The aim of the contract is to provide quality information to HES to enable to carry out our functions in relation to investigating, recording, conserving, protecting and promoting historic assets under water, in sub tidal environments as far as the limit of UK water adjacent to Scotland (12 nautical miles), but also if required, in freshwater locations such as lochs.
The purpose of this expression of interest is to set out conditions of participation to assist Swanage Town Council in identifying suitably qualified organisations to tender for the provision of construction services to rebuild a boundary/retaining wall at Victoria Terrace/Land at Marsh Way.
Architect and consulting engineer drawings are provided for context.
The Trust seeks a Sponsor, to work in partnership for the benefit of the NHS and its stakeholders. The Sponsor will contribute to the funding of the Stoma Care Nursing Service (‘the Service’) within the Trust. The Sponsor will provide funding and products to support each Trust to manage product usage efficiently and effectively: providing a framework for appropriate prescribing.
Sandwell and West Birmingham Hospitals NHS TrustWest MidlandsWAC-570810
Heriot-Watt University (HWU) intends to invite competitive tenders for the provision of Building Cleaning Services at the Student Halls of Residence located at both the Edinburgh Campus in Riccarton and the Scottish Borders Campus in Galashiels.
North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England as a Procurement delivery partner to manage the procurement of the Child Health Information Services (CHIS) across the North East and Yorkshire and Cumbria.
The Contracting Authority are undertaking an Open Procedure and the awarding of this contract is subject to the Procurement Act 2023. For the avoidance of doubt, the provisions of the Provider Selection Regime 2023 and/ or Public Contracts Regulations 2015 do not apply to this award.
This tender notice is being published to alert the market of this opportunity and the Contracting Authority's intention to appoint a provider. It is the intention of the Contracting Authority to award a public contract to the provider who submits the most advantageous tender as a result of the competitive tendering procedure.
The primary aim of CHIS is to establish and manage comprehensive child health record records. These are used to support organisations that provide specified public health interventions in ensuring that all children are offered the full range public health interventions.
The opportunity will be offered to the market as a single lot as it is not suitable or not applicable for lotting.
The contract term is for an initial period of 5 years commencing on 01 April 2027, with an option to extend for a further 2 years at the discretion of the Contracting Authority and Governance, subject to satisfactory contractual and financial performance.
The closing date for submission of competition response is by 12 noon on 20 April 2026.
Additional information
NECS is utilising an electronic tendering tool to manage this competition and communicate with potential providers. Accordingly, there will be no hard copy documents
issued to potential providers and all communications with NECS, including response submissions, will be conducted via the Atamis portal at:
https://healthfamily.force.com/s/Welcome.
It is free to register on the portal and it can be accessed at
any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:
Support-health@Atamis.co.uk or phone number 0800 9956035
The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm
Tender documentation will be available on the e-tendering site from 18 March 2026.
Aim:
To appoint a suitably qualified firm of Chartered Surveyors to provide strategic disposal advice, marketing, and negotiation services for the freehold sale of Plots 3–5, Tregof Village, Swansea Vale
Objectives/ Output:
The appointed consultant will:
• Provide strategic disposal and valuation advice.
• Prepare a full marketing strategy for the site.
• Deliver and manage the marketing campaign.
• Secure offers and negotiate terms leading to best-value disposal.
• Support the Council through to completion of sale.
Timetable:
• Appointment of agent: Spring 2026
• Marketing strategy prepared: Spring/Summer 2026
• Market launch: Summer 2026
• Negotiations and preferred bidder identification: Autumn 2026
• Completion of disposal (subject to diligence): By year‑end 2026
Services Agreement for Mental Health Community Inclusion & Recovery Services.
The service focuses on early intervention and prevention support for those living with mental health needs.
The Mental Health Community Inclusion and Recovery Service will provide opportunities for people with all levels of mental health needs to:
• Access peer support
• Access light-touch information, advice and guidance
• Engage with the community in a meaningful way
• Form valuable relationships
• Better maintain their recoveries
At a system level, the service will:
• Prevent lower-level needs (e.g. anxiety and depression being treated in the community) from escalating
• Contribute to a reduction in demand on intensive secondary mental health services (e.g. In-patient services or adult locality mental health teams provided by CPFT)
• Contribute to the prevention, reduction or delay of adult social care needs for those with severe and enduring mental health conditions (e.g. schizophrenia, personality disorders).
This agreement will commence 1st September 2026 with a 3+1+1 Contract Term.
East Riding of Yorkshire Council are seeking interest from potential suppliers capable of delivering a comprehensive, end-to-end digital solution for registration services, including appointments and ceremonies. The solution should encompass citizen self-service functionality, secure payment processing, registrar staff scheduling, ceremony planning, certificate management, and full compliance with regulatory requirements.
East Riding of Yorkshire CouncilYorkshireWAC-572191
Swansea Council’s Special Events Team delivers large‑scale events across a range of venues, including outdoor parks and public spaces throughout the city. Attendance varies significantly, from around 200 people to as many as 250,000. To support these events, we require Medical First Aid Cover provided by a single, reliable supplier. We are seeking a company or organisation with strong customer service, high‑quality provision, excellent training standards, a good range of equipment, and a proven commitment to health and safety. The contract for First Aid Cover will cover a 3-year period of events from 1st May 2026 – 30th April 2029 - With the option to extend for up to a further 24 months The requirements will change each year. At present we are still in the planning stage for future events and as such some exact events and timings are yet to be confirmed. All events are subject to date changes; specification changes and are subject to the event going ahead. Confirmation of the booking is only on receipt of an official order, which will be send by the appropriate Event Project Officer.
The following are examples of the type and scale of events the Events Team have hosted and organised where First Aid Cover is required:-
Wales Airshow
Swansea Bay 10k
Singleton Park Concerts
Croeso Food and Drink Festival
Outdoor Theatre
Fireworks
Christmas Parade
Halloween
Swansea International Jazz Festival
Amplitude
The price must include the cost for the provision of First Aid Personnel, necessary equipment, plus first aid vehicles or units when deemed necessary. Where larger scale events require specific infrastructure i.e. mobile field hospital, the Special Events Team will provide a suitable marquee/office unit. Medical Event Plans must be provided when requested by the Special Events Team to complete the Event Management Plan. Attendance at SAGs (online) may be required as defined by the event and SAG. All staff should be fully and appropriately trained. Provide an overview of the training your staff will have received. Contractors must comply with all established safe codes of practice in the workplace and comply at all times with the Health and Safety at Work Act 1974. Contractors must adopt a safe system of work and must supply the City and County of Swansea with sufficient method statements and risk assessments associated with that work as required by The Management of Health and Safety at Work Regulations (1992). A nominated Account Manager must be provided to deal direct with the Event Project Officer/Site Manager and provide a mobile number.
The London Borough of Hackney is seeking to appoint a Main Contractor under a Design and Build contract (JCT Design and Build 2024 as amended) to undertake the construction and delivery of new homes and associated public realm improvements at the Selman and Wellday car park and garage site, Cassland Road, London, E9 5AL (hereafter referred to as “Selman and Wellday”). In addition, the Authority is intending to appoint the same Contractor to deliver a package of enabling works under the Minor Works JCT 2024 as amended, to cover site clearance and temporary works only, to de-risk the site. The Selman and Wellday site is currently occupied by 18 car parking spaces and 28 garages with associated hard standing areas and spans approximately 1,600 sqm. The site is located within the Gascoyne Estate and in close proximity to Victoria Park and Homerton Overground station. The site lies between two high-traffic roads, Wick Road and Cassland Road, and can currently be accessed via Cassland Road and Hedger’s Grove. The proposal for the Selman and Wellday site, developed by Al-Jawad Pike architects, is to demolish all 28 existing garages and replace them with a new 6-storey apartment block housing 22 residential units, all for social rent. New public realm and landscape improvements are proposed, including new playspace and the re-provision of eleven out of the existing eighteen car parking spaces to the Podium of the existing nearby housing block, Wellday House. The procurement will follow a competitive flexible procedure with two stages. Details of the award criteria are set out in the published tender documents.Please register and follow this link for free access to documents and to submit participation for this tender before the deadline of the 20th of April 2026, 12:0pm; https://procontract.due-north.com/Advert?advertId=c400e151-fb22-f111-813c-005056b64545&p=2241eb95-058a-e511-80f7-000c29c9ba21
The contract for the disposal of paint, and recycling of wood and chipboard is required to maintain the ongoing disposal and recycling of these products at the city's two household waste and recycling centres (HWRCs).
The contracts will ensure that paint, wood and chipboard deposited by members of the public at these HWRC sites are removed from the sites in line with the Council's disposal requirements, which are:
• Paint. The Council is seeking a supplier to manage all onwards processes for Waste Paint from the Councils House Waste Recycling Centres (HWRC's) in Anchor Lane Bilston and Shaw Road in Wolverhampton, and additional addresses within the WV post code area from time to time. The supplier will collect this waste from the Council's HWRC's in Anchor Lane and Shaw Road in Wolverhampton. (Site locations are provided in Appendix 1). Supplier to supply and deliver to each HWRC site with a minimum of three Intermediate Bulk containers (IBC) (1000ltr minimum) and to arrange and replace upon request from CWC
• Wood and Chipboard. The Council is seeking a supplier that shall supply containers, collect and manage all onwards processes of wood and chipboard waste from the Council's HWRC's in Anchor Lane and Shaw Road in Wolverhampton
Once collected or delivered, the contracts will ensure that the waste is disposed of, or recycled, in a manner that is compliant with current waste legislation and aims to increase the Council's recycling rate.
The procurement will be divided into two lots:
• Lot 1 - Disposal of Paint
• Lot 2 - Recycling of Wood and Chipboard
This procurement is seeking to award a contract to a Supplier for the supply, implementation, configuration and ongoing support of Station End Equipment to serve 38 Lincolnshire Fire and Rescue (LFR) stations.
The solution should be high availability and resilient, suitable for critical infrastructure, and capable of:
• receiving mobilisation alerts and dispatch instruction messages from LFR Command & Control.
• alerting appropriate members.
• providing crews with information on the incident(s) they are being called to.
• activate turnout systems and station equipment, triggering visual and audible alerts, opening doors, switching on lights, etc
Lincolnshire County CouncilEast MidlandsWAC-571682
The PEACEPLUS programme comprises six themes and encompasses 22 investment areas. Strand 3 focuses on cultural diversity and in increasing understanding of and respect for cultural identities. Alongside a dedicated Social Inclusion Officer responsible for the development and monitoring of relationships and needs of minority and newcomer communities (incl. Traveller community).
The Newry, Mourne & Down District Council (NMDDC) Action Plan 'Thriving Together' has been developed by the PEACEPLUS Partnership, utilising a co-design approach involving comprehensive engagement with the local community and other key stakeholders including statutory providers, public bodies, businesses, and Council DEA (District Electoral Area) Forums.
This is a programme that explores the historical and contemporary experiences of migration for work and refuge across the UK and Ireland. Through museum visits, film and theatre screenings, guest speakers, and facilitated discussions, participants will reflect
To access this competition:
Registered:
Login to https://suppliers.multiquote.com and view the opportunity CA17443.
Not registered:
Visit https://suppliers.multiquote.com then register and quote CA17443 as the reason for registration.
Any queries please contact MultiQuote on 0151 482 9230.
Newry, Mourne and Down District Council (NMD)Northern IrelandWAC-572798
Delivery of the Modeshift STARS programmes. Refer UK2: Preliminary market engagement notice - Procurement Act 2023 Notice identifier: 2026/S 000-012356 Procurement identifier (OCID): ocds-h6vhtk-064dc0 Sheffield City Council use the Modeshift STARS scheme to engage and work with schools on promoting, encouraging, and enabling active journeys to school. The project aims to: • Engage more Sheffield schools in the project • Increase the number of accredited schools in Sheffield • Support schools to gain higher levels of accreditation • Increase the number of families choosing active journeys to school • Decrease the number of children being driven to school • Deliver active travel initiatives in participating schools across the city, • Help schools to deliver their own active travel initiatives • Improve air quality around schools by reducing the number of vehicles used on the school run, and parking near the school gates • Make school entrances safer by working with other SCC projects and services (Parking Services, School Streets, Road Safety) • Coordinating and working with associated projects with mutual aims such as Living Streets, Move More, and Local Sports Partnerships. We currently have 60 accredited schools, with 8 of those being at the highest level.
Sheffield City Council (the Authority) invites Suppliers to submit proposals for the delivery of the Modeshift STARS Programme, a nationally recognised accreditation scheme funded by the Department for Transport. The programme supports schools in promoting sustainable and active travel, reducing congestion, and improving road safety. This tender seeks a partner with proven expertise in school engagement and sustainable travel initiatives to ensure continuity and growth of the programme across Sheffield.
The London Borough of Waltham Forest is seeking a delivery partner, through a concession contract, to run a Zero Emission Delivery (ZED) service. This service will support the sustainable travel goals of the Enjoy Waltham Forest Programme by providing an eco-friendly courier solution for all Council departments, suppliers, and service providers. The ZED service will use recent changes to road layouts in both residential and shopping areas, aiming for truly zero emissions. The goal is to cut down on van and car journeys in the borough, reduce the need for private vehicles for shopping, help people from all backgrounds reach local businesses and services, and promote the ZED service alongside business partners’ delivery options