50 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
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 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. 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), 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: 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. --- 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
This Request for Information (RFI) is issued on behalf of Mid and South Essex NHS Foundation Trust (MSEFT). Through this exercise, MSEFT aims to engage with the supplier market to gather insight, assess capacity and capability, explore commercial and delivery models, and help shape its future procurement strategy for a potential Managed Services programme. The programme may span four key modalities: • Endoscopy • Radiology • Cath Labs, Cardiothoracic and Vascular • Theatres MSEFT is seeking supplier perspectives on delivering outsourced models across the following areas: Consumables and Non Pay Spend • Gloves • Syringes • Dressings • Surgical consumables • Consignment stock Inventory and Supply Chain Optimisation • Stock management • Just in time supply • Waste reduction • Catalogue management • Logistics management Capital Equipment and Managed Equipment Services • Core equipment • Imaging equipment • Theatre equipment • Maintenance • Replacement planning • Asset management • Central Sterile Services Department (CSSD) Facilities Management • Hard FM • Soft FM • Strategic estates and infrastructure investment Clinical Pathways and Service Redesign • Theatre utilisation • Length of stay optimisation • Demand management • Pathway standardisation In addition, this structured RFI seeks input on: • Market appetite • Delivery capability • Mobilisation capacity • Commercial models (including IFRS16 considerations) • Risk transfer • KPIs and governance • Innovation opportunities • Baseline data requirements • Potential procurement structures (single procurement, multi lot, or four separate procurements). The feedback collected will inform the design of any future service model and associated procurement approach for MSEFT. To express an interest in this project and access the RFI documentation and all other information concerning the RFI, please go to the Jaggaer website at: https://attain.ukp.app.jaggaer.com Click on ‘Register here’ and follow the on-screen instructions. Please note that expressions of interest will not be accepted by any means other than through the Jaggaer e-procurement portal. The closing date for submitting completed RFIs is 12:0 noon on 17 April 2026. Disclaimer: This RFI is intended only to elicit information. Responders to this RFI should note that no concessions, contracts or other arrangements will be awarded pursuant to this RFI. Responding, or not responding, to this RFI will neither increase nor decrease any supplier’s chances of being awarded a contract from any subsequent Invitation to Tender process. MSEFT shall not be responsible for any costs or expenses incurred by respondents to this RFI in preparing and / or submitting such responses. This notice does not constitute a call for competition. Participation is voluntary and does not affect eligibility to participate in any future procurement(s). Following receipt and analysis of RFI responses, MSEFT may: • Refine the scope and requirements • Conduct additional engagement sessions • Publish a Planned Procurement Notice • Launch a formal competitive procurement(s). Suppliers who participate in this RFI exercise will be notified through the portal of any subsequent notices. This preliminary market engagement is undertaken in accordance with the Procurement Act 2023 and Procurement Regulations 2024.
Value undisclosed
This Request For Information (RFI) is issued for Royal Navy, as part of Ministry of Defence (also known as “The Authority”). This is not a formal tender competition or commitment to any future contract(s). It is an opportunity for industry to provide information to assist in development of future requirements. It is in relation to an opportunity for industry to participate in the first Annual Maritime Uncrewed Systems Experiment (AMUSE), to be conducted in a segregated (250km2 approximately) water space in the United Kingdom, in late March 2027. This will be supported by a separate small-scale trial, the Maritime Uncrewed Systems Testbed (MUST) that will enable the assurance of all participating systems in a controlled water space (likely a lake, or loch), location still to be determined.
£1
Contract value
Forestry England is seeking early market engagement from suitably experienced Observation wheel ride operators regarding a potential seasonal concession opportunity at Bedgebury National Pinetum and Forest, one of the UK’s leading outdoor family destinations. Our aim is to explore the feasibility of hosting a temporary observation wheel installation during peak visitor periods to enhance the visitor experience and support wider site engagement. We invite operators to provide feedback on operational models, revenue share arrangements, technical requirements, and overall suitability. We are investigating firstly a seasonal trial to sit within the 28 days permitted development over the summer, with the potential to use evidence from this to create a longer-term model. ________________________________________ About Bedgebury National Pinetum: Bedgebury National Pinetum attracts a wide and diverse visitor base, particularly families, local members, cyclists, runners, and wellness users. Current site concessions include: • A well established café • Go Ape high ropes • Bike hire provision • A dedicated learning & education provider • Delivery of multiple activities through our Active Forests programme, including running, cycling, caniX, yoga, forest bathing, and wellbeing events Any new attraction must be sympathetic to the pinetum environment, the landscape setting, and our established visitor profile, while contributing positively to visitor enjoyment and dwell time. ________________________________________ Opportunity Scope: Seasonal Observation Wheel Installation: Forestry England is specifically seeking feedback regarding the feasibility and commercial potential of hosting a mid size (~30m) temporary Observation wheel on site. We welcome interest from operators able to provide: • Fully managed supply, installation, operation, and removal of an observation wheel • ADIPS certified equipment and compliance with all relevant safety standards • Clear information on technical, logistical, and infrastructure requirements • Commercial models including: o Revenue share arrangements o Commission based structures o Minimum Guarantee + % turnover We are particularly interested in hearing from suppliers who have experience operating wheels in natural, heritage, or environmentally sensitive settings, including parks, gardens, arboreta, or forestry environments. Estimated start date: 5/08/2026 Estimated end date: 1/09/2026 Running dates are flexible Engagement Deadline: 5pm 17/04/2026
Value undisclosed
Clay Cross Active Partnership Proposal We are seeking a partner to run a small-sided 5-a-side league on Sunday afternoons/evenings on the 3G pitch. The partner will manage all aspects of the league, including fixtures, referees, and team organisation, and set their own team fees.
£16,077.17
Contract value
Contract for Electrical works, it will be required by the electrical subcontractor to remove and make safe any electrical accessories from the externals and reinstate once works have been completed. Where the properties have external meter cupboards at present, these will require upgraded 25mm tails and 16mm CPC run from internally to the newly positioned meter cupboards. Any properties that at present don’t have external lighting will require newly installed cabling, containment, light fittings and any other items for a complete installation.
£25,000
Contract value
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
£7,524.97
Contract value
Showing 41–50 of 50 contracts