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
Provision of Site Viability Assessments For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.kentbusinessportal.org.uk/tenders/UK-Dover:-Building-consultancy-services./WQY44279Z6 To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/WQY44279Z6 For more information about this opportunity, please visit the eSourcing portal at: https://www.kentbusinessportal.org.uk/tenders/UK-UK-Dover:-Building-consultancy-services./WQY44279Z6 To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/WQY44279Z6
We require a contractor to remove and replace the the existing floor coverings to the communal hallways, entrances and stairwells at the below schemes; • Plas Gwenfrewi, New Road, Holywell, Flintshire, CH8 7LY • Plas Foryd, Kinmel Bay, Denbighshire, LL18 5BQ
The provision of an Integrated Consultant Team (ICT) to develop the Employer’s Brief in relation to the design and delivery of a new St Columban’s Primary School. The ICT shall develop the design and complete the RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to undertake the construction of the new St Columban’s Primary School. The ICT shall undertake the procurement, appointment and management of the Contracting Team on behalf of the Employer and shall continue to manage and oversee the project through the remaining stages of the RIBA 2020 Plan of Work 5-7.
Supply and installation of windows and doors, including fire doors within council owned domestic properties.
Note this is a market testing exercise and not a full contract notice - procurement exercise and will help inform the council strategy for future procurement of this service. Background In 2013 the Local Authorities of Rhondda Cynon Taf (RCT), Merthyr Tydfil, and Newport City Councils came together to form the Tomorrows Valley hub (the hub). RCT as a lead authority for the hub procured the food waste treatment contract, awarded in November 2013 to Biogen UK Ltd with a duration of 15 years. A 1MW AD facility was constructed under a Design, Build, Finance and Operate (DBFO) contract on a land owned by RCT at Bryn Pica. The facility has a capacity of 22,500 tonnes per annum and attracts Feed-in-Tarriff (Fit) that will continue until November 2033 (20 years from contract start date). The facility benefits from an Environmental Permit issued by NRW (Natural Resources Wales) and planning permission for access, tipping, digestion and digestate output to PAS110 QP (Quality Protocol) standard. Whilst the hub has an option to extend the contract for a further 10-year period in two 5-year extension periods, it would also like to consider alternative options for the treatment of its food waste from 15th November 2028 that may offer better overall value for money. These options include procuring a new Operation and Maintenance (O&M) contract for its existing facility or procuring a new merchant contract for the treatment of its food waste elsewhere.
Birmingham Newman University is seeking to appoint a provider of internal audit services, with a contract commencement date of 1 September 2026. The internal audit service will provide independent and objective assurance to Council, through the Audit and Risk Committee, and to the Vice-Chancellor on the adequacy and effectiveness of governance, risk management and internal control. The provider will be required to deliver a risk-based internal audit programme aligned to the University's strategic risk profile, provide written reports on each review, attend Audit and Risk Committee meetings, and deliver an annual internal audit opinion. The University currently commissions approximately 35 internal audit days per annum and invites proposals within an indicative range of 35-55 days, with bidders required to justify the level of resource proposed. The contract will be for an initial period of three years, with the option to extend for one further year. Further details are set out in the tender documentation.
DWP are looking to conduct some market engagement sessions with suppliers that are able to provide Appropriate Adult Services. DWP will require the service to be across England and Wales, provided by one supplier. An Appropriate Adult is an individual that provides support for suspects in Interviews Under Caution where there is vulnerability or complex needs.
DPS1 1355 - Fairland Park N8 Insurance Work Tree Works\r Additional information: https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
The Association of North East Councils trading as the North East Procurement Organisation (NEPO) Framework award for Lifts, Escalator & Related Equipment Maintenance, Repair & Refurbishment . The Framework provides a compliant Multi-supplier, multi-lot framework for the maintenance, repair, refurbishment and installation of Lifts, Escalators and related equipment across a variety of public-sector settings throughout the United Kingdom. The Framework will be available to all Members and Associate Members of NEPO. A full list of NEPO Members is available here www.nepo.org/about and a full list of Associate Members is available here www.nepo.org/associate-membership/list.
**Note: This is a Planned Procurement Notice (UK3). The Tender Notice (UK4) will be published at the end of April 2026, however, this is subject to change** National Homicide Service providing support to bereaved families and eyewitnesses of homicide. Please note: The contract value is presented as £24.5m exclusive of VAT and we will require tenders to be submitted with proposed costs excluding VAT to allow fair comparison.
Anthro is seeking to establish a framework agreement with an experienced lighting control system company to supply goods and ancillaries in relation to Lighting Control Systems
This Framework sets out a co-ordinated approach for identifying, assessing, delivering, and reviewing adaptations that enable individuals to live safely, independently, and with dignity. It defines the principles, boundaries, and responsibilities for providing proportionate home and access adaptations that support mobility, reduce risk, and promote wellbeing, ensuring consistent, person‑centred decision‑making and effective use of resources across housing, health, and care partners.
The commissioning of a community‑based Children and Young People (CYP) Navigator Service operating across Leicester, Leicestershire and Rutland. The service will provide proactive, relationship‑based support to children and young people aged 11-25 (with a priority focus on 14-19 year olds) who are at risk of, or involved in, violence and associated harm. The service will deliver in‑reach and follow‑up support within police custody settings (Keyham Lane and Euston Street), A&E departments (Leicester Royal Infirmary), and through agreed community referral pathways. Provision includes mentoring, trauma‑informed engagement, evidence‑based interventions (including social skills training), safeguarding, partnership working, and onward referral to education, health and community services. The contract will be awarded for an initial period of 12 months with options to extend for up to a further 21 months, subject to funding and satisfactory performance. The maximum total contract value is £805,000 (excluding VAT), inclusive of all extension options. The services must be delivered in accordance with the approved specification, performance framework, and safeguarding requirements.
NHS Supply Chain intends to launch a National Framework Agreement for the provision of In-Vitro Diagnostic Devices, Point of Care Testing Products & Related Pathology Services, this will include: - Pathology Managed Services - Reagent Rental Agreements - Pathology Maintenance Services - Pathology Software - Pathology Outsourced Services (Referral Testing Services) - Core Laboratory Equipment, Instruments & Consumables, to cover all pathology disciplines such as but not limited to Biochemistry, Microbiology, Immunology, Cellular Pathology, Virology, Haematology, Genomics & Molecular Testing and Reproductive Sciences - Point of Care Testing - Specimen Collection - Specimen Storage
Torus Foundation would like to commission an evaluation partner to: •Independently evaluate the impact that the Torus Foundation has in Torus neighbourhoods and communities for the period April 2023 - March 2026 (inclusive). •Where possible, determine the Social Return on Investment from its programmes. •Provide advice on whether Torus Foundation is collecting the appropriate data and delivering expected and helpful outcomes. •Using external sources assess good practice and advise on what, in the area Torus Foundation is operating and beyond, on what 'good' looks like. Advise on improvements that can be made to processes, performance and data as well as a comprehensive suite of Key Performance Indicators's (KPI) and Management Information (MI). •Advise on: What programmes/areas of activity deliver the greatest positive impact? What areas should we invest in for the most impact? What areas should we disinvest/disengage from? Develop theories of change where possible which include credible attribution towards prevention. The contract will commence on 1st June 2026 and will run for approx 7 months. Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
This procurement is for the provision of a turnkey solution for the design, supply, installation, commissioning, integration, and ongoing maintenance of pharmacy automated storage and fulfilment systems for a new NHS distribution centre in Birmingham. The scope includes both ambient and temperature‑controlled storage solutions, systems integration with SAP S/4HANA EWM, staff training, and lifecycle support to ensure safe, efficient, and compliant pharmaceutical distribution.
4998/AM/GM Digital Passport Cell The University of Sheffield wishes to invite tenders for a Digital Passport Cell on behalf of the Advanced Manufacturing Research Centre, Integrated Manufacturing Group at Catcliffe, South Yorkshire. Scope of Requirement To enable our research in this area, the AMRC is inviting tenders for the design, supply and commissioning of a robotic cell on the workshop floor of our Factory 2050 building which will allow our researchers to test and develop technologies relevant to a Digital Passport. We would like to demonstrate these technologies in a cell that is designed to read and write data during the automatic disassembly of an electric motor. This is an ideal demonstration scenario as the key driver behind the introduction of Digital Passports is that they should enable greater circularity in manufacturing industries. As well as acting as a research tool the cell should also be designed to facilitate the AMRC’s aim of advancing UK manufacturing by demonstrating key technologies to UK manufacturers during visits to our facility. Please note that the work of the AMRC involves exploring new technologies which have the potential to deliver benefits to UK manufacturing; we are not a manufacturing organisation looking for a production ready solution. Tender Process and Documentation: This procurement is an open procedure conducted in accordance with the Procurement Act 2023. The ITT can be downloaded by registering and expressing your interest on the University`s e-tendering system https://in-tendhost.co.uk/Sheffield If you have any questions or comments in relation to this tender they must be submitted via the In-tend System, this can be accessed at https://in-tendhost.co.uk/Sheffield Completed tenders must be returned through the same e-tendering system. Closing date for receipt of tenders: May 11, 2026 at 12 noon (UK time).
The Ministry of Defence (MOD), acting through Sense Decide and Communicate (SDC) - Command and Control, Target, Navigation, Communications (C2TNC), intends to undertake preliminary market engagement for the procurement of a follow‑on contract to support, sustain, and install Fibre Optic Compass System (FOCS) equipment across the Royal Navy (RN), Royal Fleet Auxiliary (RFA), and Submarine fleets. This engagement is being conducted in accordance with Section 16 of the Procurement Act 2023 (Preliminary Market Engagement) and aims to ensure the Authority understands the current market, technical capability, supply chain, and commercial models relevant to this requirement. The intended procurement covers: a) Core agreement to provide support and sustain existing systems: a. Through-life technical support to sustain the existing FOCS capability. b. System availability management. c. Technical query resolution. d. Obsolescence management. e. Maintenance and updating of all technical documentation in accordance with MOD policy f. Spares and repairs service provision. The responsibility for the management of spares and repairs to be held by the supplier. g. Storage of all materiel required for support in accordance with relevant defence standards. b) Non-core scope to complete ad-hoc tasking: a. Ad-hoc tasking to support equipment faults, engineering studies, or system enhancements. b. Potential tasking to perform installation activity on remaining platforms in the current FOCS tech refresh programme. c. Attendance on ships/subs, military bases, and operational environments when required (in accordance with CONDO if required).
Waste collection and recycling services across the county
CORSERV Solutions Limited on behalf of its CORMAC division is seeking to procure specialist surfacing labour from suitably experienced and accredited suppliers. The successful suppliers will be appointed to a multi supplier agreement to provide specialist surfacing labour to CORMAC as and when required, primarily throughout the counties of Cornwall and Devon.
North Region - Wales Brief Scope of Works • Replace D&W • Replace Roof • Potential for External Wall Insulation Amey have been tasked by the DIO through the FDIS to deliver the Regional Accommodation Maintenance Service for the Central and North Regions. This notice is a call for competition and there may not be a further notice related to this opportunity. For Amey to accept any EoI it is ESSENTIAL that any subcontractor is: • willing to act as Main Contractor (essential requirement); • a Verified member of Constructionline (GOLD), relevant Work Category MUST show that Subcontracting is possible, and the 'Building Safety Act - Standard Construction' must be Verified; • capable of working to MOD SFG20 (PPM works only); • capable of working in a BIM Level 2 environment (where applicable); • compliant with DefStan 05-138 (required if you are likely to handle MoD Identifiable Information on your IT system); • willing to work with Amey to deliver Social Value to our Client; ideally, complete the Social Value Goal within the Constructionline platform. DESIRABLE attributes of our Supply Chain: • have a Corporate Social Responsibility policy; • have a Business Continuity and Disaster Recovery Plan If successful the subcontractor will need to pass a PQQ, sign up to Amey Terms and Conditions, and meet the MoD Security Requirements. This future opportunity notice is for Expressions of Interest, BY EMAIL ONLY. Procurement Documentation will follow separately via a link from our e-tender portal (Curtis Fitch). Note 1: The bidder must quote for all aspects of the Works. Note 2: Future works of a similar nature may be negotiated based upon submitted rates. Note 3: Those making an Expression of Interest will be required to sign-up to our 'Sub-contract Agreement' where 'Mini Competitions' or 'Call Offs' will be used to tender works/services. Note 4: For complex projects such as External Wall Insulation installation, Structural works etc. it is a requirement that the bidder must (at Contract Award) carry PI Insurance cover of not less than £1,000,000. Note 5: Those making an EoI will be assessed in accordance with the Public Contract Regulations 2015 i.e. Regulations 57, 58 & 60. ADS expressly reserves the right to require those making an EoI to provide additional information supplementing or clarifying any of the information requested. Note 6: Depending on Amey's annual spend with individual bidders you may be required to either have committed to the Science Based Targets Initiative (SBTi), set SBTi approved near-term targets, or Net Zero targets. This opportunity is also advertised on Constructionline. ADS does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Single supplier framework for Specialist Technical and Strategic Support for Strategy Development.
The Commissioners, North Lincolnshire Council and Humber & North Yorkshire Integrated Care Board (HNYICB), are seeking engagement for the development of our residential care offer to support short term Integrated Recovery & Assessment Beds, respite placements and enhanced dementia care. The core objective of the service(s) will be to maximise independence and enabling people to return home in a time efficient manner, safely, with the support that meets their needs. We aim to utilise this engagement opportunity to understand how the North Lincolnshire Residential Care sector might incorporate various innovative approaches and care models to diversify in alignment with our identified needs and local priorities.
The British Museum wishes to appoint a Registered Building Control Approver to provide Building Control advice throughout the re-development of the Western Range and associated enabling works projects. The Western Range is a substantial part of the estate that is in urgent need of both repair and re-imagining. The re-development offers the Museum an opportunity to make a statement of its future intent, through reimagined galleries, new state-of-the-art storage facilities and engaging contemporary architecture, in juxtaposition to the highly significant and already celebrated listed buildings on the site. The Western Range comprises around 7,500m2 of gallery space and currently houses the Ancient Egypt, Ancient Greece (including the Parthenon Sculptures), Rome, and Ancient Assyria and Middle East collections, along with 4,500m2 of back-of-house collection storage space. The estimated contract value is based on benchmarking against comparable projects and is provided for indicative purposes only.