Loading...
Loading...
Loading tenders...
Live procurement opportunities from Find a Tender and Contracts Finder
Active Tenders
195
Closing This Week
12
Total Value
£45913.8m
Showing 25 of 195 tenders
NHS Gloucestershire Integrated Care Board (GICB) is seeking providers who have the capability and capacity to deliver Dental Services in Gloucester. Fundamentally this opportunity seeks to increase access to NHS dentistry in a part of the county where deprivation is greatest by working in partnership to commission a new bespoke primary care Centre of Dental Excellence facility in a fit for purpose environment. (Please note the term Centre of Dental Excellence [CDE] may alter during the course of procurement of the service or thereafter). • The contract will be a Personal Dental Services (PDS) contract to deliver dental services as part of a Centre of Dental Excellence in Gloucester. Premises are located at 3rd floor, City Campus, Northgate Street, Gloucester, GL1 1SQ. • The premises are mandated and owned and leased by the University of Gloucestershire (UoG). The successful provider will need to secure a lease with UoG for the duration of the PDS contract term. • A draft Heads of Terms is included in the Invitation to Tender (ITT) pack which sets out the expected terms and conditions between the owner of the building and the service provider. • Construction work will be undertaken on behalf of UoG, and floor plans and room data sheets are included in the ITT pack to inform potential bidders about the premises and what is provided as part of the building fit out. • The successful provider will need to provide any additional fit out and equipment to deliver the services. It will also be expected to fund associated, recurrent revenue costs, for example servicing and maintenance; rent and rates; cleaning and lighting. • The premises will have space for up to 6 dental chairs. • There is an expectation that the provider is or becomes a postgraduate training practice and hosts foundation dentists. • Funding for hosting foundation dentists is awarded and administered by NHS Workforce Training and Education (NHS WTE) and the successful provider will be expected to apply to NHS WTE for funding. • The PDS contract term will be for an initial term of 10 years, with an option to extend for any period up to a further 5 years, and then for a further 5 years, at the sole discretion of the Commissioner. • Rental payment and services are currently scheduled to commence on 1st March 2027. • Service must commence no later than 6 months after contract award (scheduled for 1st September 2026), unless there is an agreement with the Commissioner to extend the mobilisation period. • The contract term and service payments will start on the service commencement date. • The Commissioner has a maximum financial envelope available of £1,200,000 per annum. The total maximum contract value for the duration excluding extensions is £12,000,000, and £24,000,000 including extensions. • Subject to the detail of Dental Contract Reform, the successful provider will need to deliver urgent care, dental access & health inequalities pathways and routine care as part of the contract. • Following discussion and agreement by the commissioner, the successful provider may offer private treatment from the same premises however this must not be at the detriment of NHS patients or the provider's delivery of the PDS contract. • TUPE will not be applicable for this procurement process. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
DESNZ is seeking to procure a contractor/s to deliver Phase 3 of the Homes for Net Zero research programme (HfNZ P3). This is a continuation of our multiyear, largescale research and demonstration trial, building on the existing cohort of approximately 1,250 owner-occupied homes. Among other tasks the appointed contractor(s) will be responsible for trial management and coordination, longitudinal monitoring, data collection and processing, and participant engagement – including physical measurements in homes and social research with occupants. It will include research on practical, scalable pathways to decarbonising owner-occupied homes, particularly complex-to-decarbonise and space constrained properties, with a focus on low carbon heating. This includes evaluating the real-world performance, costs, and user experience of heat pumps (including reversible air-to-air systems), alternative electric heating and domestic hot water solutions. Consumer engagement approaches, and measures to improve resilience to a future climate, such as overheating mitigation, are also key elements of HfNZ P3. The programme will require delivery through competitively procured work packages (lots); • Lot 1: Trial management and co-ordination – including programme management of whole trial, collecting data from monitoring devices and ensuring high data quality, managing trial participants, supporting additional technology trials through an innovation test bed; • Lot 2: Data analysis and research – including technical analysis of in-home monitoring data to answer the research questions, and collaboration with Lots 3 and 4 to ensure methods are designed to address those questions. • Lot 3: Consumer engagement and social research – establishing best practice consumer engagement approaches to transition homes to low carbon heating and using these to support the delivery of measures in Lot 4, carrying out social research to support the research objectives in collaboration with Lot 2. • Lot 4: Design and installation of low carbon heating measures in homes – including, air-source heat pumps, reversible air-air heat pumps, alternative approaches to electric domestic hot water in space constrained homes and the specification and installation of monitoring equipment. Contractors will need to work collaboratively across the work packages as well as with DESNZ and possibly with linked programmes, notably Built Environment Adaptation and Resilience (BEAR) and Heat Pump Ready Programme (info here: https://www.gov.uk/government/publications/heat-pump-ready-programme/information-about-the-heat-pump-ready-programme#latest-opportunity-from-2026). Outputs are likely to include regular, publicly accessible research publications; including two annual reports with research findings, an annual trial delivery summary, and publication of datasets (subject to GDPR). The programme will also deliver thematic research briefs and a final report at project completion, with outputs designed to directly inform DESNZ policy development and analysis on clean heat, energy efficiency, and climate resilience. DESNZ is holding a supplier event on MS Teams on Wednesday 29th April 2026 from 1400 - 1600, consisting of presentations by DESNZ and interactive feedback sessions.
Buckinghamshire Council require a provider to provide specialised support for an individual with complex needs, including learning disabilities, autism, ADHD, and behavioural challenges. It was originally established as a bespoke residential placement following a transition from long term hospital care, with the environment carefully adapted to ensure safety, structure, and therapeutic benefit. Located within Buckinghamshire, the service delivers intensive staffing and tailored interventions aimed at maintaining stability, promoting engagement, and reducing incidents. Future commissioning plans focus on shifting from a residential model to a supported living approach, enabling greater independence, flexibility, and community involvement while still maintaining the safeguards needed for the individual’s wellbeing. The intention is to develop a long term pathway that gradually reduces support as safely possible, enhances quality of life, and ensures the provision remains sustainable and aligned with best practice models of care.
The Office of the West Midlands Police and Crime Commissioner wants to commission an Enterprising for Employment service for Birmingham. This initiative will provide a personalised, effective mentoring service for individuals associated with criminality, to equip them with the necessary skills and knowledge to be employable and/or an entrepreneur.
Multi-Tiered Supplier Allocation Process Each hospital within the Trust is assigned up to three (3) suppliers, forming a two-tiered structure: 1. First-Tier Supplier: This is the primary taxi provider allocated to the Hospital. All requests and orders are initially directed to this supplier. 2. Second-Tier Supplier: These are the auxiliary supplier(s) assigned to the Hospital. Automatic Escalation Procedure: • If the First-Tier Supplier does not respond within a specified timeframe (which will be confirmed with the selected provider and detailed within the contract), or is unable to meet the request, the request will be sent to the second-tier supplier(s). • This process ensures continuity and minimises delays and disruption.
Coventry University Group (CUG) is seeking a supplier to provide maintenance and servicing of catering equipment across its estate, including routine inspection, servicing, repairs, and the supply/installation of replacement items. The supplier will also be required to maintain an asset register. This procurement will be conducted as a one‐stage Open Procedure under the Public Procurement Regulations 2024. Conditions of Participation Suppliers must: - confirm they meet, or can meet by contract award, the minimum insurance levels and data‐protection capability required; - confirm technical and operational capability to provide the services described in the specification; - confirm ability to attend and deliver services at all required CUG sites; - declare reliance on any other organisation for legal, technical or financial capacity. Full details are provided within the Delta eSourcing portal. To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/BC773965HZ For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Coventry:-Repair-and-maintenance-services-of-catering-equipment./BC773965HZ To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/BC773965HZ
Lincolnshire County Council (LCC) is looking to reprocure Advocacy Services. We are seeking to bring awareness to the market of an upcoming opportunity and understand the market’s preferred approached to a number of key issues to inform the decision-making process. The advocacy service will be countywide for children, young people and adults to access.
NHS England intends to procure a delivery partner to support the provision of outsourced professional services for the Centre for Advancing Practice (CfAP) ePortfolio (Supported) Route. This route is a critical mechanism for recognising advanced clinical practice equivalence across the NHS workforce. The ePortfolio (Supported) Route relies on specialist outsourced academic, clinical, technical, and operational expertise to support end to end delivery. These services include, but are not limited to: • Processing and reviewing practitioner portfolios • Convening and administering quality assurance panels • Maintaining and developing the digital ePortfolio platform • Developing and supporting digital credentialing functionality These components are essential to sustaining the existing route and enabling future developments, including area specific capabilities and consultant level pathways. Market Engagement Event NHS England is hosting a Preliminary Market Engagement (PME) event for prospective providers interested in delivering process outsourcing services for the Centre for Advancing Practice ePortfolio (Supported) Route. The event will provide: • An overview of the proposed service model • NHS England’s requirements and desired outcomes • An outline of the anticipated procurement approach and timescales • An opportunity for participants to provide feedback on NHS England’s assumptions and intended outcomes. Event Details • Date: Thursday 23 April 2026 • Time: 10:00am – 11:00am • Format: Virtual (Microsoft Teams) Registration and Participation This is a free and open event available to all prospective service providers. Organisations wishing to attend must register via the following https://events.teams.microsoft.com/event/52720a23-d190-4d2a-8125-6e83dd69c23f@37c354b2-85b0-47f5-b222-07b48d774ee3 . Full joining details will be issued to registered attendees only. • Registration deadline: Wednesday 22 April 2026 Each organisation may nominate up to two attendees. When registering, please include: • Names and job titles of attendees • A brief summary of your organisation’s technical capability • Relevant experience in delivering analogous outsourced services (e.g. professional education services, portfolio assessment, digital platforms, quality assurance, or credentialing services) Request for Information (RFI) As part of this market engagement, interested suppliers are also required to complete the attached Request for Information (RFI) and submit it via the portal by: • Friday 24 April 2026 The proposed contract duration is three years (an initial two‑year term with the option to extend for one year). The contract value is up to £900,000 (exclusive of VAT) over the full term. Anticipated service commencement: July 2026. This market engagement is conducted solely to inform NHS England’s decision making process and does not commit NHS England to proceeding with a procurement. Should NHS England decide to proceed, a separate Contract Notice will be published. Participation in this PME is not mandatory to participate in any future procurement, and organisations that do not engage at this stage will not be disadvantaged.
This opportunity is for the engagement of a competent, experienced contractor to undertake remedial and improvement works to the laboratories across Keynes College, Canterbury campus. Drawings and specifications for the works are appended to this document but comprise of decorations, replacement flooring and some minor alterations to small labs to create one large lab space. Keynes College is located in the centre of the University’s Canterbury Campus and the surrounding buildings will remain active throughout the course of the works. The restaurant will be in use during the contract period and therefore working hours affecting the interior will be restricted. The work shall be carried out between dates to be agreed, the only stipulation would be that all works are completed by Monday 27th July 2026.
To supply, install, test and commission a new irrigation system as generally detailed to Greens, Approaches, and Tee groups based upon the supplied specification, bill of materials and drawings. The irrigation Contractor is to visit site and ensure that he can fulfil the requirements as stated in this document; submission of tender deems this to be the case. No allowance will be made for claims due to failure to examine the enclosed specification and the site. Where necessary, irrigation Contractors shall design specific elements and acknowledge responsibility for these items, e.g. valve assemblies, pump station and tank arrangement. The irrigation Contractor will be required to enter into a formal written contractual agreement with the Client based upon his submission of this document. Extent of works shall generally be:- Install new Irrigation system pumping station / Water storage tank Install new Irrigation mainline, signal cable, and PC based control system Install new Greens pipework / sprinklers, Approaches pipework / sprinklers, and Tee pipework / sprinklers
Manchester Airports Group (MAG) is seeking a long-term Insurance Broker Partner. MAG operates within a complex commercial and regulatory environment and maintains a diverse and evolving risk profile. Effective insurance arrangements are essential to supporting operational continuity, financial resilience, and the MAGs wider strategic objectives. Key policies taken out by MAG annually include: • Property Damage and Business Interruption • Airport Owners and Operators Liability • Cyber • Motor • Employers Liability • Directors and Officers Liability • Engineering Inspection and Insurance • A portfolio of insurance for the CAVU business Insurance brokers play a critical role in advising on risk transfer strategy, insurance programme design, placement of cover, insurer engagement, and claims management. Given the specialist nature of these services and the importance of robust governance and market expertise, MAG requires access to suitably experienced, financially stable, and professionally accredited insurance brokers. MAGs current insurance brokerage arrangements are approaching expiry. In addition, ongoing changes within the insurance market, including pricing volatility, insurer capacity constraints, and increased regulatory and governance expectations, necessitate a formal competitive procurement process.
The Council would like to hear from relevant service providers in relation to food waste collection services provision from April 2028 onwards. The Council is open to how this new provision could be delivered. The indicative specification is formed from the Department for Environment, Food and Rural Affairs' (DEFRA) Simpler Recycling reform, which mandated in legislation (Environment Act 2021) that waste collection authorities (WCA) will be required to provide weekly food waste collections to all households. Melton Borough Council is a waste collection authority and therefore must comply with DEFRAs requirements. DEFRA have not officially advised on consequences to local authorities if they do not provide weekly food waste collections to households. It should be noted that this is a revised project following the Councils decision to delay implementation until April 2028. This soft market testing opportunity will assist the Council in developing the final requirements. Suppliers interested in taking part in this market engagement opportunity are requested to respond to the questionnaire located on the ProContract e-procurement portal. The deadline for submissions of this questionnaire is 12 noon Wednesday 13th May 2026. A Supplier event is also planned as part of this process; details of how to attend this event can also be found within the questionnaire documentation. https://procontract.due-north.com/Advert?advertId=45626440-0e38-f111-813c-005056b64545&p=527b4bbd-5c58-e511-80ef-000c29c9ba21
The supplier will engage in a service contract, focused on providing Leakage Detection in line with the Industrial Emissions Directive (IED). EA BAT guidance dictates that the scope for LDAR is sources of leakage of Volatile Organic Carbon (VOC’s) including methane. (Biological waste treatment: appropriate measures for permitted facilities - 11. Emissions control - Guidance - GOV.UK) The following type of assets are included but not limited to the LDAR scope; · Double membrane roofs (air blower vent) · Roof and cover fixings · Pressure relief valves and vents · Feeding and digestate separation units · Gas pipes · Conveyors and presses · Compressor · Combined heat and power plant (methane slippage) · Gas upgrading plant · Reception storage · Digestate storage · Pits and sumps, for example condensate pits Testing Method The Bioresource and Energy Services team require surveys to detect fugitive emissions of Volatile Organic Compounds (VOC’s) and other substances to air including methane. The LDAR survey methodology must fully comply with EA guidance Biological waste treatment: appropriate measures for permitted facilities (2024) Section 11.9 - Leak Detection & Repair and currently utilise the Optical Gas Imaging (OGI) hand held camera method to enable visualisation of gas leaks with quantification of emission rate and emission concentration.
The Authority is seeking a Contractor(s) for Provision of Taxi Services. The services will be divided into the following four lots: Lot 1 – Coatbridge Lot 2 – Cumbernauld & Kirkintilloch Lot 3 – Motherwell Lot 4 – East Kilbride
Frameworks for the provision of: 1. End to End Management of Borehole Pumps 2. Supply of Split Case, End Suction & Vertical Turbine Pumps and Spares 3. Supply of Multistage & Booster Sets and Spares 4. Supply of Progressive Cavity Pumps and Spares 5. Supply of Ram Pumps and Spares 6. Supply of Motors 7. Repair of Motors 8. Supply of Gearboxes 9. Repair of Gearboxes 10. Pump Refurbishment & Repair
Velindre University NHS Trust (the Authority) wishes to alert suppliers to its intention to hold preliminary market engagement with regards to the potential procurement of an Enterprise Risk Solution to assist in the recording and management of risks across the Authority, ranging from corporate, clinical and project risks. The Authority intends to procure an enterprise-wide software solution to support strategic and operational risk management. The contract will cover the provision of the platform, configuration, implementation, training, ongoing support, and maintenance. The solution must comply with NHS information governance, cyber security, and data-protection requirements and support integration with the Authorities existing technology landscape. The contract duration is expected to be: Initial term: 5 years Optional extensions: 2+2 years The Authority seeks an ERM solution that provides: - Comprehensive risk register functionality - Incident and issue reporting - Real-time dashboards & analytics - Workflow, approvals & audit trail - User-role and permission management - NHS-compliant information governance and security controls - Integration with existing Authorities systems (where applicable) - Training and support for end-users and administrators - Secure hosting and business continuity capabilities - Project management tools such as schedule risk analysis (Monte Carlo Simulation) or equivalent - Open architecture and integration into other systems All suppliers must comply with relevant NHS and statutory requirements, including data-protection legislation and cyber-security standards.
The Integrated Sexual Health and Contraception (SHAC) Service will provide patients with open access to confidential, non-judgmental services including sexually transmitted infection (STI) and blood borne virus (BBV) testing, treatment and management, the full range of contraception provision, health promotion and prevention. The service will improve the sexual health of the local population through delivery of a 'one stop shop' model, where the majority of sexual health and contraceptive needs can be met in one place, usually by one professional, during a single visit. Sexual health is not equally distributed across the population and the service will ensure that it meet the needs of those experiencing the greatest impact of STIs, HIV and poor reproductive health as well as removing barriers to access for vulnerable groups and those with protected characteristics. The service must integrate with the NHS commissioned HIV treatment and care service to support the significant interdependencies between the two services. Providers must be experienced, with access to a large pool of NHS qualified medical/nursing staff. Providers must have suitable, accessible building premises in the east, west and central areas of Brighton and Hove.
North Yorkshire Highways (NYH) requires a Framework Agreement for the hire of non‑operated plant, tools, welfare units and telehandlers, together with the servicing, repair, maintenance and calibration of NYH-owned plant and equipment. The framework will support highways maintenance operations across seven operational areas in North Yorkshire. The framework will operate for an initial term of two years, with options to extend for up to two further one‑year periods, and is divided into five lots covering plant hire, small tools and equipment, welfare units, telehandlers and the maintenance of NYH-owned assets. Suppliers must provide modern, safe and fully compliant equipment with all required certification, alongside planned and emergency response services, including delivery, breakdown support and replacement equipment where required. The framework will ensure continuous access to reliable equipment and responsive support services essential to the delivery of highways maintenance activities across North Yorkshire. Linking notice: ocds-h6vhtk-067de7
DPS1 1370 - THE AVENUE N17 HG6 PLANE TREES Tree Works\r Additional information: https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
Phoenix Community Housing is a small (7000 property) Housing Management Company. This contract is for the provision of security grills on doors and windows to prevent access to empty residential properties. This is a single stage procurement exercise with tenders submitted with supporting documentation. Following evaluation there will either be a contract award or a shortlist, where shortlisted organisations will be invited to a selection panel.
The Supplier will provide e‑cigarettes and associated products through a voucher scheme, including e‑liquids, customer support for End Users, and training for Local Stop Smoking Service Advisors. This is a demand‑led arrangement with no guaranteed spend, and contract value is dependent on government funding. Local Stop Smoking Service Advisors are Council employees or authorised representatives who deliver behavioural support and cessation guidance to service users.
***Pre Market Engagement Only.*** Lisburn and Castlereagh City Council is currently preparing to initiate a procurement process to award a tender for Provision of Caretaker and Reception Services at Bradford Court . LCCC wishes to engage with the market at this stage to establish the level of market interest and to gather information that will be beneficial in the tendering process. Suppliers who wish to participate in the market engagement exercise should complete the pre-market engagement questionnaire. Further information including the questionnaire can be downloaded from the CfT Documents section. The questionnaire must be completed and submitted no later than 12 Noon on the closing date detailed. There are no formal tender documents to be completed other than the questionnaire. Any information gathered will NOT be considered in any future tender evaluation exercise. Participation or non-participation in this pre-procurement market engagement shall not prevent any supplier/provider from participating in a potential procurement process nor is it intended that any information supplied shall place any supplier/ provider at an advantage in any forthcoming procurement process. For the avoidance of doubt, this stage of the project is not part of a formal procurement process and there is no commitment, at this stage to carrying out such a process.