The Authority is seeking a provider to deliver online training and coaching to support staff requiring reasonable adjustments or inclusive workplace support. This includes assistive technology training, disability awareness programmes, and workplace coaching.
The procurement is for the establishment of a multi‑supplier framework agreement for the provision of security advisory, training, and turnkey international capability‑building services to support the Home Office’s International Strategy and Capabilities (ISC) Unit.
The framework will cover the provision of services across three lots:
Lot 1 – Advisory: provision of specialist individuals or teams delivering strategic, technical, and operational advisory services.
Lot 2 – Training: design and delivery of training programmes in the UK and internationally, including bespoke course development and delivery.
Lot 3 – Turnkey: partial or full end‑to‑end delivery of programmes, combining advisory and training services with operational support such as accommodation, transport, security, logistics, and local services.
Services may be delivered across the following thematic areas, as applicable to the relevant lot:
- Policing
- Fire and Rescue
- Enabling Functions
- Strategic Intelligence and Threat Assessment
- Border Security and Illegal Migration
- National Risk and Resilience
- Operational Support (Lot 3 only)
The framework does not commit the Authority to any minimum level of spend or volume of work. Services will be commissioned on a call‑off basis only, following further competition under the framework. Call‑off contracts may be awarded for delivery in the UK and overseas, depending on operational requirements.
Supply will be on a rate‑card basis, with pricing and delivery models tailored at call‑off stage. Call‑off contracts may use fixed price, capped time‑and‑materials, milestone‑based, or output‑based payment mechanisms, as specified in the call‑off documentation.
The project comprises the installation of External Wall Insulation (EWI) up to 136 properties subject to final budget approval. These works form part of the Optimised Retrofit Programme (ORP) and must be delivered exclusively by TrustMark-accredited suppliers, in line with programme requirements.
The scope of work may include:
External Wall Insulation (EWI) systems installation
Roofline alterations (including adjustments to soffits, fascia’s, gutters as required to accommodate insulation thickness and meet compliance standards)
Ventilation system upgrades or installations to ensure adequate airflow and prevent moisture issues
AICO sensor installation to support property safety, monitoring and compliance
Groundworks, where required, to ensure proper detailing at the base of the insulation system and to accommodate any remedial works
All activities must be fully compliant with PAS 2035 standards,
Expected duration: 40 weeks
The purpose of this procurement exercise is to award a contract for the supply of retail goods to the Scottish Prison Service (SPS).
The SPS is an Agency of the Scottish Government Justice Department and currently operates sites across Scotland. In addition to the secure, operational establishments, the SPS also operates a college, a central store and an administrative headquarters building. SPS sites range from HMP Inverness and HMP&YOI Grampian in the north to HMP Dumfries in the south. Further information and Site location is available from the SPS’s website: www.sps.gov.uk.
The SPS’s secure, operational establishments provide a shopping facility for all prisoners, from which they are able to buy a range of goods. The intention of this Contract is to enable the supply and provision of a range of goods to any of the SPS’s sites. The SPS shall expect the supplier to offer the range of goods and associated services.
Scottish Prison ServiceScotland1 May 2026WAC-571976
Invitation to tender as for of the provision of distance learning services and materials to North East Scotland College - please refer to the attached documents for more information
North East Scotland CollegeScotland1 May 2026WAC-577699
•Employers Agent services to the end of making good defects period
•Architect to design the works and review and provide technical advice to Hastoe Housing Association to completion of the contractor’s remediation works
Hastoe is seeking the instruction to provide the following services for the cladding remediation of 2 adjacent buildings in Beulah Hill, Upper Norwood, London SE19 3DT
The two buildings affected are 1-73 Menlo Gardens and 26-78 Priory Crescent
•Fire Consultant/Engineer Services
•Structural Engineer Services
•Site Inspections to the end of making good defects period
•Cost Consultancy to the end of making good defects period
•CDM Principal Designer & Building Regulations Principal Designer to completion of remediation works
•BSF Interface as the Grant Certificate Officer and monthly liaison
•Includes, fire and rescue authority support – liaising on behalf of the Client with the London Fire Brigade or similar authority if they require information or support to Hastoe Housing Association on the project
•Social Value – provision for support with the Client
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kingston-upon-Thames:-Advisory-architectural-services./A5QUX7VMZG
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A5QUX7VMZG
Dyma hysbyseb Ymgysylltiad Rhagarweiniol â'r Farchnad cyn cynnal ymarfer caffael i benodi Gweithredwr Gwastraff Bwyd yn Llwyn Isaf, Gwynedd / This is a Preliminary Market Engagement notice before potentially conducting a procurement excercise to appoint a Food Waste Operator at Llwyn Isaf, Gwynedd.
At ddibenion yr ymarfer ymgysylltu cyn y farchnad, mae'r tymor a gwerth y cytundeb yn seiliedig ar drefniant 5 mlynedd. Fodd bynnag, byddem yn rhagweld contract caffael i fod dros dymor hirach / For the purpose of the pre-market engagement exercise the contract term and value is based on a 5-year arrangement. However, we would envisage a procured contract to be over a longer term.
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 90% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under section 2 of the Procurement Act 2023 and a centralised procurement authority under section 1(4) of that Act.
Please refer to www.pfh.co.uk for additional information.
PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector.
PfH intends to establish a framework agreement for Modular Buildings and Associated Services such as consultancy. The framework will operate nationally for four years.
Procurement for HousingNorth West1 May 2026WAC-569780
The Crown Estate, as manager of the seabed around England, Wales and Northern Ireland, periodically holds competitive tenders to award seabed rights for the development, construction and operation of offshore wind farms.
In September 2024, The Crown Estate set out its approach to bringing such future tenders to market in its Future of Offshore Wind publication (Future of offshore wind | The Crown Estate). This was published alongside a report setting out our ambition to develop a Marine Delivery Routemap, which is intended to help enable a more holistic approach to be taken in relation to seabed development in the future.
With the recent announcement of our intention to launch a new leasing round in 2027 (Offshore Wind Leasing Round 6) and building on the approach taken by The Crown Estate in previous leasing rounds, such as Offshore Wind Leasing Rounds 4 and 5, The Crown Estate is committed to engaging with a broad spectrum of market participants and other stakeholders to inform the development of its future leasing processes. In this context, The Crown Estate is undertaking market engagement through a questionnaire to gather input on the design of future leasing rounds. This questionnaire is targeted at offshore wind developers and investors only and will be open to responses from 30 March 2026 to 1 May 2026.
It is hoped that this market engagement questionnaire will provide The Crown Estate with a further opportunity to listen to and understand individual and industry-wide perspectives, thereby ensuring that the evolving needs and priorities of the offshore wind sector as a whole can be taken into account by The Crown Estate when shaping future leasing opportunities.
This market engagement is intended for existing and prospective offshore wind developers and investors only i.e. those who may be interested in bidding in a leasing round, either as a sole bidder or as part of a consortium. If offshore wind project development and investment companies wish to participate in this market engagement event, then they should apply by sending an email to round6@thecrownestate.co.uk. The Crown Estate intends to engage with other relevant stakeholders separately at appropriate times and in an appropriate way.
The Crown Estate is in the process of designing future offshore wind leasing rounds, which these discussions will inform. There is currently no formal date for the launch of the next offshore wind leasing round. The date set out below (the “Engagement deadline”) refers to the engagement activity which is the subject of this PME Notice, rather than any contract notice for a leasing process.
For further information on The Crown Estate’s involvement in offshore wind, please visit https://www.thecrownestate.co.uk/our-business/marine/offshore-wind
The existing fleet has reached the end of its operational life. In line with our Net Zero commitments, we are seeking to replace these with electric forklifts to ensure continuity of operations within the Cargo function.
The opportunity is for the provision of 2 x 3.5 tonne electric counterbalance forklifts, including the installation of associated charging infrastructure. The requirement is for a lease arrangement with a service and maintenance plan for a minimum term of 3 years, with the option to extend by a further 1+1 years.
The forklifts will support day to day cargo operations across the airport.
London Luton Airport Operations Limited2 May 2026WAC-580779
River Clyde Homes wish to procure the services of an experienced and competent contractor to undertake Lift Maintenance for properties within Inverclyde.
Generally the works will include:-
- The comprehensive servicing and maintenance of circa 55 passenger lifts within High rise and Low rise buildings.
- The provision of an emergency call out and repair services.
The contract will be a ‘comprehensive agreement’ (inclusive agreement), where
there will be an annual charge per lift which includes all planned preventative
maintenance (PPM) visits, all repairs call out and labour charges (within and out
of normal working hours) and parts (excluding major refurbishments)
More detailed information regarding the scope of the service required is provided in the specification document attached as Appendix E. The current Lift Estate is detailed within Appendix F.
The University of Edinburgh (UoE) wishes to appoint a Supplier to co-design, deliver, and monitor elements of its Strategic Leadership in Research Training Programme over the next 4 years.
Please refer to the ITT tender documents for full details of the requirement.
University Of EdinburghScotland4 May 2026WAC-578564
Internal alterations to existing ground floor Ceremonies Toilets in single-storey extension at
rear of main building (direct access off car park) - to enlarge wheelchair-accessible toilet and
update single-sex Male & Female Toilet areas.
Sandwell Metropolitan Borough CouncilWest Midlands4 May 2026WAC-565117
GTR is seeking to appoint a supplier to provide vending machine services for its employees. The scope of services will include the provision, installation, and maintenance of vending machines offering a selection of hot and cold beverages, as well as snacks, at designated depot and office locations across GTR's network.
The opportunity can be accessed here :
https://goviathameslinkrailway.delta-esourcing.com/
Access Code : QH7WEG465P
Govia Thameslink Railway LimitedLondon4 May 2026WAC-578547
GTR is seeking to appoint a supplier to provide vending machine services for its employees. The scope of services will include the provision, installation, and maintenance of vending machines offering a selection of hot and cold beverages, as well as snacks, at designated depot and office locations across GTR’s network.
Govia Thameslink Railway LimitedLondon4 May 2026WAC-578589
This procurement seeks to find a provider capable of providing and maintaining an LRIT Data Centre on behalf of the MCA to ensure the UK fulfils its obligations under the SOLAS Convention.
The Data Centre must meet all the relevant performance standards, be ready from the 1st of July 2026 to receive position data from UK flagged vessels, and be able to migrate legacy position data from the previous Data Centre, if required. The data from the Data Centre must be able to integrate with the MCA's Maritime Domain Awareness Platform as a GIS layer.
Maritime and Coastguard AgencySouth East5 May 2026WAC-578056
The Royal Borough of Greenwich intends to commission a single provider contract for the provision of Adult 'Home First, Discharge to Assess & Recovery Beds' services.
The Service will operate from Eltham Community Hospital and will provide up to 20 beds, flexibly allocated across both pathways to support hospital discharge, admission avoidance, and short-term recovery and non-intensive rehabilitation to enable recovery and regain independence. Multidisciplinary working is key to the model, and the provider will be expected to work in partnership with system stakeholders.
The service will operate on a block purchase basis and will include personal care, including nursing and medication support administered by registered nurses and care professionals care with the goal to enable service users to regain or achieve maximum independence and quality of life as soon as possible following a period of ill health.
We are looking for providers with the necessary experience, skills and capability to deliver a strength-based enabling service, able to maximise people's recovery and independence during the short stay in the unit.
Royal Borough of GreenwichLondon5 May 2026WAC-576967
Commercial HVAC services contract covering statutory compliance, planned and reactive maintenance, and associated repairs across the Council's non-domestic estate. The scope includes heating, ventilation and air conditioning systems and associated plant, together with performance management, reporting and contract management requirements, as set out in the tender documentation.
Tender documents must be downloaded from, and completed submissions returned via, the Council's e-tendering portal. Submissions made by any other means will not be accepted.
Commercial HVAC services contract covering statutory compliance, planned and reactive maintenance, and associated repairs across the Council’s non-domestic estate. The scope includes heating, ventilation and air conditioning systems and associated plant, together with performance management, reporting and contract management requirements, as set out in the tender documentation.
Tender documents must be downloaded from, and completed submissions returned via, the Council’s e-tendering portal. Submissions made by any other means will not be accepted.
CWM3 is a publicly owned and managed framework, intended to deliver general construction and building services work. The main areas of activity will comprise of individual construction projects or programmes, including new build, extensions, remodelling, retrofit, refurbishment, renovation and repair work, mechanical and electrical services and infrastructure works, and may also include design and other services as required to develop and construct the works.
Contractor Partners selected to join the framework will be expected to demonstrate a strong collaborative working ethos - engaging openly and closely with the CWM Framework Management Team, client organisations, consultants, and other Contractor partners - and to provide clear support throughout the pre construction period. Their performance will be monitored against a comprehensive set of performance indicators.
The framework will consist of 3 Lots as follows:
Lot 1: Minor Works (works generally £250,000 to £5,000,000) with 8 Contractor Partners.
Lot 2: Medium Works (works generally £2,000,000 to £15,000,000) with 6 Contractor Partners.
Lot 3: Major Works (works generally over £10,000,000) with 6 Contractor Partners.
Tenders may be submitted for a single Lot only. This restriction also applies to groups of companies. CWM will only allow a single bid from an organisation and its group companies for one Lot. The ITT does allow a Tenderer to submit as a consortium with its group companies and the Framework makes provision for these Affiliate companies to enter into Call-Off Contracts directly with authorities.
While Contractor Partners will generally be allocated works within the typical value range for their Lot, there are circumstances where exceptions may apply. These exceptions allow Contractor Partners from higher or lower Lots to undertake works outside their usual value range where this approach delivers clear benefits such as cost efficiency, specialist expertise, or operational advantages. Further details around this are set out in the Operations Manual.
CWM endeavours to adopt industry best practice principles wherever possible including the Construction Playbook: Government Guidance on Sourcing and Contracting Public Works Projects and Programmes and promotes the New Models of Construction Procurement, in particular use of two stage open book.
The Framework sets out a number of Permitted Forms of Call-Off Contract which are available for authorities to use. Full details are set out in Schedule 2 to the Framework, but these allow the flexibility for authorities to use the Model Form of Call-Off Contracts (incorporating its standard amendments) or utilise any of the NEC or JCT forms with their own amendments. In addition, there is scope to use alternative contract forms where an alternative approached is preferred such as an alliance arrangement.
Please note that an award of a Call-Off is for the entirety of the Project covered by an authority within its Call-Off process as detailed within the Operations Manual. Authorities may enter into contracts following the expiry of the Framework if such contract is caught by the spoke of a Call-Off Process awarded and entered into prior to the expiry of the Framework (e.g. PCSA is entered into with a notice to proceed to a Works Contract).
CWM is committed to complying with all mandatory requirements set out in the National Association of Construction Frameworks (NACF) Regional Framework Accreditation Attributes, ensuring its continued membership of the NACF.
In addition, CWM will strive to fulfil the NACF's core objectives by:
• sharing best practice with fellow members, framework users and the wider public sector;
• providing guidance and support to public sector organisations where requested;
• promoting social value through procurement and construction framework activity;
• strengthening links between local and central government on construction related matters.
ACIVICO (DESIGN, CONSTRUCTION AND FACILITIES MANAGEMENT) LIMITEDWest Midlands5 May 2026WAC-565535