Loading page content…
Loading page content…
Loading contract search results…
The University of Greenwich is in the early stages of forming a multi University group. The Group is being established to formalise strategic collaboration between the two universities, to strengthen regional impact in our London and South East England base, to improve operational efficiency, to enhance student experience and opportunities and to increase our combined influence at national and international levels. The University of Greenwich is looking to procure Branding Agency services. The work includes developing a brand strategy, visual identity, brand architecture, accessibility-compliant design standards and practical usage guidance. Deliverables span a full brand identity system, templates, guidelines and an internal launch toolkit.
£500,000
Contract value
The Home Office is seeking to engage with suppliers interested in delivering a secure, end-to-end passport manufacturing and personalisation service. This includes the secure design artwork, manufacturing, and personalisation of UK passports and related travel documents under a new contract to replace the current agreement. This is a third round of market engagement following up on the first round which concluded in August 2025 and the second round which concluded in February 2026. The procurement is anticipated to start later in 2026. HM Passport Office (HMPO) issues approximately 8 million passports annually and is the sole provider of passports to British nationals globally. The current contract, held by Thales, covers: • UK e-passports and variants for Crown Dependencies and British Overseas Territories • Official, Diplomatic, Emergency, and Temporary e-passports • Biometric Travel Documents (BTDs) for UK Visas and Immigration, including those issued to stateless persons and refugees • Secure laminate for Emergency Travel Documents (ETDs) The new contract will be procured through a competitive tender process and must ensure continuity of service, compliance with international passport standards, and support for future innovations. Please note that the listed Total Value (Estimated) and Contract Dates (Estimated) are provisional and subject to revision. The Total Value (Estimated) range is currently £400m - £575m, excluding VAT. For location, the United Kingdom is the primary delivery location, however, certain elements of the service may be delivered from offshore facilities, subject to compliance with security and regulatory standards. Potential Requirements: The future contract may include: • Secure design and manufacture of UK e-passports and variants • Personalisation of travel documents, including biometric and visual data • Production of Emergency Travel Documents (ETDs) and potential future products (e.g., Digital Travel Credentials) • Integration with HMPO systems and support for future transformation • Disaster recovery and business continuity provisions • Transition and mobilisation planning • Provisions for crypto technologies and contingency solutions
£480,000,000
Contract value
The Foreign, Commonwealth and Development Office (FCDO) intends to engage with the market via an online event in advance of the reprocurement of the One HMG Movement of Personal Effects (MOPEC) contract. This notice is NOT a call for competition. It is being issued for the purpose of: - Informing suppliers of a forthcoming procurement - Inviting interested suppliers to participate in an online early market engagement event using the Supplier Registration Form (link below) - Gathering supplier insights via an online market engagement event. (link below) Overview: The contract is for the provision of end-to-end relocation and logistics services for UK government personnel moving to and from overseas posts. It covers the movement of personal belongings and personal vehicles to and from overseas posts. The supplier shall be required to provide all the comprehensive services necessary for the safe, expeditious and satisfactory removal and delivery of personal effects, Unaccompanied Air Freight (UAF) and personal vehicles by airfreight, road and sea freight, in accordance with FCDO/PAG rules and regulations. Suppliers interested in attending must register using the following link: https://forms.cloud.microsoft/e/yfentZT507 NOTE: - No procurement documents are available at this stage. - This PPN does NOT formally commence a procurement procedure. - Responding to this PPN or participating in any engagement activity will not confer any advantage in any future procurement. - Participation is entirely voluntary and does NOT form part of any future selection process. - FCDO reserves the right NOT to commence a procurement, amend the approach, or change timelines based on internal or external factors.
£100,000,000
Contract value
The Houses of Parliament are running a Request for Information (RFI) seeking information relating to the supply, management and maintenance of end-user hardware, end-user and enterprise software, and the disposal of IT hardware. The intention of this RFI is to obtain information about the ability, capacity and capability of the market, including delivery models and indicative costings, to inform the strategic direction of a procurement which is expected to commence in summer 2026.
£65,000,000
Contract value
The contract is expected to initially be delivered for NHS-funded care in England and Wales, for a period of 3 years, at a maximum total budget of up to £11,145,600 including VAT and £9,288,000 GBP excluding VAT. Bids exceeding this limit will be rejected. There is potential to extend the contract for up to two additional years as well as the option to include other Devolved Nations and/or Crown Dependencies, and aspirational measures (which will be defined in the service specification). The maximum budget 'core' value is £11,145,600 including VAT and £9,288,000 GBP excluding VAT. This excludes the potential two year extension and aspirational intent which will be included in the service specification at point of tender, meaning the ceiling value has the potential to be higher. Due to the unknowns in advance of holding the premarket engagement session, it is currently expected that the extension value will be a 2 year pro rata of the core 3 year funding, estimated at £6,192,000 excluding VAT. This proposed extension value may also include pro rata funding of any additional aspirational measures invoked in the first 3 years of the contract. For example: If an aspirational annual requirement costing £500,000 per year is invoked in year 3, then the extension funding (if the aspirational measure is continued) will be the above figures plus the additional £500,000 per year. Further to this funding, the final specification will contain a list of aspirational measures which will be expected to be modified into the contract should the need and funding become available. The aspirational intent value, excluding the potential 2 year extension, is unknown at point of drafting this notice, so, an estimated value of £10,000,000 excluding VAT is applied to form the maximum ceiling value AT POINT OF DRAFTING THIS NOTICE. This aspirational intent has the potential to be invoked fully, partially, or not at all, and the Authority cannot guarantee that the successful supplier will be required to do any of the aspirational measures that will be listed in the final specification. The role of national clinical audits is to stimulate healthcare improvement through the provision of high quality information on the organisation, delivery and outcomes of healthcare, together with tools and support to enable healthcare providers and other audiences to make best use of this information. Outcomes are benchmarked against national guidance and standards e.g. quality standards from the National Institute for Health and Care Excellence (NICE), and those from other established professional and patient sources. Successful national audits are those where the individuals providing the data are also in a position to improve the system, and there is a shared understanding of what good care looks like. The National Cancer Audit Collaborating Centre, was established in 2022 with the aim of creating a recognised centre of expertise and advice in cancer audit delivery. The ten national cancer audits hosted by the Centre are part of the National Clinical Audit and Patient Outcomes Programme (NCAPOP). These ten audits are as follows: •Bowel cancer •Primary breast cancer •Metastatic breast cancer •Kidney cancer •Lung cancer •Non-Hodgkin lymphoma •Oesophago-gastric cancer •Ovarian cancer •Pancreatic cancer •Prostate cancer The overarching aim is to stimulate improvements in care for patients by measuring variations in healthcare quality, experience and outcomes . During this contract period, the successful supplier will need to build on the achievements of the Centre to date. Data is most useful locally for healthcare improvement when its provision to clinical teams is timely, the data is refreshed regularly and appropriate tools, support and guidance accompany the data outputs. The intent is for all of these features to be implemented and developed further during the period of this contract. The successful supplier will work with commissioners, funders, stakeholders and local structures to create a coherent strategy for how the improvement goals will be achieved. By way of example, the current contract specification includes the following anticipated benefits of a National Cancer Audit Collaborating Centre: •Greater consistency and standardisation of cancer audit delivery •Flexibility to share specialised resources between audit topics (such as statisticians and data analysts, and patient and public involvement expertise) •Enhanced subcontracting power across topics (such as for data visualisation platforms) •Enhanced adoption and spread of: -Learning from pilot work -Skills and expertise (such as the potential future use of Trusted Research Environments (TREs) as a data source) •Consistency/alignment of communications strategies where audit topic audiences overlap This audit programme is expected to: •Develop and action topic-specific improvement plans (with SMART improvement goals) to stimulate healthcare improvements in the commissioned cancer audit areas •Identify from the outset the full range of audiences for the audit outputs, and QI support tools, and plan and tailor them accordingly •Involve patients, the public and the full range of relevant professional stakeholders in developing the improvement plans, and at all subsequent stages of design and delivery •Report variations in quality and outcomes of NHS-funded care to enable achievement of the improvement goals •Include comparisons against national guidelines and standards as well as between healthcare providers and systems •Include comparisons designed to stimulate reductions of inequalities of care by age, sex, ethnicity, deprivation and other key determinants •Identify and develop best practice in the use of pre-existing cancer data sources including linked and/or linkable data •Prioritise timely reporting of data, minimising the lag between measured clinical events and reporting •Identify and report outlier healthcare providers •Support the use of audit results to inform the development or update of key standards, guidelines and other national initiatives •Accelerate the adoption of new learning between audits, enhance risk mitigation and deliver economies of scale within the Centre •Generate and spread new learning and expertise in the use of cancer data for improvement Further details of the existing audit can be found at: https://www.natcan.org.uk/
£25,480,000
Contract value
The British Council is seeking to appoint a single supplier to provide UX research, information architecture, and digital design services. The appointed supplier will deliver specialist UX and design services to support a rolling programme of enhancements, including UX audits, user research, usability testing, information architecture improvements, wireframing, prototyping, accessible and responsive UI design, design system development, and developer handover documentation. The website is built using Craft CMS and all design outputs must be compatible with the existing CMS architecture, supporting modular, scalable, and reusable components. Work will be commissioned on a project or call-off basis in line with agreed governance and business priorities. The objectives of this engagement are to improve user experience and clarity across key journeys, strengthen accessibility compliance (including WCAG 2.2 AA), increase engagement and conversion performance, ensure sustainable and future-proof design solutions, and enable effective collaboration across internal teams and external partners.
£800,000
Contract value
Ark Schools Multi Academy Trust (“Ark Schools”) is seeking to appoint a number of suppliers for the provision of food products, catering consumables and associated goods to 32 Ark academies (London, Birmingham, Hastings and Portsmouth). The contract will be managed by ISCC Purchasing Ltd trading as Procure (“ISCC Procure”), acting as procurement manager and agent for supplier contracting, ordering and consolidated invoicing. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Disposable-catering-supplies./5PK73U23SH To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/5PK73U23SH
£25,000,000
Contract value
PolyMat are seeking proposals from providers for an enclosed external canopy to installed at PolyMAT school for girls onsite, measuring 12m x 18m with 3 points of entry and exit. To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA17613. Not registered: Visit https://suppliers.multiquote.com then register and quote CA17613 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.
Value undisclosed
The framework will support the efficient, consistent development, delivery, entry into service and handback of electrification elements that are key to the delivery of the decarbonisation programme in Scotland. Network Rail intend to procure a framework that will appoint one (1) Contractor for the delivery of the overhead line electrification (Based on UK Master series), traction power, power and distribution, ancillaries & associated design works across Scotland. The procurement shall be awarded under a nil value NR30 Framework Commission Agreement. The initial estimate of the value of works currently intended to be awarded under the Framework is approximately £300m over the effective period of the Framework. Scotland's Railway has provided for a total Framework value of £450m, taking into account emerging works which are yet to be identified which may become necessary during the effective period.
£450,000,000
Contract value
Supply Chain Coordination Limited (“NHS Supply Chain”) is establishing a Framework for Total Cardiology and Vascular Solutions. The Framework covers a wide variety of products and services. Please review the specific Lot information further down this notice regarding which products are coverd under which lot. The lot structure is as follows: Lot 1: Transcatheter Structurcal Heart Lot 2: Surgical Structural Heart Lot 3: Ventricular Assist Device Lot 4: Cardiac Rhythm Management Lot 5: Electrophysiology Lot 6: Intracardiac Monitors Lot 7: Interventional Radiology Lot 8: Interventional Cardiology Lot 9: Interventional Neuroradiology Lot 10: Perfusion The Authority estimates that in the first 3 years of the Framework, the total value of purchases under it will be around £2,863,775,038.93 excluding VAT. For the full 8 year term, the anticipated value is around £11,309,057,045 excluding VAT. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of usage. The value provided are for guidance only and are not a guarantee of business with successful Tenderers. Further details about the requirements within each Lot are provided in the tender documentation located within ITT_2152. This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com// Tenderers wishing to be considered for this contract must register their expression of interest and provide additional procurement specific information (if required) through the NHS Supply Chain eProcurement portal as follows: REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered:- Click on the 'Not Registered Yet' link to access the registration page.- Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: — Login with URL https://nhssupplychain.app.jaggaer.com// . — Click on ITTs Open to All Suppliers. The Procurement Specific Questionnaire can be found in ITT_2152 alongside various Annexes of the Invitation to Tender.
£9,424,214,204.92
Contract value
The Multistakeholder Forestry Programme Phase 5 (MFP5), funded by the UK FCDO, supports Indonesia in achieving its FOLU Net Sink 2030 targets by strengthening sustainable forest management, forest governance, and inclusive market engagement. Under this programme, Palladium is procuring a consultant or team to develop a practical, market intelligence package that helps Indonesia capture higher-value opportunities in global timber and non-timber forest product markets, responding to evolving sustainability, traceability, and regulatory demands. The assignment will prioritise key markets and product segments, analyse recognition and non tariff barriers, match Indonesian supply to specific market opportunities, define actionable market entry and conversion pathways. Delivered over 3-4 months with a budget of up to GBP 125,000, the work requires strong expertise in international trade, regulatory analysis, and multi-stakeholder engagement, and will be procured through a two stage competitive tender process beginning with an Expression of Interest due on 14th May 2026.
From £80,000
Contract value
Costain are procuring a Survey package to verify existing mechanical, electrical and public health services serving or passing through the proposed location for a new Lost Property facility. Scope is expected to include collation of existing as-built information and its on-site verification.
From £10,000,000
Contract value
Costain are procuring a Multidisciplinary design package to develop the relocation of the Heathrow Lost Property facility from concept through to coordinated technical design. Scope includes architectural and fit-out, structural and MEP design. The consultant will be the lead designer and will coordinate separately with fire, IT and specialist systems. The consultant will also be responsible for coordinating with the survey teams and developing the model from point cloud data.
From £10,000,000
Contract value
Costain are procuring a Multidisciplinary design package to develop the relocation of the Heathrow Lost Property facility from concept through to coordinated technical design. Scope includes architectural and fit-out, structural and MEP design. The consultant will be the lead designer and will coordinate separately with fire, IT and specialist systems. The consultant will also be responsible for coordinating with the survey teams and developing the model from point cloud data.
From £10,000,000
Contract value
**Market Engagement Update May 2026** This notice serves as an update to a previously published Pre engagement market notice. The London Borough of Hackney's Children and Families service, which is preparing for the forthcoming Support Services Framework for children, young people, and families, invites interested organisations from the voluntary, community, and independent sectors to attend a 'Pre-Tender Market Engagement' virtual event on 14th May 2026. Virtual Event Details ● Date: Thursday, 14th May 2026 ● Time: 9:30 am to 11:0 am ● Purpose: This event will be an opportunity for us to update providers on developments with the re-commissioning of the services and for them to ask any questions. ● The event will be held over the Google Meets Platform. To register attendees for the pre-tender event, interested organisations should submit their email addresses. This can be done either through the portal's messaging function or by emailing Claudette.Lewis@hackney.gov.uk with the subject line: "Support Services Framework - Pre-tender Event". Please see below for details of the previously held market engagement event. The London Borough of Hackney's Children and Families service is seeking to engage with organisations across the voluntary, community, and independent sectors in preparation for the forthcoming Support Services Framework for children, young people, and families. The framework will deliver time-limited, outcome-focused interventions that help sustain safe family arrangements, prevent escalation into care, and improve wellbeing and independence. It is a structured, transparent and flexible commissioning model that ensures consistency, quality, and value for money across Hackney's Children and Families Service. We are looking for providers who will work in partnership with the Local Authority to embed Systemic, Trauma Informed and Anti Racist Practice within their service delivery, promoting psychological safety, inclusion and collaboration with children and families. Through this framework, Hackney is focused on driving up quality and improving outcomes, supported by robust contract management, performance monitoring and reporting. This approach will strengthen accountability, support continuous improvement and ensure measurable impact in line with Hackney's statutory duties under the Children Act 1989, Children and Families Act 2014 and Equality Act 2010. The Support Services Framework will be divided into four Lots: Lot 1: Positive / Structured Activities - one-to-one support sessions to promote confidence, participation, and emotional wellbeing. These support workers will work directly with children and young people (and their families if appropriate) to support them in the home or out in the community to engage in positive or structured activities. Lot 2: Specialist mentoring support - This lot offers access to providers delivering targeted mentoring and support for children and young people. This service, staffed by specialist trained/experienced personnel, will collaborate with a child or young person's existing network to achieve specific, measurable goals. Lot 3: Community Based Parenting Assessments-Community-based family assessments and "reverse residential parenting assessments" are conducted when local authorities need to assess parenting capacity and family functioning for safeguarding or court proceedings. Often court-ordered, these assessments, including reverse residential parenting assessments at home, offer an intensive community-based alternative to residential units, fulfilling statutory duties or judicial directions. Lot 4: Crisis Intervention and Specialist Support - rapid, intensive responses for children and families experiencing acute need or risk. For example, nurses, restraint trained supported workers as well as specialist support staff trained to support/care for children with complex (physical, mental, emotional) needs and disabilities. The Notice details are also available via the London Tenders Portal: https://procontract.due-north.com/Advert?advertId=355a4b89-feaf-f011-813a-005056b64545&p=2241eb95-058a-e511-80f7-000c29c9ba21 The closing date for expressions of interest is Monday 17th November 2025 at 5pm. Interested organisations are invited to register via the messaging function on the portal or by emailing Esther.Fatoba@hackney.gov.uk with the subject line "Support Services Framework - Market Engagement". Please complete the attached short survey to register your interest by Monday 17th November.
£2,500,000
Contract value
BACKGROUND AND INTRODUCTION Subject to approvals, the Authority is seeking to establish a new contract for Prison Operator Services at HMP Rye Hill, with the launch of the procurement planned for June 2026. The anticipated contract duration is 12 years from the operational services commencement date, with an option to extend by up to 3 years in 1-year increments, making the maximum term 15 years. The procurement for HMP Rye Hill will be conducted under the Competitive Flexible Procedure (Light Touch Regime) under the Procurement Act 2023. The Authority has tendered the operation of prisons to the private sector since the early 1990s and has long advocated a mixed approach to prison operation that includes public, voluntary and private sector involvement. HMP Rye Hill is a male Category C Private Finance Initiative (PFI) prison located in Northamptonshire, England, with a current maximum operational capacity of 1,122. To inform the market and generate interest, the Authority will be hosting the following event with interested suppliers prior to the launch of the competition: • 1-1 Site Visits to HMP Rye Hill week commencing 18th May 2026 As per the Planned Procurement Notice published by the Authority on 7th January 2026 (https://www.find-tender.service.gov.uk/Notice/001183-2026), the indicative procurement timetable for the HMP Rye Hill procurement is as follows: • Publication of Tender Notice and Initial ITT Documentation – 15/06/2026 • Deadline for Submission of PSQ and COP Responses – 26/06/2026 • Authority issue PSQ and COP Notification Letters – 10/07/2026 • Bidder Engagement and Dialogue - 13/07/2026 to 31/08/2026 • Publication of ITT Documentation – 07/09/2026 • Deadline for Submission of Tender Responses – 25/09/2026 • Contract Award – 05/04/2027 EVENT 1 – HMP RYE HILL VIRTUAL EVENT FOLLOW UP We would like to thank those that attended the HMP Rye Hill Virtual Event on Thursday 30th April 2026. The event slides will be made available in the HMP Rye Hill Data Room for your reference. The Authority has distributed both a competition questionnaire and the Confidentiality Agreement which can be found in the 'Attachments' area of 'PQQ_564', completion of this Confidentiality Agreement will enable the release of an early data room which is planned to be launched ahead of Competition Launch. We kindly request that your organisation complete the questionnaire and return the signed Confidentiality Agreement by no later than 5PM on Tuesday 12th May 2026 if you wish to access the early data room for the HMP Rye Hill Competition. EVENT 2 – HMP RYE HILL 1-1 MAY 2026 SITE VISIT The Authority is pleased to confirm that it will be facilitating the second site visit to HMP Rye Hill which will be 1-1 site visits on Wednesday 20th May 2026 and Thursday 21st May 2026. The site visit will be split into two sessions on both days as follows: Morning – 10:0am-12:0pm Afternoon – 2:0pm-4:0pm The Authority can confirm that you are allowed to bring a maximum of four attendees on this visit. To ensure the site visit is as informative and productive as possible you will need to identify specific areas you would like to focus on during the visit. For the avoidance of doubt, the Authority will not accept generic requests from Suppliers to visit the whole site. Suppliers should note that there will be further opportunity to visit the site during the competition. Therefore, the Authority would be grateful if you could provide specific detail/ explanation of the areas you wish to visit. Please also confirm whether there is a session or day that they cannot attend by this deadline. For the avoidance of doubt, you are only invited to attend one session on one of the days and not multiple sessions on one or both days. The Authority will confirm which session you are invited to attend shortly after the deadline. REGISTERING ATTENDANCE AND SUPPLIER ATTENDEES To express an interest in any of the HMP Rye Hill market engagement events, suppliers should register for this procurement opportunity on the MoJ’s e-procurement portal, Jaggaer, under PQQ_564 – Market Engagement for HMP Rye Hill. A link to the MoJ's e-procurement portal is below: https://ministryofjusticecommercial.ukp.app.jaggaer.com/web/login.html Once a supplier has registered for this opportunity via Jaggaer, please respond via PQQ_564 – Market Engagement for HMP Rye Hill with the requested information by the deadlines specified below: • HMP Rye Hill Competition Questionnaire and HMP Rye Hill Confidentiality Agreement by no later than 5PM on Tuesday 12th May 2026. • Site Visit – names, job titles and email addresses of your attendees by no later than 5PM on Thursday 14th May 2026. Please note there is a maximum of 4 attendees per organisation for this event.
£405,000,000
Contract value
Procurement process for Automatic Opening Vents (AOVs) / smoke ventilation systems
£7,000,000
Contract value
NHS Shared Business Services Limited (NHS SBS) intends to put in place its 3rd generation Framework for the provision of design, furniture and appliances to be used by Approved Organisations for the following proposed Lots, which are under consideration during this preliminary market engagement: Lot 1.1 - Clinical and Healthcare Environment Design Provision of consultancy services for clinical and healthcare environment, including planning and design, utilisation analysis, and space planning. Lot 1.2 - Consultancy, Design and Turnkey Provision of end-to-end consultancy interior design, space planning, and turnkey delivery services. Lot 2.1 - Office and Residential Furniture Provision of design, supply, delivery, and installation of a variety of office and residential furniture. Lot 2.2 - Office and Residential - Hire, Lease and Subscription Provision of hire, lease and subscription solutions for office and residential furniture. Lot 2.3 - Ergonomic Assessments Provision of ergonomic assessments which identify risk factors that can cause discomfort or injury, such as poor posture, repetitive motions, and excessive force. Lot 2.4 - Challenging Environment and Mental Health Furniture Provision of design, supply, delivery and installation of challenging environment and mental health furniture. Lot 2.5 - Clinical Point of Care Furniture Provision of supply, delivery, and installation of clinical point of care furniture. Lot 2.6 - Clinical Theatre Equipment Provision of supply, delivery, and installation of clinical theatre equipment. Lot 2.7 - Education and Early Years Furniture Provision of supply, delivery and installation of early years, schools, and university furniture. Lot 2.8 - Integrated One Stop Shop Provision of supply, delivery, and installation of combined furniture under a single managed contract from the Lots 2.1, 2.2, 2.4, 2.5 and 2.7. Lot 3.1 - Public Sector Privacy, Blinds and Curtains Provision of supply, delivery and installation of blinds, curtains, and associated products. Lot 3.2 - Healthcare Disposable Curtains Provision of supply, delivery, and installation of healthcare disposable curtains Lot 4.1 - Clinical Operational Appliances Provision of supply, delivery, and installation of clinical white goods / operational appliances. Lot 5.1 - Circular Economy Solutions Provision of repair, renovation, upholstery and reconditioning of furniture. Lot 6.1 - Environmental Graphics, Signage and Wayfinding Provision of wall design graphics, signage, and wayfinding. Lot 7.1 - Catering Equipment Provision of supply and installation of commercial catering equipment. Lot 7.2 - Catering Equipment - Service and Maintenance Provision of planned and reactive maintenance services for commercial catering equipment. Lot 8.1 - Cleaning - Products and Consumables Provision of supply and delivery of cleaning products and consumables. Lot 8.2 - Cleaning Equipment Provision of supply, installation, and optional maintenance of cleaning equipment. Lot 8.3 - Cleaning Equipment - Robotics Provision of supply of robotic cleaning equipment, including robotic vacuums, scrubbers, and sweepers.
£80,000,000
Contract value
NHS Shared Business Services Limited (NHS SBS) intends to put in place its 2nd generation Framework for the provision of Sustainable Transport and Infrastructure to be used by Approved Organisations for the following proposed Lots, which are under consideration during this preliminary market engagement (PLEASE NOTE: The proposed Framework is intended to cover the provision of Sustainable Transport and Infrastructure, together with Goods and Services that support transport-related environmental sustainability and net zero initiatives, by helping the NHS and other Approved Organisations to produce sustainable travel plans to reduce organisational carbon output, thus enabling them to build resilience to a changing climate both now and for future generations): Lot 1 - Micro-Mobility This Lot enables Approved Organisations to procure expertise, planning and implementation of micro-mobility schemes, which will minimise the environmental impact of travel by offering alternative methods of transport. This includes but is not limited to electric bikes, cargo bikes, and pedal bikes. The schemes will encourage the use of alternative commuting methods by developing and implementing effective strategies, as well as through education and marketing. Lot 2a - Drone Delivery Services This Lot enables Approved Organisations to procure safe, efficient, and sustainable drone delivery services that supports the transformation of healthcare logistics and contributes to net zero objectives. Suppliers will provide fully managed drone operations that facilitates the rapid, secure, and low carbon movement of medical items, including but not limited to pathology samples, pharmaceuticals, medical equipment, and urgent clinical supplies. Services included under this Lot may cover scheduled and on-demand deliveries, emergency-response missions, airspace and regulatory compliance, real-time tracking, and secure chain of custody processes. Suppliers are expected to integrate seamlessly with the Approved Organisation's operational workflows and uphold the highest standards of safety, data security, and reliability. Where required, Suppliers may also offer associated infrastructure, including but not limited to drone landing stations, automated docking and charging units, and digital monitoring platforms. This Lot supports Approved Organisations in reducing road-based transport emissions, improving delivery times, and enhancing resilience through modern, sustainable, technology enabled logistics solutions. Lot 2b - Robotic Logistics This Lot enables Approved Organisations to procure safe, efficient, and sustainable robotic logistics solutions that support modern operations and contributes to the net zero agenda. Suppliers will provide fully managed robotic systems, including but not limited to autonomous mobile robots (AMRs), automated guided vehicles (AGVs), and robotic carts, to automate the movement of essential items including medications, consumables, linen, food, and pathology materials across sites. Services under this Lot may include system design, installation, integration with existing infrastructure, fleet management, maintenance, and ongoing technical support. Suppliers are expected to adhere to high standards of safety, infection control compliance, reliability, and cybersecurity, ensuring robotic platforms operate effectively within clinical and non‑clinical environments. Supporting infrastructure may also be incorporated, including but not limited to charging stations, docking bays, lift‑integration systems, and digital platforms for mapping, scheduling, and monitoring. This Lot helps Approved Organisations to reduce internal transportation emissions, improve workflow efficiency, and free staff to focus on patient‑centred activities. Lot 2c - Traditional Courier Services This Lot enables Approved Organisations to procure compliant, efficient, and sustainable traditional courier services that supports the secure movement of items across local, regional, and national networks. Services under this Lot will facilitate the reliable transportation of a wide range of medical and non‑medical goods, including but not limited to pathology samples, pharmaceuticals, medical records, confidential documents, equipment, supplies, and ad‑hoc consignments. Suppliers must provide fully managed courier operations that uphold the Approved Organisation's standards for safety, security, and chain-of-custody integrity. This may include scheduled route‑based collections, on-demand, and same‑day services, temperature‑controlled deliveries, and specialist handling where required. Suppliers must ensure robust compliance with relevant legislation, data protection requirements, and industry standards for secure transport. In support of the net zero agenda, Suppliers must demonstrate environmentally responsible delivery practices, which may involve the use of low or zero‑emission vehicles, route optimisation technologies, consolidated deliveries, and other measures that reduce carbon output compared to traditional transportation models. Where required, Suppliers may also provide supportive digital systems including but not limited to booking platforms, real‑time tracking, electronic proof of delivery, and reporting dashboards to enhance transparency, efficiency, and operational integration. This Lot enables Approved Organisations to access high‑quality, resilient courier services that meet both logistical needs and sustainability objectives. Lot 3 - Car Park Management This Lot enables Approved Organisations to procure the design, build, and management of sustainable car parks with reduced carbon impact. Suppliers must deliver car park solutions that minimise carbon output compared to traditional construction, and where required by the Approved Organisation, incorporate biodiversity enhancements within the local environment. The Lot requires the adoption of modern methods of construction (MMC) and the utilisation of low or zero carbon materials, components, and processes to further support sustainability goals. The objective of this Lot is to improve the overall experience for patients, staff, and visitors by implementing car park management practices that align with the Approved Organisation's car parking principles, while also offering solutions that help lower carbon emissions. This includes the provision, installation, and maintenance of car park equipment and supporting services that help Approved Organisations meet their operational and sustainability objectives. Lot 4 - Electric Vehicle Charging and Infrastructure This Lot enables Approved Organisations to procure the planning, proposal, and implementation of electric vehicle charging solutions for a diverse user base, including but not limited to fleet, grey fleet, and personal vehicles. The Lot will provide Approved Organisations with safe, reliable, robust, and secure infrastructure, that is easy to use and always available to the end user. The Lot includes the supply, installation, maintenance, and back-office systems, along with grid upgrades, induction, solar panel / PV, and battery storage. The Lot also includes the option to fund electric vehicle charging infrastructure, including hubs. Lot 5 - Cycle Parking and Infrastructure This Lot enables Approved Organisations to procure high-quality, safe, and secure cycle parking and infrastructure solutions that supports active travel, sustainability objectives, and site accessibility across the Approved Organisation's estate. It includes a complete range of cycle and micromobility storage facilities designed to encourage low carbon travel among staff, patients, and visitors, while ensuring robust security, durability, and ease of use. The Lot will deliver fully managed services that cover the end-to-end lifecycle of cycle parking provision, including design, installation, maintenance, and ongoing operational management. Innovative financing models may also be offered to support flexible and cost-effective deployment across diverse Approved Organisation settings. The Lot encompasses a comprehensive suite of infrastructure options, which includes full cycle hubs and multimodal mobility hubs that integrate multiple services at a single location, alongside individual components including but not limited to cycle stands, racks, clamps, bike boxes, and lockers. Additional protective structures may include canopies, shelters, and secure enclosures to enhance user safety and protect assets from weather and vandalism. Technology enabled access systems including but not limited to RFID tags (or equivalents) and mobile app-based access control can also be incorporated where required by the Approved Organisation. To support ongoing user convenience and promote a culture of active travel, the Lot enables Approved Organisations to procure ancillary equipment, including but not limited to fixed cycle pumps, cycle repair stations, cycle counters, and dedicated e-bike charging points.
£200,000,000
Contract value
The procurement will begin with an initial pre-qualification stage, successful tenderers will be invited to engage with the team to learn more about the requirements until a formal ITT is issued. Following the ITT submission deadline the tenderers will be shortlisted and those who have been shortlisted will be invited in to provide a presentation. Please note the contract start and end dates are estimates and not indicative of a final contractual period. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Cladding./W56YN54J22 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/W56YN54J22
£21,666,666.67
Contract value