Loading page content…
Loading page content…
Loading contract search results…
7,378 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Hartlepool Borough Council is leading the development of a new Screen Industries Production Village, a major investment set to bring more film, TV, and digital production activity into the town. Over the next 2 years, HBC are constructing, restoring and renovating a series of assets including heritage buildings and vacant properties in the Church Street Conservation Area to provide a range of specialist facilities to support expansion of The Northern Studios. The project will also include public realm improvements and wider opportunities in the supply chain. Market engagement will take place on 23rd April 2026 at 10:0 at Hartlepool College of Further Education. To register further interest please contact Paul Taylor below. Contact email: paul.taylor2@hartlepool.gov.uk
£8,800,000
Contract value
Worcestershire County Council (WCC) is planning to establish a new Transport Category Framework under the Procurement Act 2023, which will be used as an approved route to market for a wide range of transport‑related services. The primary purpose of the framework is to create an accessible, flexible and proportionate route to market, particularly for local SMEs, micro‑providers and sole traders, while ensuring that statutory transport services are delivered safely, reliably and sustainably. The framework is expected to operate as an open framework, allowing new suppliers to apply at defined points during its lifetime. Anticipated lots include: • Lot 1 – Passenger Transport Services (e.g. taxis, private hire, minibuses, coaches) • Lot 2 – Specialist Passenger Transport Services (e.g. SEND and Adult Social Care transport) • Lot 3 – Transport Fleet & Vehicles • Lot 4 – Transport Infrastructure & Technology • Lot 5 – Transport Consultancy & Professional Services
£500,000,000
Contract value
Trivallis will be undertaking Preliminary Market Engagement (PME) for forthcoming Thermal Improvement and Whole-House Retrofit Works. The PME event will take place on 6 May 2026, from 1:0pm to 4:0pm, at: The Muni Arts Centre, Gelliwastad Road, Pontypridd, CF37 2DP. Attendance is limited to two representatives per company. Suppliers must already hold PAS 2030 accreditation, or be on track to complete accreditation (or an industry recognised equivalent) by 30 June 2026. To confirm attendance, please email procurement@trivallis.co.uk by 12:0pm on Friday 24 April 2026, including the names and email addresses of all attendees. Please note that entry will not be permitted without advance confirmation. During the session, Trivallis will present information to contractors interested in bidding for future procurement opportunities. A market questionnaire will also be issued to gather feedback to help shape: • The development of our requirements and procurement approach • The design of the procurement procedure, participation conditions and award criteria • Preparation of tender documents and specifications • Identification of capable contractors • Development of contractual terms • Capacity building within the contractor market The deadline for returning the completed questionnaire is 12:0pm on Friday 22 May 2026. The future programme is expected to include a range of whole house retrofit measures, delivered in line with Standard Assessment Procedure (SAP) methodology and PAS 2035 principles. Works may include, but are not limited to, the following: Fabric Improvement Works • Wall insulation (cavity, external and internal) • Loft, roof and roofing thermal improvements • Draught proofing and other SAP eligible fabric upgrades • External dash/render Low Carbon and Energy Efficiency Installations • Air Source Heat Pumps (ASHPs) • Hot water system efficiency improvements (cylinders, pipework, controls) • Solar PV (including removal and reinstatement) and battery storage Ventilation, Lighting and Environmental Improvements • Ventilation upgrades and passive ventilation • Energy efficient lighting • Environmental/performance monitoring sensors Supporting works necessary to enable delivery of retrofit measures, such as: • Rainwater goods replacement • External envelope repairs • Cavity extractions and damp related works (including DPC cleaning) • Building works, access and reinstatement, including canopy renewals & concrete lintels • Roofing renewals • Gas/electric meter boxes • Western Power-related works • Stitching and wall ties The scope may also include PAS 2035 roles and deliverables, such as: • Retrofit Assessment • Retrofit Coordination and compliance services • Design and specification development Trivallis may procure PAS services and installation works separately. All potential works will be delivered to residential properties owned by Trivallis across the South Wales region.
£30,000,000
Contract value
Provision of Design, Production and Maintenance services for BBMF Engines. The BBMF Integrated Support Arrangements Programme (BISAP) aims to deliver a consolidated cost-effective long-term solution for the provision of support to the BBMF Core Engines, Power Plant and Propulsion System Ancillary Equipment (excluding Propellers) under a BISAP-Engines Contract. The anticipated requirement will include an integrated solution for the supply of: • Design & Production Services. Provision of Design, Production, Engineering and Technical Support utilising MOD-approved organisations. • Maintenance, Repair and Overhaul Services. Support to provide serviceable engines with sufficient flying hours and calendar life to meet the Authority’s requirements. • Supply Chain & Component Availability Services. Provision of parts, consumables, components and ancillary equipment, with specific stock levels to be maintained. • Provision for Maintainer Training. Develop courseware and provide training for RAF maintainers. • Project Management. Including performance, cost and risk management, supply chain management and air safety and quality management.
£65,000,000
Contract value
The Tactical Communications Logistics Support (TCLS) contract will provide spares and repair support and stock management to meet prescribed availability requirements within the available budget. The service provider will monitor spares and repairs requirements through a contractor demand forecast, organise repairs, and recommend future purchases (of spares) for the Authority to authorise.
£550,000,000
Contract value
Loughborough University, on behalf of the National Centre for Sport and Exercise Medicine – East Midlands (NCSEM-EM), is conducting pre-market engagement to explore viable healthcare partnership models for expanding clinical services, diagnostic imaging, and sport and exercise medicine provision at our Olympic legacy facility. We seek market intelligence to inform whether to proceed to formal procurement and, if so, how best to structure specifications, commercial models, and procurement approach. Partnership with healthcare provider(s) to operate and/or expand: •Clinical services: Sport and exercise medicine, musculoskeletal medicine, physiotherapy, rehabilitation, orthopaedics •Diagnostic imaging: 3T MRI, X-ray, DXA, ultrasound, C-arm fluoroscopy •Operating model Purpose-built facility at Loughborough University campus: •11 clinical consulting rooms (~1,500 sq ft) •343 sq m rehabilitation/gait laboratory •Advanced diagnostic suite (3T MRI, X-ray, DXA, ultrasound, C-arm) •Reception, IT infrastructure, security, parking Any partner must: •Hold (or be able to obtain) CQC registration for proposed services •Demonstrate alignment with sport and exercise medicine focus (not general acute healthcare) •Contribute to teaching / Research This is an academic healthcare partnership, not a purely commercial tenancy. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Health-services./ZBJ86Z66CZ To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ZBJ86Z66CZ
£6,000,000
Contract value
This Pre-Market Engagement (PME) process is to allow the market the opportunity to assist, recommend and input into the development of NHS LPP’s new Clinical Artificial Intelligence (CAI) Framework Agreement prior to the release of the Invitation to Tender (ITT). The CAI framework will compliantly allow for both innovation of products/solutions within the lifetime of the framework, as well as maintain a comprehensive direct award mechanism for all framework suppliers and contracting authorities, by utilising the Procurement Act 2023 (PA 2023) Section 49 – Open Frameworks. Open Frameworks facilitate growth, utilising this route to market enables NHS LPP’s ability to correspond to the increased demand for Artificial Intelligence (AI) enablement across both the NHS and social care. The framework will be split into three lots: Direct Clinical Support, Indirect Clinical Support and NHS England’s Federated Data Platform Solution Exchange (FDP SX). To participate, please search the live opportunities within the Atamis Health Family Portal, reference: C432964. https://atamis-1928.my.site.com/s/Welcome
£1,000,000,000
Contract value
NHS Shared Business Services Limited (NHS SBS) intends to put in place its 4th generation Framework for the provision of waste management services to be used by Approved Organisations for the following proposed Lots, which are under consideration during this preliminary market engagement (PLEASE NOTE: The proposed Framework is intended to cover the provision of waste management services, together with services and goods relating to waste minimisation, recycling, and resource recovery): Lot 1 - Recycling and Waste Consultancy Lot 2.1 - Sustainable Asset Management Solutions Lot 2.2 - Waste Re‑Purposing Technological Platforms Lot 3.1 - Clinical Healthcare Waste Lot 3.2 - Re-usable Sharps Lot 4 - Sanitary and Washroom Services Lot 5.1 - Commercial and Household Waste: Healthcare and NHS Lot 5.2 - Commercial and Household Waste: Local Authority and Wider Public Sector Lot 5.3 - Food Recycling Management Services Lot 5.4 - Hazardous Waste Lot 5.5 - WEEE Waste Lot 6 - Confidential Waste: Recycling, Destruction, and Disposal Lot 7.1 - Recycling and Waste Minimisation Products: Food Waste Processing Equipment Lot 7.2 - Recycling and Waste Minimisation Products: Compactors Lot 7.3 - Recycling and Waste Minimisation Products: Bins Lot 8.1 - Sustainable Waste Management Technology: Pyrolysis Lot 8.2 - Sustainable Waste Management Technology: Microwave Solutions Lot 9 - Total Recycling and Waste Management (TRWM)
£300,000,000
Contract value
The Welsh Government is providing potential market participants with early notice of the forthcoming Bro Tathan Power Project procurement. This notice and Memorandum of Information (MOI) provides preliminary details in respect of the background, objectives and intended delivery approach for the Project, to enable interested organisations to consider and prepare for the formal tender process, which is expected to commence in at the end of April2026. The information contained within this notice and MOI is provided for awareness only. It does not constitute a call for competition, nor does it commit the Welsh Government to proceed with any procurement. Bro Tathan is a 1,200-acre strategic employment and innovation site located at St Athan in the Vale of Glamorgan (Bro Tathan Site). The Bro Tathan Site forms part of the Cardiff Airport and St Athan Enterprise Zone, a key driver for regional growth. The Bro Tathan Site benefits from exceptional connectivity - just five miles from Cardiff Airport and directly linked to the M4 corridor via the Northern Access Road (Ffordd Bro Tathan). It also features a fully operational 1,800-metre runway with airside access. Bro Tathan is already home to major occupiers such as Aston Martin Lagonda, eCube Solutions and Caerdav, and offers capacity for over3 million sq ft of additional development across its designated zones (West, East, North, South and Y Porth). Each zone of the Bro Tathan Site will support advanced manufacturing, aerospace, R&D and commercial employment uses. The Welsh Government has invested extensively in enabling infrastructure and site servicing, positioning Bro Tathan as a ready-to-invest platform for high-value inward investment. The Project is central to this long-term vision, delivering the energy capacity and resilience needed to attract and sustain occupiers at the Bro Tathan Site. Connecting the Bro Tathan Site to the National Grid Electricity Transmission network via new 132kV circuits and a substation, the Project will help realise Bro Tathan’s potential as a nationally significant location for investment, innovation and sustainable industrial growth. The intention is for the Project to be delivered through a Joint Venture (JV) between the Welsh Government and a private-sector partner. The JV will be responsible for the design, build, finance, operation and maintenance of the network infrastructure required to deliver up to 280 MVA of capacity to the Bro Tathan Site. The forthcoming procurement will seek to select a single consortium capable of providing the full range of expertise required for successful delivery of the Project. The Welsh Government intends to launch the Project procurement through the Competitive Flexible Procedure under the Procurement Act 2023. Further information in relation to the anticipated procurement process (including an indicative timetable) can be found in the MOI. The MOI can be found by following the this link: https://www.brotathan.wales/news
£35,000,000
Contract value
Supply of Frozen, Ambient and Chilled. Fresh Meat, Dairy, Bakery, Frozen Fish and Fresh Produce to all Care homes and Villages. 1. Approximately 140 commercial kitchens offering fresh meals to residents daily. 2. All delivered at least once a week- some locations twice a week., 3. All sourced within 60-mile radius of the delivery postcode 4. Catering to several dietary requirements including vegan, vegetarian, pescatarian, gluten free, halal and kosher. Top product lines including but not limited to: • Milk • Bread • Bananas • Potatoes • Chicken Fillets • Butter • Double Cream • Fruit Juices • Tuna • Tin Tomatoes • Frozen Fish
£87,500,000
Contract value
The Crown Estate us conducting a Pre-Market Engagement (PME) Supplier Day to inform the development of a Consultancy Capital Projects Framework. The engagement aims to: • Communicate the framework objectives, scope, and strategic priorities • Understand market capability, capacity and innovate delivery approaches • Identify risks, commercial considerations and practical delivery challenges • Gather views on social value, sustainability and inclusive supply chain participation The proposed framework will provide consultancy services to support capital projects including (but not limited to): • Project Managers, Commercial & Residential Portfolios • Architecture, Commercial & Residential Portfolios • Design and Engineering; Civil / Structural Engineering, MEP Engineering, Fire Engineering, Sustainability, Acoustics and Lighting • Other Consultants; Cost Consultant, Building Control and Specialist Surveys. This framework will operate across multiple organisational units, sectors and geographical locations. The information contained in this Notice is provided for early market engagement only and does not constitute a commitment by the Contracting Authority to undertake a procurement or to proceed as described. The Contracting Authority reserves the right to revise its proposed approach, including (but not limited to) the scope, structure and lotting strategy, as well as any indicative dates referenced in this Notice. All aspects of any future procurement may be subject to change following market feedback and further internal considerations. Participation in any engagement activity shall not confer any advantage or create any expectation of involvement in any subsequent competition.
£57,900,000
Contract value
HealthTrust Europe is establishing an Open Framework Agreement to appoint suppliers capable of providing a full range of Goods and Services, including: Managed Service Solutions, Dental Consumables, Orthodontic Materials, Dental Implants, Biologics and Facial Aesthetics, Practice Management Software, Dental Equipment and Pathway Solutions, and Mobile or Modular Dental Health Units. It is intended the framework will be divided into the following lots: Lot 1 Dental Solutions Managed Service incorporating a suite of goods and services: Dental Consumables Dental Equipment (inclusive of any ongoing Repairs, Maintenance and Total Asset Management) Dental Patient Management Software Solutions Clinical Dental Technicians and Workforce Digital Dental Technologies Dental Practice TurnKey / refurbishment Solutions Dental Mobile/Modular Health Units Lot 2 - Dental Consumables Lot 3 - Orthodontic Materials Lot 4 – Dental Implants, Biologics and Facial Aesthetics Lot 5 – Practice Management Software Solutions Lot 6- Dental Equipment and pathway solutions Lot 7 - Mobile and modular units The bodies to whom the use of this framework will be open include all contracting authorities in the United Kingdom as defined in Section 1 of the Procurement Act 2023. In particular, the entities in the UK (especially those of a health and/or social care nature) listed in the downloadable spreadsheet at the following link are envisaged as framework users: https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications This list includes each organisation’s successors and assigns, any equivalent organisations, and associated organisations created due to any organisational changes. This framework will be open to: Any bodies or organisations operating in the UK of a health and/or social care nature; Any organisations with similar procurement needs; Any UK-based central government authority listed in Annex I of Directive 2014/24/EU, to the extent still relevant under retained EU law and consistent with the Procurement Act 2023.
£500,000,000
Contract value
Thurrock Council is seeking to engage with the market regarding a potential contract for domiciliary care and wellbeing services in Locality 2 (Aveley, South Ockendon and Purfleet). We are seeking partners who can help us to meet the needs of people who are eligible for support under the Care Act 2014. This support is to enable them to live independently within their own home and may include traditional models of care such as Domiciliary Care. However, we are also keen to explore how the delivery model may change throughout the contract including in response to testing different ideas that either yourself as a Partner and/or those that use your service have. As such, the Council is hosting a virtual market engagement event on 28th April 2026 to discuss this opportunity further.
£21,171,375
Contract value
The Ministry of Defence (MOD), acting through Sense Decide and Communicate (SDC) - Command and Control, Target, Navigation, Communications (C2TNC), intends to undertake preliminary market engagement for the procurement of a follow‑on contract to support, sustain, and install Fibre Optic Compass System (FOCS) equipment across the Royal Navy (RN), Royal Fleet Auxiliary (RFA), and Submarine fleets. This engagement is being conducted in accordance with Section 16 of the Procurement Act 2023 (Preliminary Market Engagement) and aims to ensure the Authority understands the current market, technical capability, supply chain, and commercial models relevant to this requirement. The intended procurement covers: a) Core agreement to provide support and sustain existing systems: a. Through-life technical support to sustain the existing FOCS capability. b. System availability management. c. Technical query resolution. d. Obsolescence management. e. Maintenance and updating of all technical documentation in accordance with MOD policy f. Spares and repairs service provision. The responsibility for the management of spares and repairs to be held by the supplier. g. Storage of all materiel required for support in accordance with relevant defence standards. b) Non-core scope to complete ad-hoc tasking: a. Ad-hoc tasking to support equipment faults, engineering studies, or system enhancements. b. Potential tasking to perform installation activity on remaining platforms in the current FOCS tech refresh programme. c. Attendance on ships/subs, military bases, and operational environments when required (in accordance with CONDO if required).
£5,000,000
Contract value
National Highways currently operates four key technology contracts that underpin the safety, monitoring, and operational capability of our traffic officer fleet and supporting vehicles. These contracts are due to expire, at various dates, by 2028. As part of our strategic approach to improving efficiency, reducing duplication, and ensuring consistent technology standards, we are exploring the opportunity to consolidate these separate agreements into a single, integrated contract. Information on the project can be found here: https://highways-my.sharepoint.com/:w:/g/personal/kiran_bahia_nationalhighways_co_uk/IQDN3I3NqgeETYeCeaAHbsezAZBpUbepDtpGe43OVRkguqM?e=k4f3RZ - please read this in its entirity before populating the MS form. Clarification questions will not be responded to.
£7,625,000
Contract value
The Independent Learning Responses Framework will replace what was previously known as the Independent Investigations Framework. This proposed procurement is required to modernise and strengthen the independent investigations supply market, to align with national expectations for learning responses. The proposed framework will be used by NHS England independent investigation teams, national commissioning teams and other authorised NHS commissioners who require independent, system‑based investigations or assurance/learning reviews. The framework will be divided into the proposed Lots: Lot 1. Specialist Advisor Role(s) Including: - Chair/Lead - Clinical Expert - Safety/Investigations Expert - Family Liaison Lot 2. Quality Governance Review Lot 3. Patient Safety Incident Investigation Lot 4. Thematic Review Lot 5. Pathway/service Review Lot 6. Post Response Impact Assurance Review The open framework will run under the new regulations, the Procurement Act 2023 and under Light Touch Regime. The framework will run for a maximum of 8 years. The estimated start date for the framework agreement is 4th May 2027.
£20,000,000
Contract value
**Please note, this is not a Tender exercise** The Education Authority Northern Ireland (EANI), in preparation for a procurement process, wish to engage with the market to seek supplier views and feedback on potential approaches for a Framework for the Supply and Delivery of Sports and Fitness Equipment, and the Maintenance of Gymnasium and Fitness Equipment. Market Feedback will be provided via the completion of a questionnaire, to be submitted via eTendersNI. There are no documents to be completed or provided other than the questionnaire. Any information gathered through this market consultation exercise will inform internal business planning and any possible subsequent procurement process and will NOT be appraised in any future tender evaluation exercise. Please note that participation or nonparticipation in this preliminary market consultation exercise shall not prevent any supplier from participating in any potential procurement process, nor is it intended that any information supplied shall place any supplier at an advantage or disadvantage in any forthcoming procurement process. For the avoidance of doubt, this is the scoping phase of the project and is not part of a formal procurement process.
£12,000,000
Contract value
This Preliminary Market Engagement Notice is not a call for competition. It is being published to give notice to the market of an upcoming procurement. Dorset Council is undertaking early market engagement, with the aim of providing information to and requesting feedback from the market, about aspects of the Council's procurement strategy for reactive and planned Repairs and Maintenance for building fabric, M&E and associated works and services and to help inform the decision-making process on the procurement of these works and services. Any procurement will be carried out in accordance with relevant Procurement Regulations. Dorset Council may commence one or more procurements in respect of this notice subject to final scope and structure, but also reserves the right not to commence any procurement in respect of this notice. Dorset Council shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein. Dorset Council are intending to procure repairs and maintenance services and shall appoint contractors for each Lot to deliver reactive and planned maintenance for M&E, Lifts, Asbestos, Mechanical Barriers, Voids, Fire (active & passive) and Building Fabric and associated services within the Dorset Council Region. All Lots will have one supplier per Lot save for M&E and Building Fabric who have two suppliers each, one supplier for West and one supplier for East This work will cover the following Dorset Council property portfolio types: • Housing, including a mix of self-contained units and hostels, mostly used for temporary accommodation. • Council Operational/Commercial Assets including operational buildings from which the council delivers a service (for example, libraries, family hubs, depots, residential children's and adults homes, day centres, offices etc) and commercial / community buildings which the council leases out and has some repairing obligations (for example farms, hotels and guesthouses, industrial units, community buildings etc). It is the Council’s intention to structure the Lots in the following manner Lot 1 is M&E Lot 2 is Lifts Lot 3 is Fire Protection, Management & Maintenance Lot 4 is Asbestos Works & Services Lot 5 is Mechanical Barriers Lot 6 is Fabric Maintenance Lot 7 is Housing Voids Dorset Council are also considering appointing a number of contractors to deliver capital works and associated services within the Dorset Council Region. Examples of the type of works are: - Repairs and Maintenance of the capital assets - Mechanical and Electrical - Building Fabric Maintenance - Specialist works (e.g. Fire Alarms) - Refurbishment works - New builds - Extensions - Demolitions Dorset Council are looking to achieve the following key objectives: o A repeatable and effective process o An effective service with a timely emergency response. o Value for money and appropriate costs. o Appropriate coverage across the council areas o Coverage over all asset types o Improved performance and quality management through KPIs o A Life Cycle approach The contractors will be procured and subsequently able to appoint sub-contractors. Dorset Council would like to see direct investment into the local supply chain but are also open to looking elsewhere for appropriate contractors. The main focus is that the works are completed by a contractor who is best suited and meets the key objectives. The proposed go live date (contract commencement) is planned for 11th January, 2027; and will last for a proposed initial period of 4 years. We envisage that the market engagement will feed into the requirements and as such, we reserve the right to alter the above information for the benefit of both Dorset Council and the market. The information contained in this Preliminary Market Engagement Notice is preliminary in nature and may be subject to further amendment and revision. Accordingly, no representation or warranty, expressed or implied, will be made and no liability is, or will be, accepted by the Council as to the adequacy, accuracy or completeness of this document. Any liability however arising is expressly disclaimed. No expense in responding to this market engagement will be reimbursed by the Council. The expected total value of the contract for the initial 4 year term is £24,000,000. There are two further options for a further 1 year extension. In order to ensure a good level of competition for this procurement, Dorset Council will be holding two market engagement days (both covering the same information) which will be held on 31st March 2026 and a further date to be held on the 14th April, 2026.
£37,000,000
Contract value
This Preliminary Market Engagement Notice is not a call for competition. It is being published to give notice to the market of an upcoming procurement. Dorset Council is undertaking early market engagement, with the aim of providing information to and requesting feedback from the market, about aspects of the Council's procurement strategy for reactive and planned Repairs and Maintenance for building fabric, M&E and associated works and services and to help inform the decision-making process on the procurement of these works and services. Any procurement will be carried out in accordance with relevant Procurement Regulations. Dorset Council may commence one or more procurements in respect of this notice subject to final scope and structure, but also reserves the right not to commence any procurement in respect of this notice. Dorset Council shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein. Dorset Council are intending to procure repairs and maintenance services and shall appoint contractors for each Lot to deliver reactive and planned maintenance for M&E, Lifts, Asbestos, Mechanical Barriers, Voids, Fire (active & passive) and Building Fabric and associated services within the Dorset Council Region. All Lots will have one supplier per Lot save for M&E and Building Fabric who have two suppliers each, one supplier for West and one supplier for East This work will cover the following Dorset Council property portfolio types: • Housing, including a mix of self-contained units and hostels, mostly used for temporary accommodation. • Council Operational/Commercial Assets including operational buildings from which the council delivers a service (for example, libraries, family hubs, depots, residential children's and adults homes, day centres, offices etc) and commercial / community buildings which the council leases out and has some repairing obligations (for example farms, hotels and guesthouses, industrial units, community buildings etc). It is the Council’s intention to structure the Lots in the following manner Lot 1 is M&E Lot 2 is Lifts Lot 3 is Fire Protection, Management & Maintenance Lot 4 is Asbestos Works & Services Lot 5 is Mechanical Barriers Lot 6 is Fabric Maintenance Lot 7 is Housing Voids Dorset Council are also considering appointing a number of contractors to deliver capital works and associated services within the Dorset Council Region. Examples of the type of works are: - Repairs and Maintenance of the capital assets - Mechanical and Electrical - Building Fabric Maintenance - Specialist works (e.g. Fire Alarms) - Refurbishment works - New builds - Extensions - Demolitions Dorset Council are looking to achieve the following key objectives: o A repeatable and effective process o An effective service with a timely emergency response. o Value for money and appropriate costs. o Appropriate coverage across the council areas o Coverage over all asset types o Improved performance and quality management through KPIs o A Life Cycle approach The contractors will be procured and subsequently able to appoint sub-contractors. Dorset Council would like to see direct investment into the local supply chain but are also open to looking elsewhere for appropriate contractors. The main focus is that the works are completed by a contractor who is best suited and meets the key objectives. The proposed go live date (contract commencement) is planned for 11th January, 2027; and will last for a proposed initial period of 4 years. We envisage that the market engagement will feed into the requirements and as such, we reserve the right to alter the above information for the benefit of both Dorset Council and the market. The information contained in this Preliminary Market Engagement Notice is preliminary in nature and may be subject to further amendment and revision. Accordingly, no representation or warranty, expressed or implied, will be made and no liability is, or will be, accepted by the Council as to the adequacy, accuracy or completeness of this document. Any liability however arising is expressly disclaimed. No expense in responding to this market engagement will be reimbursed by the Council. The expected total value of the contract for the initial 4 year term is £24,000,000. There are two further options for a further 1 year extension. In order to ensure a good level of competition for this procurement, Dorset Council will be holding two market engagement days (both covering the same information) which will be held on 31st March 2026 and a further date to be held in the week commencing 13th April, 2026.
£37,000,000
Contract value
The Legal Aid Agency (“LAA”) is inviting Tenders from Lot 1 (Citizen Experience) of Outsourced Services Framework (RM6295) for contracts to deliver the LAA Contact Centre Services which comprise the Defence Solicitor Call Centre (DSCC) and the Civil Legal Advice Operator Service (CLAOS). The DSCC service manages the logging, identification and deployment of defence solicitors to provide free legal advice to clients detained in police custody in England and Wales. The CLAOS is a call centre service that assesses whether a client's legal issue is in scope of legal aid and whether they are financially eligible. If they are eligible, it refers the client to specialist advice provided through legal aid or, if not, directs clients to alternative sources of help and assistance.
£24,400,000
Contract value