611 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Rochdale Boroughwide Housing is seeking to engage with the market in advance of a forthcoming procurement exercise, for the provision of responsive repairs, maintenance, electrical safety checks and empty homes refurbishment works across our housing stock. With over 12,000 homes, we are proud to be one of the leading landlords in Rochdale and are committed to delivering safe, warm homes for our customers. Purpose of this Market Engagement The purpose of this pre-market engagement exercise is to: • Share our initial scope, objectives, and proposed delivery model. • Gather feedback from potential suppliers on service delivery approaches, innovation, and value for money. • Understand market capacity, capability, and appetite for the opportunity. Deadline for Expressions of Interest: 16th April 2026 at 5pm, please complete the below appendix and return via a Chest message via the Chest messaging service with the subject title "Pre-Market Expression of Interest Confirmation" by the Expression of Interest deadline. Please note at this stage is not a tender submission and we just need an Expression of Interest.
£42,000,000
Contract value
This notice is to capture supplier interest to register on Jaggaer to benefit from the opportunity to apply for membership on the Educational Children's Social Care (ECSC) Professional Framework as a Skills Education Adviser. It is the Department for Education's intention to re-open LOT 2 Skills Education Advisers, to provide expertise on education training and development to the skills group, with the specific skills in designing, developing, and evaluating qualifications, and experts in assessment strategy. The DfE are seeking to bring in additional EAs with the expertise to support development of Technical and Vocational Qualifications such as; T Levels including Foundation Year; 16-19 English and Maths; English Speakers of Other Languages (ESOL); Essential Digital Skills The opportunity will be published non contracts Finder and potential suppliers are encouraged to register on Jaggaer to access the opportunity via the link and indicate their interest via SSQ 757. Additional information: A market warming event will take place on 16th April. If you wish to attend see SSQ 757. Joining details will be sent to those who express an interest to attend early next week.
Value undisclosed
In line with the Government’s 10 Year Health Plan for England, the Department of Health and Social Care (DHSC), working with NHS England, is exploring outcomes‑based approaches that enable new partnerships to address health‑related economic inactivity and support sustained employment for people with health conditions. This early market engagement seeks to gather views from potential investors and service providers on the feasibility, attractiveness, and design of proposed Health and Growth outcomes‑based contracts, ahead of any potential future formal market activity.
Value undisclosed
Premarket notice for Trydan Gwyrdd Cymru (Trydan) is seeking to procure the following professional services for large-scale wind farm developments in Wales. • Baseline ornithological surveys and reporting. • Baseline habitat classification, soils, and peat surveys and reporting. Trydan will be establishing a framework divided into two lots, with each lot comprising a limited number of pre appointed suppliers. Only the suppliers awarded a place within each respective lot will be eligible to tender for the specific packages of project work issued through the framework.
£1,750,000
Contract value
The North Central London Integrated Care System (ICS) comprises several NHS Trusts, each currently managing elements of IM&T procurement independently through various resellers. This decentralised approach has led to variation in procurement practices, product selections, and service levels. The ICS is exploring the potential benefits of a more coordinated procurement strategy, potentially through a strategic partnership with one or more IM&T resellers. To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA17020. Not registered: Visit https://suppliers.multiquote.com then register and quote CA17020 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.
Value undisclosed
The scope of this framework includes the supply of single-use healthcare personal protective equipment (PPE) and associated consumables for NHS clinical settings, including but not limited to: Facemasks (Type IIR surgical masks, FFP3 respirators) Gowns (category III isolation gowns, dignity gowns) Eye Protection (full-face visors) Powered Air-Purifying Respirators (PAPRs) and accessories Fit Testing Equipment (qualitative and quantitative kits) Cape Hood Type PB 6B We seek solutions that: Provide effective infection prevention and control in healthcare environments, meeting relevant legislative standards for Medical Devices and/or PPE regulations where relevant. Ensure resilience and scalability, including surge capacity for public health emergencies and dynamic stock rotation of pandemic related stockpiling. Support a nationally coordinated stocked supply strategy, ensuring consistent availability of strategic PPE items, across the NHS. Simplify product ranges to those frequently purchased/required for the NHS, supported with robust clinical evidence, rationalising suppliers and product ranges to improve efficiency and resilience. Embed sustainability and ethical sourcing, including carbon reduction initiatives and compliance with labour standards. Address high-risk modern slavery concerns, requiring suppliers to demonstrate robust due diligence and independent third-party audits of their supply chains. Offer value for money, with periodic reopening of competition across Lots to aggregate purchasing nationally for committed annual volumes and enable continuous improvement. Provides transparency and clarity on product classification/type and intended use for protection, to reduce risk of misapplication. Offer innovation, demonstrating how products support value based procurement through whole life cost, social value, efficiency, patient and staff outcomes, supply chain and the support for adoption. Suppliers should demonstrate how their proposals achieve these outcomes, including approaches to resilience, sustainability, and ethical compliance.
£764,656,636
Contract value
Sitemark Ltd is managing a compliant public sector tender process on behalf of Muircroft Housing Association Ltd (the Contracting Authority) for the procurement of repair & maintenance services.
£1,250,000
Contract value
Sitemark Ltd is managing a compliant public sector tender process on behalf of Muircroft Housing Association Ltd (the Contracting Authority) for the procurement of repair & maintenance services.
£1,250,000
Contract value
The purpose of the preliminary market engagement (PME) process is to ascertain whether there is any interest in the market in undertaking a feasibility study to help the Council determine the future role and function of its stadium. This engagement with the market will help the Council to understand and gauge market interest and any considerations ahead of any possible formal tender process. This information notice does not commit Halton Council to any future procurement or any subsequent decisions based on the output of the market testing exercise. This process is run via The Chest. https://www.the-chest.org.uk/ Reference: DN808520
Value undisclosed
The Teaching Regulation Agency (TRA) intends to procure external legal adviser services to support the lawful, fair and efficient operation of Professional Conduct Panel (PCP) hearings. These services will build on the model used under the current Legal Adviser (LA) contracts and will ensure panels receive independent, high quality legal advice throughout the misconduct hearing process. Legal advisers provide essential and impartial advice to PCPs on matters of law, mixed questions of law and fact, procedure, precedent, and any other issues relevant to the case before the panel. They also draft the panel’s written findings of fact, announced decision, and final decision document, ensuring these are clear, legally sound and fully compliant with the Teachers’ Disciplinary (England) Regulations 2012 and TRA’s published guidance. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of the formal procurement. These sessions will provide an opportunity to explore practical aspects of delivering legally compliant hearings, understand market capacity and discuss how suppliers can support resilience and consistency across panels. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. The resulting procurement will therefore establish a resilient, high quality legal adviser service capable of supporting the current statutory framework and the future expansion of the Teacher Misconduct regime. The TRA will work closely with contracted suppliers to maintain high standards of legal accuracy, consistency in decision making and operational stability across all panel hearings. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.
£5,000,000
Contract value
The Teaching Regulation Agency (TRA) intends to procure mulitple external legal services to support the investigation, preparation and presentation of teacher misconduct cases, building on the model used under current Presenting Officer (PO) contracts. These services include undertaking proportionate investigations, preparing case documentation for Case to Answer decisions and Professional Conduct Panel (PCP) hearings, and presenting cases at hearings on behalf of the TRA. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of formal procurement. These sessions will allow us to explore practical considerations, understand market capacity and incorporate sector insight into refining the delivery model. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. This procurement will therefore establish a resilient, flexible legal services arrangement capable of meeting both current statutory obligations and the wider future scope of the Teacher Misconduct regime. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.
£24,300,000
Contract value
The Teaching Regulation Agency (TRA) intends to procure external legal adviser services to support the lawful, fair and efficient operation of Professional Conduct Panel (PCP) hearings. These services will build on the model used under the current Legal Adviser (LA) contracts and will ensure panels receive independent, high quality legal advice throughout the misconduct hearing process. Legal advisers provide essential and impartial advice to PCPs on matters of law, mixed questions of law and fact, procedure, precedent, and any other issues relevant to the case before the panel. They also draft the panel’s written findings of fact, announced decision, and final decision document, ensuring these are clear, legally sound and fully compliant with the Teachers’ Disciplinary (England) Regulations 2012 and TRA’s published guidance. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of the formal procurement. These sessions will provide an opportunity to explore practical aspects of delivering legally compliant hearings, understand market capacity and discuss how suppliers can support resilience and consistency across panels. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. The resulting procurement will therefore establish a resilient, high quality legal adviser service capable of supporting the current statutory framework and the future expansion of the Teacher Misconduct regime. The TRA will work closely with contracted suppliers to maintain high standards of legal accuracy, consistency in decision making and operational stability across all panel hearings. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.
£5,000,000
Contract value
The Teaching Regulation Agency (TRA) intends to procure mulitple external legal services to support the investigation, preparation and presentation of teacher misconduct cases, building on the model used under current Presenting Officer (PO) contracts. These services include undertaking proportionate investigations, preparing case documentation for Case to Answer decisions and Professional Conduct Panel (PCP) hearings, and presenting cases at hearings on behalf of the TRA. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of formal procurement. These sessions will allow us to explore practical considerations, understand market capacity and incorporate sector insight into refining the delivery model. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. This procurement will therefore establish a resilient, flexible legal services arrangement capable of meeting both current statutory obligations and the wider future scope of the Teacher Misconduct regime. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.
£24,300,000
Contract value
Estimated Post Office fees: In the current location in the range of £11,000 - £13,500 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/isle-of-colonsay-post-office-isle-of-colonsay-pa61-7yw?search_term=PA61
£11,000
Contract value
Installation of Gabion baskets to act as a strong stable and permeable barrier acting as a retaining wall
£30,000
Contract value
Cumberland Council have a requirement for the supply and distribution of a range of various Foods suitable for use by Cumberland Care Sites, Cumberland Council Sites and Cumberland Council maintained non-chequebook schools which do not use third party School Meals providers. Distribution will be required to sites throughout the footprint of Cumberland Council. This contract will be tendered in 4 lots. Suppliers will be able to tender for one, more than one, or all Lots. The lots will be evaluated individually and each lot will be awarded to one supplier who will supply and distribute throughout the footprint of Cumberland Council. The contract will be for a period of 4 years.
£4,500,000
Contract value
1. Purpose Vico Homes Limited (Vico) is undertaking early market engagement to understand the capability of the supplier market to deliver either: • A single, fully integrated Finance, Procurement, HR, Payroll, and Talent Management solution, or • A modular, best-of-breed ecosystem (standalone Finance inclusive of procurement or stand-alone HR system inclusive of payroll), combining multiple interoperable platforms that collectively meet the organisation's requirements. This Premarket Engagement (PME) does not form part of any formal procurement process. Information gathered will inform the development of a Strategic Business Case, procurement strategy, and potential future tender. Suppliers responding to this PME are not advantaged or disadvantaged in any future process. 2. Background & Context Vico Homes Limited (Vico) was established on 1st April 2025 when Wakefield District Housing (WDH) rebranded to deliver our vision 'to build better futures and vibrant communities'. We are one of the UK's largest social housing providers, with over 33,000 homes across Yorkshire and our wider operating area across the North of England. We offer much more than bricks and mortar; our support goes far beyond the front door. We go the extra mile to deliver excellent customer services and provide a home to be proud of. To find out more about us please visit the link below: Welcome to Vico Homes | Vico Homes Vico currently operates its core HR, Finance and Procurement functions using Microsoft Dynamics Finance and Operations, which was implemented as an enterprise platform to support these corporate functions across the organisation. The solution is integrated with a small number of adjacent systems (Housing Management, LMS, Payroll Products) and supported by third‑party partners, with additional functionality delivered through bespoke power platform extensions and integrations. Vico currently delivers its payroll capability through a dedicated third‑party payroll solution (MHR I-Trent), which operates alongside the wider HR and Finance landscape. The payroll service has been implemented to meet statutory requirements and support accurate and timely payment for colleagues, with interfaces in place to exchange data with core HR and Finance processes. Learning and development is currently supported through a separate Learning Management System (LMS) via Learning Pool, which operates independently of the core HR platform and is used to manage learning records, compliance training, course administration and colleague development. While the LMS supports essential learning and development activities, it relies on integration points with Dynamics 365 to maintain accurate colleague data and reporting. This pre‑market engagement is intended to help the organisation better understand current market products, capabilities, deployment models, and approaches that could inform future procurement options. 3. Scope Overview The organisation is reviewing replacement options for its core Finance, Procurement, HR, Payroll, Learning, Talent, Time & Attendance, and Case Management systems. Operational requirements, compliance obligations, and strategic drivers (including digital transformation) mean that a new platform (or set of platforms) need to be procured and implemented within defined timeframes. A full list of requirements is included in Section 4 to assist suppliers in identifying alignment with their solution offering. Suppliers may respond based on their ability to offer: • (A) One unified cloud-based platform • (B) Multiple modules ecosystem (standalone Finance inclusive of procurement or HR system inclusive of payroll), from the same vendor ecosystem • (C) One of the products with proven integrations (standalone Finance inclusive of procurement or HR system inclusive of payroll) Through this exercise, Vico seeks to: • Understand the maturity and availability of market solutions. • Identify whether requirements are best met by a single platform or a modular architecture. • Assess typical cost models, implementation durations, and licensing approaches. • Explore integration capabilities, including open APIs and data exchange approaches. • Gauge suppliers' experience with UK public sector, housing associations, and charitable organisations. • Identify risks, constraints, and dependencies relevant to the implementation timeline. Please contact Vico for the full Pre-Market engagement document including System Requirements and Supplier Questionnaire
Value undisclosed
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 £15,300 - £17,000 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/bolton-on-dearne-post-office-rotherham-s63-8ba?search_term=S63
£15,300
Contract value
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 £21,000 - £26,500 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/shenfield-broadway-post-office-brentwood-cm15-8nr?search_term=CM15
£21,000
Contract value
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 £3,600 - £4,000 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/east-hagbourne-post-office-didcot-ox11-9ld?search_term=OX11
£3,600
Contract value
Showing 281–300 of 611 contracts