Loading page content…
Loading page content…
423 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
This contract is for Roofing Works at Baldwin Court.
Value undisclosed
Cleaning services for Parish Council facilities to include office, community building and sports pavilion with showers and toilets.
£22,000
Contract value
Hastings Borough Council is seeking to appoint a suitably qualified and experienced contractor for the installation of a damp proof membrane and surface water drainage system, removal and relaying of footpaths, carriageway and kerbs together with all weatherings, refurbishment of steps and balustrading and associated signage and electrical works at Pelham Crescent, Hastings. The project will comprise the removal of all road and footpath surface finishes within the boundary of the site and the installation of a new waterproof membrane together with surface water drainage and ducting for services, reinstatement of the carriageways and footpaths, refurbishment of the access steps and sundry other works as described.
Value undisclosed
Amesbury Town Council is responsible for the maintenance of trees across multiple council-owned sites, including; Lord's Walk, Stockport Avenue, Butterfield Drive, Raleigh Crescent, Boscombe Road, Underwood Drive, Shelter Belt, Lynchet's Field, Church Street, Recreation Road Cemetery, Bonnymead Park, Harvard Park and Archers' Gate/Kings Gate. The Council is seeking to procure services to deliver a 5-year programme of tree maintenance across the sites listed.
£80,000
Contract value
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Air Conditioning Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management. This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process. The Contract is intended to cover: a) PPM services to air conditioning, mechanical ventilation and associated control systems in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2). b) Reactive and remedial maintenance, fault diagnosis and rectification of air conditioning and mechanical ventilation plant. c) Statutory inspections, certification and record keeping d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
£84,000
Contract value
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Air Conditioning Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management. This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process. The Contract is intended to cover: a) PPM services to air conditioning, mechanical ventilation and associated control systems in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2). b) Reactive and remedial maintenance, fault diagnosis and rectification of air conditioning and mechanical ventilation plant. c) Statutory inspections, certification and record keeping d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
£84,000
Contract value
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Fully Comprehensive Lift equipment Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management. This ITT is issued via the Sell2Wales portal. https://www.sell2wales.gov.wales. The University reserves the right not to award any contract as a result of this process. This service specification sets out the standards expected for the delivery of the Fully Comprehensive Lift Maintenance Service at Wrexham University. a) PPM services to passenger and goods lifts, hoists and associated equipment in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2). b) Reactive and remedial maintenance, fault diagnosis and rectification of lift installations and control systems. c) Statutory inspections, certification and record keeping d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
£75,000
Contract value
Translink require an assured service provider to undertake Cyber Resilience Audits (CRA) as an OES per Network and Information Systems Regulations 2018 (NIS Regulations) on behalf of the NIS Competent Authority. Tenderers must be listed as an Assured Service Provider under the National Cyber Security Centre (NSCS). Your response must be submitted via the relevant call for tender (CfT). No other method of submission will be accepted.
£80,000
Contract value
Brighton and Hove City Council is inviting tenders from suitably experienced leisure operators to manage its leisure facilities and services as its Agent from 1st April 2027 for an initial period of 10 years with an option to extend for a further 5 years. The scope of services includes all current and future leisure centres that the Council owns or becomes responsible for, seasonal paddling pools, sports pitch bookings and the delivery of health and wellbeing programmes subject to funding.
Value undisclosed
Introduction Gillingham Town Council is seeking tenders from experienced and appropriately qualified contractors for the construction of two new footbridges and a new riverside path at Jubilee Fields, Gillingham. The project must support sustainable environmental practices and meet regulatory and planning requirements. Scope of Services The scope of work will include, but is not limited to: • Bridge A: Supply and install a 17m long, 2.5m wide steel frame pedestrian bridge with recycled plastic decking and parapets over the River Stour, including all necessary concrete abutments and foundations, with a minimum 20-year warranty on plastic components. • Bridge B: Remove the existing 9m timber bridge and supply and install a new 9m long, 2.5m wide steel frame bridge with recycled plastic decking and parapets over the stream using existing pads. • Footpath Works: Excavate and construct a new footpath alignment (approx. 85m), 200mm deep and at least 5m from the riverbank (except at the culvert crossing), reconnecting to the existing tarmac path. • Culvert Crossing: Supply and install a suitable culvert at the stream crossing. • Site safety, signage, and construction phase health and safety compliance. • Compliance with planning conditions. • Project management and quality assurance throughout construction. • Compliance: Ensure all works meet relevant standards, planning and environmental consents, and health and safety requirements. • Handover: Leave site clean and tidy. Provide as-built drawings, maintenance manuals, and warranty certificates on completion. TENDER SPECIFICATIONS 1. General Requirements • All works must comply with relevant British Standards, industry best practice, and statutory and regulatory requirements. • The contractor must implement sustainable environmental practices, including the use of recycled materials as specified. 2. Bridge A - New Pedestrian Bridge over River Stour • Clear and prepare site: o Work must be carried out in accordance with the ecologists' recommendations. • Design and Materials: o Supply and install a steel frame pedestrian bridge with Recycled plastic decking and parapets. o Bridge dimensions: 17 metres long, 2.5 metres wide. o Minimum 20-year warranty. • Foundations: o Construct concrete abutments with footings set approximately 5 metres from the riverbank edge. • Installation: o Complete installation with minimal disruption to the environment and public access. o Ensure compliance with all planning and environmental consents. 3. Bridge B - Replacement Pedestrian Bridge over Stream • Removal and Disposal: o Dismantle and remove the existing 9-metre timber bridge. o Remove and dispose of all waste materials in accordance with environmental regulations. • Replacement: o Supply and install a new steel frame bridge with recycled plastic decking and parapets, 9 metres long and 2.5 metres wide and attach to existing pads. o Ensure the new bridge is suitable for pedestrian use and meets all relevant standards. 4. Footpath Works • Excavation and Construction: o Excavate a new path to connect to the existing path approximately 86 metres long, as shown on the map on Page 4, and to a depth of 200mm. o Construct the new path at a minimum of 5 metres from the riverbank edge. o Surface the new path with tarmac and provide flat top concrete edging both sides along the whole length. • Culvert Crossing: o Supply and install a suitable culvert at the stream crossing, ensuring compliance with all relevant standards and consents. 5. Environmental and Regulatory Compliance • Comply with all necessary planning permissions, environmental permits, and consents. • Implement measures to protect the river and surrounding habitats during construction. • Adhere to all health and safety requirements. 6. Handover and Warranty • Provide all necessary documentation, including as-built drawings, maintenance manuals, and warranty certificates. • Ensure all works are completed to the satisfaction of Gillingham Town Council and any relevant statutory bodies. Note: All works are subject to obtaining full planning approval Tender Timetable Issue of Invitation to Tender 24 March 2026 Receipt of any queries from prospective tenderers 10 May 2026 Submissions of tenders 12 Noon 15 May 2026 Decision on award of contract by Full Council 26 May 2026 Commencement of work Subject to required planning approval and Flood Risk Activity Permit Clarifications Any queries or requests for clarification relating to this tender must be made by email to GTC@gillinghamdorset-tc.gov.uk no later than 10 May 2026. Gillingham Town Council will endeavour, so far as is practical, to respond to all clarifications as soon as possible. Completed tenders must be returned, along with all supporting documents, to The Town Clerk, Gillingham Town Council, Town Hall, School Road, Gillingham, Dorset SP8 4QR to be received no later than 12 noon on 15 May 2026. Tender documents must be sealed in a plain envelope with 'Jubilee Fields Bridge and Footpath Tender Response' written clearly on the front. Tenderers should note that this timetable may be subject to change - any changes will be communicated to all known tenderers as soon as possible. To ensure fairness and transparency, we do not accept submission of tenders by email. However, supplementary or supporting information may be provided via email if required Contract Terms By submitting a tender, tenderers are agreeing to be bound by the terms of this tender document without further negotiation or amendment. Gillingham Town Council reserves the right to: • Seek clarification or additional documents in respect of any tender submission. • Disqualify any tender which has been deemed not to meet the Town Council's requirements. • Discount evasive, unclear tenders. • Withdraw this tender at any time or to re-invite tenders on the same or any alternative basis. • Choose not to award any contract as a result of the procurement process. • Make whatever changes it sees fit to the timetable, structure or content of the procurement process depending on approvals, processes, or any other reason. Disclaimers While the information contained within this tender document is believed to be correct at the time of issue, tenderers should not rely on the information and should carry out their own due diligence checks and verify the accuracy of the information. Pricing Pricing set out in the tender response shall be final. Provision of Advice The contractor is required to provide general advice and recommendations to Gillingham Town Council based on its expertise and knowledge and to alert Gillingham Town Council to any additional requirements not considered in the tender document. Please ensure your submission is as comprehensive and detailed as possible, highlighting any additional elements you consider necessary for the successful delivery of the project. Please submit a separate detailed breakdown of costs to include the following items: 1 Site Management: • Allow to inspect the site and arrange for all necessary protection, including safety fencing and signage. Include for all works necessary to comply with current legislation requirements. • Storage, plant, welfare facilities, health & safety • Any additional items 2 Bridge A: • Clear site • Supply and install a steel frame pedestrian bridge with recycled plastic decking and parapets. • Construct concrete abutments with footings • Any additional items 3 Bridge B: • Dismantle, removal from site and disposal of existing 9-metre timber bridge. • Supply and install a steel frame pedestrian bridge with recycled plastic decking and parapets. • Any additional items. 4 Footpath and Culvert: • Supply and install a suitable culvert • Excavate to a depth of 200mm and construct tarmac path approximately 86m length. • Provide flat top concrete edging both sides along the whole length. • Any additional items
£100,000
Contract value
Design and install solar PV installation at three buildings. May also include batteries and inverters. The amount will depend on the design proposed. Complete design and installation required. Tenders required for each building as a standalone cost.
£70,000
Contract value
The contract is for the service and maintenance of air quality monitoring stations within the London Borough of Sutton. The Royal Borough of Kingston upon Thames (RBK) and the London Borough of Sutton (LBS) have merged services to create a Shared Environment Service which will hereafter be referred to as ‘The Council’. There are currently 3 air quality monitoring sites located within RBK (KT4, KT5 and KT6). There are currently 4 air quality monitoring sites within LBS (ST4, ST5, ST6, ST8). Details of the sites and monitors located within each monitoring station can be found on the LondonAir website. In order to review and assess air quality as part of the duties under London Local Air Quality Management, air quality monitoring stations are operated throughout both boroughs. There is a requirement for the air quality monitoring data to be used in the Review and Assessment process and the rates of data capture need to be the highest possible. Consequently, the equipment needs to be regularly serviced and maintained. There also needs to be swift responses to faults which are reported in order to minimise the loss of air quality monitoring data. Early diagnosis and notification of potential faults is encouraged so that corrective intervention can be programmed. The contract will need to represent value for money for the Council while offering a high quality service to the client. The operation of an air quality monitoring network is a measure that is included in both of the boroughs’ Air Quality Action Plans. The collection of reliable data helps to inform the effectiveness of the other measures that are being implemented to improve air quality across the boroughs and the data is included within the statutorily required Annual Status Report. invoice annually.
£95,000
Contract value
The contract is for the provision of local site operator services to the Royal Borough of Kingston upon Thames air quality monitoring sites (KT4, KT5 and KT6) and the London Borough of Sutton air quality monitoring sites (ST4, ST5, ST6, ST8). The Royal Borough of Kingston upon Thames and the London Borough of Sutton Councils have merged services to create a Shared Environment Service. The provision of local site operator services will, therefore, be required to cover the automated air quality monitoring sites across both boroughs. In order to review and assess air quality as part of the duties under London Local Air Quality Management, a number of air quality monitoring stations are operated throughout both boroughs. There is a requirement for attending the sites routinely once per fortnight for the purpose of carrying out general Quality Assurance / Quality Control duties (with additional ad hoc visits as required). The contract will need to represent value for money for the Council while offering a high quality service to both the client and the data management provider. The operation of an air quality monitoring network is a measure that is included in both of the boroughs’ Air Quality Action Plans. The collection of reliable data helps to inform the effectiveness of the other measures that are being implemented to improve air quality across the boroughs and the data is included within the statutorily required Annual Status Report
£90,000
Contract value
Cambridge City Council seek to establish a service for: • The collection, storage, and disposal/destruction of abandoned vehicles, including but not limited to, motor vehicles, motorcycles caravans, trailers, their contents and / or associated debris (including liquid spills) and any of their parts that are associated with the abandoned vehicles. • The collection, storage, and disposal/destruction of untaxed vehicles
£60,000
Contract value
Holy Family Catholic School & Sixth Form, which is situated in East London, is putting its cleaning contract out to tender with a contract start date of 1st November 2026. The school is situated over two sites.
£1
Contract value
Holy Family Catholic School & Sixth Form, which is situated in East London, is putting its cleaning contract out to tender with a contract start date of 1st November 2026. The school is situated over two sites.
£1
Contract value
Market Engagement exercise in respect of the provision of Child Health Information Services across the South West England localities. RFI Documentation is available to download via Atamis reference C439595 https://health-family.force.com/s/Welcome The deadline for RFI Documentation is 5pm 15th May 2026.
£1
Contract value
The Future Asylum Contracts Transformation (FACT), formerly Asylum Support and Accommodation Programme (ASAP), is a long-term transformation programme in the delivery of asylum support and accommodation services. This Notice is part of Preliminary Market Engagement on Asylum Support and Accommodation Programme (ASAP) and more details can be found about the wider programme here – https://www.find-tender.service.gov.uk/Notice/077001-2025 The Home Office will be going to market for supplier(s) who can: The Provider must ensure that asylum seekers receive clear, accessible, and timely information and support throughout their asylum journey - from initial application and arrival at accommodation to integration into the community. This includes maintaining a reliable single point of contact, delivering oral and written communication in a way asylum seekers can understand, assisting with access to local services, and continuously monitoring and improving the asylum seeker experience through inclusive feedback mechanisms. --- The Home Office intends to procure a significant proportion of the services under the Light Touch regime in accordance with the Procurement Act 2023. **The content of this Notice, including the nature of works and services including start date of contract, may be subject to change.**
Value undisclosed
The Future Asylum Contracts Transformation (FACT) Asylum Support, formerly Accommodation Programme (ASAP), is a long-term transformation programme in the delivery of asylum support and accommodation services. This Notice is part of Preliminary Market Engagement on Asylum Support and Accommodation Programme (ASAP) and more details can be found about the wider programme here – https://www.find-tender.service.gov.uk/Notice/077001-2025 The Home Office will be going to market for supplier(s) who can: 1. Accommodation Provision – Identify, acquire, and maintain a diverse range of safe, suitable, and legally compliant accommodation types within agreed timescales and contracted regions that meet the varied needs of asylum seekers. Ensure accommodation is aligned with statutory and regulatory standards and is approved and allocated in collaboration with Local Authorities to ensure lawful use, community integration, and minimal impact on local services. 2. Accommodation Management – Maintain accommodation to defined standards throughout its lifecycle, with robust systems in place for maintenance, temporary housing, and complaint communication and resolution to ensure a safe, suitable, and responsive living environment for asylum seekers. 3. Transport – Arrange, manage, and deliver a 24/7/365 transportation service that is safe, timely, and responsive to asylum seeker needs in line with Home Office policy, whether independently or as directed by the Home Office. This includes the use of suitable, appropriately equipped, roadworthy vehicles and professional drivers, supported by an appropriate IT booking system, and ensuring the transport of asylum seekers, their dependents, and permitted belongings with appropriate assistance and within agreed timescales. 4. Sustenance – Ensure that asylum seekers receive appropriate interim support through food vouchers or cash, including issuing food vouchers as a temporary or emergency measure until a Section 4 payment card is provided or replaced, and providing cash where full board accommodation is not available. 5. Safety and Security – Ensure the safety and security of all staff and asylum seekers by implementing appropriate training, incident management, cross-provider collaboration, and vetting procedures. -- The Home Office intends to procure a significant proportion of the services under the Light Touch regime in accordance with the Procurement Act 2023. **The content of this Notice, including the nature of works and services including start date of contract, may be subject to change.**
Value undisclosed
The Future Asylum Contracts Transformation (FACT), formerly Asylum Support and Accommodation Programme (ASAP), is a long-term transformation programme in the delivery of asylum support and accommodation services. The objective is a transformative re-procurement of services to replace the following contracts: • Asylum Accommodation Support Contracts (AASC) • Advice Issue Reporting and Eligibility (AIRE) • Bridging Accommodation and Travel Services (BATS) • Asylum Support Payments (ASP) The Home Office will be going to market for supplier(s) who can: 1. Accommodation Provision – Identify, acquire, and maintain a diverse range of safe, suitable, and legally compliant accommodation types within agreed timescales and contracted regions to meet the varied needs of asylum seekers. Ensure accommodation aligns with statutory and regulatory standards, and is approved and allocated in collaboration with Local Authorities to support lawful use, community integration, and minimal impact on local services. 2. Accommodation Management – Maintain accommodation to defined standards throughout its lifecycle, with robust systems in place for maintenance, temporary housing, and complaint communication and resolution to ensure a safe, suitable, and responsive living environment for asylum seekers. 3. Transport – Arrange, manage, and deliver a 24/7/365 transportation service that is safe, timely, and responsive to asylum seeker needs in line with Home Office policy, whether independently or as directed by the Home Office. This includes the use of suitable, appropriately equipped, roadworthy vehicles and professional drivers, supported by an appropriate IT booking system, and ensuring the transport of asylum seekers, their dependents, and permitted belongings with appropriate assistance and within agreed timescales. 4. Sustenance – Ensure that asylum seekers receive appropriate interim support through food vouchers or cash, including issuing food vouchers as a temporary or emergency measure until a Section 4 payment card is provided or replaced, and providing cash where full board accommodation is not available. 5. Safety and Security – Ensure the safety and security of all staff and asylum seekers by implementing appropriate training, incident management, cross-provider collaboration, and vetting procedures. 6. Audit & Assurance Services – Monitor provider compliance and performance through a structured assurance framework, combining inspections, desk-based reviews, and data analysis to identify trends, risks, and areas for improvement. The assuror must also produce clear, evidence-based reports to support supplier management and meet the reporting requirements of external assurance bodies. 7. Service User Assistance – The Provider must ensure that asylum seekers receive clear, accessible, and timely information and support throughout their asylum journey - from initial application and arrival at accommodation to integration into the community. This includes maintaining a reliable single point of contact, delivering oral and written communication in a way asylum seekers can understand, assisting with access to local services, and continuously monitoring and improving the asylum seeker experience through inclusive feedback mechanisms. 8. Wellbeing and Safeguarding – Establish effective communication channels with relevant partners to ensure timely notification and coordination on safeguarding and wellbeing matters. Where safeguarding concerns are identified, specialist safeguarding staff must be deployed and follow the prescribed action plan. Proactively prevent and reduce safeguarding incidents, the Provider must offer ongoing support to asylum seekers and ensure that all staff and asylum seekers have access to resources that help them recognise, respond to, and report safeguarding concerns. Regular welfare checks must be conducted for all asylum seekers. ------- The Home Office intends to procure a proportion of the services under the Light Touch regime in accordance with the Procurement Act 2023. **The content of this Notice, including the nature of works and services including start date of contract, may be subject to change.**
Value undisclosed
Showing 401–420 of 423 contracts