879 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The scope of the procurement is for the provision of Patient Temperature Management equipment, including but not limited to • Forced Air Warming Blankets, Gowns and Warming Units • Blood and Fluid Warming • Patient Temperature Management Equipment • Passive Blankets and Wraps • Temperature Probes and Sensors Note: For future tenders the following requirements will apply: • ISO Certification: Tenderers must have ISO 9001: 2015 or ISO 13485:2016 or Medical Device Single Audit Program (MDSAP) certification accredited by the United Kingdom Accreditation Service (UKAS) (or international equivalent) to cover all segments of the Tenderer’s and the product’s supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification'). Link for acceptable UKAS alternatives https://iaf.nu/en/accreditation-bodies/ • CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. • Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website. • Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12months of the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment and achieved Level 1 within the 12 months prior to the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenders must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances. • Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate.
£150,000,000
Contract value
Mae Chwaraeon Cymru a Chwaraeon Anabledd Cymru yn comisiynu darn o waith ar y cyd i ‘ddiogelu dyfodol’ para-chwaraeon perfformiad yng Nghymru. Y nod yw nodi’r newidiadau system sydd eu hangen dros y 12 i 16 mlynedd nesaf i sicrhau bod amgylcheddau chwaraeon perfformiad yn gynhwysol i gymunedau croestoriadol o bobl anabl. Bydd y gwaith hwn yn cyflawni’r canlynol: • Diffinio paramedrau presennol para-chwaraeon perfformiad yng Nghymru. • Asesu aeddfedrwydd amgylcheddau perfformiad para ar draws Cyrff Rheoli Cenedlaethol (CRhC) Cymru, darpariaeth dan arweiniad ChAC (swyddogaeth a chyflenwi rhaglenni CRhC), a digwyddiadau datblygu perfformiad sydd ar hyn o bryd y tu allan i gwmpas cyllid perfformiad UK Sport a Chwaraeon Cymru. • Rhagweld trywydd gofynion o ran adnoddau i gynnal a thyfu para-chwaraeon perfformiad. • Gwneud argymhellion i gefnogi’r trawsnewid a / neu gadw cyfrifoldeb am lwybrau perfformiad para o ChAC i CRhC, gan sicrhau cynaliadwyedd a chynhwysiant hirdymor. Sport Wales and Disability Sport Wales are jointly commissioning a piece of work to ‘future-proof’ para performance sport in Wales. The aim is to identify the system changes required over the next 12–16 years to ensure that performance sport environments are inclusive of intersectional communities of disabled people. This work will: • Define the current parameters of para performance sport in Wales. • Assess the maturity of para performance environments across Welsh National Governing Bodies (NGBs), DSW-led provision (NGB-function and programme delivery), and performance development events currently outside the scope of UK Sport and Sport Wales performance funding. • Project the trajectory of resourcing requirements to sustain and grow para performance sport. • Make recommendations to support the transition and/or retention of responsibility for para performance pathways from DSW to NGBs, ensuring long-term sustainability and inclusivity.
£50,000
Contract value
Mae Chwaraeon Cymru a Chwaraeon Anabledd Cymru yn comisiynu darn o waith ar y cyd i ‘ddiogelu dyfodol’ para-chwaraeon perfformiad yng Nghymru. Y nod yw nodi’r newidiadau system sydd eu hangen dros y 12 i 16 mlynedd nesaf i sicrhau bod amgylcheddau chwaraeon perfformiad yn gynhwysol i gymunedau croestoriadol o bobl anabl. Bydd y gwaith hwn yn cyflawni’r canlynol: • Diffinio paramedrau presennol para-chwaraeon perfformiad yng Nghymru. • Asesu aeddfedrwydd amgylcheddau perfformiad para ar draws Cyrff Rheoli Cenedlaethol (CRhC) Cymru, darpariaeth dan arweiniad ChAC (swyddogaeth a chyflenwi rhaglenni CRhC), a digwyddiadau datblygu perfformiad sydd ar hyn o bryd y tu allan i gwmpas cyllid perfformiad UK Sport a Chwaraeon Cymru. • Rhagweld trywydd gofynion o ran adnoddau i gynnal a thyfu para-chwaraeon perfformiad. • Gwneud argymhellion i gefnogi’r trawsnewid a / neu gadw cyfrifoldeb am lwybrau perfformiad para o ChAC i CRhC, gan sicrhau cynaliadwyedd a chynhwysiant hirdymor. Sport Wales and Disability Sport Wales are jointly commissioning a piece of work to ‘future-proof’ para performance sport in Wales. The aim is to identify the system changes required over the next 12–16 years to ensure that performance sport environments are inclusive of intersectional communities of disabled people. This work will: • Define the current parameters of para performance sport in Wales. • Assess the maturity of para performance environments across Welsh National Governing Bodies (NGBs), DSW-led provision (NGB-function and programme delivery), and performance development events currently outside the scope of UK Sport and Sport Wales performance funding. • Project the trajectory of resourcing requirements to sustain and grow para performance sport. • Make recommendations to support the transition and/or retention of responsibility for para performance pathways from DSW to NGBs, ensuring long-term sustainability and inclusivity.
£50,000
Contract value
This is the seventh opening of this bespoke flexible procurement originally under find a tender reference 2023/S 000-033961 This bespoke flexible procurement solution is under the Social and Other Specific Services EU procurement route ('Light Touch Regime'), and will be known as the Flexible Procurement Agreement (Contract) for the provision of Services for: Lot 3 - Investigating Officers (Children and Adult Stage Two Complaints) Lot 4 - Independent Persons (Children and Adult Stage Two Complaints) Lot 5 - Independent Chairs for Stage Three Statutory Children's Social Care Complaints Lot 6 - Independent Panellists for Stage Three Statutory Children's Social Care Complaints Lot 7 - Independent Persons for Secure Accommodation Reviews
Value undisclosed
The Utilities requirement is for the provision of a multi lot Tunnelling, Drilling & Shaft Works Framework for the delivery of works as Build Only and Design & Build across the Utilities regions. The Lots are detailed below. B = Build Only, D&B = Design & Build 1 B Pipe Ramming 1 D&B Pipe Ramming 2 B Thrust Boring 2 D&B Thrust Boring 3 B Horizontal Directional Drilling (25-630) 3 D&B Horizontal Directional Drilling (25-630) 4 B Horizontal Directional Drilling (630-1200) 4 D&B Horizontal Directional Drilling (630-1200) 5 B Horizontal Directional Drilling - Rock Drilling (50-500) 5 D&B Horizontal Directional Drilling - Rock Drilling (50-500) 6 B Timber Heading 6 D&B Timber Heading 7 B Micro Tunnelling 7 D&B Micro Tunnelling 8 B Auger Boring 8 D&B Auger Boring 9 B Direct Pipe 9 D&B Direct Pipe 10 B Pipe Jacking 10 D&B Pipe Jacking 11 B Segmental Tunnelling 11 D&B Segmental Tunnelling 12 B Under Pinning (Free Air) 12 D&B Under Pinning (Free Air) 13 B Under Pinning (Compressed Air) 13 D&B Under Pinning (Compressed Air) 14 B Open Caisson Wet 14 D&B Open Caisson Wet 15 B Open Caisson Dry 15 D&B Open Caisson Dry 16 B Sheet Piled Pits 16 D&B Sheet Piled Pits 17 B Timber Shafts 17 D&B Timber Shafts Interested parties are to note; - the Utilities requirements will be predominantly Design & Build. - participants can not bid for a shaft lot in isolation (lots 12-17) they must have drilling/ tunnelling capability. - during tendering bidders will be evaluated and subsequently awarded Lots where bidders have demonstrated the required competency. The Utilities intend to call of works via mini competition or direct allocation where direct allocation allows. Further detail is provided in the PQQ and RFP Briefings and tender documents
£1,200,000,000
Contract value
Bedford Borough Council is looking to set up an Open Framework Agreement for Residential and nursing care homes services under the Light Touch Regime.
Value undisclosed
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
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
The Authority requires a service for the Secure Bulk Destruction & Disposal of Confidential Waste. Waste products for destruction include NHS prescriptions and patient medical records as well as waste cardboard. Due to the value that this wastepaper can attract within the paper pulp and paper recycling market, it is expected that the Authority may be able to generate revenue from this contract. The existing contract expires on 31st July 2026. The Authority requires a new contract to commence from 1st August 2026. The contract will be for a period of four years, with a mechanism to extend for an additional two years at the discretion of the Authority. The procurement will be conducted in accordance with the Procurement Act 2023 regulations. Please note that the 'Total Contract Value (Estimated)' is for a revenue rather than a cost to the Authority and is for the maximum contract term of 6 years.
£198,000
Contract value
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.
£980,000
Contract value
The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions. Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor’s Scheme (SIA). The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.
Value undisclosed
Corserv Solutions Ltd Cormac division is seeking to appoint a suitably qualified and experienced contractor to produce, deliver and install, as may be required in varying volumes, bus shelters in Cornwall under an NEC 3 Option A contract. The appointed contractor will be required to provide shelters, as may be specified, by authorised representatives of Cormac and/or Cornwall Council. Whilst there are no guaranteed quantities or expenditure commitments each year, shelters are required to primarily meet the needs of Cornwall Council’s ongoing infrastructure upgrade programme and to help facilitate any additional requirements following the Government’s LABG funding allocation. In addition, shelters of varying types and sizes will also be required as part of wider schemes that Cormac and/or Cornwall Council have to deliver such as s278 works or schemes delivered with developer s106 funding as and when they arise. This tender duration is 4 years, with the opportunity for a annual price review capped at CPI. This tender will be evaluated on 40% Commercial & 60% Quality. To access the online question template and supporting documents, express an interest and then click the "start my response" button
£480,000
Contract value
The supplier must have an active registered company in the bidding country. The purpose of this tender is to procure comprehensive and cost-effective business travel management services for the British Council in Uzbekistan.
£1,008,000
Contract value
The Bank of England has an ongoing requirement for contractors to provide minor works construction and maintenance services to provide upgrade and refit projects to the Bank's properties. The opportunity will be split into two Lots: Lot 1 - Mechanical, electrical, and plumbing Lot 2 - Building Fabric The works will be provided via call-off contracts under a framework. The purpose of this procurement exercise is to establish closed framework with a least 2 suppliers. This will provide the ability to call off survey, design, build and commissioning for individual work orders. The term of the framework will be 4 year and it is anticipated that it will start on 01/12/2026. The estimate total value of the all call-off contracts will be up to £1.5m including VAT per annum for each Lot. It is anticipated, dependent upon an engagement exercise, that tenders for this service will be issued in June 2026, to enable the contract framework to begin towards the end of 2026.
£10,000,000
Contract value
Tender submissions are being sought from experienced and highly professional companies for the provision of marquees, stretch tents and associated equipment for the Councils Tourism Arts and Culture Departments annual events. These are all subject to change, and it is also possible that additional events may be added during the course of the contract term, where required. This must be considered by Tenderers as part of their tender submission, and capacity must be available to support additional events.
£180,000
Contract value
Norfolk County Council is committed to maintaining a robust supply of residential care beds for adults across Norfolk, with a particular focus on ensuring high standards of care and market stability. The Council wishes to award block contracts to providers to deliver various residential home services under 13 lots. The lots are for: Standard and enhanced planned residential respite care for adults over 65 years old - 7 lots Enhanced residential care for adults over 65 years old - 4 lots Residential care for adults over 18 years old with physical disability: Long-term and planned residential respite - 2 lots Providers may apply for one or all lots and will be awarded according to the evaluation criteria for each lot. There is no limit on the number of lots a provider can be awarded. For all lots 2 and for 3a the Council reserves the right to award to more than one provider to ensure the requirements are filled. Contracts will be awarded for each care home i.e a provider that is successful for a lot and is supplying beds from 2 care homes will have 2 contracts.
£31,245,000
Contract value
The Council intends to procure the main building contractor for the Westgate Village Development. The Project and development site area incorporates the former Co-op land and property with the buildings demolished with exception of the retained façade and partial building facing Spital Street; this extends for the purpose of the Planning Application to incorporate Orchard Street and the public highway in Spital Street where it is proposed that there are improvements and amendments to the Adopted Highway. The council acquired the land and property from Homes England in June 2022 and in 2023, following a competitive process appointed Peter Barber Architects to prepare a Feasibility Study to explore the options available in land use. A scheme was approved by the Council in 2024 that has been advanced to a Planning Application that was Validated in January 2026. The project incorporates the following: 1.69 homes in buildings (Blocks A-G) up to 4 storeys 2.20% Affordable Housing (as Planning Policy) 3.Approximately 20,000ft2 commercial (Class E Space) 4.Redevelopment of the former Co-op building to provide entertainment uses (Approximately 8,500ft2) 5.Public Realm 6.Improvement to Orchard Street Adopted Highway.
£25,000,000
Contract value
Project Background The contract is for single supplier for the provision of Planned Preventative Maintenance (PPM) services for the Institute’s compressed air systems. 1.1 The proposed contract will: 1.2 Ensure statutory and regulatory compliance 1.3 Safeguard operational resilience across the estate 1.4 Deliver cost predictability through planned maintenance 1.5 Enhance asset lifecycle management and performance monitoring Scope of requirement The scope shall include, as a minimum: • Two service visits per compressor per annum (one minor and one major service unless otherwise specified) • Servicing in full compliance with original equipment manufacturer (OEM) requirements • Service dates agreed in advance between The Pirbright Institute Maintenance Scheduler and the Contractor’s nominated point of contact • Alignment of service delivery with the Institute’s planned building shutdown schedules, recognising that servicing may need to be phased rather than delivered in a single continuous visit • Assurance that compressed air supply remains operational at all times during servicing, achieved through the appropriate management of secondary/backup compressors and receivers • Provision of a dedicated engineer (or core engineering team), with a commitment to obtaining the necessary site security clearance to permit independent and unescorted working where authorised • Engineers suitably qualified and competent to sign off maintenance documentation before and after servicing, breakdown attendance, or additional works • Proactive notification to the Client where any of the following require repair or replacement: air ends, compressor auto drains, flexible pipework • Replacement of consumables within the defined service scope • Inspection of associated dryers, filtration systems, pipework, receivers, and safety devices • Digital service reporting provided at the point of service, detailing works undertaken, findings, recommendations, and asset condition • Emergency call-out provision with a target four-hour response time for critical assets Manufacturers in Scope The estate includes equipment manufactured by: • Atlas Copco • CompAir • Hydrovane • Busch Vacuum Solutions • Beko Technologies • HPC • Hi-Line • JORC 1.8 Compliance Requirements The Contractor must ensure compliance with: • Pressure Systems Safety Regulations 2000 • Health and Safety at Work etc. Act 1974 • Provision and Use of Work Equipment Regulations 1998 • Control of Substances Hazardous to Health Regulations 2002 The Contractor shall: • Provide RAMS for each visit • Maintain appropriate insurances • Ensure engineer competence and certification • Operate within site security protocols including accessing contained areas.
£249,554.64
Contract value
Translink wishes to ensure that its corporate network and all systems are secured in line with industry best practice. It is recognised that network security requirements are constantly changing and that testing should be carried out on an ongoing basis. Translink wishes to ensure that its CDE is secured in line with PCI DSS. It is recognised that electronic security payments are constantly changing and that testing should be carried out on an ongoing basis.
£560,000
Contract value
The Council is looking to establish a contract with a Provider for the install and storage of Christmas lights owned by Barnsley Council for the Town Centre. The contract is also to provide commercial grade outdoor/indoor festive illuminations, including the installation, maintenance, dismantle, storage, delivery, collection and PAT certification, along with call out repairs during the time that they are up, and attending official switch on event to manage and support successful illumination of The Glass Works, Alhambra Shopping Centre and Barnsley Market.
£360,000
Contract value
Showing 321–340 of 879 contracts