CA17395 - Maiden Erlegh Trust Student Science Block Refurbishment Works
Maiden Erlegh Trust is looking for supplier to fulfil their Science Block Refurbishment Works across different schools. Requirement is for up to 3 years
To access this competition:
Registered:
Login to https://suppliers.multiquote.com and view the opportunity CA17395.
Not registered:
Visit https://suppliers.multiquote.com then register and quote CA17395 as the reason for registration.
Any queries please contact MultiQuote on 0151 482 9230.
Refurbishment of the Rothay Park recreational area in Ambleside, including the supply and installation of a modular unit. Works include site preparation, delivery and installation of the modular unit, associated groundwork, landscaping adjustments, and reinstatement of affected surfaces. The contract also requires compliance with all relevant health and safety, environmental, and accessibility standards.
Estimated value: £60,000+.
Suppliers must provide all labour, materials, plant, and equipment necessary to complete the works to specification within the agreed timeframe. Demolition is optional.
The Provision of Adventurous Training Instructor (ATI) Support
The Ministry of Defence (MOD) is seeking a contractor to provide qualified civilian instructors to deliver Joint Service Adventurous Training (JSAT) and the Adventurous Leadership and Resilience Training (ALeRT) element of the Army Leadership Development Programme (ALDP) at various locations across the UK and overseas. These programmes aim to enhance the leadership, resilience, and operational capability of Service Personnel through activities such as mountaineering, sailing, kayaking, caving, and mountain biking. Training will be delivered in accordance with MOD standards and National Governing Body (NGB) frameworks.
Instructors must hold relevant qualifications, be ALeRT-trained, and meet all professional, safety, and security requirements. The contractor will be responsible for providing instructors to supplement MOD staff capacity, with demand varying seasonally and short-notice support occasionally required.
The contract will run for an initial two-year term and an option to extend for a further two years.
Provision of Insurance and Related Services to Connect Housing
Connect Housing are looking to appoint one or more providers to deliver their Insurance and related services for Property, legal liability and other general (non-life) insurable risks.
The programme will require Insurance and related services for risks that may include but not be limited to: property damage and business interruption, employers, public, products and property owners liability, business combined/office, money, all risks, computer, contract works, group personal accident and employment practices liability. This list is to be decided at the sole discretion of Connect Housing.
Suppliers will be required to have the financial ability to deliver the programme, including Insurers with a minimum rating of ‘BBB’ from standard and poor, 'B++' from AM Best, or an equivalent rating by an independent and reputable credit rating agency and approved by the bidder’s market security committee. In the case of any rating less than A-, the contracting authority will evaluate and accept the nominated insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the ITT bid deadline of the bidder’s market security committee’s latest report, including written recommendation from the bidder’s market security committee.
Suppliers will be assessed but not limited to the following high level criterion:
- The ability to provide the Contracting Authority with a choice of suitable insurers and/or suitable cover options
- A skilled and competent service team, being Client Relationship Management, Insurance Claims management, Insurance Broking / underwriting and insurable risk managers
- The delivery of quality service to the Contracting Authority and our clients, including that provided to us by any third-party contractor employed by you or by the Insurer(s) you propose
Connect Housing Association LimitedYorkshireWAC-573842
Service, Maintenance and Repair of Analytical Monitors
This tender process is for the provision of Service, Maintenance and Repair of Analytical Monitoring Equipment. A summary of the scope and critical activities forming part of this tender is stated below.
Service, Maintenance and Repair of Analytical Monitoring Equipment associated with drinking water and sewage treatment. STW and HD has a multiple OEM installed asset base, which includes but is not limited to ABB, bNovate, Endress & Hauser, Hach Lange and PPM analytical monitors. Our current asset base is in the region of 2000 analytical monitors which are spread across ~560 STW and HD sites all within the STW and HD region.
Any potential supplier must have the ability to service, maintain, and repair all Analytical Monitors across the whole of the STW and HD region on both waste water and clean sites. This will also include management of the end-to-end process including scheduling, procurement of spares, replacement monitors, technical support, and callout. The potential supplier will also be required to carry out other activities such as Final Effluent chamber cleaning to ensure Final Effluent Analytical Monitors being serviced and maintained, are always providing accurate data.
The Framework is expected to be awarded for an initial 3 years, with a further 5 x 1 year of options.
Monitors in scope but not limited to;
• Aluminium Monitors
• Ammonia Monitors
• Dissolved Oxygen Monitors
• Final Effluent Monitors
• Flow Cytometry
• Fluoride Monitors
• Iron Monitors
• Nitrate Monitors
• Nitrous Oxide Monitors
• Phosphate Monitors
• Turbidity monitors
Analytical Monitors are serviced and maintained according to manufacturers, suppliers or STWs requirements. The current frequency of work undertaken is fortnightly, monthly, every 2 months and annually depending on the analytical monitor. The supplier will be responsible for the planning and scheduling of their own work to ensure analytical monitors are always proving accurate data.
The supplier will be expected to access STW and HD eSCADA system and undertake pro-active analysis and take appropriate actions to ensure the Utilities analytical monitors are always providing accurate
Post Office Ltd is looking for a successful retailer to incorporate a Post Office Local into their existing or proposed business.
The offer available in this Post Office would be:
Post Office Local - integrating Post Office services into a vibrant and sustainable retail business, so they can be offered over the same opening hours. The exact layout and design will be agreed with you to suit your business.
Estimated Post Office fees:
In the current location in the range of £8,000 - £14,000 per annum. Please note this estimate is inclusive of the products listed under General Information.
Further information can be found at:https://runapostoffice.co.uk/branch/street-lane-post-office-ls8-2et?search_term=LS8
The Contracts to be awarded are for the provision of Water Hygiene Legionella Risk Assessment Testing & Servicing Services and Remedial Works as fully described in Document 2 Service Information.
The Services have been split into 2 lots:
Lot 1: Legionella Risk Assessment Testing & Servicing Services
Lot 2: Water Hygiene Remedial Works
Tenderers may be bid for any or all lots providing they meet the criteria indicated in the procurement documentation but may only be successful in 1 Lot. Lot 1 and Lot 2 will be initially evaluated separately and Tenderers are advised that the Contracts will be evaluated and awarded in the order of Lot 1 followed by Lot 2. This will mean that the Most Advantageous Tender for Lot 1 will be ineligible to be successful in Lot 2 and their evaluation scores will not be used in the assessment with other Tenderers for Lot 2. Radius however reserve the right to award both Lots to a single bidder if there are no other suitable, compliant or value for money bids as a result of this Procurement Competition.
The contracts will be for a period of three (3) years with two (2) options to extend for twelve (12) months each up to a maximum total duration of five (5) years, Extensions will be awarded subject to satisfactory performance and at the sole discretion of the Employer. The contracts for each lot are individual and separate and may commence and / or terminate at different dates and may be different duration.
The contract will be procured in accordance with the Competitive Flexible Procedure as set out at Regulation 20(2(b)) of The Procurement Act 2023 (the Act or PA23).
This Competitive Flexible shall consist of an initial stage where tenderers will submit their Conditions of Participation, and their quality and cost (Award Stage) offer. The Contracting Authority may award the procurement competition to the Most Advantageous Tender after the assessment of this initial stage. However, the Contracting Authority reserves the right at its sole discretion to conduct further price only stages and to issue refined service or contract information. The additional stages may be run for Lot 1, lot 2 or both; Revised Pricing will be assessed and will be combined with the Quality scores to provide a new Most Advantageous Tender. The Contracting Authority also reserves the right at its sole discretion following the completion of the evaluation of all responses and the identification of the Most Advantageous Tender according to the award criteria to enter dialogue with the most advantageous tenderer in order to refine elements of the contract, service, specification, social value offer, sustainability and or cost prior to the execution of the contract.
Nothing stated in this ITT or during the Competition is or shall be relied on as a promise or representation as to the future or a commitment by the Authority to award or enter into any contract.
The Association reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time.
RADIUS HOUSING ASSOCIATION LIMITEDNorthern IrelandWAC-568817
Durham County Council is seeking to establish a list of accommodation providers who can provide temporary and emergency accommodation within the boundaries of County Durham and its neighbouring authorities.
Accommodation required includes self‑contained units, B&B / hotel rooms, and accessible options. Accommodation may be required at short notice and for varying durations.
Providers must comply with all relevant legislation including the Housing Act 1996, Homelessness Reduction Act 2017, HHSRS, Equality Act 2010, and UK GDPR.
This open list will allow the Council to make individual placement requests based on need, suitability, and availability.
Acceptance onto the list provides for no form of exclusivity or volume guarantee by the Council for Services from the Provider and the Council is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services.
This list is an open list and accommodation providers can apply throughout the lifetime of the contract, please request and submit an application form either via www.open-uk.org or Corporate.Procurement@Durham.gov.uk
A standstill period is not being applied to this opportunity
Partnership Fund for a Resilient Ukraine Phase 2 (PFRU-2) is a multi-year, multi-donor-funded programme managed by the UK's Foreign, Commonwealth and Development Office.
As part of its project activities, PFRU-2 is seeking an organization to supply the IT equipment.
Please note the following important tender provisions:
• the deadline for submitting proposals is April 22, 2026, at 15:00 Kyiv time;
• all questions regarding the tender conditions must be submitted no later than April 15, 2026, at 15:00 Kyiv time;
• Price proposals must be submitted either in Ukrainian or English;
• All tender-related communication must be conducted exclusively in writing via email at pfruprocurement@chemonics.com;
• The PFRU-2 project is exempt from taxes, fees, and VAT in the partner country. Therefore, PFRU-2 will make payments for services excluding VAT;
• Email for submitting proposals: pfruprocurement@chemonics.com;
• When sending proposals or inquiries via email, it is mandatory to include the tender number PFRU2-2025-440 in the email subject line.
Design and construction of a new metal footbridge, suitable for foot and cycle traffic (2)
The Employer requires:
• Dismantling and safe off-site disposal of the existing footbridge
• Design and construction of a new metal footbridge, suitable for foot and cycle traffic
• Installation of a temporary bridge to maintain uninterrupted access during works
• Compliance with details set out in Preliminaries, Pricing Schedule, Health & Safety Plan, Site Plan, Structural Report.
Key Dates
Proposed project Start Date: June 2026
Completion Deadline: September 2026
Cadent is looking for an end‑to‑end maintenance, repair, and compliance support service for Cadent's plant and vehicle assets across specified networks, providing 24/7/365 operational coverage.
Workshop / Repair Network
Coverage for entire Cadent footprint or specific network bidding for:
-Provisions around collection & delivery
-Provision for out of hours servicing when necessary
-Tyre Replacement service
-Supplier will provide fixed and mobile provisions across all of Cadent's Plant assets / footprint 24/7/365
Document management of Cadent Owned Vehicles
-Checking, filing and storing of original maintenance records from all garages
-Filing and storage of statutory certificates
-Upload copies of documentation and certificates into platforms/portals including the Cadent Asset Database
-SLA on compliance documentation being uploaded onto portals e.g. Loler Certificates within 48 hours.
-Production and storage of defect rectification documents.
Scheduled Maintenance
-Producing and sending invites for scheduled maintenance
-Providing garage booking support including provisions for collection and delivery on all asset types
-Providing bookings for main dealers (manufacturers safety recalls)
-Management of missed appointments via daily reports
-Management of LOLER inspections booking for plant
-Management of trailer mandatory brake testing following intervention with the brake system
-Will establish a communication with Manufacturers to ensure that recalls and campaigns are merged into the safety inspection plan.
Cost Control & Workflow
-Guide times for standard servicing and repair items
-Producing detailed additional authority requests for onward delivery to Cadent for approval. Processing authority once approval is given
-Obtain prior approval before incurring expenditure beyond agreed levels.
-Liaising with Manufacturers for warranty management
-Job estimate and authority to be submitted in a timely manner (SLA)
-Evaluation of job estimates ensuring unessential work is kept to a minimum without compromising compliance, safety, quality and VOR time
Technical support
-Issuing and managing manufacturer safety recalls
-Producing bespoke inspection/service sheets
-Supporting with technical bulletins
-Supporting with technical skill, advice and compliance
-Recommendations on proactive campaigns on preventative maintenance, reducing VOR time
-Actively support Cadent campaigns and safety recalls
-Route cause analysis for major failures - engineering investigation and reports provided for Cadent
General
Resource - Cadent need:
-Account Manager
-Competent persons to manage Cadent defects
-Support Cadent in each Network and ensure all support is Network aligned 0800 - 1800hrs Customer support via telephone and email
-Supply and resource single point of contact Driver Helpline number (freephone) providing 24/7/365 coverage including recovery
-Escalation management
-Provision of breakdown services 24/7/365 for all Cadent plant
The Provision of Earthworks at Farington Cricket Club
The Provision of Earthworks at Farington Cricket Club.
A preliminary market engagement notice was not published as the market is well-understood and the requirement is straightforward.
Framework Agreement for the Provision of GIS Marine Data for Scotland
The requirement is for a Framework Pricelist Agreement for GIS-compatible Marine Data and Marine Data as a Service (DaaS) for use across the Scottish public sector.
The Framework shall allow Authorised Users to draw down the products and services outlined in this Statement of Requirements at agreed prices for the duration of this Framework.
NEL ICB Latent Tuberculosis Infection (LTBI) Screening Programme
NHS North East London Integrated Care Board (ICB) is seeking to Commission National Latent Tuberculosis Infection (LTBI) Services - Testing Service and Diagnostics Analysis Service.
The Latent Tuberculosis Infection (LTBI) Screening Programme aims to reduce the incidence of active tuberculosis (TB) through the early identification and treatment of individuals infected with Mycobacterium tuberculosis who do not have active disease.
By preventing progression to active TB, the programme contributes to the elimination of TB as a public health threat and supports national and global TB reduction strategies.
Specifically, the programme aims to:
• Prevent the development of active, transmissible TB through detection and treatment of LTBI;
• Protect public health by interrupting the chain of transmission within communities;
• Support national TB control and elimination goals;
• Promote health equity by ensuring access to screening and care for populations at increased risk.
The service aims to reduce the incidence of tuberculosis (TB) across the populations of Newham, Tower Hamlets, City & Hackney, Redbridge, Barking & Dagenham, and Waltham Forest.
The Contracts are expected to commence in October 2026 for an initial period of 6 months.
The contracts may be extended for an additional period of 12 Months at the sole discretion of the Authority.
The estimated value of the contracts for 18 Months is £1,301,640.15.
(£848,253.40 per annum, and the Initial 6 months is £453,386.75).
Please note that the contract award is subject to confirmed funding from NHS England.
Interested Organisations must express an interest via Atamis e-tendering portal. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below:
https://health-family.force.com/s/Welcome
Once registered, you can express an interest in this project by clicking the following the link to this specific project ; https://health-family.force.com/s/Welcome (Contract Reference: C429248).
Please note that any submission of bids by any other means will not be considered.
NHS North East London Integrated Care BoardLondonWAC-569414
Provision of a Contracts Management System for Healthier Futures
The Authority seeks to appoint a supply partner to provide a Contracts Management System to support its new hospital development programme. The new Hospital programme is known as Healthier Futures.
For more details information on the requirement please refer to the Scope of requirements document.
MID CHESHIRE HOSPITALS NHS FOUNDATION TRUSTNorth WestWAC-572531
This Contract is for the delivery, erection, dismantling and collection of a wide variety of marquees (range of sizes and types i.e. traditional, pagodas, stretch tent, gazebos etc) including furniture and supplementary items for Council events annually.
NatureScot intends to establish a multi‑supplier Framework Agreement for the provision of peatland monitoring survey services to support the Peatland ACTION Restoration Monitoring Network (RMN). The requirement includes undertaking vegetation quadrat surveys, feature status assessments, fixed‑point photography and area‑level assessments across peatland restoration sites throughout Scotland. Surveys will be carried out between May and October each year, with an estimated 17 sites in 2026 and approximately 12 sites per year thereafter, subject to annual programme needs. The framework is intended to appoint up to ten suppliers to ensure national geographic coverage, flexibility and resilience.
NatureScot intends to establish a multi‑supplier Framework Agreement for the provision of peatland monitoring survey services to support the Peatland ACTION Restoration Monitoring Network (RMN). The requirement includes undertaking vegetation quadrat surveys, feature status assessments, fixed‑point photography and area‑level assessments across peatland restoration sites throughout Scotland. Surveys will be carried out between May and October each year, with an estimated 17 sites in 2026 and approximately 12 sites per year thereafter, subject to annual programme needs. The framework is intended to appoint up to ten suppliers to ensure national geographic coverage, flexibility and resilience.
Provision of Services for Radon Gas Testing at Various Council Owned Properties 2026-2029
Orkney Islands Council has a requirement for a Contractor to undertake the testing of Radon Gas at various commercial and domestic properties across Orkney Islands Council (OIC) estate, to provide results and advice on remedial measures.
The works also comprise the delivery of remedial works and associated follow up testing, as well as annual inspection and maintenance of mitigation equipment at OIC properties and annual radon tests.
NUN - Utility Management Solutions / Energy Administrative Service Provider for Void Properties.
Provider of energy administrative services, to include transfer of energy providers, reinstate void energy supply, and the administration of opening and closing
of energy accounts
Nuneaton and Bedworth Borough CouncilWest MidlandsWAC-566666