The University of Edinburgh requires a pest control service to provide preventative and reactive service delivery to eradicate infestation of pests across the University estate and proof against future infestation. This will include but not be limited to accommodation, catering and events areas, offices and teaching areas.
Bidders can bid for one or both Lots but can only be appointed to one lot.
Transfer of Undertakings (Protection of Employment) Regulations 2006 (“TUPE”) may apply to this contract.
The University will evaluate the ITT submissions of all bidders who pass the SPD stage.
The ITT will be weighted at 60% Technical and 40% Commercial. The weightings of each technical question will be detailed within the ITT. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10% and your submission scores 3 points out of 4 for that question then you will receive 7.5% out of a possible 10%.
For the Commercial evaluation, the Bidder who submits the lowest-cost bid will be awarded the maximum score and others will be awarded a pro rata score in relation to the lowest bid.
The technical and commercial scores for each Lot will then be combined to give each bidder an overall total score and to calculate the top scoring bidder. Bidders can choose to bid for either one or both Lots. Where a bidder opts to bid for both Lots, they will need to state their preference between Lot 1 and Lot 2. The top scoring bidder will be appointed to each Lot, however, UoE will not appoint the same bidder to both Lot 1 and Lot 2. Should the same bidder top score for both Lot 1 and Lot 2, they will be appointed to their preferred Lot. For the other remaining Lot (the top scoring bidder’s non-preferred Lot), the second-ranked Bidder will be appointed
The University of Edinburgh requires a pest control service to provide preventative and reactive service delivery to eradicate infestation of pests across the University estate and proof against future infestation. This will include but not be limited to accommodation, catering and events areas, offices and teaching areas.
Bidders can bid for one or both Lots but can only be appointed to one lot.
Transfer of Undertakings (Protection of Employment) Regulations 2006 (“TUPE”) may apply to this contract.
The University will evaluate the ITT submissions of all bidders who pass the SPD stage.
The ITT will be weighted at 60% Technical and 40% Commercial. The weightings of each technical question will be detailed within the ITT. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10% and your submission scores 3 points out of 4 for that question then you will receive 7.5% out of a possible 10%.
For the Commercial evaluation, the Bidder who submits the lowest-cost bid will be awarded the maximum score and others will be awarded a pro rata score in relation to the lowest bid.
The technical and commercial scores for each Lot will then be combined to give each bidder an overall total score and to calculate the top scoring bidder. Bidders can choose to bid for either one or both Lots. Where a bidder opts to bid for both Lots, they will need to state their preference between Lot 1 and Lot 2. The top scoring bidder will be appointed to each Lot, however, UoE will not appoint the same bidder to both Lot 1 and Lot 2. Should the same bidder top score for both Lot 1 and Lot 2, they will be appointed to their preferred Lot. For the other remaining Lot (the top scoring bidder’s non-preferred Lot), the second-ranked Bidder will be appointed
University Of EdinburghScotland14 May 2026WAC-583814
The Authority is seeking a Contractor(s) for Provision of Taxi Services. The services will be divided into the following four lots:
Lot 1 – Coatbridge
Lot 2 – Cumbernauld & Kirkintilloch
Lot 3 – Motherwell
Lot 4 – East Kilbride
New College LanarkshireScotland14 May 2026WAC-582414
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Air Conditioning Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management.
This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process.
The Contract is intended to cover:
a) PPM services to air conditioning, mechanical ventilation and associated control systems in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2).
b) Reactive and remedial maintenance, fault diagnosis and rectification of air conditioning and mechanical ventilation plant.
c) Statutory inspections, certification and record keeping
d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Heating Plant Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management.
This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process.
The Contract is intended to cover:
a) PPM services to boilers and pressurisation units in accordance with manufacturer’s recommendations, SFG20 or equivalent stand, and applicable legislation (see Appendix 1 and Appendix 2).
b) Reactive and remedial maintenance, fault diagnosis and rectification of heating plant.
c) Statutory inspections, certification and record keeping
d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Air Conditioning Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management.
This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process.
The Contract is intended to cover:
a) PPM services to air conditioning, mechanical ventilation and associated control systems in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2).
b) Reactive and remedial maintenance, fault diagnosis and rectification of air conditioning and mechanical ventilation plant.
c) Statutory inspections, certification and record keeping
d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Fully Comprehensive Lift equipment Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”),
together with associated statutory inspections and performance management.
This ITT is issued via the Sell2Wales portal. https://www.sell2wales.gov.wales. The University reserves the right not to award any contract as a result of this process.
This service specification sets out the standards expected for the delivery of the Fully Comprehensive Lift Maintenance Service at Wrexham University.
a) PPM services to passenger and goods lifts, hoists and associated equipment in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2).
b) Reactive and remedial maintenance, fault diagnosis and rectification of lift installations and control systems.
c) Statutory inspections, certification and record keeping
d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Heating Plant Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management.
This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process.
The Contract is intended to cover:
a) PPM services to boilers and pressurisation units in accordance with manufacturer’s recommendations, SFG20 or equivalent stand, and applicable legislation (see Appendix 1 and Appendix 2).
b) Reactive and remedial maintenance, fault diagnosis and rectification of heating plant.
c) Statutory inspections, certification and record keeping
d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Heating Plant Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management.
This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process.
The Contract is intended to cover:
a) PPM services to boilers and pressurisation units in accordance with manufacturer’s recommendations, SFG20 or equivalent stand, and applicable legislation (see Appendix 1 and Appendix 2).
b) Reactive and remedial maintenance, fault diagnosis and rectification of heating plant.
c) Statutory inspections, certification and record keeping
d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
Cleaning tender in 3 lots and as a whole for 18 sites with Co-op Academies Trust in the North West of England.
Includes Lots:
Lot 1: Lot 1- Manchester / Liverpool
Lot 2: Lot 2 - Staffordshire
Lot 3: Lot 3 - West Yorkshire
To access this competition:
Registered:
Login to https://suppliers.multiquote.com and view the opportunity CA17480.
Not registered:
Visit https://suppliers.multiquote.com then register and quote CA17480 as the reason for registration.
Any queries please contact MultiQuote on 0151 482 9230.
The Co-operative Academy of ManchesterNorth West15 May 2026WAC-576615
Lycee Francais Charles de Gaulle de Londres (the ? Lycee ?) is a multisite independent school with two Primary branches and is looking of a Cleaning company to provide professional Cleaning Services to these two branches/ schools.
Lycee Francais Charles de GaulleLondon15 May 2026WAC-563861
ESPO are establishing a national framework for the inspection and maintenance of sports equipment including traditional equipment, fitness equipment and sports equipment. It also includes outdoor trim trails and activity play areas.
The Framework is NOT divided into lots.
Please refer to the tender documents for further details - the closing date for submission of Tenders is 12:0 (12 noon / 12pm) on 15 May 2026.
To tender (please proceed to step (e) if an expression of interest has already been completed):
(a) Go to https://www.eastmidstenders.org/ (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '107_26' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen).
Any questions or clarifications relating to this tender opportunity should be submitted to ESPO as a message on the eProcurement Portal, once an Expression of interest has been completed.
Leicestershire County Council, trading as ESPOEast Midlands15 May 2026WAC-581842
PURCH2922 Provision of Contract Agreement for the Provision of Diamond CVD Growth Tool for a minimum period of 12 Months with the option to extend for up to 4 x 12 months additional periods.
Tender documents available from Public Contracts Scotland.
Tender returns should be submitted via Public Contracts Scotland, no paper copies will be accepted. Should paper tenders be submitted, they will be rejected. Further to this any questions or communications regarding individual tender exercises must be sent via the Public Contracts Scotland Portal. Tender queries received through any other channel will not be answered. Should users of Public Contracts Scotland have any problems with the web site they should contact website Support Desk, contact details can be found by following the ‘Contact Us’ option on the left hand menu at http://www.publiccontractsscotland.gov.uk/default.aspx
University of GlasgowScotland15 May 2026WAC-583239
Warwickshire County Council intends to appoint a Supplier under a Two-Stage Design and Build Contract for the construction of a 2FE (with facilitating works for a 3FE) Primary School, namely Upper Lighthorne Primary School. The Project is currently at RIBA Stage 3, which was developed initially by Pick Everard, and more recently, Gleeds. Gleeds will be retained in the following roles: Project Management, Contract Administration and Cost Management (for RIBA Stages 3-7) with all design activities being carried out by the Contractor.
This Procurement is being conducted in accordance with the Procurement Act using the Open Procedure.
Warwickshire County CouncilWest Midlands15 May 2026WAC-578857
Holy Family Catholic School & Sixth Form, which is situated in East London, is putting its cleaning contract out to tender with a contract start date of 1st November 2026. The school is situated over two sites.
Holy Family Catholic School & Sixth Form (RM&C)London15 May 2026WAC-580516
Holy Family Catholic School & Sixth Form, which is situated in East London, is putting its cleaning contract out to tender with a contract start date of 1st November 2026. The school is situated over two sites.
Holy Family Catholic School & Sixth Form (RM&C)London15 May 2026WAC-580128
The Governors of Dominican College wish to issue an invitation to tender for cleaning services, commencing September 2026.
Further details and tender specification can be requested from The Head of Finance and Corporate Services by emailing info@dominican.belfast.ni.sch.uk. Completed tender submissions should be submitted by 15th May 2026.
Dominican College FortwilliamNorthern Ireland15 May 2026WAC-578767
Purchase of furniture and fittings supplies for the whole Junction Mills new build.
To access this competition:
Registered:
Login to https://suppliers.multiquote.com and view the opportunity CA17191.
Not registered:
Visit https://suppliers.multiquote.com then register and quote CA17191 as the reason for registration.
Any queries please contact MultiQuote on 0151 482 9230.
This is a Competition Notice for 10 years of Grant Funding for a What Works Centre for Children and Families to start in April 2027. This funding will be provided under Section 14 Grant of the Education Act 2003 Terms and Conditions. This competition is not in scope of the Procurement Act 2023.
There is also a Find a Grant notice relating to this competition which can be found here: https://find-government-grants.service.gov.uk/grants/what-works-centre-for-children-and-families---competition-launch-1
______________________________________________________________________________________________________________________________________
The Department for Education (the Department) are looking for an organisation to act as a What Works Centre for Children and Families (WWCCF) from April 2027. This grant funding will be issued for a maximum of 10 years, with a maximum available funding of £8.5m per year.
Reforming children’s social care to keep children safe and give them the best start in life is an important part of the Governments opportunity mission. Improving the evidence base on interventions that work is vital to the success of the reform programme. The Department anticipate this grant to be used to generate and champion robust actionable evidence (i.e. deliver research, programmes and evaluations) that will help shape decision making in policy and practice, and enable the sector to improve services and outcomes to protect and support vulnerable and disadvantaged children.
This should include:
• becoming a What Works Network member, operating independently and setting a strategy alongside the Department
• having access to a range of expertise in conducting high-quality evaluations, translating and disseminating evidence
• establishing relationships with policy makers and local leaders to establish and support delivery of interventions that work based on high quality evidence
• detailed knowledge and understanding of the children’s social care and early intervention sector
We are looking for an organisation to build a strategy which would deliver the following objectives:
• collating existing evidence on the effectiveness of programmes and practices
• collaborating with and engaging the sector to help the development of materials and reports
• producing high-quality synthesis reports and systematic reviews in areas where they do not currently exist
• assessing the effectiveness of policies and practices against an agreed set of outcomes
• Identifying and filling gaps in the evidence base by commissioning new trials and evaluations
• proactively sharing findings in an accessible way (that is free to access)
• supporting practitioners, commissioners and policymakers to use these findings to inform their decisions
• undertaking research and evaluation projects that meet Government Social Research standards
We would expect that Cabinet Office's requirement of What Works Centre membership to be met in full: https://www.gov.uk/government/publications/what-works-network-membership-requirements.
An online competition launch engagement session will be held 14:0 – 15:0 pm, 26th February 2026 via teams to allow the Department to explain relevant competition documentation to potential bidders and allow an opportunity for Q&A.
If you would like an invite to this session, please use the messaging function on Jaggaer to request an invite, including the roles and email addresses of all those who would like to attend.
Any slides and Q&A from this session will be uploaded and shared with all potential bidders for future reference.
Department for EducationLondon18 May 2026WAC-558471