WinAContractSearch

education contracts

605 matching contracts · Updated daily · Contracts Finder + Find a Tender Service

education Clear all
EducationOpen
Meridian Community Primary _ Cleaning Services

Meridian CP School is seeking a professional and reliable Contractor to deliver a high?quality cleaning service that ensures the School remains safe, hygienic, and ready for learning each day. The Contractor will be responsible for providing a full daily, weekly, and periodic cleaning service across all areas of the School, including classrooms, toilets, corridors, offices, specialist teaching spaces, dining areas, and external entrances. The service must be delivered to consistently high standards, with particular emphasis on hygiene, safeguarding, and the creation of a welcoming environment for pupils, staff, and visitors. The Contractor will be required to supply all labour, equipment, chemicals, and materials necessary to fulfil the specification, with the exception of hand soap, hand towels, toilet tissue, and waste sacks, which will be provided by the School. All operatives must be appropriately trained, fully vetted, and compliant with safeguarding requirements, including enhanced DBS checks. Robust supervision and contract management must be in place to ensure service quality, timely issue resolution, and effective communication with the School. In addition to daily term?time cleaning, the Contractor will be responsible for delivering a comprehensive programme of periodic and holiday deep cleaning, including floor restoration, carpet extraction, high?level dusting, and a full “reset clean” during the summer break. The Contractor must also comply with all COSHH, health and safety, and environmental requirements. The appointed Contractor will be expected to deliver a dependable, well?managed service that supports the School’s operational needs and contributes positively to the overall learning environment.

Meridian Community Primary SchoolSouth East29 Apr 2026WAC-575312

£230,000

Contract value

EducationOpen
2526-10-DTS-10-JM Provision and Implementation of a Finance Solution

We have an exciting opportunity to partner with A SINGLE SUPPLIER for the Provision & Implementation of a SaaS Based Finance Solution. This Procurement is being conducted in accordance with The Procurement Act 2023 and associated Procurement Regulations using the Competitive Flexible Procedure. This is a two-stage process therefore the top 4 highest scoring tenderers who qualify will be invited to Stage 2. The University is Refreshing its Strategy and has set out an ambitious programme of change for the future, centred around financial stability, our academic offer and our organisational agility. To support our ambitions, we have embarked on an Operational Improvement Programme (OIP) to bring some of our core processes and systems up to date, improve efficiency through standardisation, and ensure our students and staff continue to have the best possible experience. As part of this programme of change, the University is seeking to award a Contract to a Tenderer for the Provision and Implementation of a SaaS Finance Solution, to provide services to improve our staff and student experience. In line with our Enterprise Architecture Principles, we are seeking to reduce our reliance on customised systems and procure solutions we can ADOPT RATHER THAN ADAPT to meet our needs. The scope of this Contract comprises of the implementation of a Finance solution that provides a platform that streamlines financial operations into a seamless solution providing a cohesive user experience. The solution must be cloud-based, scalable, secure, and compliant with UK regulations, including Procurement Act 2023 regulations and GDPR requirements. It must support automation, enable efficient data management, and provide robust reporting and analytics capabilities. Our ambition is to award a contract by August 2026 and Go-Live by January 2028.

Sheffield Hallam UniversityYorkshire29 Apr 2026WAC-573970

£4,500,000

Contract value

EducationOpen
National Centre for Arts and Music Education

The Department for Education is seeking a delivery partner to establish and operate a National Centre for Arts and Music Education. The intention is to establish the Centre by September 2026. The Centre will play a pivotal role in delivering the government’s ambition to revitalise arts in schools in England, so every child can access a rich, high‑quality arts education that nurtures creativity, confidence, cultural understanding, and personal expression. The independent Curriculum and Assessment Review published its final report on 5 November 2025. The government also issued a response to the report on the same day, setting out the changes that will be made to the National Curriculum, qualifications, accountability, and enrichment. The first teaching of the new curriculum will be September 2028 and new GCSEs from September 2029, following consultation. The intention is to publish the new national curriculum in Spring 2027, following consultation on the draft later this year. Further policy will be published this year, in particular the Schools White Paper, changes to Attainment and Progress 8 accountability measures in a separate consultation document, and enrichment in schools in the Enrichment Framework guidance. In the light of these reforms, the aim is for the Centre to act as a strategic system leader, working across national, regional, and local levels to strengthen arts provision in schools. By convening and mobilising a broad coalition of partners, the Centre is intended to create the conditions for meaningful social impact. It will coordinate and align funding, investment, and activity to maximise the collective impact of all partners involved in arts education in schools. It will also generate and share data and evidence to guide decision making and target support where access to high quality arts education is most unequal. In this way, the Centre will be an important partner in revitalising arts education, securing equitable access to high quality teaching and enrichment opportunities, particularly for children and communities currently least able to access them. The delivery partner will lead the National Centre and therefore be responsible for the design, implementation, and oversight of the Music Hubs network to support delivery of these priorities: • Priority 1: Providing strategic national leadership in revitalising arts in schools, mobilising a coalition of national, regional, and local partners to generate and direct investment to support equitable access to high-quality arts in school, with a focus on under-served communities. • Priority 2: Supporting excellent teaching, through a new online CPD offer for primary and secondary school teachers and support to access existing high-quality teacher development provision available from others. • Priority 3: Promoting arts education to school leaders, teachers, parents, and young people, including promoting opportunities for children and young people to progress in the arts and pursue their interests and career aspirations. • Oversight of the Music Hubs network, including being fundholder for the network, monitoring hubs’ performance and delivery, and working with hubs to achieve the National Centre’s three priorities. The National Centre will be established with a phased implementation plan for its programme of work from September 2026. This includes the Centre assuming responsibility for the Music Hubs network from 1 September 2027. This gives the Centre a year to plan the transition from existing oversight arrangements with Arts Council England, during which the Centre can undertake preliminary engagement with Music Hub partnerships before September 2027. The existing Music Hubs capital grant overseen by Arts Council England will also be extended to the end of April 2027. The National Centre will not therefore need to assume responsibility for this grant. Future funding for the Music Hubs revenue grant will be confirmed in due course and is separate to this contract value. Tender Instructions: The Department is administering the Tender process via Jaggaer, where the full suite of tender documents can be found. Unless they have previously done so, potential bidders will need to register to participate in this opportunity: https://education.app.jaggaer.com. Jaggaer is the only method for submitting tenders and clarification questions. Suppliers should not make any other form of approach to the Department in connection with this procurement. It is the responsibility of potential suppliers to ensure they can access and use the Jaggaer system. Jaggaer is owned and hosted by an independent organisation. Any issues in respect of functionality or using the system must be directed to the Jaggaer helpdesk via 0800 069 8630 or https://www.jaggaer.com/submit-supplier-support-request/. Potential Suppliers are responsible for ensuring that they understand the tender process and how to use Jaggaer. If any information is unclear, you consider that insufficient information has been provided, or there appears to be a technical error, you must raise an enquiry or request for clarification via the ‘messages’ functionality within Jaggaer. The clarification deadline is as stated in the procurement timetable. Please ensure that you have read all documentation thoroughly before submitting an enquiry. Supplier information event: Potential Suppliers are invited to attend a Supplier information event, facilitated on Microsoft Teams on 4th March 2026 at 14:0 – 15:30. The session will be led by representatives of the Department and will focus on the requirements and the tendering process, with a ‘walkthrough’ of the procurement documents and guidance on what is required to submit a compliant tender. The session will include a presentation of key changes following the preliminary market engagement undertaken in 2025. A meeting link can be found on Jaggaer with the ITT documentation. Attendance by potential suppliers is not mandatory. The slides and any Q&As from the session will be uploaded to Jaggaer. The Department is keen to maximise opportunities to participate in procurement across a wide range of organisations from the public, community, and private sectors, including 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.

Department for EducationLondon29 Apr 2026WAC-557302

£13,000,000

Contract value

NHS & HealthcareOpen
ENT Patient Assessment & Examination

ALL WALES - ENT PATIENT ASSESSMENT AND EXAMINATION CONSUMABLES

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)Wales29 Apr 2026WAC-577884

£202,090.6

Contract value

EducationOpen
HTHW DHN Reactive Maintenance

The university`s city campus underground district heating network (DHN) provides thermal energy to most of our teaching, research and student accommodation properties located on campus in addition to providing all the space heating and domestic hot water required by the NHS Dundee Dental Hospital. This thermal energy assists the university to comply with the H & S at Work Act 1974 and provides acceptable environmental comfort conditions for our staff, students, visitors, clinical patients and animals housed within our SoLS Resource Unit research facilities. We are looking to commence a new Framework contract with the existing supplier, or with a new supplier to replace the soon to expire Framework contract UoD-EFM-145-TC-2022. The thermal energy serving the DHN network is generated at source within our centralised main energy centre located at the northeastern corner of the campus. Most of the DHN schedule 40 and heavyweight mild carbon steel pipework below ground distribution system is located within purpose-built brick construction underground services ducts with load bearing slabs laid over beneath footpaths, road carriageways or soft landscaping. Over the last 20 years, extensions and additions to the DHN have generally been laid directly within soft or hard landscaping. The HTHW District Heating Pipework Lay Dates drawing, indicates that much of this network dates back to 1962 and is still in operation. Over the years and as the university has expanded and the thermal load increased, new excavations have been undertaken and new pipework laid below ground. The most recent extension of note to the DHN was in 2014.

University of DundeeScotland29 Apr 2026WAC-575937

£980,000

Contract value

EducationOpen
PPN - A Security Operations Centre (SOC) requirement

Planned Procurement Notice - A Security Operations Centre (SOC) requirement

University of Bedfordshire29 Apr 2026WAC-577165

£541,666

Contract value

Local GovernmentOpen
Summerfield School Full Plant Room Heating and Distribution Upgrade

Milton Keynes City Council are currently out to tender for the provision of the upgrade of the gas fired boilers and heating distribution system at Summerfield School. Further information about the Council’s requirement is set out within the Specification of Works (Dated 05/03/2026). Suppliers that would like to take part in this tender process are invited to "Express Interest" upon which they will be given access to the full tender documentation through this e-tendering system. Suppliers will be notified by email, and the tender documents can be accessed from the “My Tenders” area of this website by selecting the “View Details” button for this tender. Deadline for submissions of the tender will be 12 Noon 29th April 2026. Please allow sufficient time to make your return as late returns will not be permitted. Any questions relating to this tender should be made via correspondence on the website. Please do not engage with any persons in the Council via email or phone regarding this tender.

Milton Keynes City CouncilSouth East29 Apr 2026WAC-579236

£200,000

Contract value

EducationOpen
2526-10-DTS-BS-JM Provision and Implementation of a Finance Solution

We have an exciting opportunity to partner with A SINGLE SUPPLIER for the Provision & Implementation of a SaaS Based Finance Solution. This Procurement is being conducted in accordance with The Procurement Act 2023 and associated Procurement Regulations using the Competitive Flexible Procedure. This is a two-stage process therefore the top 4 highest scoring tenderers who qualify will be invited to Stage 2. The University is Refreshing its Strategy and has set out an ambitious programme of change for the future, centred around financial stability, our academic offer and our organisational agility. To support our ambitions, we have embarked on an Operational Improvement Programme (OIP) to bring some of our core processes and systems up to date, improve efficiency through standardisation, and ensure our students and staff continue to have the best possible experience. As part of this programme of change, the University is seeking to award a Contract to a Tenderer for the Provision and Implementation of a SaaS Finance Solution, to provide services to improve our staff and student experience. In line with our Enterprise Architecture Principles, we are seeking to reduce our reliance on customised systems and procure solutions we can ADOPT RATHER THAN ADAPT to meet our needs. The scope of this Contract comprises of the implementation of a Finance solution that provides a platform that streamlines financial operations into a seamless solution providing a cohesive user experience. The solution must be cloud-based, scalable, secure, and compliant with UK regulations, including Procurement Act 2023 regulations and GDPR requirements. It must support automation, enable efficient data management, and provide robust reporting and analytics capabilities. Our ambition is to award a contract by August 2026 and Go-Live by January 2028.

Sheffield Hallam UniversityYorkshire29 Apr 2026WAC-573952

£4,500,000

Contract value

NHS & HealthcareOpen
Security and Car Parking Services

Healthcare Security Services, Car Park Management Services, Car Parking Equipment Services, CCTV Equipment Maintenance Services for Humber Health Partnership.

HULL UNIVERSITY TEACHING HOSPITALS NHS TRUSTYorkshire29 Apr 2026WAC-576073

£14,000,000

Contract value

EducationOpen
National Centre for Arts and Music Education

The Department for Education is seeking a delivery partner to establish and operate a National Centre for Arts and Music Education. The intention is to establish the Centre by September 2026. The Centre will play a pivotal role in delivering the government’s ambition to revitalise arts in schools in England, so every child can access a rich, high‑quality arts education that nurtures creativity, confidence, cultural understanding, and personal expression. The independent Curriculum and Assessment Review published its final report on 5 November 2025. The government also issued a response to the report on the same day, setting out the changes that will be made to the National Curriculum, qualifications, accountability, and enrichment. The first teaching of the new curriculum will be September 2028 and new GCSEs from September 2029, following consultation. The intention is to publish the new national curriculum in Spring 2027, following consultation on the draft later this year. Further policy will be published this year, in particular the Schools White Paper, changes to Attainment and Progress 8 accountability measures in a separate consultation document, and enrichment in schools in the Enrichment Framework guidance. In the light of these reforms, the aim is for the Centre to act as a strategic system leader, working across national, regional, and local levels to strengthen arts provision in schools. By convening and mobilising a broad coalition of partners, the Centre is intended to create the conditions for meaningful social impact. It will coordinate and align funding, investment, and activity to maximise the collective impact of all partners involved in arts education in schools. It will also generate and share data and evidence to guide decision making and target support where access to high quality arts education is most unequal. In this way, the Centre will be an important partner in revitalising arts education, securing equitable access to high quality teaching and enrichment opportunities, particularly for children and communities currently least able to access them. The delivery partner will lead the National Centre and therefore be responsible for the design, implementation, and oversight of the Music Hubs network to support delivery of these priorities: • Priority 1: Providing strategic national leadership in revitalising arts in schools, mobilising a coalition of national, regional, and local partners to generate and direct investment to support equitable access to high-quality arts in school, with a focus on under-served communities. • Priority 2: Supporting excellent teaching, through a new online CPD offer for primary and secondary school teachers and support to access existing high-quality teacher development provision available from others. • Priority 3: Promoting arts education to school leaders, teachers, parents, and young people, including promoting opportunities for children and young people to progress in the arts and pursue their interests and career aspirations. • Oversight of the Music Hubs network, including being fundholder for the network, monitoring hubs’ performance and delivery, and working with hubs to achieve the National Centre’s three priorities. The National Centre will be established with a phased implementation plan for its programme of work from September 2026. This includes the Centre assuming responsibility for the Music Hubs network from 1 September 2027. This gives the Centre a year to plan the transition from existing oversight arrangements with Arts Council England, during which the Centre can undertake preliminary engagement with Music Hub partnerships before September 2027. The existing Music Hubs capital grant overseen by Arts Council England will also be extended to the end of April 2027. The National Centre will not therefore need to assume responsibility for this grant. Future funding for the Music Hubs revenue grant will be confirmed in due course and is separate to this contract value. Tender Instructions: The Department is administering the Tender process via Jaggaer, where the full suite of tender documents can be found. Unless they have previously done so, potential bidders will need to register to participate in this opportunity: https://education.app.jaggaer.com. Jaggaer is the only method for submitting tenders and clarification questions. Suppliers should not make any other form of approach to the Department in connection with this procurement. It is the responsibility of potential suppliers to ensure they can access and use the Jaggaer system. Jaggaer is owned and hosted by an independent organisation. Any issues in respect of functionality or using the system must be directed to the Jaggaer helpdesk via 0800 069 8630 or https://www.jaggaer.com/submit-supplier-support-request/. Potential Suppliers are responsible for ensuring that they understand the tender process and how to use Jaggaer. If any information is unclear, you consider that insufficient information has been provided, or there appears to be a technical error, you must raise an enquiry or request for clarification via the ‘messages’ functionality within Jaggaer. The clarification deadline is as stated in the procurement timetable. Please ensure that you have read all documentation thoroughly before submitting an enquiry. Supplier information event: Potential Suppliers are invited to attend a Supplier information event, facilitated on Microsoft Teams on 4th March 2026 at 14:0 – 15:30. The session will be led by representatives of the Department and will focus on the requirements and the tendering process, with a ‘walkthrough’ of the procurement documents and guidance on what is required to submit a compliant tender. The session will include a presentation of key changes following the preliminary market engagement undertaken in 2025. A meeting link can be found on Jaggaer with the ITT documentation. Attendance by potential suppliers is not mandatory. The slides and any Q&As from the session will be uploaded to Jaggaer. The Department is keen to maximise opportunities to participate in procurement across a wide range of organisations from the public, community, and private sectors, including 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.

Department for EducationLondon29 Apr 2026WAC-557746

£13,000,000

Contract value

EducationOpen
Three Tower Hamlets Schools Cleaning Tender

Morpeth School, together with Old Palace Primary School and Cubitt Town Primary School, all within the London Borough of Tower Hamlets, is undertaking a joint procurement exercise for the provision of cleaning services across all three sites. This collaborative approach has been adopted to achieve consistency of service, economies of scale and operational efficiencies, while recognising the individual needs and identities of each school. Morpeth School is a large, mixed secondary school and sixth form serving a diverse pupil population aged 11-18. Old Palace Primary School, a two-form entry primary school, and Cubitt Town Primary School both provide inclusive, nurturing environments for pupils age 4-11, with a strong focus on wellbeing, achievement and high standards of education. The contract will be tendered as a single procurement exercise, however the Schools expressly reserve the right to award the contract either as a single combined contract across all sites, or as separate individual contracts for each school, based on what is deemed to provide the most advantageous outcome for each school. Bidders are therefore required to submit proposals that clearly demonstrate their ability to delivery both a combined and where requested an individual model. The contract is scheduled to commence on 1st August 2026, initially spanning three years with an option for both parties to extend the contract for a further two years, (3+1+1) beyond this date by mutual agreement. Any contract extension will be subject to the Schools’ satisfaction and agreement on budgets and service levels. Some of the cleaning staff have LGPS pension schemes and either having ABS in a London Borough, or the ability to achieve ABS status, will be essential for bidders. The estimated combined turnover for the three-year duration is approximately £1.7 million. The contract is focused on consistently high levels of cleaning service and pro-active management. Regular termly and annual reviews throughout the contract duration are mandatory, and a break clause should be included to support both parties in case the relationship does not thrive. The School expects high standards of support and a strong working relationship with the selected bidder. The procurement process follows a two stage ‘Competitive Flexible’ approach, beginning with a Procurement Specific Questionnaire (PSQ) stage followed by an Invitation to Tender (ITT) stage after shortlisting. The Schools reserve the right not to award the contract, including the option to pursue alternative delivery models, or to award on a site-by-site basis, should submissions fail to meet the required standard.

Morpeth SchoolLondon29 Apr 2026WAC-579107

£1,700,000

Contract value

EducationOpen
Student Accommodation

Tyne Coast College is committed to providing high-quality, sustainable residential accommodation to support ongoing student growth, welfare, and operational resilience. To support Marine learners, South Shields Marine School has identified the need for residential accommodation and is seeking to engage the market for a solution. Ideal solutions include Purpose-Built Student Accommodation, high-quality conversions, or modular systems capable of delivering safe, durable, and fully compliant living spaces. Ensuite provision would also be ideal but consideration will be given to shared bathroom facilities. To accommodate both adults and under 18 learners, there are two requirements: • Accommodation for adult residents with 70-80 rooms. • Accommodation for under 18 residents with 18-20 rooms. • The accommodation must be within walking distance of the current South Shields Marine School campus. The College is prepared to secure a minimum allocation of rooms for an agreed term to ensure financial stability and service continuity with a minimum of 12 months but longer term proposals would be considered. The term is expected to begin on the 1st December 2026.

Tyne Coast CollegeNorth East29 Apr 2026WAC-572992

Value undisclosed

NHS & HealthcareOpen
Pre-liminary Market Engagement for All Wales Airway Management Tender

Pre-liminary market engagement session organised by the All Wales procurement team for the upcoming Airway Management Tender

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)Wales29 Apr 2026WAC-577757

£2,971,605.44

Contract value

NHS & HealthcareOpen
Invitation to Supplier Engagement Session: NHS England – Workforce, Training and Education (WTE)

NHS England’s Workforce, Training and Education (WTE) Directorate is inviting suppliers from across the education and training sector who currently work with, or are interested in working with, NHS training programmes to attend an upcoming supplier engagement session. Purpose of the session This session will provide suppliers with early insight into the strategic priorities, future direction, and planned activity of the WTE Directorate. It will also offer an opportunity to improve understanding of how NHS England approaches commercial engagement and how suppliers can best position themselves for future opportunities. What suppliers can expect Attendees will hear directly from colleagues across WTE and commercial teams on: • The pipeline of planned activity and forthcoming procurement across workforce education and training • Strategic priorities and direction of the WTE Directorate • How WTE is shaping and delivering education and training to support the NHS workforce • Commercial practices and expectations, including key principles that underpin NHS England procurement • Practical guidance on how suppliers can monitor opportunities and set themselves up for success There will also be opportunities for questions and discussion to support shared understanding and transparency. Who should attend This session is aimed at organisations across the workforce education and training sector, with experience of delivering, or interest in delivering, services to NHS training programmes. Attendance is open to both existing and prospective suppliers. Next steps Please register your interest by registering on our procurement portal here: https://atamis-1928.my.site.com/s/Welcome and searching for C435457. Suppliers are encouraged to attend to gain valuable insight into future opportunities and to support constructive engagement with NHS England. If there are key questions that you would like NHS England to answer on the day you can submit these via the Atamis portal once registered and NHS England will do our best to respond. If you are unable to attend, please register and we can share any materials after the event. Date & Time To be held online on May 6th 2026 (time TBC). Sharing instructions will be sent to suppliers who register their interest following the above process. PLEASE NOTE THIS NOTICE IS BEING USED TO INVITE SUPPLIERS TO AN INFORMATION SHARING SESSION THAT WILL COVER MULTIPLE PROCUREMENTS AND IS NOT LINKED TO A SINGLE PROCUREMENT

NHS EnglandLondon29 Apr 2026WAC-575961

Value undisclosed

Local GovernmentOpen
Educational Services Procured Services Arrangement (PSA)

This procurement is Phase 11 of the South Lanarkshire Council established multi Lot, multi provider Procured Services Arrangement (PSA). The aim of the PSA is to allow SLC Education Resources and all SLC schools to contract compliantly with providers who will deliver all forms of educational services. These will include services funded by Pupil Equity Funding, Access to Counsellors Mental Health Funding, Council budgets and other education funding. Please note, all relevant documentation can be found in the project on Public Contract Scotland Tender (PCS-T): https://www.publictendersscotland.publiccontractsscotland.gov.uk

South Lanarkshire CouncilScotland30 Apr 2026WAC-513816

£42,141,617

Contract value

EducationOpen
Electrical Associate Trainer Services

1.1 The Authority is seeking a Contractors for delivery of Electrical Associate Trainer Services. A maximum of four Electrical Associate Trainers will be appointed to deliver high quality, in person, training to electricians, electrical engineers, and other professionals involved in electrical installations.

Fife CollegeScotland30 Apr 2026WAC-580604

£480,000

Contract value

EducationOpen
Provision of Alternative Education (Angling) to Respect Collaboration Trust

Provision of Alternative Education (Angling) to Respect Collaboration Trust. The Trust (“RCT”) has a statutory duty to make arrangements for the provision of appropriate education otherwise than at school, for children of compulsory school age who, by reason of suspension or exclusion from school or otherwise, will not receive a suitable education without these arrangements

Respect Collaboration TrustEast Midlands30 Apr 2026WAC-574439

£500,000

Contract value

EducationOpen
Residences Extractor Fan Cleaning

To establish a contract for the cleaning of Wall Extractor Fans for the University Residences. This does not include any duct style fan systems. The service will be used by the University’s Campus Services Division which is responsible for the management and delivery of university residences.  The residences estate is made up of 179 “sites” with circa. 5000 through wall style extractor fans. The scope of works is to clean the fans on the following basis: Shared Bathrooms - Annually (once per annum) En-Suite (inc. Shared En-Suite) - Biennially (once every 2 years) Kitchens - Twice a year Full details are contained the ITT documents

Cardiff UniversityWales30 Apr 2026WAC-574636

£130,166.67

Contract value

Local GovernmentOpen
AMCV 348 - Glenview Residential Care Home in Ludlow for Adults with Learning Disabilities and Autism

Shropshire Council invites tenders from providers for the care and support element of this service, including some hotel costs as outlined in the tender documents. Shropshire Council will act as the Commissioning Authority for the tender process. If the successful tenderer is not already registered with the Care Quality Commission, registration will be required following the award of the contract. The initial term will be for 2 years (from 1st July 2026 – 30th June 2028), with 2 extensions period of 1 year each (i.e. a total and maximum of 2 years for the extension period). The terms, conditions, and standards are contained in the enclosed sample form of contract, which will be reviewed periodically to ensure it includes the Council’s up-to-date contract clauses. Shropshire Council is tendering this service to meet the ongoing requirement of demonstrating Best Value. Providers tendering for these services are expected to identify improved efficiencies while maintaining a high-quality service. The Council seeks to appoint an innovative provider who: Can meet the varied needs of up to 5 different residents. Can develop the current service in line with the Council’s priorities. Has a track record of providing high-quality residential respite services of a similar nature. Has proven abilities to think imaginatively about service development and improvement. Can demonstrate an awareness of local and national agendas for both health and social care. The view of the Council is that the Transfer of Undertaking (Protection of Employment) Regulations 2006 (TUPE) Regulations will apply to this contract. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Social-work-services-with-accommodation./6F9U5RJ24A To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/6F9U5RJ24A

Shropshire CouncilWest Midlands30 Apr 2026WAC-581168

£2,400,000

Contract value

Local GovernmentOpen
School Counselling Service - Primary Schools

West Lothian Council is seeking to appoint a fully qualified and experienced external service provider to provide Counselling Services to West Lothian Primary schools

West Lothian CouncilScotland30 Apr 2026WAC-576056

£464,000

Contract value

Showing 261280 of 605 contracts

← PreviousNext →