WinAContractSearch

local government contracts

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

local government £5,000,000–£0 Clear all
Local GovernmentOpen
6278 - Building Services Framework

Lot 1: Provision of Fire Risk Assessments (Sole provider) The provision of Fire Risk Assessments for specified corporate buildings & adhoc, to identify fire hazards, evaluate risks to people and outlining actions to prevent fires and ensure safe evacuation. Lot 2: Provision of Water Risk Assessments (Sole provider) The provision of Water Risk Assessments for specified corporate buildings & adhoc, to inspect water systems for contamination risks most notably the legionella bacteria. Lot 3: Provision of Asbestos Assessments (Sole provider) The provision of Asbestos Assessments for specified corporate buildings & adhoc, to find, assess, and manage asbestos containing materials. Lot 4: Provision of Fire Door Surveys (Sole provider) The provision of Fire Door Surveys for specified corporate buildings & adhoc, to inspect door sets (door frame, hardware) to ensure they resist fire and smoke. Lot 5: Provision of Building Condition Surveys (Sole provider) The provision of Building Condition Surveys to specified corporate buildings & residential properties, non-intrusive inspections to assess a property's structural integrity, identify defects and forecast maintenance needs. Lot 6: Provision of Cleaning Services - Corporate Buildings & Public facilities in Parks & Open Spaces (Soles provider) The provision of Cleaning services to specified corporate buildings and public facilities in Parks & Open Spaces, delivery of a quality cleaning service covering general proactive cleaning, deep cleans, window cleaning, body spills, reactive cleaning, purchase and supply of all consumables and internal building pest control and conservation cleaning. Lot 7: Provision of Lift Services - Corporate Buildings (Sole provider) The provision of lift servicing, maintenance, repair, minor refurbishment & compliance management to lifts in corporate buildings. Lot 8: Provision of Planned and Preventative Corporate Building Maintenance (PPM) & Remedial Repairs excluding full replacements (Sole provider) The provision of planned maintenance and remedial works to corporate buildings. To include, but not limited to routine maintenance for equipment, machinery, or building assets to prevent unexpected failures of boilers, fire alarms, visual inspections as per the maintenance schedule, and all remedial works excluding full replacements. By conducting inspections and servicing at predetermined intervals (e.g., monthly, quarterly, annually), PPM aims to reduce downtime, extend asset life, and improve safety, in contrast to reactive, "fix-it-when-it-breaks" maintenance. Lot 9: Provision of Reactive Repairs to Corporate Building (Sole provider) The provision of reactive repairs of corporate buildings. To include, but not limited to clearing gutters, boarding up of buildings. Lot 10: Provision of Planned, Preventative & Responsive Residential Property Maintenance and Compliance Services. (Sole provider) The provision of comprehensive residential property maintenance, to include, but not limited to voids works, compliance checks and emergency response services to properties owned and leased by the London Borough of Bexley. The portfolio currently comprises approximately 230 Council-owned street properties and 130 privately leased properties, the properties are used to provide temporary accommodation. The portfolio size may alter during the contract period. Lot 11: Provision of Minor Disability Adaptations (minor building works) in privately owned properties (sole provider) The provision of minor disability adaptation works under £1,000 to private residential properties owned by residents of Bexley .To include, but not limited to installation of handrails, grab rails, half steps etc.

London Borough of BexleyLondon18 May 2026WAC-578774

£16,600,000

Contract value

Local GovernmentOpen
Conditional Sale & Purchase of Freehold Land and Obligations for Construction for up to 100 Affordable Dwellings

1.1. This Invitation to Tender ("ITT") contains instructions and key information about the procurement process. This ITT constitutes the conditions of the procurement process and by participating, Developers agree to these conditions. West Northamptonshire Council (Council) invites bids for the acquisition of 6.83 acres of Council owned land based on a Public Works Concession Contract, for the development and subsequent management by a Registered Social Housing Provider of up to 100 Affordable Housing units off Conway Close, Kings Heath Northampton. The acquisition will be taken forward via a Development /Sale Agreements between the Council and the successful developer on the principal terms detailed in this tender document. The successful Developer will enter into an initial Development Agreement to allow finalisation of design and obtain all approvals required, such as, but not limited to, Council, Highways and Planning. The Developer may be a Developer or registered Developer of Social Housing. If the tender is completed by a Developer or other non registered Social Housing Provider, then full details of the proposed registered Social Housing Provider must be submitted as part of the tender response.

West Northamptonshire CouncilEast Midlands22 May 2026WAC-581315

£20,000,000

Contract value

Local GovernmentOpen
Inclusion Services Framework - 369-NYC-CY

North Yorkshire Council (the “Authority”) invites tenders for appointment to a multi provider Inclusion Services Open Framework. The open framework will support the delivery of high quality, needs led provision for children and young people with Special Educational Needs and Disabilities (SEND), including those requiring Education Other Than at School (EOTAS) and post16 support. This open framework aims to establish an efficient and quality assured method of procuring provision aligned with statutory duties under: • The Children and Families Act 2014 • SEND Code of Practice: 0–25 years • Procurement Act 2023 / Public Contracts Regulations 2015 • Relevant safeguarding legislation This open framework supports the Authorities Local Area SEND Strategy and High Needs Block (HNB) Transformation Programme. The open framework is divided into seven lots, covering the diverse needs of children and young people across North Yorkshire. • Lot 1 – Primary In-person Education (KS1/KS2) • Lot 2 – Secondary In-person Education (KS3/KS4) • Lot 3 – Online Education • Lot 4 – Therapeutic Interventions • Lot 5 – Alternative and Enrichment Activities • Lot 6 – Post-16 Provision • Lot 7 – Targeted SEND Improvement and Workforce Development Services Preliminary market engagement has been carried out. Information is available at https://www.find-tender.service.gov.uk/Notice/041427-2025 Notice identifier: 2025/S 000-041427 Procurement identifier (OCID): ocds-h6vhtk-05626b The notice was unable to be linked due to the inclusion of Lots at tender stage following market engagement.

The North Yorkshire CouncilYorkshire22 May 2026WAC-581157

£33,333,333.33

Contract value

Local GovernmentOpen
Hatchmoor Development, Great Torrington

The project centres on developing the land adjacent to Hatchmoor Road, Great Torrington, Devon UK with a view to attracting businesses to create a local employment hub. The project therefore comprises of the: • Construction of a new highway junction and estate road off Hatchmoor Road, along with associated offsite highway improvements to support the site; • Installation of drainage infrastructure for both surface and foul water, including the potential use of soakaways for sustainable surface water management; • Upgrading of existing electrical and fibre networks to ensure sufficient capacity for the proposed development; • Delivery of employment buildings, through the construction of various units of varying sizes.

Torridge District Council22 May 2026WAC-569153

£6,000,000

Contract value

Local GovernmentOpen
Supply, Installation, Operation & Maintenance of On Street EV Charging Points (LEVI)

Supply, Installation, Operation and Maintenance of On Street Charging Points Contractor to supply and install on street charging points across Medway and maintain for a 15-year period The Contract will be for an initial period of 15 years with an option to extend for a further period of 1 year to allow for administrative constraints. The maximum contract term will therefore be 16 years.

Medway CouncilSouth East22 May 2026WAC-566925

£30,000,000

Contract value

Local GovernmentOpen
HDC Facilities Mechanical and Electrical Repairs and Maintenance Services

Horsham District Council (the Council) invites tenders for the provision of Building Fabric Reactive Maintenance and Minor Works, Mechanical, Electrical and Public Health (MEP) Services (the Services) as set out in these documents. The contract covers planned preventative maintenance as well as remedial and reactive work. The Services relate to the Council’s operational, community and commercial sites and buildings. The Commencement Date for the delivery of the services is scheduled to be on Friday 16 October 2026 at 00:0 hours. The Contract will be awarded for a period of five years until Wednesday 15 October 2031, with an option to extend for a further two-year period subject to performance and the absolute discretion of the Council until Saturday 15 October 2033. The Council is procuring this contract following the Open Procedure under the UK Procurement Act 2023 (and its supporting Regulations) and the Council’s Procurement Code. The Council will be awarding one Contract for the provision of all services detailed in the Specification.

Horsham District CouncilSouth East26 May 2026WAC-580174

£7,000,000

Contract value

Local GovernmentOpen
School Nursing for Children and Young People Aged 5–19 (up to 25 for SEND)

The London Borough of Hammersmith & Fulham (the Council) is inviting suitably qualified and experienced providers to tender for the delivery of School Health & Wellbeing Services 5–19 (25). This procurement supports the delivery of the Healthy Child Programme (HCP) and aims to improve health outcomes for children, young people, and families across the borough. The services will provide support for children aged 5–19 years, and up to 25 for young people with SEND. The contract estimated value is £1,110,000 – £1,260,000 per annum

London Borough of Hammersmith and FulhamLondon27 May 2026WAC-573827

£8,820,000

Contract value

Local GovernmentOpen
Oldham Green New Deal Partnership

Oldham Metropolitan Borough Council ("the Council") is seeking to develop a long-term energy partnership with a Development Partner. The Development Partner will work in collaboration with the Council, key stakeholders and organisations to bring about the transformation and decarbonisation of Oldham's energy infrastructure. The Development Partner shall work to originate, define, develop, finance, deliver and operate a broad range of decarbonisation projects and initiatives across Oldham, with support from the Council. The Development Partner is expected to leverage its expertise, experience, capacity and capabilities to innovate and generate holistic and deliverable energy solutions, and to exploit its unique apex position within Oldham's energy system to develop and implement an innovative business model which maximises the benefit of technological and commercial synergies between different low carbon Asset Classes. The Strategic Energy Partnership's (SEP) key anchor project is the Heat Network Reference Scheme including the existing St Mary's scheme, which may serve as the foundation for a potential Zonal Heat Network. The SEP Agreement will set out a number of requirements which the heat network project must meet in order to proceed into an approvals gateway process. If the project proceeds beyond the development period (i.e. is "approved" as part of the approvals gateway process), the Council and Development Partner will become shareholders in a Project Company, albeit that the Council's shareholding will be limited to a "Golden Share". The Golden Share will simply allow the Council to exercise control in relation to a limited number of reserved matters including carbon intensity, reporting and tariffs. If the Heat Network Reference Scheme project is approved at the end of the development period, the Project Company will be the supplier of heat to a number of public and private sector bodies in the borough under separate heat connection and supply agreements. The potential heat customers for early phases include Oldham Council (details of which can be found in Appendix R (Oldham Low Carbon Heat Network OBC / Customer Letter of Intent OMBC) of the Invitation To Tender (ITT), First Choice Homes Oldham (FCHO), The Oldham College, Royal Oldham Hospital and other NHS sites and the new Muse residential developments in Oldham Town Centre. For further information on potential customers for later phases please see the Zone Market Prospectus in Appendix S of the ITT. For the wider borough, potential customers also include schools and Registered Housing Providers. The Council has secured an £8.78 million grant from the Green Heat Network Fund (GHNF) to support this initiative, with plans for future expansion under the Advanced Zoning Programme (AZP). A portion of the GHNF grant funding that the Council has obtained from the DESNZ will be used to commission early works which will then be adopted by the Development Partner under the SEP Agreement. If the heat network project is approved in accordance with the SEP Agreement, the Council intends to pass on the residual capital GHNF grant funding to the Project Company under an On Grant Agreement. The procurement documents include a Project Information Document (PID) which provides a thorough overview of the SEP and the opportunities beyond the heat network. The PID identifies several site-level projects on Council-owned assets which could be included in the SEP's Strategic Programmes for the first 5-year Strategic Business Plan (SBP) based on the information currently available. These projects include roof-mounted solar PV at four sites, solar car ports at three sites, ground mounted PV at three sites and a gasifying biomass CHP at one site, as well as an opportunity for Operation and Maintenance and Power Purchase Agreement for one site - more details can be found in Section 10 of the PID. The SEP Agreement will also set out a number of requirements which the non-heat work projects must meet in order to proceed into an approvals gateway process. Where these projects proceed the Development Partner will enter into separate contracts with its customers (including the Council). It is the Council's intention that all of the potential projects listed in the PID and the separate contracts entered into in respect of those projects are in scope for delivery by the Development Partner. It is also the Council's intention that any future projects which arise within the three Asset Classes (heat networks, electricity generation & storage and Electric Vehicle Charging Infrastructure) on Council-owned assets which are not listed in the PID will also be in scope for delivery by the Development Partner. Information contained within this notice is not all inclusive, and readers are directed to obtain and review the procurement documents for full details, and to ensure their understanding of all matters before making any commercial decisions in respect of this opportunity. The 'Total Value' stated within this UK4 Tender Notice has been estimated according to the potential total future revenues from opportunities arising from the contract. Although the contract has a maximum term of 25 years, it is expected that projects and separate contracts arising from the SEP Agreement may have terms which extend beyond the term of the SEP Agreement (for example in the case of the heat network and related connection and supply contracts). Factors considered include the ratio of required capital investment to revenue for different energy technology types, proportion of domestic versus commercial customers, and deliverability factors in terms of the expected proportion of theoretical projects currently identified at a high level in the Local Area Energy Plan which are deliverable in reality. Taking into account all of the above factors, the estimated contract value and so 'Total Value' stated within this UK4 Tender Notice is between £2.2 billion (excluding VAT) / £2.62 billion (including VAT) and £3.2 billion (excluding VAT) / £3.8 billion (including VAT). This is an estimated value only and the real value of the contract will depend on a wide range of factors associated with developing projects of varying types with different stakeholders in varying locations. The Council makes no representation nor guarantee that this estimated value will be realised during the lifetime of the SEP Agreement or thereafter. Suppliers should make their own independent commercial enquires, estimates, judgements and decisions associated with this SEP. The Council will require the Development Partner to be a single entity, and therefore if the successful Supplier is a consortium it will be required to form a Special Purpose Vehicle or for one consortium member to act as lead contractor. Regarding bidding models, the Council stipulates in its procurement documents that any person or organisation that is a proposed Key Sub-Contractor, Partner, Consortium Member (SC-P-CM) or similar for a bidding Supplier may be a Key SC-P-CM or similar for one bidding Supplier only. If the bidding Supplier intends to appoint a Key SC-P-CM or similar, it must ensure that the Key SC-P-CM or similar is not also proposed as a Key SC-P-CM or similar in any other bidding Supplier's response to the tender document. The Council envisaged the lead CPV code being 71314000 Energy and Related Services. The set-up options for this UK4 Tender Notice do not enable the distinct selection of a 'lead' CPV code, and therefore the Energy and Related Services code is captured under the hierarchy of the higher level Engineering Services code. Section 4 of the ITT details the reasons why this tender has not been lotted. Regarding the Council's market capacity building objectives; to support potential Suppliers to network with other organisations who may be interested in collaboration opportunities, forming sub-contract relationships, partnerships, consortium arrangements or otherwise; interested parties may email/contact info@greeneconomy.co.uk to register interest in its sign-posting service if its offering is of interest: Green Economy are collating and sharing data (within agreed parameters and with consent) between organisations which are capable of bidding directly for this contract opportunity and organisations which are capable of being, or have potential to be; sub-suppliers or sub-contractors to such larger organisations bidding directly. Organisations may contact Green Economy to determine whether engagement for this purpose is appropriate, but they are under no obligation to do so. You can read more about Green Economy on their website: https://www.greeneconomy.co.uk/ Procurement documents - redacted versions published: There are certain elements (e.g., appendices/schedules) of the ITT documents provided at the date of this notice which are outstanding, as indicated within each document. In particular, the following appendices contain substantial redactions: -ITT Appendix B - Award Criteria -ITT Appendix C - Assessment Methodology Appendix B as published; details the full break down of Award Criteria questions along with corresponding weightings but does not include the full text of the questions themselves. The Council intends to publish the unredacted versions of Appendices B and C within three weeks of the date of this notice, and in any event no later than the date the Council will confirm the Suppliers proceeding to Stage 2 (of the Competitive Flexible Procedure described herein) and publication of the Invitation To Tender. Please refer to the Procurement Timetable at Section 7 of the ITT for this planned date. Please refer to the section below 'SUBMISSION ADDRESS AND ANY SPECIAL INSTRUCTIONS' for details of how to obtain and submit documents. Suppliers are solely responsible for ensuring they access and download all procurement documentation at every stage of the procurement process.

Oldham Metropolitan Borough CouncilNorth West27 May 2026WAC-575120

£3,800,000,000

Contract value

Local GovernmentOpen
Lift Maintenance and Installation Framework Agreement

The City of Edinburgh Council (the “Council”) manages a large and diverse property portfolio across the city, including a significant number of high-rise residential buildings and other operational assets. Lift and stairlift systems form a critical part of this infrastructure, enabling safe, reliable, and inclusive access for residents, many of whom rely on these systems for day-to-day mobility. To support the ongoing operation, maintenance, and improvement of this infrastructure, the Council intends to establish a multi-Lot Framework Agreement for lift and stairlift services. The Framework Agreement will reflect the Council’s operational requirements and geographical spread and will comprise the following Lots: Lot 1 – Lift Service and Maintenance (East) Lot 2 – Lift Service and Maintenance (West) Lot 3 – Lift Installation (Citywide) Lot 4 – Stairlift Installation and Maintenance (Citywide) Multiple Contractors will be appointed to the Framework Agreement to ensure resilience, capacity, and flexibility in service delivery.

The City of Edinburgh CouncilScotland27 May 2026WAC-579275

£12,000,000

Contract value

Local GovernmentOpen
Highways Infrastructure Contract

Medway Council manages a significant highway network asset with a gross replacement value of approximately £2 billion, comprising: •845km of adopted highway •1,100km (approximately) of adopted footway •27,007 streetlights •406 bridges and retaining walls •The Medway Tunnel — a critical asset with a high consequence of failure profile) •Approximately 91,000 other highway assets including street furniture The scale, complexity and critical asset profile of Medway's network, including the Medway Tunnel, makes this a significant and technically demanding network to operate and manage. The current term maintenance contract is delivered by Volker Highways and commenced in August 2017. The contract runs to 31st July 2027, creating a clear procurement programme requirement for the successor contract to be in place in advance of this date, with a likely procurement commencement early Summer 2026.

Medway CouncilSouth East29 May 2026WAC-576382

£110,000,000

Contract value

Local GovernmentOpen
Highways Infrastructure Contract

Medway Council manages a significant highway network asset with a gross replacement value of approximately £2 billion, comprising: •845km of adopted highway •1,100km (approximately) of adopted footway •27,007 streetlights •406 bridges and retaining walls •The Medway Tunnel — a critical asset with a high consequence of failure profile) •Approximately 91,000 other highway assets including street furniture The scale, complexity and critical asset profile of Medway's network, including the Medway Tunnel, makes this a significant and technically demanding network to operate and manage. The current term maintenance contract is delivered by Volker Highways and commenced in August 2017. The contract runs to 31st July 2027, creating a clear procurement programme requirement for the successor contract to be in place in advance of this date, with a likely procurement commencement early Summer 2026.

Medway CouncilSouth East29 May 2026WAC-576373

£110,000,000

Contract value

Local GovernmentOpen
Highways Infrastructure Contract

Medway Council manages a significant highway network asset with a gross replacement value of approximately £2 billion, comprising: •845km of adopted highway •1,100km (approximately) of adopted footway •27,007 streetlights •406 bridges and retaining walls •The Medway Tunnel — a critical asset with a high consequence of failure profile) •Approximately 91,000 other highway assets including street furniture The scale, complexity and critical asset profile of Medway's network, including the Medway Tunnel, makes this a significant and technically demanding network to operate and manage. The current term maintenance contract is delivered by Volker Highways and commenced in August 2017. The contract runs to 31st July 2027, creating a clear procurement programme requirement for the successor contract to be in place in advance of this date, with a likely procurement commencement early Summer 2026.

Medway CouncilSouth East29 May 2026WAC-576381

£110,000,000

Contract value

Local GovernmentOpen
Highways Infrastructure Contract

Medway Council manages a significant highway network asset with a gross replacement value of approximately £2 billion, comprising: •845km of adopted highway •1,100km (approximately) of adopted footway •27,007 streetlights •406 bridges and retaining walls •The Medway Tunnel — a critical asset with a high consequence of failure profile) •Approximately 91,000 other highway assets including street furniture The scale, complexity and critical asset profile of Medway's network, including the Medway Tunnel, makes this a significant and technically demanding network to operate and manage. The current term maintenance contract is delivered by Volker Highways and commenced in August 2017. The contract runs to 31st July 2027, creating a clear procurement programme requirement for the successor contract to be in place in advance of this date, with a likely procurement commencement early Summer 2026.

Medway CouncilSouth East29 May 2026WAC-576385

£110,000,000

Contract value

Local GovernmentOpen
Children and Families Support Services (CAFSS) West Midlands

Children and Families Support Services will provide non-accommodation services to children, young people and families. The following WM LAs and Trusts are also intending to use this DPS. These include the following - Staffordshire CC, Birmingham CT CIC, Coventry CC, Dudley MBC, County of Herefordshire DC, Sandwell CT, Shropshire Council, Solihull MBC, Stoke-on-Trent CC, Borough of Telford and Wrekin, Walsall Council, Warwickshire CC, Wolverhampton CC, Worcestershire CC, Worcestershire Children First, Birmingham CC, Sandwell MBC, and Shropshire, Telford and Wrekin CCG.Stage 1 - All providers who meet the selection criteria within the online Questionnaire and are not excluded will be admitted to the DPS. New providers can apply at any time.Stage 2 - Contracts are awarded during the second stage. A Call-Off competition will be be put out inviting each Approved Provider on the DPS Approved Provider list relating to the particular Lot.

Telford and Wrekin CouncilWest Midlands30 May 2026WAC-136380

£231,711,000

Contract value

Local GovernmentOpen
Y20032 Dynamic Purchasing System for Power Purchase Agreement Providers

This Dynamic Purchase System (DPS) provides a route, compliant with UK public procurement regulations, for public bodies to procure Power Purchase Agreements. It is intended to help public bodies and renewable energy generators contract together through a relatively simplified and standardised way. With the aim of driving greater and faster expansion of renewable generation assets. The DPS is structured such that Generators who can meet a set of mandatory requirements, set in the Specifications document, will be accepted as approved Suppliers to the DPS. Individual or groups of public bodies will run mini competitions to which approved Suppliers will be invited to bid. The mini competitions will include more detailed specifications relating to the requirements of that/those public bodies. What further specifications could be covered under mini competition is expanded further in the Specification document. To note that Services, Goods and/or Works may be procured through the future

Kent County Council (t/a LASER)South East31 May 2026WAC-215478

£200,000,000

Contract value

Local GovernmentOpen
Y20032 Dynamic Purchasing System for Power Purchase Agreement Providers

This Dynamic Purchase System (DPS) provides a route, compliant with UK public procurement regulations, for public bodies to procure Power Purchase Agreements. It is intended to help public bodies and renewable energy generators contract together through a relatively simplified and standardised way. With the aim of driving greater and faster expansion of renewable generation assets. The DPS is structured such that Generators who can meet a set of mandatory requirements, set in the Specifications document, will be accepted as approved Suppliers to the DPS. Individual or groups of public bodies will run mini competitions to which approved Suppliers will be invited to bid. The mini competitions will include more detailed specifications relating to the requirements of that/those public bodies. What further specifications could be covered under mini competition is expanded further in the Specification document. To note that Services, Goods and/or Works may be procured through the future

Kent County Council (t/a LASER)South East31 May 2026WAC-211349

£200,000,000

Contract value

Local GovernmentOpen
Provision of Housing Related Services for Young People

This notice sets out the requirements Bridgend County Borough Council (the Council) has for a range of housing related services for young people. These services will be delivered in line with two separate contracts (Lots) as detailed below: Lot 1 describes the requirements for provision of:-  Supported Accommodation for 16 and 17 year olds  Mediation Service for 16 to 25 year olds  Advocacy Service for 16 to 25 year olds Lot 2 describes the requirements for provision of:-  Supported Accommodation for 18 to 21 year olds  Step Down Accommodation for 18 to 21 year olds  Floating Support for 16 to 21 year olds These services will build upon existing provision responding to the needs of and supporting service users, who are homeless / threatened with homelessness and have housing related support needs. This contract period will be for 3 years, commencing on 1st December 2026 with the option to extend for up to 24 months. The service will assist with the vision of the Housing Support Grant that promotes “A Wales where nobody is homeless and everyone has a safe home where they can flourish and live a fulfilled, active and independent life”. Services will also support the prevention and wellbeing agenda of the Housing (Wales) Act 2014, Social Services and Wellbeing (Wales) Act 2014 and the Well-being of Future Generations (Wales) Act 2015. In order to secure two providers to deliver provision, providers will be able to bid for two Lots, but will only be successful with a maximum of one bid (Lot). The estimated value of this contract will be estimated per annum at: Lot 1 - £430,000 Lot 2 - £580,000 However, the estimated value is subject to market feedback and review, so this could change at the point of the formal Invitation to Tender.

Bridgend County Borough CouncilWales31 May 2026WAC-576904

£5,050,000

Contract value

Local GovernmentOpen
North Northamptonshire Healthy Lifestyle Service - Market Engagement

Link to complete market testing exercise: https://forms.office.com/e/CUK97xtJGv If you have any difficulties accessing or completing the form, or any questions about it, please email: NNCPHCommissioning@northnorthants.gov.uk Please note budget and contract length are indicative and yet to be formally confirmed. Edit: Deadline for responses midday 14th January 2026 North Northamptonshire Council (NNC) is preparing to commission a new Healthy Lifestyles Service, due to commence on 1st April 2027. To inform the forthcoming procurement strategy and final service model, the Council is carrying out a Soft Market Testing (SMT) exercise with current and potential providers across the health improvement and VCSE sectors, and invite providers to complete the Microsoft Form through the link above. This is a strategic opportunity to modernise adult lifestyle services in North Northamptonshire so they reflect national best practice in integration, are easier for residents and referrers to navigate, deliver better population outcomes by tackling multiple risk factors together, operate with clear performance measures and a strong focus on reducing inequalities, and fit within the council's wider ambitions for coordinated, accessible services. By moving to an integrated model, the council aims to design services that better match the complex needs of the population, make best use of limited resources, and ensure alignment with both national direction and local system priorities. The Council is exploring commissioning options that bring together key elements of adult health improvement, including NHS Health Checks (community delivery), Tier 2 weight management, physical activity support, healthy ageing interventions, and targeted wellbeing programmes, into a coherent and outcome focused model. This SMT exercise aims to: • Gauge the level of market interest and capacity to deliver an integrated model, a lead provider model with subcontractors, or other potential configurations. • Understand opportunities, constraints, cost drivers, workforce implications, digital requirements, and views on contract length, risk allocation, and partnership expectations. • Gather feedback on early service design principles, including coordination and triage functions, community outreach, the role of the VCSE sector, and alignment with GP delivered elements commissioned separately under the Provider Selection Regime. • Gain an early understanding of the attractiveness of the proposed procurement route and service model and anticipated contract value. Participation in the SMT does not form part of the formal procurement process and will not advantage or disadvantage any provider in a future tender. Insight gathered will help refine the commissioning approach, shape market engagement events, and inform the sourcing strategy prior to formal approval and procurement launch. Providers of all sizes, including those specialising in individual lifestyle areas, community based delivery, digital wellbeing interventions, and organisations with experience supporting vulnerable or seldom heard groups, are encouraged to participate.

North Northamptonshire CouncilEast Midlands31 May 2026WAC-530669

£9,000,000

Contract value

Local GovernmentOpen
North Northamptonshire Healthy Lifestyle Service - Market Engagement

Link to complete market testing exercise: https://forms.office.com/e/CUK97xtJGv If you have any difficulties accessing or completing the form, or any questions about it, please email: NNCPHCommissioning@northnorthants.gov.uk Please note budget and contract length are indicative and yet to be formally confirmed. North Northamptonshire Council (NNC) is preparing to commission a new Healthy Lifestyles Service, due to commence on 1st April 2027. To inform the forthcoming procurement strategy and final service model, the Council is carrying out a Soft Market Testing (SMT) exercise with current and potential providers across the health improvement and VCSE sectors, and invite providers to complete the Microsoft Form through the link above. This is a strategic opportunity to modernise adult lifestyle services in North Northamptonshire so they reflect national best practice in integration, are easier for residents and referrers to navigate, deliver better population outcomes by tackling multiple risk factors together, operate with clear performance measures and a strong focus on reducing inequalities, and fit within the council's wider ambitions for coordinated, accessible services. By moving to an integrated model, the council aims to design services that better match the complex needs of the population, make best use of limited resources, and ensure alignment with both national direction and local system priorities. The Council is exploring commissioning options that bring together key elements of adult health improvement, including NHS Health Checks (community delivery), Tier 2 weight management, physical activity support, healthy ageing interventions, and targeted wellbeing programmes, into a coherent and outcome focused model. This SMT exercise aims to: • Gauge the level of market interest and capacity to deliver an integrated model, a lead provider model with subcontractors, or other potential configurations. • Understand opportunities, constraints, cost drivers, workforce implications, digital requirements, and views on contract length, risk allocation, and partnership expectations. • Gather feedback on early service design principles, including coordination and triage functions, community outreach, the role of the VCSE sector, and alignment with GP delivered elements commissioned separately under the Provider Selection Regime. • Gain an early understanding of the attractiveness of the proposed procurement route and service model and anticipated contract value. Participation in the SMT does not form part of the formal procurement process and will not advantage or disadvantage any provider in a future tender. Insight gathered will help refine the commissioning approach, shape market engagement events, and inform the sourcing strategy prior to formal approval and procurement launch. Providers of all sizes, including those specialising in individual lifestyle areas, community based delivery, digital wellbeing interventions, and organisations with experience supporting vulnerable or seldom heard groups, are encouraged to participate.

North Northamptonshire CouncilEast Midlands31 May 2026WAC-530038

£9,000,000

Contract value

Local GovernmentOpen
Provision of Housing Related Services for Young People

This notice sets out the requirements Bridgend County Borough Council (the Council) has for a range of housing related services for young people. These services will be delivered in line with two separate contracts (Lots) as detailed below: Lot 1 describes the requirements for provision of:-  Supported Accommodation for 16 and 17 year olds  Mediation Service for 16 to 25 year olds  Advocacy Service for 16 to 25 year olds Lot 2 describes the requirements for provision of:-  Supported Accommodation for 18 to 21 year olds  Step Down Accommodation for 18 to 21 year olds  Floating Support for 16 to 21 year olds These services will build upon existing provision responding to the needs of and supporting service users, who are homeless / threatened with homelessness and have housing related support needs. This contract period will be for 3 years, commencing on 1st December 2026 with the option to extend for up to 24 months. The service will assist with the vision of the Housing Support Grant that promotes “A Wales where nobody is homeless and everyone has a safe home where they can flourish and live a fulfilled, active and independent life”. Services will also support the prevention and wellbeing agenda of the Housing (Wales) Act 2014, Social Services and Wellbeing (Wales) Act 2014 and the Well-being of Future Generations (Wales) Act 2015. In order to secure two providers to deliver provision, providers will be able to bid for two Lots, but will only be successful with a maximum of one bid (Lot). The estimated value of this contract will be estimated per annum at: Lot 1 - £430,000 Lot 2 - £580,000 However, the estimated value is subject to market feedback and review, so this could change at the point of the formal Invitation to Tender.

Bridgend County Borough CouncilWales31 May 2026WAC-572748

£5,050,000

Contract value

Showing 161180 of 429 contracts

← PreviousNext →