Loading page content…
Loading page content…
Loading contract search results…
648 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
ProContract Project Reference No.: DN803885 Essex Procurement Partnership is procuring, on behalf of Tendring District Council, with the resulting contract between the Council and the successful Bidder, to deliver two construction redevelopment projects in Dovercourt (Harwich), Essex. The sites are located at (i) Milton Road and (ii) Victoria Street, Dovercourt, Essex and a single main contractor will be expected to deliver both requirements. Upgraded Parking and Landscaping: construction of a new at-grade car park, cycle parking, and landscaping improvements at Milton Road Car Park, Milton Road - Dovercourt, Essex Victoria Street project: construction project to convert two derelict sites to (i) social housing and (ii) dedicated parking spaces for residents. The construction period is anticipated to take 12 months. The defects period is an additional term; further details are provided in the tender pack. Both projects already have planning permission and are at RIBA stage 3. The tender is being run as a two stage procurement, with pricing for both the PCSA and indicative Contract Sum Analysis required at this stage. Opportunities for site visits will be made available to prospective bidders. Please refer to the tender pack, which contains the employers requirements and all other associated documents, for further information. Baily Garner LLP are the Council's nominated Employer's Agent. They will contract manage the project with Tendring District Council and administer the project and JCT Design and Build Works Contract. The EA role will include checking progress and quality of works on site, certifying Practical Completion as appropriate, validating and certifying payments, and monitoring compliance with employer requirements, etc. The successful bidder will be expected to work alongside Tendring District Council and Baily Garner, in the successful delivery of this project.
£2,785,000
Contract value
This Contract is for the Supply and Delivery of Playground Equipment catering for a wide range of play opportunities of age groups with differing needs and abilities: Items 1 - 32 – Standalone Playground items Items 33 – 35 (Lot 1 – Single Spring Rockers) Items 36 – 40 (Lot 2 – Swing Units)
£1,250,000
Contract value
This commission is to develop a Movement and Place Plan for York which will consider priority areas for major new development and public realm investment and how transport can be reshaped, city wide, to significantly reduce through traffic and enable the benefits of place-based development to be maximised. The project is split across two phases. Further information is contained within Open ITT Volume 2 - Specification. For the avoidance of any doubt, as at the starting date funding has only been confirmed for the Packages/Task Orders under Phase 1. Phase 2 Packages/Task Orders are subject to further funding being awarded to the Client at a later date, and the Client gives no guarantee that it will proceed with Phase 2 until such funding has been confirmed.
£1,150,000
Contract value
The successful Supplier will be required to provide Catering services for Four Schools within Laetare Catholic Multi-Academy Trust. Contract Value: Annually excluding VAT •St Anselm's College £327,500 Est. – Sept 27 •St Edward's College - £525,000 2025/26 – Sept 26 •St Joseph's College - £351,000 2025/26 – Sep - 26 •De La Salle - £380,360 Est. Trust Vision and Values: https://laetarecmat.co.uk/Vision-Values MISSION AND VISION DRIVE Our Mission and our Vision of Education will drive the culture and structures of the Laetare CMAT. RESPECT FOR DISTINCTIVENESS We are committed to a governance model, which respects and empowers each school’s unique identity and allows the individual charisms of each school’s founder to be nurtured. We value both the unity that flows from the common vision and the diversity of its expression in individual schools. We will ask for alignment rather than standardisation. COLLABORATION FOR THE COMMON GOOD The Laetare CMAT is, in its very essence, a collaborative venture. Our academies belong to different Religious Order foundations and a defining principle of the CMAT is that of collaboration. We also recognise our responsibility to work for the Common Good, not just of the academies in the Laetare CMAT, but to the wider family of Religious Order schools so there is mutual benefit. In support of the view that “The work of Catholic Education is essentially and always a work of partnerships”, the CMAT is also looking to build bridges of collaboration with local Dioceses and their Catholic Multi Academy Trusts and with the families and communities in the areas served by the Laetare CMAT. Please see PSQ Document for more information. For more information about this opportunity, please visit the Delta eSourcing portal at: https://litmustms.co.uk/tenders/UK-UK-Altrincham:-School-catering-services./335H69275Q To respond to this opportunity, please click here: https://litmustms.co.uk/respond/335H69275Q
£7,919,300
Contract value
Accommodation for patients undergoing proton beam therapy and radiotherapy at UCLH and Proton International.
£6,000,000
Contract value
Salisbury City Council (SCC) intends to establish a new Commercial Waste Collection, Disposal and Recycling Services contract covering the collection, transportation, processing, reuse/recycling and lawful disposal of commercial and municipal waste generated at Council-managed locations in Salisbury. It forms the principal operational standard and contract deliverable. The new contract will consolidate several existing short-term arrangements currently delivered by external providers into a single, integrated service. This will enable greater service consistency, operational efficiency, value for money, and compliance with all relevant environmental legislation. The contract will play a key role in maintaining Salisbury’s public spaces as clean, safe, and welcoming environments, supporting the Council’s long-term sustainability and environmental objectives. SCC is committed to maintaining high standards of cleanliness and environmental performance. The new contract will cover the management of green waste from parks and open spaces, spoil tip waste from cemeteries, litter and refuse from street bins (including sweeper waste), and waste from council buildings and operational sites. Waste Stream Data (2024–2025) The following figures represent the baseline tonnage data for the 2024–2025 reporting period and will be used to inform the new contract: Waste Stream Tonnes General Waste (DNH) 240.69 Dry Mixed Recycling 7.00 Glass 0.30 Mixed Recyclables 15.49 Mixed Commercial Waste 7.20 Municipal Waste 31.86 Biodegradable Waste 10.22 Wood 1.12 Total Waste Managed All Streams 313.88 (These figures form the baseline for ongoing reporting, performance comparison, and service improvement targets.)
£1,250,000
Contract value
A multi-supplier, multi-Lot Framework Contract for the provision of a Commercial Card and Digital Payments, Prepaid Card and Voucher solution across the UK, Europe and Worldwide.
£13,500,000,000
Contract value
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.
£2,000,000
Contract value
West Midland Pension Fund are one of the countries largest pension funds. On their behalf CBRE Investment Management are undertaking development at the Longwell Green Retail Park. This is a two-stage process. WMPF are seeking suppliers to submit a Procurement Selection Questionnaire as part of stage 1 of a competitive flexible procedure, for which 4 suppliers will be selected to proceed to stage 2 (the Invitation to Tender Stage). The works are the design and build of 4 new retail units including associated external works at the Longwell Green Retail Park.
£7,500,000
Contract value
Hull City Council (The Authority) is seeking Quotations from organisations to provide: Supply and Installation of City Wide Fencing. This is a Request for Quotation (RFQ), below Find a Tender Service (FTS) value, and is a one stage process. The contract is anticipated to commence 1st July 2026 ending by 30th June 2029, with an option to extend for up to a maximum of 12 months. The Authority has estimated the value of the services to be approximately £710,000 per annum. The anticipated total maximum value of the Works / Goods over the full contract period (including any extension periods) is therefore £2,840,000 (Annual Value per annum x Contract Period (including extension)). The estimated value is given in good faith to assist tenderers in making their submissions, it should not be interpreted as an undertaking to purchase any goods, services or works to any particular value by the Authority and does not form part of the Contract. Further information is contained within the tender documentation. Please ensure all RFQ submission documents are completed as detailed in the RFQ Submission document. Incomplete bids will be eliminated from further process. TUPE information may be requested once you have signed and returned the TUPE Confidentiality Agreement via the YORtender portals messaging icon.
£2,840,000
Contract value
Medway Council looking to commission an effective, accessible and equitable All-Age Drugs and Alcohol Prevention, Treatment and Recovery Service. The service will support children, young people and adults to access full range of interventions (including harm-reduction, clinical and psychosocial treatment, one to one and group support, outreach, recovery services and education). A comprehensive Health Needs assessment has highlighted gaps in the local system, including challenges in transitions between young people’s and adult services, unmet need in both children and adults, the need for trauma informed approaches to engagement and treatment and co-production and lived experience informed service delivery. Whilst improvements have been made within the existing contract term, Medway wishes to commission a fully integrated all-age model that will remove barriers between services and ensure smooth transitions for service users. Currently, young people’s and adult substance misuse services operate as separate contracts, commissioned at different times and under different arrangements. This new commissioning arrangement is a major step towards aligning contracts, pathways, governance and workforce under single lead provider model as Medway develops its full all age service. The core principles for the new contract are focused on: •Tailored, Person-Centred and Age-Appropriate Care •Prevention and Early Intervention •Recovery-Focused Support •Accessible and Flexible Services •Partnership and Integrated Working •Lived Experience and Co-Production •Safeguarding and Safety •Evidence-Based Innovation and Accountability •Staff Wellbeing and Development The Provider will also be required to deliver a successful Individual Placement Support (IPS) programme, ensuring people using the service have access to evidence-based employment support to help them gain and sustain meaningful employment as part of their recovery journey. The All-Age Treatment, Prevention and Recovery contract will run for an initial term of 36 months, with the option for two further extensions of 24 months each, subject to mutual agreement. To secure these aims, Medway Council intends to procure the All-Age Drugs and Alcohol Prevention, Treatment and Recovery Service through the competitive tender under the NHS Health Care Services (Provider Selection Regime) Regulations 2023. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Chatham:-Health-services./ZM39584FUJ To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ZM39584FUJ
£26,011,695
Contract value
Medway Council looking to commission an effective, accessible and equitable All-Age Drugs and Alcohol Prevention, Treatment and Recovery Service. The service will support children, young people and adults to access full range of interventions (including harm-reduction, clinical and psychosocial treatment, one to one and group support, outreach, recovery services and education). A comprehensive Health Needs assessment has highlighted gaps in the local system, including challenges in transitions between young people’s and adult services, unmet need in both children and adults, the need for trauma informed approaches to engagement and treatment and co-production and lived experience informed service delivery. Whilst improvements have been made within the existing contract term, Medway wishes to commission a fully integrated all-age model that will remove barriers between services and ensure smooth transitions for service users. Currently, young people’s and adult substance misuse services operate as separate contracts, commissioned at different times and under different arrangements. This new commissioning arrangement is a major step towards aligning contracts, pathways, governance and workforce under single lead provider model as Medway develops its full all age service. The core principles for the new contract are focused on: •Tailored, Person-Centred and Age-Appropriate Care •Prevention and Early Intervention •Recovery-Focused Support •Accessible and Flexible Services •Partnership and Integrated Working •Lived Experience and Co-Production •Safeguarding and Safety •Evidence-Based Innovation and Accountability •Staff Wellbeing and Development The Provider will also be required to deliver a successful Individual Placement Support (IPS) programme, ensuring people using the service have access to evidence-based employment support to help them gain and sustain meaningful employment as part of their recovery journey. The All-Age Treatment, Prevention and Recovery contract will run for an initial term of 36 months, with the option for two further extensions of 24 months each, subject to mutual agreement. To secure these aims, Medway Council intends to procure the All-Age Drugs and Alcohol Prevention, Treatment and Recovery Service through the competitive tender under the NHS Health Care Services (Provider Selection Regime) Regulations 2023. For more information about this opportunity, please visit the eSourcing portal at: https://www.kentbusinessportal.org.uk/tenders/UK-UK-Chatham:-Health-services./ZM39584FUJ To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/ZM39584FUJ
£26,011,695
Contract value
Medway Council looking to commission an effective, accessible and equitable All-Age Drugs and Alcohol Prevention, Treatment and Recovery Service. The service will support children, young people and adults to access full range of interventions (including harm-reduction, clinical and psychosocial treatment, one to one and group support, outreach, recovery services and education). A comprehensive Health Needs assessment has highlighted gaps in the local system, including challenges in transitions between young people’s and adult services, unmet need in both children and adults, the need for trauma informed approaches to engagement and treatment and co-production and lived experience informed service delivery. Whilst improvements have been made within the existing contract term, Medway wishes to commission a fully integrated all-age model that will remove barriers between services and ensure smooth transitions for service users. Currently, young people’s and adult substance misuse services operate as separate contracts, commissioned at different times and under different arrangements. This new commissioning arrangement is a major step towards aligning contracts, pathways, governance and workforce under single lead provider model as Medway develops its full all age service. The core principles for the new contract are focused on: •Tailored, Person-Centred and Age-Appropriate Care •Prevention and Early Intervention •Recovery-Focused Support •Accessible and Flexible Services •Partnership and Integrated Working •Lived Experience and Co-Production •Safeguarding and Safety •Evidence-Based Innovation and Accountability •Staff Wellbeing and Development The Provider will also be required to deliver a successful Individual Placement Support (IPS) programme, ensuring people using the service have access to evidence-based employment support to help them gain and sustain meaningful employment as part of their recovery journey. The All-Age Treatment, Prevention and Recovery contract will run for an initial term of 36 months, with the option for two further extensions of 24 months each, subject to mutual agreement. To secure these aims, Medway Council intends to procure the All-Age Drugs and Alcohol Prevention, Treatment and Recovery Service through the competitive tender under the NHS Health Care Services (Provider Selection Regime) Regulations 2023. For more information about this opportunity, please visit the eSourcing portal at: https://www.kentbusinessportal.org.uk/tenders/UK-UK-Chatham:-Health-services./ZM39584FUJ To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/ZM39584FUJ
£26,011,695
Contract value
Medway Council looking to commission an effective, accessible and equitable All-Age Drugs and Alcohol Prevention, Treatment and Recovery Service. The service will support children, young people and adults to access full range of interventions (including harm-reduction, clinical and psychosocial treatment, one to one and group support, outreach, recovery services and education). A comprehensive Health Needs assessment has highlighted gaps in the local system, including challenges in transitions between young people’s and adult services, unmet need in both children and adults, the need for trauma informed approaches to engagement and treatment and co-production and lived experience informed service delivery. Whilst improvements have been made within the existing contract term, Medway wishes to commission a fully integrated all-age model that will remove barriers between services and ensure smooth transitions for service users. Currently, young people’s and adult substance misuse services operate as separate contracts, commissioned at different times and under different arrangements. This new commissioning arrangement is a major step towards aligning contracts, pathways, governance and workforce under single lead provider model as Medway develops its full all age service. The core principles for the new contract are focused on: •Tailored, Person-Centred and Age-Appropriate Care •Prevention and Early Intervention •Recovery-Focused Support •Accessible and Flexible Services •Partnership and Integrated Working •Lived Experience and Co-Production •Safeguarding and Safety •Evidence-Based Innovation and Accountability •Staff Wellbeing and Development The Provider will also be required to deliver a successful Individual Placement Support (IPS) programme, ensuring people using the service have access to evidence-based employment support to help them gain and sustain meaningful employment as part of their recovery journey. The All-Age Treatment, Prevention and Recovery contract will run for an initial term of 36 months, with the option for two further extensions of 24 months each, subject to mutual agreement. To secure these aims, Medway Council intends to procure the All-Age Drugs and Alcohol Prevention, Treatment and Recovery Service through the competitive tender under the NHS Health Care Services (Provider Selection Regime) Regulations 2023. For more information about this opportunity, please visit the eSourcing portal at: https://www.kentbusinessportal.org.uk/tenders/UK-UK-Chatham:-Health-services./ZM39584FUJ To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/ZM39584FUJ
£26,011,695
Contract value
NHS England (London Region), hereafter referred to as "the Authority", is seeking to recommission prison healthcare services across two London secure and detained estates, hereafter referred to as "the Service" and is inviting suitable providers to tender. The procurement will comprise two Lots covering healthcare provision at HMP Brixton (Lot 1) and HMP Feltham and Feltham YOI (Lot 2). Collectively, the Service will deliver comprehensive healthcare across the adult secure estate and the children and young people custodial estate. The Service will be delivered in line with NHS England's New Models of Care Service Specification and will provide integrated primary care, mental health, substance misuse, public health and specialist healthcare services within custodial settings. It will support people in custody from reception screening through ongoing care, treatment, and release planning, ensuring continuity of care between prison and community services. At Feltham YOI, the Service will deliver a distinct, age-appropriate and therapeutic healthcare model aligned with national guidance for Children and Young People, with a focus on safeguarding, trauma-informed care and early intervention. The Service aims to improve health outcomes for people in custody, reduce health inequalities, support rehabilitation and resettlement, and ensure access to safe, high-quality healthcare equivalent to that available in the community. The Service will be expected to work closely with key partners including His Majesty's Prison and Probation Service (HMPPS), Youth Custody Service (YCS), Integrated Care Boards, local NHS providers, local authorities and voluntary sector organisations to support integrated care delivery and effective care transitions. This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt the provisions of the Procurement Act 2023 does not apply to this award. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023, regulation 12 and the five regulation 5 Key Criteria, form the basis of evaluation. Interested organisations must express an interest and submit a tender via Atamis e-tendering portal by the deadline stated in the Invitation to Tender documents. Bidders need to register on Atamis/Health Family if they are not registered already. This can be done by clicking the link below: https://atamis-1928.my.site.com/s/Welcome
£17,468,864
Contract value
The British Business Bank is the UK’s economic development bank, with a mission to make finance markets work better for smaller businesses. BBB typically operates on a wholesale basis, partnering with lenders within the existing financial ecosystem to increase the supply, diversity, and regional reach of finance available to UK SMEs. The Start Up Loans scheme (SUL) provides debt finance in the form of a personal loan, to help individuals to start or grow their early stage businesses, driving sustainable growth and unlocking potential. Without SUL, many aspiring entrepreneurs would not be able to secure the finance and support to start and grow their businesses. The operating model utilises a mix of internal platforms and external service providers to support the full loan lifecycle - including disbursement, servicing, collections and recoveries. To support future growth, we are preparing to deliver direct lending operations. As part of this, we are seeking FCA approval for a subsidiary of the British Business Bank to become a direct lender and therefore need to procure a comprehensive Loan Management System (LMS) capable of fully supporting this operating model. Tenderers are also directed to the Specification for the Project Requirements, as set out in Appendix 6 (Specification) of the Invitation To Participate (ITP). To respond to this opportunity, please click here: To access the Procurement Specific Questionnaire: https://www.delta-esourcing.com/respond/825FNUH6AP To access the tender documentation: https://www.delta-esourcing.com/respond/V725K345VT
£4,900,000
Contract value
The London Borough of Newham (“the Council”) has a legal responsibility to assess the needs of any resident or Carer living in the borough who appears to have a need for care and support; and to then determine whether those needs are eligible for support from the Council, as stipulated in The Care Act (2014) and The Children and Families Act (2014). Reablement and Home Care are one of the main care and support options provided to meet eligible needs. The Council is procuring an Independent Living Support Service (ILSS) Framework which will include Home Care, Reablement and Domestic Support services for adults, children and young people who are resident in the London Borough of Newham, and eligible for care and support from the Council - to enable residents to maintain their independence and quality of life in their own home. Where applicable, providers will be required to be registered with, and be inspected by the Care Quality Commission. Please note this is not a call for competition and the below opportunity link should not be utilised. -
£254,400,000
Contract value
Please note that due to a system error we are unable to update the previous PME notice for this opportunity (2026/S 000-021780). Procurement for an Independent Delivery Body for the Community Scrutiny Transformation Programme in London. The model of Community Scrutiny of the Metropolitan Police and the proposed structure of set-piece tasks and meetings is largely volunteer-based. Hence, the main role of the Community Scrutiny Independent Delivery Body (CSIDB) will be volunteer co-ordination and management. This includes some volunteer recruitment; providing coordinated support and resources to empower local volunteers to deliver consistent, high-quality scrutiny within the proposed structural framework; and the collating and reporting on outcomes.
£1,800,000
Contract value
Network Rail procures Professional Advisory Services to provide independent, specialist advice and support for the implementation of Network Rail’s Future Railway Mobile Communication Services (FRMCS). This requirement will be sourced via GCA Transport & Technology Framework RM6347, Lot 1 Professional Services.
£15,000,000
Contract value
The NHS Counter Fraud Authority (NHSCFA) requires a solution that will be used by 450 users who work for different health and government organisations with the appropriate access and control permissions. It needs to be able to: • Increase scalability of licences should there be a business need. The Licences must include the ability to collect and then disseminate data to third parties. • Create fraud/crime allegation reports that can be developed by users and then be promoted to investigations and the ability to create investigations and add allegation report and intelligence. • Capture investigative activity undertaken as part of criminal investigations: record, retain, review, reveal activity notes, tasks, reasonable lines of enquiry, key investigative events (arrests, searches, interviews, court appearances etc) decision making, outcomes (criminal offences, internal and external disciplinary, financial outcomes), nominal data (people, subjects, addresses, telephone number, emails, bank accounts, organisations and vehicles), statements, exhibits, unused material, financial investigation and intelligence and risk assessment/checklists. • Have assessment, sanitisation and actioning functionality that allows for the management of an investigation or case from the beginning of the process, including the ability to have them endorsed at or by tasking with rationale and then transfer to operational teams with all relevant intelligence and evidence. • To manage disclosure (CPIA) and create and update prosecution bundles submitted to Crown Prosecution Service. MG9 witness list and statement bundle; MG12 exhibit list and exhibit bundle; MG6 disclosure schedules can be generated and submitted; other MG forms can form part of a prosecution file submission to Crown Prosecution Service by direct a Two Way Interface or similar integration, or export functionality. Functionality to populate other forms in the MG suite. • Information exchange with the CPS by exporting case files and exhibits to their systems, support email notifications from system disclosure. • Issue and manage task workflows, data requests, assigned lines of enquiries, updates via a local tasking and coordination process. Should have information and activity recording, to illustrate new tasking and to highlight when actions have, or indeed have not, been completed by target date. • Record, sanitise, manage, and disseminate 3x5x2 intelligence (including financial intelligence) reports to internal, external users and third-party intelligence organisations. Manage confidential sources and ability to capture pieces of information from external sources. • The solution should be able to record Financial Investigation activity in terms of Proceeds of Crime (2002) investigations and proceedings as well as manage disclosure (CPIA) and create and update prosecution bundles submitted to Crown Prosecution Service. Centrally it needs to capture Fraud Risk (Prevention) Assessments with the ability to disseminate across users to communication fraud risks across the NHS. Information management reporting needs to have capability for all record data, including time, resource, and cost management. • Different levels of configuration and customisation are required that are available to admin users within the system. It should have the ability to easily change the status of a person from subject to witness and vice versa. The solution must allow users to delete or archive data in accordance with NHSCFA internal retention schedule. The solution should facilitate marking records following the Government Security Classifications Policy. • The solution must incorporate into the design the ability to hold any forms required during managing cases, such as investigations plans, disclosure strategy and any associated documents, and allow their searchability.) • The solution should have the ability to RAG rate operational fraud risk activity as part of the ongoing review process. The system must have the ability to rapidly allocate and report upon a risk for any assessment recorded, this could for example be a person, an organisation, or a particular investigation.
£1,000,000
Contract value