Derry City and Strabane District Council seeks to appoint an ICT for the development of Hazelbank Play Park. The Contract is for the provision of a Quantity Surveyor/NEC 4 Project Manager/Civil Engineer/Structural Engineer/or Landscape Architect led, fully Integrated Consultant Team (ICT) for the design development and delivery of the Play Park at Hazelbank. The commission will comprise all services necessary to deliver the project from the current stage of briefing RIBA stage 0 / 1 drawings, revisions of the current design, addressing issues through redesign in compliance with the consultation and planning permission and development of these basic drawings to concepts, design development and detailed design and works information, through to completion on site, defect period and final handover, (i.e. from RIBA Plan of Work 2020 Stage 2 up to Stage 6) for the new Play Area at Hazelbank and it’s connections to adjoining lands including a large Sports Centre being built adjacent. Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
Derry City and Strabane District CouncilNorthern IrelandWAC-568033
The contract is for the provision of restoration and repair works for Derry City and Strabane District Council which consists of the restoration and repair of the existing war memorial monuments, installation of new bronze plaques, wreath hangers and interpretation panels and all associated site works of the four district war memorials at Castlederg, Derry~Londonderry, Strabane and Sion Mills. The War Memorial in the Diamond in Derry~Londonderry is listed B+. The project has been granted PEACEPLUS funds for the delivery of the project. Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
Derry City and Strabane District CouncilNorthern IrelandWAC-568053
The contract is for the provision of site management and construction of a new play park for Derry City and Strabane District Council at Sperrin Heritage Centre, Glenelly Road, Legcloghfin, Omagh BT79 8LS. The new play park will consists of the: demolition and removal of existing, cut and fill of ground levels, importing of inert fill material, instillation of new drainage, connections of drainage to existing and new systems, new bases for surface materials, new foundations, new soft play safety surfacing, procurement and ordering of new play equipment and new furniture (bins, seats etc), management of Rospa play inspections. The site is used by the public constantly, publicly accessible and on a busy road. There is limited space for a site compound and material storage. There are no useable welfare facilities (no useable shelter, drinking water or toilet facilities). The background of this project is this of one of a few new play parks being built by Derry City and Strabane District Council. Your submission must be submitted via EtendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
Derry City and Strabane District CouncilNorthern IrelandWAC-568058
Wolverhampton City Council intends to procure a responsive building repair, maintenance and minor works contract for its public buildings and property portfolio, including any associated planned maintenance instructed under the contract. The portfolio currently consists of approximately 1,897 properties, including schools and educational centres, grounds and recreational facilities, public conveniences, cemeteries, residential properties, offices, courts, museums, galleries, theatres, libraries, markets, depots and industrial units. Properties may be added to or removed from the portfolio during the contract term.
The contract will provide 24/7 reactive emergency, urgent and follow-on building fabric repairs, including making-safe works, glazing, fencing, carpentry, brick and stone repairs, roof repairs, drainage and gully works, scaffolding and associated minor works. Priority response requirements will include 1-hour emergency attendance, 24-hour urgent attendance and 7-day follow-on works. Works will generally exclude mechanical and electrical works except where ancillary to the instructed works. The contractor will be required to interface with the Council's systems and deliver robust reporting, asset data updates and KPI management throughout the contract term.
Portsmouth City Council ('the council') is inviting requests to participate from suitably qualified suppliers to deliver the refurbishment & extension of the Omega Arts Centre to form a new school for young people with special education needs & disabilities (SEND).
Site address is: The Omega Arts Centre, 2 Omega Street, Portsmouth PO5 4LP
The estimate contract value is £7.5m and we expect work to commence on site in October 2026 and to complete in March 2028.
The schedule is:
Task Date
Publish above threshold FTS contract notice 13.03.2026
1st Stage - CoP published on Intend 13.03.2026
Deadline for requests for clarification 02.04.26 @ 23:59
Stage 1 CoP submission deadline 17.04.26 @ 12:0
Notification of CoP evaluation results 08.05.2026
Stage 2 ITT documents published on Intend 15.06.2026
Site Visits w/c 29.06.2026
Deadline for requests for clarification 24.07.2026
Stage 2 - Tender return deadline 31.07.2026
Issue assessment summaries / Award notice 07.09.2026
Standstill period (8 days mandatory) 07.09.2026 - 16.09.2026
Contract award confirmation letter 18.09.2026
Mobilisation 02.10.2026 - 29.10.2026
Start on site 30.10.2026
Complete on site 17.03.2028
The Council are looking to appoint a Principal Contractor, with the ability to undertake the works directly The contract is for construction and a design portion. A Planning application has been submitted.
The Council has decided to use a two-stage process to procure the stated requirements; specifically:
• a discrete Conditions of Participation stage to establish a shortlist of up to 4 suppliers
• shortlisted suppliers will subsequently be invited to tender for the works.
The successful supplier will be appointed using a JCT Intermediate Building Contract 2024 with Contractors Design Portion.
The Council is targeting to have awarded this contract by September 2026.
SCOPE
The contractor will take on responsibility for several elements of the design, including but not limited to the elements of the structural, mechanical and electrical services
The works include new build construction, extensions to the existing building, adaptations to the existing building, maintenance works to the existing building, landscape work on the site.
The full design and list of Contractors Design Portions will be issued as part of the tender documents.
The successful contractor will take on the responsibility for preparing the designs for the Contractor Design Portions, demolishing an existing building and delivering the construction of the 4 new buildings/extensions to from a SEND school, they will be expected to co-ordinate and take on the role of Principal Contractor under the CDM Regulations & the Building Safety Act for the works activities.
The contract is for the provision of site management and construction of a new play park for Derry City and Strabane District Council at Cluny Gardens, Strabane BT82 9RJ The new play park will consists of the: demolition and removal of existing, cut and fill of ground levels, importing of inert fill material, instillation of new drainage, connections of drainage to existing and new systems, new bases for surface materials, new foundations, new soft play safety surfacing, procurement and ordering of new play equipment and new furniture (bins, seats etc), management of Rospa play inspections. The site is used by the public constantly, publicly accessible and on a busy road. There is limited space for a site compound and material storage. There are no useable welfare facilities (no useable shelter, drinking water or toilet facilities). Your submission must be submitted via EtendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
Derry City and Strabane District CouncilNorthern IrelandWAC-568046
It is the intention of Derry City and Strabane District Council, as the Employer, to appoint the services of a Civil/Structural Engineer or Landscape Architect-led Integrated Consultancy Team (ICT) to undertake the delivery, design and management of the “Currynierin Community Park” capital project, based in Currynierin, Waterside, Derry~Londonderry. Working in close consultation with the Employer the ICT will be required to provide design proposals (including revisions) that meet the strategic aims and objectives of the Council and to manage the specified works within quality, budget and programme requirements. Your submission must be submitted via EtendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
Derry City and Strabane District CouncilNorthern IrelandWAC-568405
UKB is seeking to further improve its technical controls and intends to implement a functional mechanism to check data egress requests to ensure that participant record-level data is not being removed and does not contain information that can identify individual participants. This Output Checking System (OCS) functionality will allow UKB to enhance the security of the UKB-RAP, reduce the risk of advertent and inadvertent data breaches and importantly increase the trust and transparency of the UKB resource. UKB intends to commence a procurement exercise to procure a replacement for the current UKB-RAP in 2027, which will come into effect in 2028. The OCS will need to be integrated with the new UKB-RAP.
Output checking processes for Trusted Research Environments (TREs) have to date been based on manual processes, with data analysts or administrators employed to review data egress requests to ensure they meet compliance standards. Given their reliance on human oversight of large data outputs, these systems are costly and do not provide a failsafe, and they cannot scale to the demands of UKB given its very large user base and continued growth. With over 20,000 publications (5,000 in the past year alone), a manual output checking process is neither desirable nor feasible.
To develop and deliver the OCS, UKB is separating the procurement into two elements which will need to be fully interoperable:
1. OCS User Interface (UI) and Workflow (subject to a separate tender exercise via the CCS G-Cloud 14 framework): The development of a seamless UI and Workflow for the OCS, including secure movement of data and integration with existing UKB infrastructure.
2. The OCS Decision Engine (this procurement): The development of the core algorithms to allow an automated assessment of the data being egressed, giving an overall confidence assessment score and a Red/Amber/Green (RAG) rating for decision making
The OCS Decision Engine
The OCS Decision Engine is made up of two components:
1. Data Trust Engine: reviews the egressed file(s) from UKB-RAP to detect the presence of sensitive information. Through the application of transparent, heuristic rules and configurable thresholds, the Data Trust Engine will create a score for how 'disclosive' the egressed data is that, when coupled with the researcher confidence score below, provides a Red (fail), Amber (unclear) or Green (pass) egress rating.
2. Researcher Behaviour Engine: derives the overall credibility of a given researcher within AMS and UKB-RAP, and assigns a confidence score, which will dictate how human-review decisions are made for 'Amber' outcomes from the Trust Engine.
This Invitation to Negotiate (ITN) is being issued to invite Bids for a development partner to design and deliver the OCS Decision Engine, which will include the Data Trust Engine and Researcher Behaviour Engine.
The estimated contract value for the provision of services as set out in this Contract Notice and for the duration described is anticipated to be £2m GBP
UKB reserves the right to discontinue or delay the procurement process and may decide not to award a contract as a result of this call for competition. UKB shall not be liable for any costs or expenses incurred by any organisation in considering and/or responding to the procurement process. Tenders and supporting documents must be priced in pounds sterling and all payments made under the contract will be in pounds sterling, unless otherwise advised.
UKB will incorporate a standstill period at the point the decision in relation to the award of the contracts is notified to bidders. The standstill period, which will be a minimum of eight (8) working days, provides time for unsuccessful bidders to lodge an appeal in regards to the award decisions, before the contracts are entered into.
Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233323.
A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
IDS seeks to appoint a single scaffolding contractor to provide safe, compliant, and responsive scaffolding and temporary access services across its residential property portfolio. The scope includes design (where TG20 compliance is not applicable), erection, hire, inspection, adaptation, dismantling, and related protection measures for planned works, responsive repairs, emergency make-safe activity, and minor ad‑hoc roofing/gutter repairs delivered by the appointed contractor's operatives. Services must comply with TG20:21, BS EN 12811, and the Work at Height Regulations, and be delivered within occupied residential environments with robust resident protection, customer care, and performance reporting. The contract term is 2 years with an option to extend by 1 year, subject to satisfactory performance and agreement.
The Industrial Dwellings Society (1885) LtdLondonWAC-568739
This opportunity is for an agency to design and deliver digital advertising campaigns, negotiate competitive media packages, manage media bookings and oversee relationships with media owners through to the delivery of all advertising activity.
Prifysgol Bangor / Bangor UniversityWalesWAC-569181
The Lantern Learning Trust and Hawksworth Wood Primary School have decided to tender their catering services to investigate the financial and qualitative benefits they could be offered through this process.
The Schools involved are: -
• Blenheim Primary School
• Brudenell School
• Quarry Mount Primary School
• Rosebank Primary School
• Hawksworth Wood Primary School
Aims of the Service
The Trust and Hawksworth Wood wish to be at the forefront of school catering and as such require a modern, branded offer that reflects the leading trends in the industry.
At this time, the Trust's wish is to commence a catering contract, with a partner who shares their vision for a customer-focused service that attracts the maximum number of students. The meals that are to be provided must be appealing to customers, imaginative, provide good value for money and be nutritionally balanced to encourage all students to make an educated choice.
The Trust's objectives for the new contract are as follows:-
• Natasha's Law (2021): Full allergen labelling on all pre-packed food.
• HFA Halal Compliance where required.
• Healthy eating promotion & food education initiatives.
• Seasonal, locally sourced produce prioritised.
• A catering service that is well managed and requires minimal involvement from the Trust's management team.
• A strong Contractor Area Manager who will develop and lead the team to deliver exceptional customer service, a consistently high quality food offer and spend a substantial amount of time on site at the outset to undertake this.
• A Contractor who is proactive in their relationship management with the Trust.
• Investment in the Trust's Catering service through increased marketing in return for a tenure of contract.
• A higher number of students and staff using the facilities by providing a high quality, affordable and nutritious meal.
• A catering service that encourages students to take a heathy and balanced meal.
• Food and drinks that look appetising and are attractively presented.
• A hospitality service that will help showcase the Trust through events to parents and visitors.
• A Contractor that adopts a flexible and proactive approach to all Trust activities.
• A service that is professionally merchandised and marketed with discretion and to the mutual benefit of the Trust and the Contractor.
• A Contractor that operates using the optimum level of staffing.
Tender Schedule:
Issue of Invitation to Tender - 16th March 2026
Bidding Companies to Visit Sites - 31st March 2026
Clarification Deadline - 10th April 2026
Clarification Return Deadline - 15th April 2026
Deadline for return of Tender Responses - 12:0 on 17th April 2026
Presentation by shortlisted bidders - 19th May 2026
Reference site visits - w/c 18th May 2026 or w/c 1st Jun
Contract Awarded by - 5th June 2026
Mobilisation Meeting - w/c 22nd June 2026
Contract Commencement - 1st September 2026
THE LANTERN LEARNING TRUST (INNER CITY NORTH, LEEDS)YorkshireWAC-569113
Competitive flexible procedure to appoint a main contractor to develop 29 council homes for affordable rent on Mile Oak Road Brighton. this will be awarded as a single stage (lump sum) JCT design and build 2024 contract.
Brighton and Hove City CouncilSouth EastWAC-569342
The procurement will be to establish a framework of providers for the delivery of residential and nursing care home services for adults aged 65 and over who have been assessed by the Council as having needs for care and support under the Care Act 2014 and Mental Health Act 1983.
The Framework is primarily aimed at individuals whose ordinary residence is within Staffordshire (which excludes Stoke on Trent). However, all Placement's will be made based on individual assessed needs, aligned to appropriate legislation, and will be within a reasonable distance, usually up to twenty (20) miles from the Resident's usual place of residence, as detailed in the Council's Choice Policy, unless the Resident chooses a care home outside the 20-mile radius. Where there are no Placements within a reasonable distance that can meet the Resident's assessed needs, the Council will consider locations outside of the reasonable distance.
Schedule 1 (the Specification) of the Framework Agreement sets out the minimum requirements a Service Provider must follow when delivering Services to Residents whose needs fall under the designated Lots of:
• Lot 1 - Residential for Older People
• Lot 2 - Residential for Older People with Dementia
• Lot 6 - Nursing for Older People
• Lot 7 - Nursing for Older People with Dementia
The Service Provider must be registered with the Care Quality Commission (CQC) to deliver residential and/or nursing care for Residents aged 65 and over. The Service Provider must also hold registrations for other care category specialisms to meet both primary and secondary needs of Residents, making this clear in their statement of purpose.
If a Resident has multiple care needs, their primary need decides the Lot they are placed under. Needs may change over time, so the Council expects the Service Provider to be flexible either by meeting changing needs or ensuring a smooth transfer to another service provider if needed. The Service Provider must accept referrals for all types of Care Home stays which include:
• Long Stay: A placement within a residential or nursing care Home where the intention is that the Placement shall be the Resident's permanent residence.
• Temporary Stay: An individual who needs to stay in a residential or nursing care home for (i) a limited period where there is a plan to return to their own home (ii) a period of further assessment. The stay should be unlikely to exceed fifty-two (52) weeks.
• Respite Stay: A short stay in a residential or nursing Care Home for someone normally cared for at their own home, giving their carer a temporary break usually up to eight (8) weeks. Respite stays can be both planned and unplanned. An unplanned respite stay is where respite care is required within twenty-four (24) hours to support carer crisis.
Care home provision for 18 - 65 year olds will be the subject of a separate procurement exercise.
The Choice Policy requires the Council to source a care home placement that meets the assessed eligible needs within a reasonable distance of the person's usual place of residence, and the Indicative Personal Budget will be determined by the most cost-effective placement that can meet those needs.
When developing the tender documents the Council has taken regards to the key objectives set out in the Procurement Act 2023:
a. delivering value for money;
b. maximising public benefit;
c. sharing information;
d. integrity; and
e. removing or reducing the barriers faced by SMEs.
Staffordshire County CouncilWest MidlandsWAC-569880
The procurement of Engineering Consultancy Services across multiple disciplines ahead of a hybrid planning application submission for the Winstanley Neighbourhood Renewal Plan.
The service will provide emotional and practical support to stalking victims/ survivors, regardless of whether they choose to report the crime.
This will include supporting the victim/ survivor through the criminal justice system and advocating on their behalf to ensure best outcomes are achieved.
Providers will need to ensure they are compliant with the new Independent Stalking Advocate Statutory Guidance - GOV.UK published in February 2026.
Police and Crime Commissioner for Dyfed PowysWalesWAC-570566
RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties.
Scottish Canals (otherwise referred to as “SC” in this document), is issuing this Invitation to Tender (ITT) in respect of establishing a contract for the appointment of an architect-led integrated design team to project manage and deliver the design of a new, purpose-built Immersive Experience Building at The Falkirk Wheel.
YPO are looking for Suppliers to be appointed onto a Framework Agreement following a Competitive Tendering Procedure for the provision of Vehicle Hire, Lease, Purchase & Services Portal. The Framework is designed to meet the needs of all public sector Contracting Authorities. There will be 4 Lots with a single supplier awarded to each. This will be a contractual arrangement with customers placing orders with the awarded supplier.