Loading page content…
Loading page content…
Loading contract search results…
217 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
The Rapid Response Service in Norfolk provides a timely, short term, multi disciplinary response to adults with urgent care and support needs arising outside of standard office hours, including evenings, nights, weekends and bank holidays. The service is designed to prevent unnecessary hospital admissions, facilitate early discharge, and maintain individuals safely and independently within their own homes or usual place of residence. This is a Preliminary Market Engagement Notice (PMEN) for information purposes only. It is not a formal invitation to tender. You will need to respond to the tender notice in order to be considered for these contracts. The purpose of this PMEN is to maximise transparency and competition for the upcoming tender notice. All details in this PMEN are subject to being updated or changed in the tender notice. We are publishing this notice to share engagement outputs and to ensure as wider audience as possible are aware and informed of Norfolk County Council's intentions. If you wish to attend the engagement sessions, please use correspondence via in-tend to notify us of the email addresses of those who wish to attend and invite will be issued. A. On 19 November 2025, the Minister of State for Local Government and Homelessness made a written statement [UIN HCWS1071] saying that three proposals for unitary local government in Norfolk had been received - these could entail the creation of one, two or three unitary councils. The Minister announced a consultation exercise, which ended on 11 January 2026. The Minister stated that "once the consultations have concluded, the Government will assess the proposals against the criteria in the invitation and decide, subject to parliamentary approval, which, if any, proposals are to be implemented, with or without modification". The Government has confirmed that it is minded to create three unitary Councils, subject to parliamentary approval. B. On 4 December 2025, the Secretary of State for Local Government made a written statement [UIN HCWS1128] stating that the government intends to establish a Mayoral Strategic Authority for Norfolk and Suffolk as soon as possible, and that it is minded to hold inaugural mayoral elections in May 2028. Should these processes lead to unitary local government in Norfolk and/or to the establishment of a Mayoral Strategic Authority covering Norfolk (i) the contract may be transferred, assigned or novated to any successor authority(ies) to the council, or to any joint body incorporating or formed by any such successor and/or to any Mayoral Strategic Authority; and/or (ii) the council or a successor authority or joint body may order services on behalf of other local authorities serving any area within Norfolk's current geographical boundaries.
£1,110,000
Contract value
Peterborough City Council intends to procure a high-quality, sustainable Infrastructure support organisation (ISO) to provide training, support and advice to the VCSE sector in Peterborough. The services will likely focus on the following areas: - VCSE capacity-building and organisational development - Governance, safeguarding, and quality support - Volunteer development and infrastructure - Intelligence, insight, and learning to support prevention and commissioning It is anticipated the Contract will commence on 1st December 2026.
Value undisclosed
Cambridgeshire County Council is due to recommission its Homecare Delivery service (currently a Dynamic Purchasing System - DPS) in November 2027. Provision of homecare for adults with an assessed care and support need is a statutory duty for local authorities. The service currently costs Cambridgeshire in the region of £54m each year and has a reputational impact for the local authority. The council has committed to improving the homecare offer available to local people as a key aim of its Care Together programme. Working with local people and communities, our intention is to reshape homecare to become more personalised, outcome focused, place-based and locally delivered. This ensures alignment with corporate ambitions (Strategic Ambition 4 and Our Future Council and departmental priorities (ASPIRE and Prevention Strategy). To deliver against these ambitions, the Homecare model we put in place in 2027 must: • be more person-centred and locally delivered • improve existing service and encourage innovation in support of local people, offering more choice, flexibility, and personalisation • ensure that the council has access to quality and sustainable homecare provision • explore efficiencies to help mitigate future demand growth for social care with balancing market shaping duties • be aligned with the healthy ageing and prevention public health strategies where people are supported to remain independent. We are inviting Homecare providers in to attend one of our upcoming online Provider Engagement Sessions.
Value undisclosed
Norse Group are seeking bids from suitably qualified suppliers for the supply of leased plant for a minimum of a 48-month duration, to include full repair and maintenance service, including call outs for breakdowns on all plant hired through this contract, for use across multiple waste depots and HWRC sites located across the borough of Calderdale, West Yorkshire. All plant is required to be supplied as new and to be on site by 1st April 2027 and includes a range of heavy duty plant suitable for use at waste sites and depots. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Specialist-vehicles./JSXDWM276E To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/JSXDWM276E
£2,346,910
Contract value
Dunstable Town Council (DTC) is looking to appoint a main contractor for the supply and installation of a new modular welfare unit in Creasey Park. Unit is to be include welfare facilities as detailed on Stenton Architects proposed layout drawing 06446 102. Unit is to include groundworks, substructure, drainage and external work.
£120,000
Contract value
The main purpose of this framework is for the provision of Teleradiology and Specialised Reporting Services. Services offered under this Framework will meet the highest industry standards, supporting Contracting Authorities with the current and future day-to-day activities in respect of the requirements for the provision of Teleradiology and Specialised Reporting Services. The key benefit and driver for this framework, is the services will offer a cost effective, value for money solution, utilising suitably qualified and skilled personnel to deliver radiology reporting, image interpretation, and support services to Contracting Authorities to facilitate their requirements; to increase their capacity and/or hit both short-term and long-term service targets. This framework will be comprised of 3 Lots: Lot 1 - Teleradiology Reporting Services (Outsourced and AI Assisted) Lot 2 - Targeted Lung Checks Lot 3 - Managed Service The framework will be tendered under the Provider Selection Regime (PSR) and is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows: • NHS England • Integrated care boards (ICBs) • NHS trusts and NHS foundation trusts • Local authorities and combined authorities. This framework is not accessable by Authorities in Wales, Scotland and Northern Ireland. This is the first reopening of the framework as described in the original framework documents - FTS 2025/S 000-003581
£300,000,000
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
Cambridgeshire County Council is commissioning a Cumulative Health Impact Assessment (CHIA) relating to Saxon Pit, Cambridgeshire.
£28,000
Contract value
Cambridgeshire County Council is commissioning a Cumulative Health Impact Assessment (CHIA) relating to Saxon Pit, Cambridgeshire.
£28,000
Contract value
Introduction Cambourne Town Council ("the Council") wishes to appoint a suitably qualified and experienced Contractor to undertake refurbishment works at the Lower Cambourne Play Area. Prospective Contractors are invited to submit a quotation to meet the Council's requirements as set out within this document and the accompanying play park upgrade brief. 2. Project Overview The Council is seeking to upgrade the Lower Cambourne Play Area to provide: • Improved infrastructure • Enhanced and modernised play equipment • Increased play value and opportunities The Council has allocated funding as part of its commitment to improving the health and wellbeing of residents. The appointed Contractor will be expected to work collaboratively with the Council to deliver a high-quality, inclusive, and engaging play space. 3. Design Principles Inclusivity and accessibility are central to the Council's objectives. The Contractor must demonstrate: • Experience in delivering inclusive and accessible play environments • Consideration of a wide range of ages and abilities • Innovative design solutions that maximise play value A meeting prior tender submission is crucial to ensure that the Councils vision for this play park is understood. Please contact Clerk@cambournetowncouncil.gov.uk 4. Scope of Works The works will include (but are not limited to): • Design and installation of new play equipment • Landscaping and associated infrastructure works • Removal and safe disposal of all existing play equipment and associated services • Recycling and reuse of materials where practicable, including potential relocation of serviceable equipment to alternative sites (subject to agreement with the Council) 5. Community Engagement The Contractor will be required to support public consultation as part of the design process: • Two public consultation events shall be held: o One following the development of the initial design proposal o A second follow-up consultation, if required, to incorporate and respond to public feedback and any proposed amendments 6. Programme Estimated contract dates: • Anticipated start: Late May 2026 • Duration: Approximately 2 months • Completion: Prior to the start of the Summer Holidays 2026 The contract will include a 12-month defects liability period following completion. 7. Tender Documentation This document should be read in conjunction with: • Material considerations • Accessibility Statement 10. Submission Details Submission Deadline: • 15th May 2026 at 9:00am Submission Method: • Tenders must be submitted electronically via email to: clerk@cambournetowncouncil.gov.uk Late submissions may not be considered. 11. Additional Requirements Contractors should demonstrate: • Relevant experience in similar play park projects • Ability to deliver within programme and budget • Commitment to sustainability and waste minimisation • Strong approach to health and safety compliance
From £80,000
Contract value
Introduction Cambourne Town Council ("the Council") invites suitably qualified and experienced contractors to submit quotations for the provision of cleaning services across six Council-owned buildings. The Council is seeking a reliable contractor who can deliver high-quality, consistent cleaning standards while supporting the Council's commitment to sustainability, community wellbeing, and value for money. 2. Scope of Services The Contractor will be required to provide cleaning services including, but not limited to: • Routine internal cleaning (floors, surfaces, sanitary facilities) • Waste collection and disposal • Periodic deep cleaning • Restocking of consumables (toilet paper, soap, etc.) • Reporting maintenance or hygiene issues A full schedule of buildings, cleaning frequencies, and specifications is included in Appendix A.
From £40,000
Contract value
Babergh District Council Council and Mid Suffolk District Council (BMSDC) are currently out to tender for the provision of Suffolk Housing Needs Assessment. Which is a Suffolk wide study led by BMSDC on behalf of BMSDC, East Suffolk Council, West Suffolk Council and Ipswich Borough Council with Suffolk County Council as an interested party. This opportunity is available in the 'Current Tenders' area of portal. Interested parties are invited to express their interest to gain full access to the tender documentation. The deadline date for submissions of the tender is 12 noon on Friday 15th May 2026. Please note late returns will NOT be permitted The deadline for clarification questions to be raised is Tuesday 5th May 2026 which must be generated via the correspondence option on the website
Value undisclosed
Hertfordshire County Council is currently out to procurement for the Provision of Communicator Guide and Intervenor Services The Council is seeking to award a Contract for countywide Communicator Guide and Intervenor Services. Communicator Guide and Intervenor Services are jointly funded between Hertfordshire County Council’s Adult Care Services and Children's Services. The Services are available to those adults, children and young people with a dual sensory loss and who therefore have profound difficulties with communication, mobility, accessing information and who may experience severe isolation. This includes those with congenital, acquired and progressive deafblindness. These services are specialist in nature. Bidders must have a minimum of six months’ prior experience in the delivery and management of Communicator Guide and Intervenor services. This requirement must be met for a bid to be considered compliant. Due to the high degree of coordination required to manage all the service elements of this Contract, and to ensure the Services are delivered in a joined up and structured way, the Commissioners have decided to award a Contract to one organisation who will be responsible to them for contract delivery, it is therefore not suitable for this contract to be split in to Lots. Full details of the requirement can be found in the Service Specification which is in Schedule 1 of the Contract Document. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 15th of May 2026 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Please Note: The TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information must be protected as personal data in accordance with the requirements of Data Protection legislation and must also be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree: a) To undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party . b) That under no circumstances will any of the information be disclosed by your organisation or your personnel to any third party without the Council’s prior consent in writing. c) That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation’s bid has been submitted or you decide not to proceed with a tender submission. d) That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Employee Liability Information. e) The requirements above apply whether the supplier uploads a tender response to this procurement or not.
£2,000,000
Contract value
Cambridge City Council seek to establish a service for: • The collection, storage, and disposal/destruction of abandoned vehicles, including but not limited to, motor vehicles, motorcycles caravans, trailers, their contents and / or associated debris (including liquid spills) and any of their parts that are associated with the abandoned vehicles. • The collection, storage, and disposal/destruction of untaxed vehicles
£60,000
Contract value
Huntingdon Town Council are seeking to appoint a suitably skilled and experienced construction contractor to demolish the existing pavilion at KGV playing fields @ St Peters Road, Huntingdon and construct a new cricket and community pavilion and associated landscaping works at King George Fifth Playing Fields in St Peters Rd, Huntingdon. KGV Field was gifted to the people of Huntingdon in ?? This project has been in development for many years, the existing pavilion was built in the 1960's and is no longer fit for purpose and has been closed pending demolition. Scope of requirements The proposed new pavilion building and landscaping works can be summarised as follows: • The new pavilion will replace the existing vandalised and out of use pavilion building in King George V playing field to serve players, spectators and local community groups. • The new building will provide the existing Cricket Square with the following facilities: • Changing rooms for teams and officials • Café and kitchen/servery • WC's and showers • Social area to be used by Cricket club and local community groups. The new building is formed of a single storey consisting of 2 changing rooms to accommodate home and away players, a kitchen, public social area with indoor viewing of the Cricket square. External areas to provide unobstructed access into the building, public seating areas, bin storage, cycle, container storage for grounds equipment and car parking. New shrub and tree planting adjacent to the building. The building is required to be robust and low maintenance as well as presenting an attractive and welcoming arrival point for all users and a positive asset to the community. The existing damaged pavilion is to be demolished as part of the contract works. The successful contractor with the responsibility for finalising the design and delivering the new pavilion building and landscaping works, will be expected to co-ordinate and take on the role of Principal Contractor under the CDM Regulations for the various design and works activities contract. Grant Funding Additional grant funding will be applied for to cover some packages of work within the contract, such as PV solar panels, CCTV, Kitchen fit out, Fixture and Fitting. If successful the main contractor will be asked to coordinate with the external contractor to incorporate the work within the programme and scope of the project .
£1,000,000
Contract value
East Suffolk Council is seeking a contractor(s) to carry out full resurfacing works of various Car Park locations in the East Suffolk District. This will be split into 5 Lots as below; bidders can bid for any number of Lots or all Lots: LOT 1 –Thoroughfare (Halesworth) LOT 2 - Hamblin Road (Woodbridge) LOT 3 - Nicholas Everitt Park (Lowestoft) LOT 4 - Pakefield Street (Lowestoft) LOT 5 - Wharton Street (Bungay)
£250,000
Contract value
South Cambridgeshire District Council (SCDC) has a commitment to 'Bring Empty Homes Back into Use' as swiftly as possible. Where we are unable to locate individuals to bring a property back into use, or where the property owner is deceased and we require commencement of Probate (by next of kin, executors or legal representatives) to sell or rent the property, SCDC would like to engage with a Probate Research/Estate Administration company to locate or contact interested parties before enforcement options are applied. SCDC are putting these services in place, however these are concessionary services on behalf of the beneficiaries of any search
Value undisclosed
South Cambridgeshire District Council (SCDC) has a commitment to 'Bring Empty Homes Back into Use' as swiftly as possible. Where we are unable to locate individuals to bring a property back into use, or where the property owner is deceased and we require commencement of Probate (by next of kin, executors or legal representatives) to sell or rent the property, SCDC would like to engage with a Probate Research/Estate Administration company to locate or contact interested parties before enforcement options are applied. SCDC are putting these services in place, however these are concessionary services on behalf of the beneficiaries of any search Should you be interested in this opportunity the full tender documents can be found on our e-tendering portal via the following link: https://procontract.due-north.com/Advert?advertId=64ae71cc-253f-f111-813c-005056b64545
Value undisclosed
This project aims to create Manx Shearwater Puffinus puffinus and European storm petrel (Hydrobates pelagicus) flight height distributions from flight height data collected from boats with laser rangefinders (LRFs), which can then be used to inform collision risk models (CRMs). The aim of this contract is to assess and provide plausible analytical options to address various sources of measurement error in LRF Manx Shearwater and storm petrel flight height data, based on the (already collected) available data, and to then implement the recommended option(s) to produce a robust general flight height distribution. Ideally the project would also separately produce flight height distributions across different environmental conditions to demonstrate the potential impacts of key variables, such as wind, on flight behaviour. To meet the overall aims of this project (Section 2), the objectives are: 1. Explore existing Manx Shearwater and storm petrel data and recommend appropriate analytical options that can account for the potential sources of measurement error (as described in Section3) in LRF flight height data and production of flight height distributions. 2. Implement the recommended analytical option(s) to incorporate measurement error into flight height estimates of Manx Shearwater (and storm petrels, if possible) and generate initial flight height distributions from currently available data which were collected in 2025. 3. Provide guidance on data quality issues from the 2025 field season that could be improved upon for the 2026 field season. 4. Provide guidance on interpretation and robustness of resulting flight height distributions, and considerations for implementation within standard UK stochastic CRM (sCRM) frameworks and tools. 5. Post-2026 field season, incorporate new data into the existing dataset and integrate into analyses developed as per Objective 2, and update analytical workflows as necessary.
£28,000
Contract value
West Suffolk Council are currently out to tender for the provision of brewery services at The Apex & Athenaeum, Bury St Edmunds, Suffolk This opportunity is available in the 'Current Tenders' area of portal. Interested parties are invited to express their interest to gain full access to the tender documentation. The deadline date for submissions of the tender is 1500 hours on 15 May 2026. Please note late returns will NOT be permitted. Clarifications must be generated via the correspondence option on the website
£500,000
Contract value