receive independent, high quality legal advice throughout the misconduct hearing process. Legal advisers provide essential and impartial advice to PCPs on matters of law, mixed questions of law and fact, procedure, precedent, and any other issues relevant to the case before the panel. They also draft the panel’s written findings of fact, announced decision, and final decision document, ensuring these are clear, legally sound and fully compliant with the Teachers’ Disciplinary (England) Regulations 2012 and TRA’s published guidance. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of the formal procurement. These sessions will provide an opportunity to explore practical aspects of delivering legally compliant hearings, understand market capacity and discuss how suppliers can support resilience and consistency across panels. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. The resulting procurement will therefore establish a resilient, high quality legal adviser service capable of supporting the current statutory framework and the future expansion of the Teacher Misconduct regime. The TRA will work closely with contracted suppliers to maintain high standards of legal accuracy, consistency in decision making and operational stability across all panel hearings. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.

Department for EducationLondon23 Apr 2026WAC-566752

£5,000,000

Contract value

EducationOpen
Presenting Officer Services for Teacher Misconduct Cases (Teaching Regulation Agency)

The Teaching Regulation Agency (TRA) intends to procure mulitple external legal services to support the investigation, preparation and presentation of teacher misconduct cases, building on the model used under current Presenting Officer (PO) contracts. These services include undertaking proportionate investigations, preparing case documentation for Case to Answer decisions and Professional Conduct Panel (PCP) hearings, and presenting cases at hearings on behalf of the TRA. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of formal procurement. These sessions will allow us to explore practical considerations, understand market capacity and incorporate sector insight into refining the delivery model. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. This procurement will therefore establish a resilient, flexible legal services arrangement capable of meeting both current statutory obligations and the wider future scope of the Teacher Misconduct regime. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.

Department for EducationLondon23 Apr 2026WAC-568273

£24,300,000

Contract value

EducationOpen
Pre-market engagement – Legal Adviser Services for Teacher Misconduct Cases (Teaching Regulation Agency)

The Teaching Regulation Agency (TRA) intends to procure external legal adviser services to support the lawful, fair and efficient operation of Professional Conduct Panel (PCP) hearings. These services will build on the model used under the current Legal Adviser (LA) contracts and will ensure panels receive independent, high quality legal advice throughout the misconduct hearing process. Legal advisers provide essential and impartial advice to PCPs on matters of law, mixed questions of law and fact, procedure, precedent, and any other issues relevant to the case before the panel. They also draft the panel’s written findings of fact, announced decision, and final decision document, ensuring these are clear, legally sound and fully compliant with the Teachers’ Disciplinary (England) Regulations 2012 and TRA’s published guidance. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of the formal procurement. These sessions will provide an opportunity to explore practical aspects of delivering legally compliant hearings, understand market capacity and discuss how suppliers can support resilience and consistency across panels. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. The resulting procurement will therefore establish a resilient, high quality legal adviser service capable of supporting the current statutory framework and the future expansion of the Teacher Misconduct regime. The TRA will work closely with contracted suppliers to maintain high standards of legal accuracy, consistency in decision making and operational stability across all panel hearings. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.

Department for EducationLondon23 Apr 2026WAC-568278

£5,000,000

Contract value

Public SectorOpen
Travel Health Advice and Vaccinations Service

The Foreign, Commonwealth and Development Office (FCDO) intend to engage with the market in advance of the procurement of the Travel Health Advice and Vaccinations Service. This notice is NOT a call for competition. It is being issued for the purpose of: - Informing suppliers of a forthcoming procurement - Inviting interested suppliers to participate in early market engagement using the Supplier Expression of Interest Form (link below) Partaking in market engagement does not preclude from proceeding to a future stage of procurement. Overview: The FCDO and its Partners across Government (PAGs) (collectively known as the Authority) require Travel Health and Vaccination services for its officers and qualifying dependants (including newborn babies) who are travelling overseas for postings or official business. The aim of this contract is to provide a modern, evidence-based travel health service that provides our officers and their qualifying dependants with travel health advice, travel vaccinations and malaria prophylaxis to allow them to live and travel overseas as safely as possible. The Foreign, Commonwealth and Development Office (FCDO), together with its Partners across Government (PAGs), collectively referred to as the Authority, require the provision of Travel Health and Vaccination services for officers and eligible dependants—including newborns—travelling overseas for assignments or official duties. This contract is intended to deliver a contemporary, evidence-based travel health service that offers officers and their qualifying dependants comprehensive travel health advice, appropriate travel vaccinations, and malaria prophylaxis, thereby supporting their ability to live and work abroad while maintaining optimal safety standards.

Foreign, Commonwealth and Development OfficeLondon23 Apr 2026WAC-571081

£4,083,333

Contract value

EducationOpen
Framework Agreement for the Supply and Installation of Audiovisual Equipment

The University of Birmingham ("the University") is reprocuring its Framework for the Supply and Installation of Audio-visual (AV) Equipment, with annual spend through this Framework being approximately £1.6 million. The scope of the Framework shall include, but not be limited to: 1. The design and supply of: (a) Amplifiers (b) Assistive Listening (b) Audio Distribution, Processing, switching, and scaling (d) AV Cabinetry (e) AV Lecterns (f) AV Mounting bracketry (g) AV Software (h) Cables/Connectors/ consumables (i) Collaborative meeting and learning (j) Control Products (k) Digital Signage (l) Induction loop (m) Installation cabling (n) Interactive Presentation (o) Large size Video Display (p) Lecture Capture (q) Lighting Systems (r) Loudspeakers (s) Microphones (t) Mixers & Consoles (u) PA / VA Systems (v) Projection screens - electronic (w) Projection screens - manual (x) Projector lamps (y) Projectors/Projection Products (z) Racks, (aa) Rack mounts & Brackets, (ab) Recording and editing equipment (ac) Video Distribution, Processing, switching, and scaling (ad) Visualisers (ae) Wall/surface mount input plates (e.g. 1gang HDMI input) (af) Systems Design 2. The provision of the following services: (a) Systems Design (b) Project Management/Installation of Equipment (Lot 2 only) (c) Account management (d) Planned preventative maintenance and reactive maintenance for off-campus facilities (this will not be required for main campus, as maintenance will be managed in-house). It is envisioned that a multi-lot tender will be conducted in order to establish this Framework. The initial lot structure has been outlined below, although this is subject to change. - Lot 1: Supply Only - Single Supplier - Lot 2: Supply and Installation - Multiple ranked suppliers

THE UNIVERSITY OF BIRMINGHAMWest Midlands23 Apr 2026WAC-570902

£6,400,000

Contract value

Public SectorOpen
City of London Women's Programme Floating Support Service

Background and Scope The City of London Corporation is commissioning a Floating Support Service to provide wrap-around support to female survivors of DA/DV who are located in a 6-bed temporary accommodation in the London Borough of Greenwich. The City of London Women’s Project (COLWP) is a 6-bed HMO located in the London Borough of Greenwich that serves female survivors of DA/DV, under the statutory duties of the Housing Act 1996 (Part VII), the Homeless Reduction Act 2017 and the Domestic Abuse Act 2021. This floating support service will provide rapid, effective, and tailored support to the City of London Women’s Project with the goal of empowering survivors of domestic abuse to prepare them to move into safe, healthy and independent housing. The service will support intersectionally marginalised service users with a range of needs, focusing on removing barriers to resettlement and ensuring their safety and wellbeing, with built-in understanding of the added needs surrounding neurodiversity and homelessness. The service will interact with the local Domestic Abuse MARAC and IDVA’s where appropriate to ensure support is coordinated and client focussed whilst supporting the service users to develop and work through their personal housing plans. The City of London Corporation Department of Community and Children's Services is responsible for delivering these services.

The Mayor and Commonalty and Citizens of the City of LondonLondon23 Apr 2026WAC-578823

£3,000,000

Contract value

NHS & HealthcareOpen
HomeTest - Preliminary Market Engagement

Market Engagement for the HomeTest’s vision which is to create a single, trusted national home testing capability that enables individuals to order, complete and receive results from clinically validated diagnostic tests from home, integrated into the NHS App and aligned with national screening, monitoring and prevention goals. This does not include point of care testing capability but refers to a vision for self-sample collection and laboratory analysis.

NHS EnglandLondon23 Apr 2026WAC-578425

£35,000,000

Contract value

Local GovernmentOpen
Watercourse Maintenance

Watercourse and associated structures maintenance contract to enable the continuation of the ongoing maintenance of watercourses and associated structures. BCC as the Lead Local Flood Authority for its administrative area, and as a riparian landowner, has responsibilities for managing flooding and watercourses on council owned land under the Flood and Water Management Act (2010) and Land Drainage Act (1991). The regular watercourse maintenance works reduce the chance of flooding by avoiding blockages, ensuring watercourses are free flowing and so that flood risk assets continue to function properly.

Bristol City Council23 Apr 2026WAC-578665

£1,000,000

Contract value

Local GovernmentOpen
Provision of Childcare Services (Flying Start & Non-maintained Early Education)

WCBC is establishing a compliant procurement route for the execution of Childcare Provision – Flying Start/Non-Maintained Funded Early Education. This will provide an unlimited number of suitably qualified and experienced Childcare Providers (referred to as Potential Providers). The provision is being purchased under two Lots: LOT 1 – FLYING START LOT 2 – NON-MAINTAINED EARLY EDUCATION

Wrexham County Borough CouncilWales23 Apr 2026WAC-568894

£3,954,000

Contract value

NHS & HealthcareOpen
Capital Construction Framework for Swansea Bay University Health Board (SBUHB) and Hywel Dda University Health Board (HDUHB).

Swansea Bay University Health Board (SBUHB) and Hywel Dda University Health Board (HDUHB) intend to establish a new Capital Construction Framework to support capital projects valued up to £7 million. This framework aims to enhance the Health Boards' ability to manage and deliver their capital programmes, reduce reliance on external public-sector frameworks, develop a regional supply chain and contractor base, reduce procurement timescales, and improve delivery confidence in terms of time, cost, and quality for enhanced patient outcomes in South West Wales.The framework will support digital construction methods and encourage the adoption of modern methods of construction (MMC) where appropriate. Social value, sustainable procurement, and foundational economy principles will be integrated into the framework, with a focus on ethical employment, decarbonisation, SME participation, and alignment with the Well-being of Future Generations (Wales) Act 2015.This Planned Procurement Notice is issued to alert the market to this upcoming opportunity and stimulate early contractor engagement.A Pre-Qualification Questionnaire (PQQ) will follow, setting out the structure of each Lot and the maximum number of contractors to be appointed. Only the highest-scoring bidders from the PQQ stage will be invited to tender. All tender documentation will be issued via the eTender Wales portal.All call-off contracts issued under the framework for SBUHB will be governed by the NEC4 Model Form of contract (Options A and C), with NHS Wales Standard Terms and Conditions for works valued up to £25k.Call-off contracts issued under the framework for HDUHB will be governed by the JCT Contract, NEC4 Model Form of contract (Options A and C), with NHS Wales Standard Terms and Conditions for works valued up to £25k.The framework is being developed in alignment with current procurement legislation, particularly the Procurement Act 2023 and its focus on transparency, value, and innovation.The proposed lots are:LOT A – Swansea Bay University Health BoardLOT B – Hwyel Dda University Health Board- Lot 1.A / Lot 1.B Multi-Disciplinary & Modernisation Works (SME Focus): Value Threshold £0 - £25,000 (Rotational Procurement Route, up to 3 contractors per region). - Lot 2.A / Lot 2.B: Value Threshold £25,000 - £500,000 (Rotational Procurement Route, up to 4 contractors per region).- Lot 3.A / Lot 3.B: Value Threshold £500,000 - £2,000,000 (Rotational with Option to Mini-Comp (Commercial Only) Procurement Route, up to 4 contractors per region).- Lot 4.A / Lot 4.B: Value Threshold £2,000,000 - £4,000,000 (Mini-Comp (Commercial Only) Procurement Route, up to 4 contractors per region).- Lot 5 - Regional Lot (5A/5B): Value Threshold £4,000,000 - £7,000,000 (Mini-Competition (cost/quality) up to 6 contractors per region).Contractors may submit bids for multiple Lots. However, Lot 1 (Multi-Disciplinary and Modernisation Works – SME Focus) is a standalone arrangement. Contractors bidding for Lot 1 will not be eligible to bid for Lots 2, 3,4, or 5. Contract Duration:4 Years + 1+1 (potential for two one-year extensions).Target Commencement Date: 1st October 2026.Please note that the timescales are indicative and subject to change – tender documentation is NOT available at this time.If you have any questions, please contact: Shannon.Mason@wales.nhs.uk

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)Wales23 Apr 2026WAC-571248

£10,000,000

Contract value

Showing 301320 of 739 contracts

← PreviousNext →