Loading...
Loading...
Loading tenders...
Live procurement opportunities from Find a Tender and Contracts Finder
Active Tenders
195
Closing This Week
11
Total Value
£45913.8m
Showing 25 of 195 tenders
The National Planning Policy Framework (December 2024) requires the planning system to support the transition to net zero and take full account of all climate impacts, including overheating, water scarcity, storm risk and coastal change. It also requires authorities determining applications for renewable energy proposals to give significant weight to the benefits of renewable and low carbon energy generation, and to consider identifying suitable areas for renewable and low carbon energy in Local Plans. The December 2025 consultation draft NPPF reinforces the expectation that Local Plans must be underpinned by proportionate, place specific evidence relating to energy, climate resilience and net zero transition. Given these requirements and the islands' constrained grid, nationally protected landscape, heritage sensitivities and unique exposure to climate impacts, a Renewable Energy Capacity Study is essential to inform sound, defensible Local Plan policy. This Renewable Energy Capacity Study is a critical component of the Local Plan evidence base. It will ensure that spatial policies and development management decisions actively support genuinely sustainable development, embedding renewable and low carbon energy generation, energy efficiency and climate resilience into the location, design and delivery of new development. The study will provide the Council with a proportionate, place specific understanding of where and how renewable energy can be delivered in a constrained island context, and how renewable energy considerations should shape housing, employment and infrastructure growth rather than sit alongside it.
South Ribble Borough Council are inviting bids for the repair work to Walton Green Bridge in Walton-Le-Dale PR5 4JL. All bids need to be below £99,000 (INC VAT). Any bids above this value will not be considered.
Huntingdon Town Council are seeking to appoint a suitably skilled and experienced construction contractor to demolish the existing pavilion at KGV playing fields @ St Peters Road, Huntingdon and construct a new cricket and community pavilion and associated landscaping works at King George Fifth Playing Fields in St Peters Rd, Huntingdon. KGV Field was gifted to the people of Huntingdon in ?? This project has been in development for many years, the existing pavilion was built in the 1960's and is no longer fit for purpose and has been closed pending demolition. Scope of requirements The proposed new pavilion building and landscaping works can be summarised as follows: • The new pavilion will replace the existing vandalised and out of use pavilion building in King George V playing field to serve players, spectators and local community groups. • The new building will provide the existing Cricket Square with the following facilities: • Changing rooms for teams and officials • Café and kitchen/servery • WC's and showers • Social area to be used by Cricket club and local community groups. The new building is formed of a single storey consisting of 2 changing rooms to accommodate home and away players, a kitchen, public social area with indoor viewing of the Cricket square. External areas to provide unobstructed access into the building, public seating areas, bin storage, cycle, container storage for grounds equipment and car parking. New shrub and tree planting adjacent to the building. The building is required to be robust and low maintenance as well as presenting an attractive and welcoming arrival point for all users and a positive asset to the community. The existing damaged pavilion is to be demolished as part of the contract works. The successful contractor with the responsibility for finalising the design and delivering the new pavilion building and landscaping works, will be expected to co-ordinate and take on the role of Principal Contractor under the CDM Regulations for the various design and works activities contract. Grant Funding Additional grant funding will be applied for to cover some packages of work within the contract, such as PV solar panels, CCTV, Kitchen fit out, Fixture and Fitting. If successful the main contractor will be asked to coordinate with the external contractor to incorporate the work within the programme and scope of the project .
1. Background LQ Group has a well-established Security Operations Centre (SOC) for protective monitoring and response. Internal security analysts triage and respond to security incidents according to policy. This work is carried out during regular office hours. Due to this shift pattern, we rely on hardening and automated response during out-of-hours. The lack of human triage increases our risk of organizational compromise during nights, weekends, and bank holidays. This risk is especially severe when multiple days pass without SOC staff on shift. 2. Objectives • Successful procurement means establishing a relationship with a security partner capable of providing the OOH SOC Services required to protect the business. • This partner should be an extension of the internal LQ Group SOC, supporting us to further mature our Security Operations. • Establishment of a contract over a three-year period.
Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (MoD) (the ‘Prime Contract’). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together ‘Team Leidos’). This requirement is subject to the Public Procurement Regulations and respective advertising action. The Defence Clothing Team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the The Supply of On Water Clothing and Equipment on behalf of the UK MoD. The total estimated value for this Framework Agreement will be between £30000000 and £74000000, with a total length of 5 Years. In addition, please note that as a framework agreement there is no guarantee of business. If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.com Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Anyqueries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre.
The Authority is seeking a managed service provider to deliver outpatient pharmacy services at Barts Health NHS Trust. Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
Our vision Is to create standalone contract providing a wide range of slings to support prescribers issuing equipment facilitating Hospital Discharge, avoid Hospital admittance and allow Residents to live independently within their own homes. The Contract is aimed to reduce cost by appointing one sole provider for the equipment detailed within the contract and it is envisaged that an open competitive flexible tender under the Procurement Act 23 will be utilised. This contract will sit alongside other contracts for individual types of equipment
Please be aware that the UK1 Pipeline notice notice was published under OCID ocds-h6vhtk-054f76 This framework will allow the purchase of off the Shelf (CotS) Hardware (Technology Products), Software, and the required Associated Services: For Hardware this may be: Laptops, Mobiles, Tablets, desktop computers,smartphones, all peripherals, monitors, printers, scanners, radio frequency identification equipment and human interface devices, etc collectively broadly described as End User Computing; Servers, storage, switches, hubs, routers, back up devices, high performance computing, cloud linkage infrastructure, networking or security related hardware etc broadly described as Infrastructure Hardware Multifunction devices (MFD) such as print devices, as well as mobile devices such as smartphones, tablets, dongles and Wireless Routers (MiFi) and accessories. Assistive Technology or Technology Enabled Care: These products leverage various technologies to enhance safety, convenience, communication, and health management within a home environment. Hardware can be purchased in combination, outright, delivered as a service, leased, or as a utility model but will all be considered physical devices. The hardware offering will align to Carbon Net Zero, Sustainability and Circular IT objectives with the framework providing the ability to provide new or refurbished devices. For Software this may be: Software including but not limited to; commercial off the shelf software (COTS), open source software software licences. Software can be purchased full box or under subscription. Associated Services Are typically in conjunction with or in the support of hardware and software and could be; design,implementation, end user support, continuation of associated services, support and maintenance, build, imaging, warranty, service desk, installation, project management, training, leasing, security management, asset management, network infrastructure management, device as a service, recycling, disposal, data cleansing etc. Recycling services and extended / non OEM support will be available as part of this to extend life or ensure optimal disposal aligned to CNZ, Sustainability and circular IT objectives. Scope will be finalised after market engagement.
Southern Regional College (SRC) on behalf of the six Regional Colleges in Northern Ireland (“NI Colleges”) wishes to appoint Supplier(s) for the Provision of Supply and Delivery of Plumbing Supplies. The contract will be subdivided into six individual Lots, one for each of the colleges. There are no restrictions on the number of lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for any lot they wish. However, Tenderers must be able to provide and deliver all plumbing supplies listed within each lot bid for. Tenderers should refer to the Specification Schedule for more details on the services required.
Description Pre- Market Engagement Notice: Productivity, Collaboration and Automation Enablement Northumbrian Water Group (NWG) is undertaking a pre-market engagement exercise to help us understand supplier capability, delivery approaches and partnering models to support our productivity, collaboration and automation landscape. This engagement is intended to inform potential future commercial options and does not constitute a commitment to procure, nor a call for competition. Purpose of Engagement NWG want to understand what services and partner models are available in the market to potentially set up a future multi-supplier framework and help us maximize value from: 1. Microsoft 365 (productivity and collaboration) 2. Power Platform (solution and workflow enablement) 3. Intelligent automation (including UiPath and Microsoft automation capabilities such as Power Automate Cloud & Power Automate Desktop) 4. The insight and reporting layer required to measure adoption and benefits (Power BI / Microsoft Fabric where appropriate) We are interested in suppliers who can work as a trusted partner alongside our teams, helping us improve adoption, strengthen governance, and demonstrate measurable value over time (not just deliver one-off pieces of work). Strategic intent NWG wants to build a repeatable, enterprise-grade capability for modern work and automation. We are looking for partners who can help us: • Improve adoption and effective use of tools (not just deploy features). • Put in place practical governance and support models so solutions are safe, supportable and scalable. • Use the right automation approach for the right job, including: - Power Automate for workflow automation - Microsoft Copilot agents/agent extensions where appropriate (agents that use approved knowledge and can take approved actions in workflows) - UiPath where RPA is genuinely required • Move towards end-to-end automation and orchestration for complex processes, including long running workflows and human approvals where needed. • Make outcomes measurable (adoption, performance and benefits), using Power BI / Fabric where it helps. Our processes run across a wide application estate. We are interested in automation and orchestration that can work end to end across multiple enterprise platforms (for example Oracle, ServiceNow, Maximo, Autodesk Construction Cloud (ACC), and other business systems), as well as Microsoft 365. Where possible, we prefer API/connectors and reusable integration patterns, with UI automation where unavoidable. We are also interested in secure integration and supporting components "behind the scenes" (including Azure where needed) to keep solutions reliable at scale. Framework intent - NWG is exploring a potential multi supplier framework to provide access to a broad range of specialist skills, with the ability to call off support as needed through outcome focused work packages and/or embedded delivery models alongside NWG teams. The final scope, structure and commercial approach may be refined based on this engagement. Areas of Interest (Non-Exhaustive) Suppliers are invited to share high level information on capability and experience across the following areas (non exhaustive): 1. Microsoft 365 optimisation and governance (e.g. Teams, SharePoint, Viva) 2. Power Platform development and governance (Power Apps, Dataverse, Power Automate) 3. Workflow automation and orchestration (Power Automate and integration-led approaches) 4. RPA and intelligent automation (UiPath/Power Automate Desktop), including guidance on when RPA is justified 5. Agent based automation in the Microsoft ecosystem (Copilot agents/extensions) and how this is governed safely (NWG is not seeking unmanaged AI tools; Copilot agents must operate within approved knowledge sources, governed actions, and auditable workflows) 6. End to end process orchestration across systems, including long running processes, exceptions and human approvals 7. Adoption, change, upskilling and knowledge transfer (so NWG ownership increases over time) 8. Value realisation and measurement (dashboards/KPIs/benefits reporting using Power BI/Fabric where appropriate) Supplier Response Please submit a short capability overview (maximum 4-6 slides or 3 pages) covering: • Your relevant service offerings (aligned to the 8 capability areas above) • Examples of similar work in large and/or regulated organisations • Your typical engagement model(s) (e.g. outcome based, embedded teams, managed service, call off approach) • How you would support adoption, governance and value realisation (high level) To help us compare responses, please also answer these three short prompts (on a single page): 1. How do you decide between Power Automate, Copilot agents, API-based automation and RPA (UiPath)? 2. Provide one example of an end to end process you've supported across multiple platforms, and how you handled exceptions and approvals. 3. What does "good" look like for governance and support in production (high level)? This information will help NWG shape requirements and consider appropriate commercial models.
Management of outbreaks and incidents covering residents of Hertfordshire and West Essex
The council requires the appointment of multiple providers, registered by the Care Inspectorate to provide daycare services to children, to deliver Early Learning and Childcare within the Glasgow boundary
The City of Edinburgh Council (the Council) are seeking to establish a contract for a provider to deliver the First Aid Awareness training element of the Taxi and Private Hire Car (PHC) Intermediate Course.
Environment Agency (EA) Asset Management Software System delivering an enterprise Asset Management platform. EA are looking to secure a platform provision that is sufficiently flexible to deliver those capabilities in the best way utilising current and future technologies. This is a Request for Information (RFI) and relates to Preliminary Market Engagement (PME) only, not a procurement exercise. The objective of this RFI and PME is for the Environment Agency (EA), the Authority, to obtain key information to understand the market’s capability, innovation, approaches, on what it has to offer and how it may be able to meet the EA’s needs both now, and in the future. Further to the previously published pipeline notice, please be aware that the Authority plans to publish the Invitation to Tender (ITT) for this via a potential Competitive Flexible Procedure by early September 2026. It should be noted that this planned procurement is subject to internal governance and approvals. The EA reserves the right to alter any aspect of this planned procurement notice before a tender notice is published, or to not proceed with the procurement in any way. This notice summarises certain aspects of the procurement but does not purport to contain complete descriptions of it, nor to be all inclusive or contain all the information that a prospective tenderer may require when determining whether to take part in any subsequent tender notice to be published. The Environment Agency (EA) are seeking to procure an Enterprise Asset Management (EAM) system, which is sufficiently flexible to deliver ISO 55000 compliance and asset management capabilities, utilising current and future technologies. EA will be seeking suppliers that can potentially provide: (a) A unified system with strong standardisation and governance (b) Centralises information storage with consistent formats and locations (c) Streamlines processes to reduce inefficiencies, duplication, and costs (d) Enhances data accessibility to support informed decision-making and effective risk management (e) Complies with ISO 55000, 19650, and 9000 (f) Should provide a simple, intuitive, and partially automated user experience (g) Preference for a unified platform; integrated solutions also acceptable (h) Suppliers must support migration of existing records with metadata tagging (i) Enable file retrieval using metadata and spatial context (j) Solution must allow full export of files, metadata, and configurations to avoid vendor lock-in The objectives of EAM are: (a) Implement an asset management system that is compliant with the Institute of Asset Management’s (IAM) – An Anatomy. (b) Create a single source of truth supporting the entire asset lifecycle. (c) Enable accurate, trusted Business Intelligence. (d) Achieve ISO19650 and ISO55000 compliance. (e) Improve file/data accessibility, storage, sharing, and user experience. (f) Enhanced data governance and risk mitigation (e.g., reduced security and legal risks). (g) Reduced inefficiencies, such as duplication and process waste. (h) Support carbon reduction and improved sustainability through streamlined practices Procurement Reference.
Please see attached file for description. Additional information: We are seeking expressions of interest from suitably qualified and experienced contractors to express interest in this opportunity.
This procurement covers children's residential care placements for Gloucestershire County Council. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.
This procurement covers pest control services for Walsall Council. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.
This procurement covers ev charging infrastructure installation for Darlington Borough Council. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.
This procurement covers housing repairs and responsive maintenance for London Borough of Newham. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.
This procurement covers playground equipment supply and installation for London Borough of Richmond upon Thames. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.
This procurement covers it infrastructure and cloud migration services for North Somerset Council. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.
This procurement covers air quality monitoring equipment and services for Hyndburn Borough Council. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.
This procurement covers road safety audit and traffic management for Thanet District Council. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.
This procurement covers library management system and digital services for Tunbridge Wells Borough Council. The contract includes all aspects of service delivery, performance monitoring, and quality assurance as specified in the tender documentation.