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 Frimley ICB ("the Commissioner") sought to commission provision of Community Ear, Nose and Throat (ENT) Services. This service sees and treats ENT conditions that can be safely managed in the community, where surgical procedures are not required. This was implemented in 2018 in East Berkshire to offer a locally available service and help reduce inappropriate referrals to secondary care. Frimley ICB has followed PSR Direct Award C for the contract to which this notice relates.
The Aquinas CE Education Trust situated in Bromley in Kent are putting their catering contract out to tender for their 8 primary schools. The contract start date will be 12th October 2026 (TBC). You will be bidding for all the schools as one contract and one lot. The Trust will be able to select their preferred company from the companies shortlisted to make presentations.
This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. This contract has now been formally awarded using direct award process C. <br/>The contract has been awarded on 14.04.2026 with the indicative contract value is £580,000 for the 1 year contract<br/>There was one review during the standstill period. <br/>No conflicts or potential conflicts of interest recorded.
Shaft & Silo have a requirement for the Design, build and testing of Transfer Corridor Plant and Equipment systems.
This notice is a PIPELINE NOTICE and therefore is NOT currently a call for competition. For the avoidance of doubt, the Pipeline Notice is intended to provide the most accurate forecast currently available for the council’s high value procurement activity, but does not commit the council to procuring any contract and may be amended after publication.
Cardiff University Estates and College of Biological and Life Science are seeking capital funding to undertake works required to relocate the animal research from a basement area to upper floors of two adjoining buildings within the Cathays campus. In 2025 the University engaged with consultants Stride Treglown Architects (STA) to carry out a feasibility study for these works at the Heath site, along with other works at the Cathays Campus. The works at the Heath site are to be progressed, further work is to be undertaken to establish a was forward for the Cathays site. The planned completion of the works is July 2030, with occupation in October 2020. Cardiff University is seeking the appointment of a Client Technical Advisor to assist with the project, particularly to ensure that all technical aspects of the design, construction and move are undertaken in accordance with user requirements and all relevant legislation, this should include validation of the facility. Separate tenders will be undertaken to appoint a Project and Cost Manager, plus a Multi-Disciplinary Design Team to progress this project through to completion. The technical advisor will work with the team to deliver a successful project. Success for this project means the relocation of facilities to the new location which meet the needs of the users and all relevant legislation within the available budget. Bidders are required to sign an NDA for this procurement (without amendments), the NDA is available by emailing Julie Price - Pricejk@cardiff.ac.uk Once bidders have signed and returned the NDA they will be attached to the project and the ITT documents will be published to them.
Tees Valley Combined Authority (the 'Contracting Authority') seeks to engage the market through this Pre-Tender Market Engagement (PTME) exercise in preparation for the potential procurement of bus timetable production services. We aim to understand market capability, best‐practice approaches, indicative costs, implementation timelines, and innovations that may support the future procurement process.
NHS Frimley ICB ("the Commissioner") sought to commission provision of Community Ear, Nose and Throat (ENT) Services in East Berkshire. This service sees and treats ENT conditions that can be safely managed in the community, where surgical procedures are not required. This was implemented in 2018 in East Berkshire to offer a locally available service and help reduce inappropriate referrals to secondary care. Frimley ICB has followed PSR Direct Award C for the contract to which this notice relates.
Tree works Additional information: https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
The requirement for a supplier to work with the South Yorkshire Mayoral Combined Authority (SYMCA) and key stakeholders who are members of the South Yorkshire Private Rented Sector Reference Group to produce a South Yorkshire Private Sector Stock Condition Database (PSSCD) which will provide an evidence base to inform future policy, practice, systems, and resource allocation in activity to improve standards in the private housing sector.
The British Council is seeking to appoint a suitably qualified supplier to deliver brand activation services in support of its recently refreshed global brand. The project will focus on translating the new brand framework into a compelling, audience-focused brand platform and activation campaigns and assets that enhance engagement, strengthen emotional connection, and support organisational growth across priority markets. The appointed supplier will be expected to develop and deliver creative concepts, content, and activation approaches aligned to the organisation's purpose-led brand positioning, ensuring consistency, scalability, and impact across digital and offline channels.
The existing provider has fully satisfied the original contract and is expected to deliver the proposed contract to a sufficient standard (100%).
Cambridge City Council seek to establish a service for: • The collection, storage, and disposal/destruction of abandoned vehicles, including but not limited to, motor vehicles, motorcycles caravans, trailers, their contents and / or associated debris (including liquid spills) and any of their parts that are associated with the abandoned vehicles. • The collection, storage, and disposal/destruction of untaxed vehicles
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.
Gateshead Council is in the process of recommissioning a contract to deliver Advocacy services for adults. The current advocacy contract for adults will expire on 30th September 2026. The proposed contract will include the following statutory, non-statutory and general elements: - Care Act - IMCA - RPR - IMHA - NHS Complaints - Rule 1.2 Representative Advocacy - General Advocacy. As part of this process the Council is conducting a Market Engagement Exercise to establish the level of interest in this opportunity, to gather information and improve our understanding of the market.
NHS Supply Chain: Food (the “Authority”) is issuing this Invitation to Tender in connection with the competitive procurement for the appointment of Fresh Food & Food To Go (the “Procurement”). The Authority is acting as agent for and on behalf of Supply Chain Coordination Limited (“SCCL” or “NHS Supply Chain”). This procurement will include the following Lots: 1. Fresh Dairy and Bakery 2. Fresh Meat, Poultry, Fish & Meat-Free Alternatives 3. Fresh Produce 4. Food to Go - Patient Feeding Solutions 5. Food to Go - Retail Concepts
Brief scope of works The Asbestos works associated with the D&W replacements have now been deemed appropriate to competitively tender works. • 223 SFA require D&W replacements • Notifiable asbestos was identified around the bin store front doors and rear doors • Windows have been replaced to the SFA, the composite doors are stored for installation after ACM removals. • The SFA are a mix of Let/Void/SLA ADS 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; • 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.
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.
The Department for Energy Security and Net Zero is seeking a supplier to gather, analyse, verify, and report annual UK non‑nuclear radioactive discharge data, as required under the OSPAR Convention. This work supports the UK’s international obligations by producing high‑quality, validated datasets and formal reporting templates that contribute to monitoring progress against the OSPAR Radioactive Substances Strategy and the North‑East Atlantic Environment Strategy 2030. Proposed Contract The contract, estimated to cost £34,000 over four years, will provide DESNZ with robust data management, quality assurance, and expert analysis to ensure accurate, timely submissions to OSPAR. Market engagement The market engagement seeks supplier feedback to inform the programme structure and delivery model. We welcome input regarding effective methods for delivering the work streams within this programme.
Provision of the replacement of existing repairs scheduling system, repairs management system and mobile solution for Amplius South. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Kents-Hill:-Software-package-and-information-systems./5S5E5NS876 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/5S5E5NS876
International waste shipments relate to the import and export of waste across international boundaries. These movements of waste are subject to the controls outlined in the retained EU Waste Shipments Regulations, which aim to ensure a high level of protection for human health and the environment. The regulations also aim to prevent the unauthorised disposal/recovery of hazardous waste shipments in countries where they are not able to handle the waste in an environmentally sound manner, without hindering the legitimate trade in waste. International waste shipments from England can be subject to notification controls, which applies to all imports and exports of: • Hazardous waste moving for recovery • Any type of waste moving for disposal • Some imports and exports of non-hazardous wastes for recovery Where these controls apply, organisations need a uniquely numbered notification and movement form issued from the Environment Agency (EA) before movement of the waste. Organisations could also be subject to ‘green list controls’. These are the lowest level of control and only ever apply to some imports or exports of non-hazardous waste for recovery. Where these controls apply, organisations do not require EA permission before moving the waste, but they do have to comply with Waste Shipment Regulation, Article 18 controls. Under the regulations the EA and other public named bodies carry out regulatory duties to meet their statutory obligations. This includes ensuring that waste, which has been illegally exported or shipments which cannot be completed, can be repatriated back to the UK, preferably within the statutory 30-day timescale. Historically, the 30-day statutory requirement has never been enforced, with the EA and overseas authorities liaising to ensure the waste is repatriated as soon as practicable. Occasionally the EA have to manage repatriations and bear the cost, hence the need for a framework
The purpose of this commission is to secure a supplier with Power Platform expertise, Copilot administration, governance, development and support, together with Power Platform structure and governance, including patching, identity and access management and access control. The new contract needs to be scalable and flexible to accommodate new Power Apps and Dynamics 365 applications being introduced into the environment. We are also introducing AI/ Copilot into the environment and Power Platform governance, and security are required to be defined and documented. Through this notice we are looking for engagement with the market and feedback and what is available in general along with any elements of innovation that may need to be considered. Please see below link which will take you to a form with a list of pre market engagement questions. If you could please provide feedback by 24/04/2026 this will be much appreciated. https://forms.office.com/e/dDVq4KKaJJ To Access the EOI Invite Document which is the current version of the Scope which will provide further details on the requirement, please contact ddatprocurement@uksbs.co.uk, referencing DDaT26203 - Acas27467 - Procurement of a Power Platform Service Provider pre market engagement so that we can issue you the Document. Within the EOI Invite Document it details the indicative timelines for the procurement process. Please note that the route to market is undecided at this moment in time. It is hoped that through this pre market engagement this will help inform this.
NHS Staffordshire and Stoke-on-Trent Integrated Care Board (ICB) are awarding an APMS contract for the Provision of Primary Medical Services at Essington Medical Centre in Wolverhampton.
Design, build and fit out of a new operating base in Exeter