Loading page content…
Loading page content…
Loading contract search results…
This is a Prior Information Notice (PIN) with the purpose of assisting the Driver and Vehicle Licensing Agency (DVLA) in engaging the market by gathering information. This PIN has the purpose of a fact-finding exercise and only. Background Driver and Vehicle Licensing Agency (DVLA) are exploring options to digitalise payments out of the Agency in a bid to reduce payable orders. A specific user case includes invoice-based payments. Invoices are returned with information to support a customer's application. These applications, information and invoices are currently paper based which are scanned and digitalised in-house. On receipt of the information and sufficient checks, a payment is made by payable order to those named on the invoice. The payable order process is also managed in-house and posted from DVLA. Volumes In this example, for the financial year 2025-26, 221,406 individual payable orders were issued, with a net value of approximately £14.8M. Considerations - The payments are made to anyone qualified to complete the supporting evidence, so there is no static list of payees. There could be around 60,000 individual payees which fluctuates. Some are repeat payees and some are one off payees. - The payees include individuals and company accounts from across the UK. - The invoices (currently paper based) include the payee bank information (account number, sort code). - The invoices are then scanned and a digital copy held. - As a Government Agency we are required to follow all HM Treasury guidance outlined in the 'Managing Public Money' published documentation. - This includes not being able to use intermediary bank accounts outside of the Exchequer pyramid. - DVLA do not have an existing BACs business as usual process for payments out. - DVLA has explored Open Banking for this user case and feel that due to the considerations above it doesn't fully meet our requirements. Project aims - Digitalise movement of funds - Reduce/remove payable orders - Improve invoice management processes - Improve customer experience Information required - Potential solutions to support the project aims aligned to the considerations - Any costs associated with developing and implementing the solution including any licences or additional external costs. - Any ongoing costs associated with ongoing running of the solution. - Time taken to develop and implement the solution. - Any wider considerations, fees or any other supporting information. - Do you provide this type of service for any other large organisations? - How can DVLA procure from your organisation? e.g. Are they on a framework? If so which one? Do we need to go through any third parties to obtain their services? Please provide a response via email to the above question to Michelle Palmer - Michelle.Palmer@dvla.gov.uk by 5pm on May 13th 2026
Value undisclosed
Cardiff Council is seeking to understand the market from Providers who are committed to promoting services that meet the needs of adults with learning disabilities who have been identified as being in a social care crisis and can deliver Emergency Supported Living Services as detailed within this notice. This is a particular specialist service for people who have learning disabilities, including people with Autism, physical and sensory impairment, behaviour that is challenging and complex needs, who have fallen into crisis. The population groups are people who have been assessed/diagnosed as adults with complex care and support needs and have: • Autism (ASD) • Learning Disability The Emergency Accommodation Service (EAS) is a domiciliary supported living development that will respond to social crisis emergency situations. The Scheme has 5-beds available to vulnerable individuals on a temporary/short-term basis throughout the year. The Scheme will provide sleep-in support and 24-hour staffing that can meet a full range of complex learning disability needs. Individuals are issued ‘licences’ by the Community Landlord whilst living at this scheme. The Provider will support individuals with Housing related support issues and the management of maintaining the requirements of the ‘licences’ Including understanding their rights and responsibilities. The Provider is responsible for the provision of the Personal Domiciliary Care and support and the Housing Related Support services within the Emergency Accommodation Scheme to those people who are eligible. The purpose of the scheme is to provide short-term supported living to adults who have fallen into crisis by providing a range of quality, personalised support. As well as providing emergency accommodation the staff on site will offer a wide variety of emotional support and social and community activity-based opportunities supporting the well-being and independence of the individuals who are placed in the service. Targeted support to meet individuals’ needs would be identified via the wellbeing assessment and care plan. Providers are expected to support the further assessment of accommodation and support needs and help identify future needs.to move on from the service. All support delivered is required to be high quality and delivered by highly skilled, suitably trained, and qualified staff, who can respond appropriately at short notice and with a degree of flexibility to diverse needs. Support will be strengths-based and outcome focused and importantly co-produced with the individual in receipt of care and support, family, carers, and other stakeholders. The Council is looking to commission the care and support services for the individuals placed at the Scheme. They will receive personal domiciliary care and support from the commissioned Provider who is not the owner/landlord of the accommodation. Individuals are issued licences by the landlord whilst staying at the scheme. Individuals that are placed in the scheme would stay for the shortest period possible. The Provider would need to enter into a Service Level Agreement with the Community Landlord and undertake all Housing Management functions related to operating a supported living scheme environment. Cardiff Council will have a Management Agreement with the Community Landlord.
£1,508,000
Contract value
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Heating Plant Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management. This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process. The Contract is intended to cover: a) PPM services to boilers and pressurisation units in accordance with manufacturer’s recommendations, SFG20 or equivalent stand, and applicable legislation (see Appendix 1 and Appendix 2). b) Reactive and remedial maintenance, fault diagnosis and rectification of heating plant. c) Statutory inspections, certification and record keeping d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
£175,000
Contract value
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Air Conditioning Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management. This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process. The Contract is intended to cover: a) PPM services to air conditioning, mechanical ventilation and associated control systems in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2). b) Reactive and remedial maintenance, fault diagnosis and rectification of air conditioning and mechanical ventilation plant. c) Statutory inspections, certification and record keeping d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
£84,000
Contract value
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Air Conditioning Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management. This ITT is issued via the Sell2Wales portal. The University reserves the right not to award any contract as a result of this process. The Contract is intended to cover: a) PPM services to air conditioning, mechanical ventilation and associated control systems in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2). b) Reactive and remedial maintenance, fault diagnosis and rectification of air conditioning and mechanical ventilation plant. c) Statutory inspections, certification and record keeping d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
£84,000
Contract value
The purpose of this ITT is to select a suitably qualified and experienced Supplier to undertake the delivery of the Fully Comprehensive Lift equipment Maintenance across the University estate, including reactive maintenance and planned preventative maintenance (“PPM”), together with associated statutory inspections and performance management. This ITT is issued via the Sell2Wales portal. https://www.sell2wales.gov.wales. The University reserves the right not to award any contract as a result of this process. This service specification sets out the standards expected for the delivery of the Fully Comprehensive Lift Maintenance Service at Wrexham University. a) PPM services to passenger and goods lifts, hoists and associated equipment in accordance with manufacturers’ recommendations, SFG20 (or equivalent standard) and applicable legislation (see Appendix 1 and Appendix 2). b) Reactive and remedial maintenance, fault diagnosis and rectification of lift installations and control systems. c) Statutory inspections, certification and record keeping d) Performance reporting against Key Performance Indicators (“KPIs”) (Appendix 3/Appendix 2 as applicable).
£75,000
Contract value
Carmarthenshire County Council, through its Actif Sport & Leisure service, is exploring market capability and delivery options for a future service and maintenance contract covering fitness equipment across five leisure centres within the County (Carmarthen Leisure Centre, Amman Valley Leisure Centre, St Clears Leisure Centre, Llandovery Leisure Centre, and Newcastle Emlyn Leisure Centre). The Council’s fitness equipment estate comprises a mixed portfolio of manufacturers, including Life Fitness, Technogym, Concept2, Black Box, Origin, Keiser and Wolverson, and supports the ongoing operation of fitness suites, studios and associated facilities. Existing service and maintenance arrangements for this equipment have reached the end of their contractual term, and the Council is seeking market input to help shape a compliant, value‑for‑money procurement approach. The anticipated scope of the future contract is expected to include planned servicing, reactive maintenance, fault repairs, and annual service certification across all in‑scope equipment, with an emphasis on maintaining equipment availability, supporting business continuity, and ensuring compliance with relevant health and safety requirements. The Council is also interested in understanding market approaches to managing a mixed‑manufacturer estate and the use of manufacturer‑approved parts and competent engineers. The Council operates its leisure facilities using the Orbit4 asset management platform and is seeking feedback on the integration of service and maintenance activities with digital asset management systems, including ticket logging, response times, service reporting, and record‑keeping for audit and assurance purposes. Market engagement responses will help inform proportionate requirements around system integration, service responsiveness, and management information.
£180,000
Contract value
BIntroduction and Background to the Contract 2.1 Bangor University wishes to appoint waste management contractors for the collection and disposal/treatment of residual/general waste, recyclates, food waste, skip and container wastes at various University locations. 2.2 The contract will be for one lot only and is for Waste collection and management services for University premises within Bangor, Menai Bridge, Mona and Abergwyngregyn.and Waste collection and management services for the Wrexham site. 2.3 - Two pricing scenarios are requested from bidders. Option A is for straight forward waste collection, Option B is asks bidders to cost the pre sorting of general waste at residential locations. A decision will be made by the University Executive as to which pricing option is chosen for contract award purposes. 2.3 Bangor University is committed to the development of sustainable waste management practices and therefore seeks to minimise the amount of waste sent to landfill year on year, by means of waste prevention and reduction, maximising reuse and increasing our recycling in accordance with the Waste Hierarchy. We wish to partner with appropriate contractors who can assist us with meeting these objectives
£1,000,000
Contract value
DCC require external Legal support in rela the following areas: DCC will seek to establish a multi provider framework agreement covering a wide range of Legal Services. The Legal Services will be used by all companies within the Glas Cymru group companies, which include companies outside the whole business securitisation, and not subject to DCC’s statutory water and sewerage licence. The requirement for all Group companies is for advice that is professional, competent, expert and timely, provides good commercial value and is delivered in a way that makes a positive contribution to the achievement of the best overall outcome for DCC on each occasion.
£13,600,000
Contract value
B2 Cardiff Council is seeking to tender for four services, subject to Cabinet approval, under the Violence Against Women, Domestic Abuse and Sexual Violence (VAWDASV) agenda. Lot 1 - Refuge and Community Services - Advice and PreventionAccess to advice and support to prevent escalation of abuse and to prevent homelessness for women. This will be delivered from a Council-provided One Stop Shop facility and in the community. Lot 2 - Refuge and Community Services – Accommodation & Support Provision of up to approx. 57 units of safe accommodation and support, for women and any children and young people accompanying them who are experiencing Violence Against Women Domestic Abuse and Sexual Violence (VAWDASV) who need this provision. Lot 3 - Refuge and Community Support – Children’s and Young People Provision Support for pregnant women and those responsible for children up to age 5, experiencing Violence Against Women Domestic Abuse and Sexual Violence (VAWDASV). To also provide range of age-appropriate therapeutic interventions for children and young people (CYP) in both safe accommodation and community settings to help them come to terms with the abuse they have experienced or witnessed, and to reaffirm their relationships with the non-abusive parent/carer and potentially the abusive parent/carer. Support can be provided to boys and girls aged 5-16. Lot 4 - Refuge and Community Support - Male Victim Service Access to advice and support to prevent escalation of abuse and to prevent homelessness for men. This will include provision of safe accommodation and support, along with therapeutic interventions. Cardiff is a multicultural city; as part of the service delivery there will be an expectation of specialist support for people from black and minority ethnic backgrounds within the service.
£12,990,000
Contract value
The purpose of this procurement event will be for the sourcing of a centralised Fleet Management solution (SaaS) that consolidates all transport data sources into a unified platform, enabling improved operational efficiency, compliance and more strategic decision-making. Currently, this project is focused on centralising data records for Heavy Goods Vehicles (HGV) only. However, there are plans to extend the use of the chosen SaaS solution to Light Commercial Vehicles (LCV), enabling centralised management of all WWU commercial transportation, assuming the management of HGVs is deemed successful. The Supplier shall provide, implement, integrate and support the SaaS Solution encompassing these functions ensuring it is scalable and configurable.
£1,600,000
Contract value
The Welsh Government is providing potential market participants with early notice of the forthcoming Bro Tathan Power Project procurement. This notice and Memorandum of Information (MOI) provides preliminary details in respect of the background, objectives and intended delivery approach for the Project, to enable interested organisations to consider and prepare for the formal tender process, which is expected to commence in at the end of April2026. The information contained within this notice and MOI is provided for awareness only. It does not constitute a call for competition, nor does it commit the Welsh Government to proceed with any procurement. Bro Tathan is a 1,200-acre strategic employment and innovation site located at St Athan in the Vale of Glamorgan (Bro Tathan Site). The Bro Tathan Site forms part of the Cardiff Airport and St Athan Enterprise Zone, a key driver for regional growth. The Bro Tathan Site benefits from exceptional connectivity - just five miles from Cardiff Airport and directly linked to the M4 corridor via the Northern Access Road (Ffordd Bro Tathan). It also features a fully operational 1,800-metre runway with airside access. Bro Tathan is already home to major occupiers such as Aston Martin Lagonda, eCube Solutions and Caerdav, and offers capacity for over3 million sq ft of additional development across its designated zones (West, East, North, South and Y Porth). Each zone of the Bro Tathan Site will support advanced manufacturing, aerospace, R&D and commercial employment uses. The Welsh Government has invested extensively in enabling infrastructure and site servicing, positioning Bro Tathan as a ready-to-invest platform for high-value inward investment. The Project is central to this long-term vision, delivering the energy capacity and resilience needed to attract and sustain occupiers at the Bro Tathan Site. Connecting the Bro Tathan Site to the National Grid Electricity Transmission network via new 132kV circuits and a substation, the Project will help realise Bro Tathan’s potential as a nationally significant location for investment, innovation and sustainable industrial growth. The intention is for the Project to be delivered through a Joint Venture (JV) between the Welsh Government and a private-sector partner. The JV will be responsible for the design, build, finance, operation and maintenance of the network infrastructure required to deliver up to 280 MVA of capacity to the Bro Tathan Site. The forthcoming procurement will seek to select a single consortium capable of providing the full range of expertise required for successful delivery of the Project. The Welsh Government intends to launch the Project procurement through the Competitive Flexible Procedure under the Procurement Act 2023. Further information in relation to the anticipated procurement process (including an indicative timetable) can be found in the MOI. The MOI can be found by following the this link: https://www.brotathan.wales/news
£35,000,000
Contract value
The additional works to be undertaken at the Centre of Environmental Biotechnology at Henfaes, Abergwyngregyn will comprise of:- * Menterra Building Refurbishment and Walkway Improvements * Expansion of research and innovation infrastructure * Operational efficiency and sustainability improvements.
£444,000
Contract value
NWSSP procurement on behalf of BCUHB are seeking to appoint a courier contract to conduct transport runs of frozen samples or priority samples on a “next day arrival” basis to multiple locations within the UK. Samples will be packaged to UN3373 requirements and consist of either a frozen flask transport system or standard UN3373 transport tube
£105,000
Contract value
IT service management tool, used as the main self‑service portal for logging and managing IT incidents, service requests and change requests.
£500,000
Contract value
This pre-market engagement notice, sets out the requirements Bridgend County Borough Council (the Council) has for a Homelessness Prevention and Financial Advice services. Whilst delivered under one contract, the service will be distinctly split between the following two elements of service delivery: Homelessness Prevention Service & Financial Advice Service The Provider will work collaboratively alongside the Council’s Housing Solutions team to support, advise and advocate for people who are homeless or threatened with homelessness or otherwise have a housing need. The service will support its service users to tackle issues, such as: • Homelessness legislation, including duties in line with the Housing (Wales) Act 2014 and right to review • Notice seeking possession • Possession proceedings (including potential defences / counter claim) • Unlawful eviction • Adhering to Reasonable Steps as set out in Personal Housing Plans • Income and expenditure • Debt advice • Housing Benefit The service will be embedded within the Council’s Housing Solutions team and will support and create capacity within the Council’s Housing Solutions and Customer Services teams, who will be the primary referrers. This contract period will be for 3 years, commencing on 1st November 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. The estimated value of this contract will be around £98,000 per annum. However, the estimated value is subject to market feedback and review, so this could change at the point of the formal Invitation to Tender. The purpose of holding a Provider Event is to establish the level of market interest and to gather information that will be beneficial in the tendering process. It will also be an opportunity for the providers to ask any questions about the contract. The event format will be 1-1 bookable timeslots with the provider and Bridgend Council officers present. It will take place online via Microsoft Teams. All providers are welcome to attend and enquire. However, we always encourage local small and medium-sized enterprises to participate. These events are not a formal call for competition, and non-participating providers will still be eligible to bid for the contract. The formal Invitation to Tender will be published June 2026. We will be holding Provider Events on 23rd and 24th April (timeslots to be confirmed with interested providers). Please email leanne.brown1@bridgend.gov.uk to book your slot.
£490,000
Contract value
DE&S Deca, on behalf of the Ministry of Defence (MoD) has a requirement to purchase Magnetrons (NSN 5960-99-1187834) for the In Service Capability Support of I-Band Transponders fitted to Merlin and Wildcat platforms. The Magnetron is solely manufactured by the company MPD Components (Manufacturers Part No: MA2829) in the USA and is of a bespoke design for the I-Band Transponder. The requirement is currently provided by the DE&S Commodities Consumables contract but will require continued support via a new procurement route.
£2,330,000
Contract value
The provison of Presenting Officers Services to the Education Workforce Council
£2,917,000
Contract value
WGCD are looking to establish a replacement Framework Agreement for Vehicle Telematics. This Framework Agreement is for the provision of Telematics and Associated Products to the public sector in Wales. The Framework will cover a range of goods and services including Telematics Units and additional services.
£6,000,000
Contract value
Velindre University NHS Trust is undertaking the procurement of Metrology Lab Equipment, which will be directly installed into the new facility. The procurement covers the supply, delivery, installation, and commissioning of a comprehensive metrology system capable of producing a wide range of radiation fields for calibration and testing of radiation protection instruments. The equipment will be installed in a purpose-built suite within the nVCC, and the supplier must work collaboratively with the Trust.
£1
Contract value