WinAContractSearch

UK Public Sector Contracts & Tenders

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

£100,000–£500,000 Clear all
Public SectorOpen
Acoustic Sound & HVAC Upgrade Works

Falmouth Exeter Plus (FXPlus) is looking to appoint a single contractor to carry out acoustic sound and HVAC upgrades to the Dubbing Theatre, School of Film and Television (SOFT) building at Penryn Campus.

Falmouth Exeter Plus1 May 2026WAC-574965

£300,000

Contract value

Local GovernmentOpen
Solar Panel Installation on Civic Centre Roof at Wychavon District Council Civic Centre

Wychavon District Council is seeking a contractor to deliver the installation of a minimum 200 kWp solar PV system at the Civic Centre, Queen Elizabeth Drive, Pershore, WR10 1PT. The works include full design, supply, installation, commissioning and associated requirements such as scaffolding, welfare provision, AC and DC containment, integration with existing electrical infrastructure, and compliance with District Network Operator requirements. Site Visits Available on 1 and 2 April 2026, by prior appointment. Please contact mark.james@wychavon.gov.uk Estimated Budget £200,000 to £250,000. Tender documents and submission instructions are available in the separate documents attached on the portal. The Council is using the e-procurement portal known as the Proactis Pro-Contract portal https://procontract.due-north.com to conduct this procurement exercise. To gain access to the procurement documents, bidders will need to register their company details at the above website. Once registered, bidders will be emailed a log-in and password, allowing them to gain access to the procurement documents. Bidders will need to search for the invitation under Wychavon District Council and then electronically submit an expression of interest and follow the online instructions to view the procurement documents.

Wychavon District CouncilWest Midlands1 May 2026WAC-572382

£250,000

Contract value

Local GovernmentOpen
Marketing Services at SQ Shopping Centre Camberley

Marketing Services at SQ Shopping Centre Camberley, to include event organisation For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Marketing-services./ZG7Q5BP2W4 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ZG7Q5BP2W4

Surrey Heath Borough CouncilSouth East1 May 2026WAC-571708

£100,000

Contract value

Public SectorOpen
OGH Beta Principal Contractor

The Old General Herbarium (OGH) Beta Project is a light touch refurbishment of a section of the OGH gallery to bring it back into public display for the first time since 1948. The project will install a temporary pop-up display opening in September 2026. The Museum is running a competition for the provision of Principal Contractor services for the refurbishment and fit-out works in the gallery. In order to access the tender documents for the OGH Beta Principal Contractor tender exercise, all tenderers must complete the NDA available in the SQ stage document library. The NDA must be signed by an appropriate representative of the tendering company and returned to the Museum for countersignature. Once the NDA has been completed by both parties, it will be sent to tenderers for record keeping. The tenderer will then be added to the Tenderbox stage, where the tender documents will be made available from the 30th April 2026. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work-for-art-and-cultural-buildings./MQG6SMFAS7 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/MQG6SMFAS7

Natural History MuseumLondon1 May 2026WAC-570543

£140,000

Contract value

Local GovernmentOpen
No.1 Market Street Nelson BB9 7LJ - roofing upgrade

No1 Market Street is a 3-storey modern office building constructed in 2007, situated in Nelson Town Centre. Roof is a flat roof structure finished with single ply membrane, including false mansard and GRP dormers bounded in part by stone / blockwork parapet walling. Scope of Works: i. Thermal upgrade and overlay of existing single ply membrane roof with SIKA Sikaplan G-18 Membrane – approx.1500m2 over 2 roof decks. ii. Ancillary works to parapet walling and abutment detailing. iii. High level cleaning of GRP dormer cheeks / fascias / roof decks Suppliers MUST be registered with SIKA Ltd Roofing Contractor Scheme. https://gbr.sika.com/en/construction/roofing/roofing-support/contractor-schemes.html Suppliers MUST be able to act as Principal Contractor under Construction (Design and Management) Regulations 2015 and BRAE Regulations 2023. Tender pack will be issued on 1st April 2026 following EOI period.

Pendle Borough CouncilNorth West1 May 2026WAC-566943

£225,000

Contract value

Local GovernmentOpen
Christmas Lights Display 2026 Tender

Newport Town Council invites suitably experienced and qualified contractors to tender for a new contract commencing in time for the provision of Christmas lighting within Newport Town Centre November 2026. Newport Town Council is committed to delivering a high-quality Christmas lighting display that supports local businesses and enhances the Town's festive atmosphere. The Council allocates an annual budget to cover the hire, installation, testing, maintenance, removal and storage of Christmas lighting and decorations SCOPE OF WORKS DESCRIPTION OF THE SCOPE OF WORKS • The successful contractor will be responsible for the design, supply, installation, maintenance, removal and storage of Christmas lights and decorations for Newport town centre for the duration of the contract. • The scope of works shall include, but not be limited to, the following: o Design and provision of a cohesive Christmas lighting display suitable for Newport Town Centre o Supply (hire/lease) of all proposed lighting and decorations, excluding Council-owned stock where applicable o Installation and commissioning of the display prior to the festive period o Annual inspection, testing and certification of all electrical components o Annual testing and certification of existing eyebolts, catenary wires and fixings o Ongoing maintenance and fault rectification during the display period o Safe removal of all lighting and decorations at the end of each season o Secure storage of leased items between seasons 1. Contract Duration The contract is for a duration of 3 years with an option to extend to 6 years if agreed by both parties. 2. Budget The indicative annual budget for the 2026/27 festive season is £30,000 - £39,000. Tenderers should demonstrate how their proposed scheme maximises visual impact, coverage and value for money within this budget range. 3. Design Requirements The Council is seeking a display that: • Provides maximum coverage and visual impact within the available budget • Is appropriate for a town centre environment and enhances the overall streetscape • Integrates, where practicable, with the Council's existing stock of lights. • The Town Council would like a traditional design with no change in design to the lights within the boundary of St Nicholas Church Tenderers are encouraged to submit creative proposals and outline options that could be scaled up or down to align with available funding. 4. Sustainability and Energy Efficiency Newport Town Council is committed to reducing its carbon footprint and welcomes proposals that support this objective. Tenderers should demonstrate how sustainability considerations are incorporated into their design and delivery, including: • Use of energy-efficient lighting (e.g. LED technology) • Minimising environmental impact throughout installation, operation and removal • Opportunities for improved sustainability over the life of the contract 5. Electrical Compatibility and Safety All proposed lighting must: • Be fully compatible with existing electrical services and power supplies within the town centre • Comply with all relevant legislation, standards and industry best practice • Include appropriate certification and documentation for electrical safety and structural integrity DISPLAY AND DESIGN REQUIREMENTS 1. Minimum Display Coverage As a minimum, the Christmas lighting display must cover the following town centre streets and spaces. • High Street • Upper Bar • Stafford Street • Lower Bar • St Marys Street Tenderers should design a cohesive scheme that maximises coverage and visual impact within these areas using existing infrastructure wherever possible. 2. Location-Specific Display Guidance The following guidance identifies existing infrastructure and preferred display options. Alternative or enhanced proposals are welcomed, provided they remain compatible with existing fixings and budget. *Catenary wire is in place High Street* • Existing catenary wires to support up to 24 cross-street light strings • Existing bauble festoons attached to approved buildings (permissions in place) • Capability to suspend additional decorative features from strings • Cross-street festoon to Baddeley Court Stafford Street* • Existing catenary wires to support up to three strings of lights • Capability to suspend additional decorative features from string • Existing bauble festoons attached to approved buildings (permissions in place) St Mary's Street* • Existing catenary wires to support up to four strings of lights • Capability to suspend additional decorative features from strings • Existing bauble festoons attached to approved buildings (permissions in place) Lower Bar* • Existing catenary wires to support up to two strings of lights • Structures available for up to five column displays • Existing bauble festoons attached to approved buildings (permissions in place) Upper Bar* • Existing catenary wires suitable for cross-street lighting • Capability to suspend additional decorative features from strings • Existing bauble festoons attached to approved buildings (permissions in place) Town Square • Existing catenary wires to support up to two strings of lights • Festoon lighting on the Market Building • Opportunity for a feature lighting installation Wellington Road Corner • Location of the town centre Christmas tree • No catenary or column structures available • Projection lighting may be considered Wellington Road • Existing cross-street festoon St Nicholas Churchyard • Location of the town centre Christmas tree • Council-owned festoons to remain in contract o 6 × tree cages o 4 × tower festoons o Roof-mounted icicle lights o Tree lighting at the St Mary's Street end 3. Operating Times All lighting must be controlled by existing automatic timers and operate daily as follows: • On: 6:30am - Off: 9:0am • On: 3:0pm - Off: 11:0pm The contractor will be responsible for ensuring settings are correctly configured and maintained. 4. Design Principles Tenderers must adhere to the following principles: • Provide a coherent and visually consistent town centre lighting scheme • Utilise existing catenary wires, column structures and fixing points wherever possible • Include the decoration of two (2) x 23-foot Christmas trees at: o St Nicholas Churchyard o Wellington Road Corner • All tree decorations to consist of LED string lighting • All cross-street decorations must use existing approved structures MANDATORY CONTRACTOR REQUIREMENTS The contractor will provide a fully managed service, including installation, maintenance, removal and storage of all lighting and associated infrastructure. 1. Installation, Testing & Operation The contractor shall: • Install lighting across the High Street, Stafford Street (part), Lower Bar (part), St Mary's Street (part) and Upper Bar (part). • Install, test and commission all lighting at least one week prior to the switch-on date and confirm in writing that the system is fully operational. • Carry out safety testing of all anchor points, fixings and catenary wires throughout the contract period in accordance with ISO standards and BS 8539. • Test and certify all electrical components in accordance with BS 7671 and BS 7909. • Ensure all lighting operates automatically at the agreed on/off times. 2. Maintenance & Fault Response The contractor shall: • Maintain all installations in a safe and operational condition • Respond to all reported faults within 24 hours including weekends. Faults may include and are not limited to; complete failure of light strings, Christmas tree light failure, damage through vandalism, adverse weather conditions or road traffic accidents. • Provide emergency out-of-hours response within 2 hours of reporting where adverse weather presents a safety risk or in the event of an urgent health & safety risk. 3. Health, Safety & Compliance The contractor shall: • Securely install and anchor all equipment in compliance with health and safety legislation • Maintain safe working practices at all times and protect the public and workforce • Provide all necessary access equipment, vehicles and lifting equipment • Ensure all operators are suitably trained and certified, including: • IPAF • Working at Height • Electrical installation qualifications (including HERS certification) • Provide Risk assessments and method statements (RAMS) for all operations and functions associated with the contract 4. Insurance & Administration The contractor shall: • Hold and supply Public and Employers liability insurance to a minimum value of £10 million • Insure all equipment while in storage • Provide sufficient notice of installation and removal dates to enable licensing by Telford & Wrekin Borough Council • Attend the official switch-on event at the agreed time • Ensure all fees include installation, removal, maintenance and call-outs during the display period • Undertake all due diligence prior to tender submission; additional costs will not be accepted post-award • Following each annual display the contractor will issue a written statement including the call out summary, required replacement light and improvement suggestions. See 'Christmas Lights Tender Invitation' document for more details.

Newport (Shropshire) Town CouncilWest Midlands1 May 2026WAC-552498

£234,000

Contract value

Public SectorOpen
MVH26007 - EWI Installation

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

Barcud Shared ServicesWales1 May 2026WAC-579423

£408,000

Contract value

Public SectorOpen
MVH26007 - EWI Installation

The project comprises the installation of External Wall Insulation (EWI) up to 143 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

Barcud Shared ServicesWales1 May 2026WAC-579405

£408,000

Contract value

Public SectorOpen
MH370 - Employee Benefits Portal

Midland Heart is seeking to procure reward, recognition and benefit technologies to deliver our new reward strategy which underpins our corporate plan, “Tenants at Heart” 2026–2030. This procurement represents a great opportunity for us to refresh our offer, with key aims of delivering a solution which meets the needs and aspirations and challenges of an ‘always on’ multi-generational workforce, which is friction free, engaging and delivers true value and communication nudges, without sophisticated or administrative heavy back-end requirements. Solutions should be ideally be a proven, largely “off-the-shelf” solution already in use by other comparable businesses however if suppliers can provide a bespoke solution that meets our IT functionality, quality requirements and provide assurance on the support and maintenance of the system then we would consider this approach also. It must offer a clear and ongoing development plans, incl

Midland HeartWest Midlands1 May 2026WAC-578455

£400,000

Contract value

Local GovernmentOpen
Tender for the provision of Improvements to existing teaching spaces for additional support at St Martin's Primary School, Hereford

Herefordshire Council wishes to appoint a contractor to carry out the works to carry out improvements to two internal areas to provide accommodation for children requiring additional support. The work is split between two areas: Area 1: Work to commence on 15th June 2026 and must end by 1st September 2026. Area 2: Work to commence on 20th July 2026 and must end by 11th September 2026.

Herefordshire CouncilWest Midlands1 May 2026WAC-578032

£180,000

Contract value

NHS & HealthcareOpen
EEAST - Hot Water Boilers (26-T06)

The Contracting Authority requires a Supplier to provide a full managed service for Hot Water Boilers across the Estate. This shall include: • Installation of new Hot Water Boilers • Planned Preventative Maintenance of installed Hot Water Boilers • Reactive maintenance of Hot Water Boilers The Supplier will be expected to install new Hot Water Boilers on an ad-hoc basis as and when our existing Hot Water Boilers which are owned by the Contracting Authority become end of life. Within first 8 weeks of the contract, The Supplier will visit each location and provide a full asset list of all the Hot Water Boilers across the Estate along with a condition report for each boiler.

East of England Ambulance Service NHS Trust1 May 2026WAC-577620

£200,000

Contract value

Public SectorOpen
Additional analytical methods for NDNS biomonitoring

Developing our understanding of UK consumers exposure to food additives, and other chemical contaminants, is broad and complex; an important starting point is to increase the evidence base through the investigation of novel approaches to assessing consumer exposure. The actual use levels of additives in foods may be below the maximum permitted levels and, therefore, accurate consumer exposures to additives in foods are not easy to estimate. Additionally, consumers may be exposed to additives or other chemical contaminants through different sources, and other factors such as dietary preferences, brand loyalty and variable occurrence levels of contaminants, can often make the estimation of actual consumer exposure challenging. This research project aims to develop analytical methods to support potential future projects aimed at better understanding actual UK consumer exposure to food additives and other chemical contaminants through biomonitoring. The aim is to develop a package of analytical methods designed for the measurement of biomarkers, and approaches to estimate dietary intakes, from the measurements, of exposure for chemicals of strategic interest to the FSA. The FSA is seeking to commission a research partner with the capability and capacity to research and define biomonitoring approaches, derive and validate suitable analytical chemistry methods and determine toxicological approaches for the estimation of intakes of chemicals. The FSA will require the research partner to identify suitable urinary biomarkers for the substances (of groups of substances) of interest to the FSA, and to develop and validate analytical methods that can reliably and quantitatively measure them in human urine. The FSA will further require, for each chemical of interest, an approach for estimating the systemic exposure and theoretical dietary intake of the relevant substances, from the urinary excretion of the corresponding biomarkers.

Food Standards AgencyYorkshire1 May 2026WAC-578081

£200,000

Contract value

Public SectorOpen
LAA Peer Review Independent Expert Panel

The Authority is launching a tender to appoint a panel of Independent Experts who will act as a quality assurance mechanism to ensure the validity of Peer Review reports and ratings. The Authority intends to enter into three individual contracts. This initiative is not about recruiting additional Peer Reviewers. It is focused on appointing Independent Experts to support and oversee the Peer Review Scheme. The work expected under each contract is an average of 10 hours per month, however flexibility will be required from contract holders as work many fluctuate during the year, and some periods may be busier than others. The Peer Review scheme is the LAA’s primary method for assessing the quality of legal advice provided by legal aid providers. Under this scheme, experienced legal practitioners review a sample of case files to determine whether the advice given meets professional standards. The scheme plays a critical role in maintaining public confidence in the legal aid system and ensuring value for money. The Independent Experts are central to the integrity of the Peer Review process. Their responsibilities will include moderating the consistency of ratings, training and supporting Peer Reviewers, and providing guidance on disputes between Peer Reviewers. Their oversight ensures that Peer Review ratings are fair, proportionate, and consistent across the legal aid provider base. SCOPE OF THE CONTRACT The Peer Review Independent Experts will be responsible for undertaking the following duties, including but not limited to: • Training of new Peer Reviewers and delivery of annual consistency training to existing Peer Reviewers. • Dealing with Peer Review Validations to ensure quality and consistency within the Peer Review reports and ratings. • Assist with disputes between Peer Reviewers – the Independent Expert must guide and make suggestions so the Peer Reviewers can reach an appropriate conclusion. • Validate representations against Peer Review ratings. • Quality Management of Peer Reviewers and Peer Review system – The Independent Expert is responsible for moderating the consistency and training of Peer Reviewers. • Maintaining the independence of the scheme – The legal profession respects the Peer Review Process due to its independence from the LAA. Whilst the LAA contract with the Peer Reviewers, the methodology and running of the scheme is independent. • Collaborating with the LAA on Peer Review in new categories of law - There are two different sets of Peer Review Criteria: Civil and Crime. The categories of law that are Peer Reviewed currently: Crime, Family, Housing, Immigration & Asylum and Mental Health. The LAA may wish to introduce Peer Review in other categories of law in the future. • Process Development: We may also require the contractor to assist with the development and improvement of the Peer Review Scheme. It is likely that the LAA will need to commission new Peer Reviewers during the contract terms, which will require input from the contractor. ACCESS TO THE ITT The Ministry of Justice is using the E-Sourcing Portal, Jaggaer, for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer at https://ministryofjusticecommercial.bravosolution.co.uk/ and search for the ITT using reference ITT_10258 - LAA Peer Review Independent Expert Panel, to be able to view the ITT documents and submit a response. If you do not already have a Jaggaer account please register to create an account via the following link - https://ministryofjusticecommercial.bravosolution.co.uk/ If you have any issues registering, please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk. Any queries regarding Jaggaer should be sent to the Authority’s Central Support Team (Mon – Fri 08:30 – 17:0) by calling 0845 0100 132 or by emailing: esourcing@justice.gov.uk

Ministry of JusticeLondon1 May 2026WAC-576025

£270,000

Contract value

Local GovernmentOpen
Landlord Demolition Works - Unit 1, Market Square, Charter Walk Shopping Centre, Burnley, BB11 1PY

Tenders are invited from contractors having the resources, sufficient capacity and experience working with Local Authority clients to remove the existing detached café structure at Charter Walk Shopping Centre, Burnley. All works must be in accordance with the specification and written instructions in the tender documents. The contractor will also be responsible for the removal of the disconnection and removal of the existing services and making good of the public realm surface finishes. Historically, the premises has operated as a café for several years. The full details of the Council's requirement can be found in Appendix 1 Specification documents associated with this tender opportunity. The contract will likely commence June 2026, and we anticipate a contract period of 12 weeks.

Burnley Borough CouncilNorth West1 May 2026WAC-576783

£150,000

Contract value

NHS & HealthcareOpen
2080 Community Connectors & Mental Health & Wellbeing Hub in Spalding (incl South Lincs Rural) for NHS Lincs ICB

NHS Lincolnshire Integrated Care Board (ICB) are seeking to commission a Community Connectors & Mental Health and Wellbeing Hub for Spalding (Including South Lincs Rural) Lot-12. Community Connectors lead on local community development initiatives with the aim of re-connecting people with their communities, understanding not only what communities provide but how to make the best use of community assets. These roles provide on the ground support to individuals, groups and communities to change the conversation from ‘providing services to communities’; to ‘how we can work with and help communities to help themselves’. The role is more than simply one of community development; it is about listening to communities, uncovering what is important and what will lead to the greatest impact for a community and for our services. Community Connectors help to facilitate ‘grass roots problem solving’ and take an asset-based approach to building and connecting communities together to become stronger and resilient. Mental Health and Wellbeing Hubs are an integral part of community development initiatives with the aim of re-connecting people with their communities, understanding not only what communities provide but how to make the best use of community assets. They provide safe spaces, giving on the ground support to individuals, groups, and communities to change the conversation from providing services to communities; to how we can work with, and help communities to help themselves. This notice intends to inform providers that NHS Lincolnshire ICB will be undertaking a procurement process for Lot 12 - Spalding (including South Lincs Rural) as this was the only Lot not able to be awarded from the previous procurement process. For transparency a market engagement event was held on the 23rd October 2025 and was advertised on the link below. https://www.find-tender.service.gov.uk/Notice/063460-2025?origin=SearchResults&p=1 For transparency a competitive process for Lots 1-11 was undertaken Dec 2025 to January 2026 and was advertised on the link below. https://www.find-tender.service.gov.uk/Notice/079455-2025 This process is being undertaken to Commission Lot 12 only *** IMPORTANT INFORMATION *** In order to participate in this process, you must be registered on the Central Digital Platform (CDP), and once registered you must be able to submit up to date core supplier information. Link: https://signin.account.gov.uk/sign-in-or-create For further information on how to register, please visit here: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html

NHS Lincolnshire Integrated Care BoardEast Midlands1 May 2026WAC-577818

£387,500

Contract value

Local GovernmentOpen
Town Hall Refurbishment

We invite expressions of interest for tendering for the proposed planned preventative maintenance works, referred to as the refurbishment works for the Town Hall at Chippenham Town Council (CTC), High St, Chippenham, SN15 3ER The Client is seeking a Contractor in whom they may safely place confidence, who will play an active and positive role as a member of the project team, and who will take responsibility for the safe, efficient working and timely completion of all the works. Contractors are being asked to tender a Single Stage Tendering process, which will consist of the pricing of Preliminaries, Quantified Schedule of Works, Overheads and Profit etc. based on and including drawings, specifications and other documentation.

Chippenham Town Council1 May 2026WAC-581133

£125,000

Contract value

Local GovernmentOpen
Provision of hay cutting & bailing service on behalf of the London Borough of Hillingdon

Hillingdon is the second largest borough in London with over 200 green spaces covering approximately 1,800 acres. Across the borough, there are formal gardens, town parks and informal nature conservation and country parks, as well as over 100 children's play areas. We currently have 60 green flag sites, a National Nature Reserve at Ruislip Woods, and over 40 Sites of Importance for Nature Conservation (SINCs), all of which are open to the public. The Contract will be for an initial term of three (3) years with an extendable option for a period of up to two (2) years, giving a total of five (5) years (the Term). This contract is for one cut per year based on the site list contained within the tender documents

London Borough of HillingdonLondon1 May 2026WAC-578651

£300,000

Contract value

Public SectorOpen
P-3423 Corporation Tax Services

Translink is seeking to appoint a supplier to undertake the provision of corporation tax compliance services to all group companies. Your response must be submitted via the relevant call for tender (CfT) on eTendersNI. No other method of submission will be accepted.

TranslinkNorthern Ireland1 May 2026WAC-579086

£240,000

Contract value

Local GovernmentOpen
Open spaces Needs Assessment

The Planning Service of North Yorkshire Council is seeking information to support in the future commissioning of suitably qualified and experienced consultants to provide an evidence based document including but not limited to; audit, needs assessment, design guide and delivery assessment. With key outputs that are required; GIS polygons and associated information, detailed quantitative scoring information resulting in an evidence based document. This should include identification and mapping of Open Space sites and locations. This Request for information will assist with the development of the specification for a potential future procurement.

The North Yorkshire CouncilYorkshire1 May 2026WAC-581489

£100,000

Contract value

Local GovernmentOpen
Provision of Thermoplastic Lining Materials

Manchester City Council is looking to procure a framework for the provision of thermoplastic lining materials. The framework period will be for 2 years with the option to extend for an additional 2 years. It is intended that Manchester City Council will award this framework to the 2 highest scoring tenderers, subject to meeting the Award Criteria stated in the ITT documents. The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity.

Manchester City CouncilNorth West4 May 2026WAC-579235

£250,000

Contract value

Showing 381400 of 606 contracts

← PreviousNext →