429 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Babergh District Council and Mid Suffolk District Council (BMSDC) are looking to jointly procure Contractors for the delivery of their Minor Works Contracts. This opportunity will include two geographic Lots, one for each District. The estimated combined annual contracts value is circa GBP1,800,000 to GBP2,300,000.This figure does not take into account annual indexation considerations or VAT. It is intended that the contracts will run for a period of three years with the option for renewal, as decided by BMSDC, for an extension of up to a further two years, subject to satisfactory reviews. The maximum duration of the contract is therefore five years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
£11,500,000
Contract value
Maidstone Borough Council is looking to appoint a contractor to provide high quality design and construction works to deliver new affordable housing schemes. The development proposals will deliver the redevelopment of Granville House and the former R J Kingsland warehouses to deliver 18 units with associated car parking and landscaping. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Maidstone:-Building-construction-work./GPTDN2D783 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/GPTDN2D783
£9,600,000
Contract value
The British Council is a UK international organisation that supports peace and prosperity by building connections, understanding and trust in the Arts, Education and English between people in the UK and countries worldwide. Our people and our partners experience a culture that promotes excellence, respect, inclusion and diversity. Our work is based on building meaningful, enduring and respectful relationships across different cultures. This is reflected in placing equality, diversity and inclusion at the core of our work. The British Council, Cultural Engagement Department works across these 4 main areas of work: Arts: We deliver projects and programmes that find new ways of connecting with and understanding each other through the arts, to develop stronger creative sectors around the world that are better connected with the UK. This includes working in different arts forms such as film, theatre and dance and literature as well as supporting creative economies working with cultural institutions to address development and social challenges. Education: We work with educational institutions and professionals at school level, in vocational education and higher education to open up new opportunities for collaboration and improving systems and learning. Inclusive Communities: We work on non-formal education to support young people to develop life-skills including citizenship, media literacy and leadership. English and School Education: We contribute to raising the quality of education in schools and improving standards of English language and life skills worldwide.
£16,000,000
Contract value
The London Borough of Barnet (the “Council”) invites tenderers to tender for the establishment of a multi-supplier framework agreement to deliver home and community support services in Barnet. The Council is seeking providers who can deliver high-quality, outcomes-focused, strength-based, person-centred support to help people achieve maximum independence and wellbeing at home and in their communities. The services delivered under the framework will be divided into three lots: Lot 1. Adult Home and Community Support (Standard), Lot 2. Live‐in Care, and Lot 3. Support to Children. To access this opportunity please visit: https://londonbarnet.delta-esourcing.com/ Access Code : GYWT3DYCCW For more information about this opportunity, please visit the eSourcing portal at: https://londonbarnet.delta-esourcing.com/tenders/UK-UK-London:-Health-and-social-work-services./GYWT3DYCCW To respond to this opportunity, please click here: https://londonbarnet.delta-esourcing.com/respond/GYWT3DYCCW
£36,000,000
Contract value
The Council invites you to submit a competitive tender to supply grounds maintenance, play area inspection and maintenance and Green Space services, as described in this tender pack. The successful Tenderer will have the expertise to, and the experience of, supplying and continually improving grounds maintenance, play area inspection and maintenance and Green Space services. The results of the services it will provide will have a significant influence on the attractiveness and effectiveness of public spaces and facilities. This Green Space Contract will take the form of a contract between Wycombe District Council (WDC) and the appointed contractor. The contract is based predominantly on an Output Specification and contract arrangements are as set out in the tender documents. Tenderers are invited to confirm contract management arrangements in their responses to the Specification. The Council is seeking proposals for the provision of Green Spaces services by means of a public tender exercise, seeking expressions of interest from potential providers for the provision of Green Space Services covering grounds maintenance within the urban areas of Buckinghamshire, Play area inspection & maintenance throughout the Buckinghamshire area and other green space services for Buckinghamshire Council; including allotment and cemetery management, pitch bookings ,changing room management, and general green space enquiry and complaint handling . Contract summary: • Grass Maintenance • Hedge Maintenance • Shrub/Rose Bed Maintenance • Woodland Management and Maintenance • Hardstanding Maintenance and parking • Winter Weather Work -gritting and snow clearance • Litter Collection • Play Area Inspection and Maintenance • Changing Room Facilities • Exterior Furniture Maintenance • Bye-law Enforcement • Allotment Services Management • Pitch Bookings and Income Collection • Cemeteries provision including burials. • All other Non-Routine Works • Maintenance of the soft landscape within Parking areas The contract will be for an initial term of 5 years, commencing on 1st of January 2027 and ending on 31st December 2031. There will be an option for the Council to extend for a period, or series of periods, up to a maximum of 48 (forty-eight) additional months, making a potential total contract length of 9 years. The total contract spend for the full 9 years is estimated at between £18,000,000 and £19,800,000. This range is only an estimate, and the actual spend maybe higher or lower than these figures. The Council is of the opinion that TUPE will apply. The TUPE actuary report is currently not available but will be sent as soon as it is available to the bidders that have returned the confidentiality agreement. This document will be sent via the correspondence function. The contract will not be divided into Lots. The reason for not having Lots is that we have previously considered fractionalizing the tender into lots, however had moved away from this direction. The reason for this is that we have a business need for a single contract, with one main contact and oversight presiding over the whole, which would reduce our management time and pick up economies of scale throughout the supply chain. We have previously found that one point of contact overall with several area managers gives us a suitable and timely service response, with resilience provided through the area managers. The Invitation to tender documents for this opportunity are published on the Council's procurement portal: https://in-tendhost.co.uk/buckinghamshire-council If you wish to participate and have not yet registered, please ensure you do so via the procurement portal in order to access the documentation. Tenders must be returned via the Council's procurement portal. The tender return date is midday on Tuesday 12th May 2026. Tenders received after this time and date will not be accepted.
£19,800,000
Contract value
Maidstone Borough Council (the “Council”) is seeking to appoint a suitably experienced Main Contractor to deliver the major refurbishment of its main HQ civic offices at Maidstone House and The Link, located on King Street, Maidstone. For more information about this opportunity, please visit the eSourcing portal at: https://www.kentbusinessportal.org.uk/tenders/UK-UK-Maidstone:-Refurbishment-of-run-down-buildings./J3WMNWW68A To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/J3WMNWW68A
£6,700,000
Contract value
Swindon Borough Council has a requirement to replace obsolete Kitchens as part of the asset refresh on cyclical basis. The work required under this contract is the removal of existing kitchens and supply and installation of new kitchens to properties across Swindon, including all associated preparation, plumbing, electrical, decorative and flooring upgrades and works. The initial contract term will be for Three (3) years with an option to extend for a further Two (2) years. Estimated contract spend is £3.3m excl. VAT across the initial 3 year contract term and £6.6m excl. VAT (£7.92m incl. VAT) across the potential total Five (5) year contract term.
£6,600,000
Contract value
Wirral Council (as the Contracting Authority) is conducting Pre-Market Engagement to gauge the level of market interest and inform the procurement strategy to let a four-year National Developer Framework, as defined by The Procurement Act 2023. The Framework is expected to go live on 1st October 2026. The Framework is intended to provide Public Sector Contracting Authorities with access to suitably qualified Development Partners capable of supporting projects across the full development lifecycle. The Framework is expected to support: early-stage feasibility and pre-development activities, developer-led delivery of public sector assets, and long-term regeneration and investment partnerships. The Framework is expected to include a range of delivery models, including: Development Agreements (DA), Joint Ventures (JV) and Special Purpose Vehicles (SPV), and pre-development and feasibility support services. The Framework will be structured on a regional basis across England, aligned with established English regions (based on NUTS codes), enabling delivery through locally experienced partners with knowledge of regional markets and supply chains. Potential Framework users may therefore include but are not limited to: Local Authorities and Combined Authorities, NHS Trusts and NHS Organisations, Universities and Further Education Institutions, Housing Associations, as well as other Public Bodies with land or regeneration objectives. The Framework will provide Contracting Authorities with the ability to process appointments using both Direct Award and/or Mini Competition mechanisms. The Framework's lotting structure is anticipated to include: Development Agreements (DA) - Delivery-focused arrangements where the public sector retains ownership. DA Regional value bands: £0 - £30m, £30m - £50m, £50m - £100m, £100m+ Joint Ventures / Special Purpose Vehicles (JV/SPV) JV/SPV Value bands: £0 - £50m, £50m - £100m, £100m+ Pre-Development and Feasibility Services Pre-Development and Feasibility Services will also be facilitated under the forementioned Lots. This is anticipated to include Early-stage advisory and consultancy support to assess commercial viability, technical due diligence, support with planning, business case preparation, grant application and funding.
£12,000,000,000
Contract value
The British Council is a UK international organisation that supports peace and prosperity by building connections, understanding and trust in the Arts, Education and English between people in the UK and countries worldwide. Our people and our partners experience a culture that promotes excellence, respect, inclusion and diversity. Our work is based on building meaningful, enduring and respectful relationships across different cultures. This is reflected in placing equality, diversity and inclusion at the core of our work. The British Council, Cultural Engagement Department works across these 4 main areas of work: Arts: We deliver projects and programmes that find new ways of connecting with and understanding each other through the arts, to develop stronger creative sectors around the world that are better connected with the UK. This includes working in different arts forms such as film, theatre and dance and literature as well as supporting creative economies working with cultural institutions to address development and social challenges. Education: We work with educational institutions and professionals at school level, in vocational education and higher education to open up new opportunities for collaboration and improving systems and learning. Inclusive Communities: We work on non-formal education to support young people to develop life-skills including citizenship, media literacy and leadership. English and School Education: We contribute to raising the quality of education in schools and improving standards of English language and life skills worldwide. Please note also the budget is indicative and not any guarantee of spend over the life of the framework.
£16,000,000
Contract value
The British Council is a UK international organisation that supports peace and prosperity by building connections, understanding and trust in the Arts, Education and English between people in the UK and countries worldwide. Our people and our partners experience a culture that promotes excellence, respect, inclusion and diversity. Our work is based on building meaningful, enduring and respectful relationships across different cultures. This is reflected in placing equality, diversity and inclusion at the core of our work. The British Council, Cultural Engagement Department works across these 4 main areas of work: Arts: We deliver projects and programmes that find new ways of connecting with and understanding each other through the arts, to develop stronger creative sectors around the world that are better connected with the UK. This includes working in different arts forms such as film, theatre and dance and literature as well as supporting creative economies working with cultural institutions to address development and social challenges. Education: We work with educational institutions and professionals at school level, in vocational education and higher education to open up new opportunities for collaboration and improving systems and learning. Inclusive Communities: We work on non-formal education to support young people to develop life-skills including citizenship, media literacy and leadership. English and School Education: We contribute to raising the quality of education in schools and improving standards of English language and life skills worldwide.
£16,000,000
Contract value
South Norfolk Council is procuring a development partner to deliver a new GP surgery in the village of Hethersett (Hethersett Medical Centre) on behalf of the Council. Hethersett Medical Centre is to be delivered in 2 Phases - Phase 1 (Services) and Phase 2 (Works). Phase 1 relates to pre-construction services and Phase 2 relates to works to take the development to practical completion as further described in Appendix C (Specification). (the Project). For the purposes of this procurement the Council will require developers at Stage 1 of this procurement to offer a fixed price for RIBA stage 1-3 (up to and including securing planning permission) however as explained in the Specification, Phase 1 of the Project may include some additional services. Stages 2 & 3 of this Procurement will be a negotiation phase with the two highest scoring bidders at Stage 1.
£6,300,000
Contract value
Brighton and Hove City Council is inviting tenders from suitably experienced leisure operators to manage its leisure facilities and services as its Agent from 1st April 2027 for an initial period of 10 years with an option to extend for a further 5 years. The scope of services includes all current and future leisure centres that the Council owns or becomes responsible for, seasonal paddling pools, sports pitch bookings and the delivery of health and wellbeing programmes subject to funding.
£16,250,000
Contract value
B2 Cardiff Council is seeking to tender for four services, subject to Cabinet approval, under the Violence Against Women, Domestic Abuse and Sexual Violence (VAWDASV) agenda. Lot 1 - Refuge and Community Services - Advice and PreventionAccess to advice and support to prevent escalation of abuse and to prevent homelessness for women. This will be delivered from a Council-provided One Stop Shop facility and in the community. Lot 2 - Refuge and Community Services – Accommodation & Support Provision of up to approx. 57 units of safe accommodation and support, for women and any children and young people accompanying them who are experiencing Violence Against Women Domestic Abuse and Sexual Violence (VAWDASV) who need this provision. Lot 3 - Refuge and Community Support – Children’s and Young People Provision Support for pregnant women and those responsible for children up to age 5, experiencing Violence Against Women Domestic Abuse and Sexual Violence (VAWDASV). To also provide range of age-appropriate therapeutic interventions for children and young people (CYP) in both safe accommodation and community settings to help them come to terms with the abuse they have experienced or witnessed, and to reaffirm their relationships with the non-abusive parent/carer and potentially the abusive parent/carer. Support can be provided to boys and girls aged 5-16. Lot 4 - Refuge and Community Support - Male Victim Service Access to advice and support to prevent escalation of abuse and to prevent homelessness for men. This will include provision of safe accommodation and support, along with therapeutic interventions. Cardiff is a multicultural city; as part of the service delivery there will be an expectation of specialist support for people from black and minority ethnic backgrounds within the service.
£12,990,000
Contract value
Nature: Preparation, repair and upgrading of void flats and houses to make ready for re-letting within the Four Contract Areas, all to be carried out within the Priority Codes allocated. The works may include an element of modernisation/upgrade in some instances where the Contract Administrator and/or Agent considers it appropriate to “replace/re-new” in lieu of “repair” e.g. kitchen replacement, bathroom replacement, window replacement and the like. The dwelling types range in size from bedsits to seven-bedroomed houses and from single storey sheltered cottages to low rise flats up to five storeys high. There are no high-rise multi-storey blocks in the Employer’s current property stock. The property stock is concentrated in the seven largest towns with a sizeable proportion of properties located in the surrounding rural villages. Each Contract Area therefore includes not only closely grouped urban properties, but also widely spread rural properties. Location: The Employer cannot guarantee that the numbers of properties in the Contract remain constant due to the addition of newly built Council dwellings, the demolition of Council dwellings and other sundry other factors. The Employer reserves the right to exclude any property from the Contract that may subsequently be transferred or otherwise disposed of by the Employer. The Employer reserves the right to add any property acquired or brought into management by the Employer throughout the duration of the Contract. Ownership: Where there is shared ownership or mutuality, communality within blocks or areas of land, the contractor will be required to undertake repairs required for the benefit of the council tenants.(Refer to Mixed Tenure repairs protocol). Estimated Value is based on a four year and seven month period for all lots.
£21,350,000
Contract value
Portsmouth City Council - the 'Council - will shortly be inviting tenders from suitably qualified and experienced operators for the operation of the Spinnaker Tower - the 'Tower' - on a long term mutually incentivised partnership basis. The Tower The Spinnaker Tower is located on the waterfront within Gunwharf Quays shopping centre and is a prominent landmark offering views of the city, the Solent and the Isle of Wight. It is visible to the nine million passengers who sail and cruise through Portsmouth Harbour each year as well as the eight million visitors to Gunwharf Quays which offers outlet designer shopping. The Tower is Portsmouth's most prominent landmark, 170m in height with 3 upper viewing platforms at 100, 105 and 110 metres providing views of Portsmouth Harbour and the Solent. The tower opened in 2005 attracting 100,000 visitors in the first two months of opening. There is a reception at the base of the building with ancillary interpretation space, entertainment and leisure uses, ticketing, plant, management and staff facilities. There are two cafes - the ground floor Spinnaker Kitchen and Bar and the Cloud Café located on View Deck 2, 105 metres up. There is an additional podium area at ground level which is activated over the festive period for a Christmas market, with potential for it to be used permanently as commercial space. Permitted Uses, Opening Times & Access Under the new contract the primary function of the Tower must remain a public viewing tower, to be open in line with hours set out within the Council's specification. Through the procurement process suggestions for incorporation of historical and maritime components, that may also include literary and cultural references associated with the wider city, will be considered. The Operator must ensure that the Tower is open to the public for a minimum of 8 hours/day April to September and 6 hours/day October to March except Christmas Day. Core opening times are 10.00 - 18.00 during summer months and 6 hours within the core times during the winter months (e.g.10.00 - 16.00). The Operator may open earlier or later to support other activities such as breakfasts or evening events and functions. No curfew has been set. The Council will require use of the Tower for its own direct activities and in support of wider community activities to a total of 47 hours free of charge per year, further details are provided within the specification. Suggestions for complementary ancillary uses will be permitted. Examples include but are not limited to: • Food and beverage options such as a café, fine dining etc. • Entertainment including comedy evenings, cocktail evenings etc. • Virtual reality 'thrill experiences' • Private Functions including weddings, corporate events etc. Proposals for other activities / experiences will be considered. Suggestions for the use of the overall space, including the associated capital investment, will be considered. For example, the opportunity for development of the underused podium deck. Any investment must be solely funded by the operator. Contract Term, Estimated Value & Target Commercials Award of the contract is targeted for 7th August 2026. The successful operator will be required to seamlessly commence operations under a lease with associated concession arrangement from 11th October 2026 following expiry of the lease held with the current incumbent operator on 10th October 2026. The lease and associated concession contract will be let on a 25-year basis. Break clauses subject to 12 months notice will be included for at years 10, 15 and 20 of the lease. The lease will be subject to rental / management fee and revenue share payments from the operator to the Council. The Council is targeting a guaranteed rental payment of £350k total over the initial 3 years of the lease to allow for profiling of rent in view of mobilisation costs, building up sales and the impact in the 1st year of the Council's planned lift refurbishment works. From year 4 onwards the target average per annum payment thereafter has been set at £220k. Rental payments are to be made in advance on a quarterly basis per annum. Lease payments will be subject to 5 yearly rent reviews with increases subject to CPI adjustments. A minimum revenue share % of 3% will apply with operators able to bid back an increased share % up to a maximum of 10%. The revenue share proposed by operators may vary over the term of the agreement but must always be within the 3% - 10% min / max range stated. Revenue share payments are to be made within 30 days at the end of each contract year. In addition to rental and revenue share payments, the Council will also recover reinstatement insurance premium costs from the Operator. The Council is currently seeking specialist insurance advice which will inform the per annum figure to be accounted for within Operator commercial models. The Council is targeting to issue an insurance cost recovery value by week 3 - 4 of the tender period. The Council will reserve the right to alter and refine rent and revenue targets over the course of the procurement process and may issue revisions which alter the values and / or introduce pass/fail value requirements following evaluation of 1st stage tenders and completion of negotiation meetings in the event that the Council opts to undertake a 2nd stage of competitive tendering. The contract will be subject open book reporting. The Operator will be required to report on revenues generated by business activities on a quarterly basis and upon request within 10 working days along with provision of supporting evidence. At the end of each operating year the Operator will be required to produce full audited accounts for operation of the Tower, providing full details of sales, costs, O/H contribution, profits, dividends, etc. Based upon current revenue and subject to indexation the Council estimates that the successful Operator could achieve a 25-year turnover figure of approx. £90M. However, the Council considers that there are significant opportunities to increase revenue though investment, diversification of activities, food & beverage offer, sponsorship, advertising, etc. which could have a major positive impact upon revenue generation, potentially increasing revenue generation to £110M and beyond over the 25 year term. However, it should be noted that all estimates in respect of the value of the business opportunity are purely indicative and provided to comply with the requirements of the Procurement Act 23 in relation to publication of estimated contract values. Maintenance, Servicing & Facilities Management The Council will retain responsibility for the repair and maintenance of the items listed below which are further detailed within the procurement documents: • External Structure Works and inspections including the spire, view decks, tower legs, concrete shafts, ribs, bows, transfer landings and substructure, but excluding the base building and podium level. • Structural Glazing and Curtain Walling System on View Decks The Council is also progressing with lift refurbishment and other structural maintenance works which are currently scheduled to take place during the 1st year of the lease. Operators should be aware that a closure period for the viewing tower will be required to undertake these works. The exact length and scheduling of these works have yet to be confirmed but are likely to be approximately 6 months in duration. The Council will fund and deliver the works and will work with the Operator to agree the timing of any closures where possible. Operators should note that future lift refurbishment / replacement responsibility will fall with the Operator. The Operator will be responsible for all internal repairs and maintenance and to keep the property in good repair and condition including, but not limited to: • Reactive repairs and planned maintenance • Decorations and finishes • Fixtures and fittings • Sanitary facilities • Bar and kitchen areas • Surfaces in plant rooms, internally to the bows and spire The Operator will be responsible for the following external repairs and maintenance and to keep the property in good repair and condition including, but not limited to: • Base building - Floors, Walls and Roof • Podium level • Doors and Windows • External decoration works of the legs, concrete shafts, ribs, bows, transfer landings, base building, podium level, brise soleil etc. • Paving surrounding the tower and at podium level • Balustrades/Handrails round the podium level, podium stairs, terrace level and promenade level The Operator will be required to undertake all Planned Preventative Maintenance (PPM) and reactive repairs including maintenance, servicing and replacement (both minor and major) to those building elements highlighted as tenant responsibility. The Operator is responsible to keep all M&E, both internal and external to the Tower, in good condition and maintenance including, but not limited to: • Servicing • Reactive and Planned Repairs/Maintenance • Surveys • Lifecycle replacement • Lift maintenance / replacement The Operator shall provide the M&E maintenance service through a regular and organised regime and provide the Council with records of the works such as EICRs etc. Beyond the maintenance activities listed above, the Operator will be responsible for all building management activities required to ensure that the Tower is kept safe, clean and secure, including for: • Statutory Compliance Testing • Heating & Lighting • Cleaning • Security • Utilities and Environmental Management • Fire Detection & Emergency Lighting • Accessibility, Health & Safety and Safeguarding
£168,161,103
Contract value
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.
£13,300,000
Contract value
ACCESS TO TENDER DOCUMENTS VIA THE OPEN SYSTEM https://open-uk.org Minor Works Framework. 41 Lots: Lot 1 Scaffolding Work Below £50K Lot 2 - Roofing Work Below £50K Lot 3 - Roofing Work Above £50k to Below £500K Lot 4 Masonry Work Below £50K Lot 5 Plastering and Wall Tiling Work Below £50k Lot 6 - Metal Fabrication and Repair Work Below £50k Lot 7 - Carpentry Work Below £50k Lot 8 Glazing Works Below £50k Lot 9 Decoration Work Below £50k Lot 10 - Fencing Work Below £100K Lot 11 - Floor Coverings Work Below £50K Lot 12 Metal/Aluminium Door, Window, Roller Shutter and Automatic Controls Including Servicing Work Below £50k Lot 13 - Security and Door Access Controls Work Below £100K Lot 14 - Electrical Work Below £50k Lot 15 - Electrical Work Above £50k to Below £750K Lot 16 - Fire Alarm Work Below £100K Lot 17 - CCTV Work Below £250K Lot 18 - Emergency Lighting Works Below £250K Lot 19 - Intruder Alarm Works Including Servicing Work Below £250K. Lot 20 - UPS and Standby Power Systems Including Generator Maintenance Work Below £250k Lot 21 - Commercial Plumbing Works Below £50k Lot 22 - Mechanical, Heating and Ventilation Work Below £150k Lot 23 - Mechanical, Heating and Ventilation Work Above £150k to Below £1M Lot 24 - Air Conditioning and Air Handling Units Work Below £150k Lot 25 - Air Conditioning and Air Handling Unit Work Above £150k to Below £500K Lot 26 - Commercial and Domestic Gas Work Below £150k Lot 27 Stairlifts, Hoists and Changing Beds Work Below £50k Lot 28 - General Building Works Below £250K - Lot 29 - General Building Works Above £250K to Below £1M Lot 30 - UPVC Products and Composite Doors Work Below £50K Lot 31 - Domestic Electrical Installation, Inspection and Testing Work Below £50K Lot 32 - Domestic Plumbing and Heating Work Below £50K Lot 33 - Specialist Building Preservation Works Below £150K Lot 34 - Gas Connections/Disconnections Work Below £500K Lot 35 - Water Connections/Disconnections Work Below £500K Lot 36 - Electricity Connections Below £500K Lot 37 - Fire Protection and Compartmentation Work Below £500K Lot 38 - Locksmith Work Below £50K Lot 39 - Flue Systems Work Including Design Below £50K Lot 40 - Boiler Control Systems Work Below £150K Lot 41 - Specialist Insulation and Pipe Lagging Work Below £150K As the contract is a framework the Council is under no obligation to place Orders under the contract and makes no guarantee that any orders will be placed under the contract.
£50,943,000
Contract value
Nature: Day to day reactive unplanned repairs to occupied/ unoccupied dwellings (including communal areas and areas of shared ownership), external areas and garages within the Four Contract Areas, all to be carried out within the Priority Codes allocated. The works may include an element of modernisation/upgrade in some instances where the Contract Administrator and/or Agent considers it appropriate to “replace/re-new” in lieu of “repair” e.g. kitchen replacement, bathroom replacement, window replacement and the like. The dwelling types range in size from bedsits to seven-bedroomed houses and from single storey sheltered cottages to low rise flats up to five storeys high. There are no high-rise multi-storey blocks in the Employer’s current property stock. The property stock is concentrated in the seven largest towns with a sizeable proportion of properties located in the surrounding rural villages. Each Contract Area therefore includes not only closely grouped urban properties, but also widely spread rural properties. Location: The Employer cannot guarantee that the numbers of properties in the Contract remain constant due to the addition of newly built Council dwellings, the demolition of Council dwellings and other sundry other factors. The Employer reserves the right to exclude any property from the Contract that may subsequently be transferred or otherwise disposed of by the Employer. The Employer reserves the right to add any property acquired or brought into management by the Employer throughout the duration of the Contract. Ownership: Where there is shared ownership or mutuality, communality within blocks or areas of land, the contractor will be required to undertake repairs required for the benefit of the council tenants.(Refer to Mixed Tenure repairs protocol). Act. Estimated Value is based on a four year 7 month period for all lots.
£22,560,000
Contract value
the British Council is looking for multiple providers to join its 2026 Global Evaluation Framework. This framework will replace the 2022 Global Evaluation Framework, which is due to expire in 2026. This global framework will be the British Council’s primary route for the procurement of monitoring and evaluation consultancy work. Suppliers who join the framework will be eligible to tender for monitoring and evaluation across the British Council’s global operations.
£12,000,000
Contract value
Westminster City Council (the ‘Council’) has a statutory duty to deliver repair and maintenance services to its 21,000-strong housing stock, comprising approximately 43% leasehold properties, 57% tenanted homes and 145 High Rise Buildings (HRB) across the Borough. It is also worth noting that 41% of the Council’s housing stock is located within a conservation area, whereas 17% of the buildings are listed properties. Furthermore, the Council delivers major works and planned cyclical construction-based maintenance with the view of continuously improving the physical and social infrastructure of its housing stock. Currently housing repairs, maintenance and works are delivered via eight (8) Term Partnering Contracts (‘TPC’) which were procured in 2017 and 2019 for a period of up to ten (10) years as follows: • Responsive Repairs and Voids • Major Works (2 separate contracts covering North and South of the Borough) • Mechanical • Electrical • Domestic Heating • Lifts • Aids & Adaptations The Council is intending to re-procure these contracts based on revised scopes as part of an overarching Strategic Alliance Agreement, based on the FAC-1 Framework Alliance Agreement which all appointed contractors will be required to sign up to along with the contract documents specific to each requirement. Taking into account the differing expiry dates of the TPCs, the various Section 20 consultation requirements, as well as the indicative timelines associated with each retendering process, the Council determined that the re-procurements will be delivered in tranches. The Council issued a Preliminary Market Engagement (PME) Notice related to this procurement (Ref 2025/S 000-061916) on 2nd October 2025 (https://www.find-tender.service.gov.uk/Notice/061916-2025) supplemental to PME Notice with reference 2025/S000-022847 dated Monday 19th May 2025 (https://www.find-tender.service.gov.uk/Notice/022847-2025) for the purpose of inviting interested market suppliers to engage in detailed consultation around the proposed procurement model and the new contract opportunities for responsive repairs and voids and major works. For information, and in addition to the existing TPCs referenced above, the Council will also be procuring the following requirements through separately regulated processes: Establishment of a Planned Preventative Works Framework Specialist repair and maintenance contracts, including but not limited to minor works, roofing, damp and mould, plumbing and drainage Various Health & Safety Compliance contracts, and Establishment of a Professional Services Framework This tender notice provides details of the procurement for the Responsive Repairs & Voids contract and the Major Works contracts, which form part of the first tranche. The procurement is a lotted Procurement with Responsive Repairs & Voids constituting Lot 1 and Major Works constituting Lot 2. The procurement is to be conducted as a Competitive Flexible Procedure (CFP) and the structure will follow the same approach for both lots: a. Combined Conditions of Participation (COP) and Invitation to Submit Initial Tenders (ISIT) stage, b. Shortlisted Tenderers will be invited to participate in Technical and Commercial Dialogue, c. all Tenderers who participated in the Dialogue stage will be issued with an Invitation to Submit Final Tenders (ISFT), d. final tenders will be assessed and a most advantageous tenderer identified in line with section 19 of the Procurement Act 2023. However, the Council does not wish the same supplier to be awarded both lots and therefore has set bidding restrictions as outlined further in this notice. The Client reserves the right, at its sole discretion, to update, modify or issue supplementary documentation at any time during the procurement process to clarify any issue or amend any aspect of the associated tender documents by notification to the Tenderers in writing. The Council may, in its absolute discretion, exercise the option to extend any deadline in the event that subsequent documentation is issued or for any other reason.
£746,000,000
Contract value
Showing 141–160 of 429 contracts