2026-03-06 Notices (78)
10:00
Planning (1)
Dover Harbour Board
Dover Harbour Board - Provisional Harbour Towage Services
None planning Kent
Description
The Dover Harbour Board (DHB) intends to undertake preliminary market engagement in accordance with the Procurement Act 2023, to further inform its ongoing review of long-term harbour towage arrangements as identified in Find a tender notice identifier: 2025/S 000-000055 dated 3rd January 2025.
This engagement is for information-gathering purposes only and does not constitute a procurement exercise.
DHB will be seeking to hold discussions with a maximum of 5 experienced harbour towage operators under an NDA, to allow DHB to better understand current market capability and typical delivery models for a 24/7 harbour towage service.
Current (4)
Sandwell Metropolitan Borough Council
Corporate Access Works at Highfields Register Office (ground floor Ceremonies Toilets)
None tender Sandwell
Description
Internal alterations to existing ground floor Ceremonies Toilets in single-storey extension at
rear of main building (direct access off car park) - to enlarge wheelchair-accessible toilet and
update single-sex Male & Female Toilet areas.
Lowestoft Town Council
Sparrows Nest Public Toilet Refurbishment
None tender Suffolk
Description
Lowestoft Town Council invites suitably qualified and experienced contractors to submit proposals for the refurbishment of the existing public toilets within Sparrows Nest Park, the existing toilets consist of a separate male, female and accessible toilets.
The purpose of this project is to create a modern set of public toilets which are in keeping with the park and surrounding area.
This tender document outlines the project requirements, scope of works, timelines, evaluation criteria, and submission expectations for interested contractors.
Project Aim: To design and construct a durable, modern and bright set of public toilets that are easy to maintain and comply with all current regulations.
Key Objectives
• Be of a modern design which complements the park and its surroundings.
• Robust and hard wearing to suit the high usage in peak seasons.
• Deliver a safe, accessible, and low-maintenance asset for long-term community use.
• Be fully compliant with all current regulations and standards.
Scope of Works
The appointed contractor will be responsible for the full design and installation of the new toilets, including but not limited to:
• Site assessment and feasibility considerations.
• Concept design and detailed technical design.
• Safe isolation and removal of all existing toilet systems
• Supply of all materials, plant, and labour.
• Project management and programme coordination.
• Health and safety compliance (including CDM regulations where applicable).
• Construction and installation works.
• Quality assurance, testing, and certification.
• Site reinstatement and finishing works.
• Handover documentation including maintenance guidance.
Contractors must ensure designs reflect best practice in public toilet design, durability, safety, accessibility, and long-term maintenance efficiency.
Design Requirements
Contractors are requested to provide the following:
• New hygienic wall coverings to all toilet areas
• New anti slip floor tiling
• New lighting through out
• Installation of new water heater, including all required thermostatic blending valves
• New extract systems to all toilet areas
• Provision for suitable hand wash facilities including hand drying, soap dispensers and waste bins
• All new sanitary ware and cubicle systems
• Fully DDA compliant accessible toilet
• Decoration throughout
• Replacement entrance doors to 3 toilets
Recommended Design
Contractors are encouraged to include a recommended design they believe best meets the project objectives and represents optimal value.
Design Submission Content
Design proposals should include:
• Concept visuals, layouts, and drawings.
• Description of features and riding flow.
• Intended user groups and skill progression.
• Accessibility and inclusive design considerations.
• Materials and surfacing specification (e.g.
asphalt, concrete, modular systems).
• Drainage approach.
• Safety design considerations and risk mitigation.
• Maintenance requirements and lifecycle expectations
Milton Keynes City Council
Residential EV Chargers Concession Contract - 2
None tender Milton keynes
Description
Milton Keynes City Council (the "Council") are currently out to tender for the provision of concession contract for Residential EV chargers.
The Council has been allocated £1.442M OZEV LEVI (Local Electric Vehicle Infrastructure) Capital funding.
The funding will be used to deliver a range of residential, on-street charging infrastructure.
With a combination of LEVI funding and private sector funding we are proposing to deliver around 101 charge points per tendered Lot across two geographically split Lots.
Each residential locality within the Lots will be assessed for viable EVI installations consisting of a mix of 7-22kw and 50kw chargers.
This equates to around 202 charging sockets per Lot.
In addition to the installation of new residential charge points, from June 2029, these contracts will also include the transition of all Milton Keynes City Councils existing residential charge points within the localities of each Lot.
The procurement is divided in two lots: Blue Lot and Green Lot.
The Council proposes to enter into a separate contract for each lot that will be for a term of 15 years.
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Suicide Prevention Pilot Service
health tender Cardiff
Description
The pilot service will provide support for adult (18+) residents of Gwent who:
- Are experiencing intense and distressing suicidal thoughts and/or have recently made a suicide attempt.
- Are not eligible for support from: crisis team, secondary mental health care including community mental health teams.
- Do not have an underlying mental health diagnosis for which they are receiving specialist mental health service input or complex drug/alcohol dependencies.
- Are experiencing a crisis that has been driven by acute life events such as relationship breakdowns, financial problems, bereavement or job loss.
- Do not need urgent medical attention for a physical health concern.
- Are willing to engage in the service.
- Are affected by someone who is experiencing suicidal ideations and/or has made a suicide attempt, e.g., partners/families/frontline staff and anyone who witnessed a suicide attempt.
See tender documents for further information.
Updated (4)
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
Certero Enterprise for ITAM & SAM
software awardUpdate Hampshire
Description
NHS South, Central and West Commissioning Support Unit (SCW) has awarded a contract for Certero Enterprise for ITAM & SAM to CDW Limited.
This requirement has been procured via Further competition through the Crown Commercial Services
(CCS) Technology Products 2 RM6098 Technology Products
& Associated Services 2 Framework - Lot 3 Software.
Additional information: NOTE: To register your interest in any future opportunities and obtain any additional information please visit the SCW E-Procurement Web Site at the link provided.
https://health-family.force.com/s/Welcome
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
Microsoft Unified Support
software awardUpdate Hampshire
Description
NHS South, Central and West Commissioning Support Unit (SCW) has awarded a contract for Microsoft Unified Enterprise support to Microsoft Limited.
This requirement has been procured via Crown Commercial Services (CCS) G-Cloud 14 Framework Agreement (RM1557.14) - Lot 3: Cloud support
Additional information: NOTE: To register your interest in any future opportunities and obtain any additional information please visit the SCW E-Procurement Web Site at the link provided.
https://health-family.force.com/s/Welcome
Defence Infrastructure Organisation
The supply of electricity to MOD sites in Northern Ireland
None planningUpdate Staffordshire
Description
UK 1 Pipeline Notice for the supply of commercial and domestic electricity to MOD sites in Northern Ireland.
The Defence Infrastructure Organisation (DIO), part of the UK Ministry of Defence (MOD), intends to procure the supply of electricity services for MOD establishments located in Northern Ireland (NI).
Electricity is essential for sustaining daily operations across the MOD Estate, and continued supply is critical to maintaining full operational capability at all NI sites.
The requirement covers the secure, reliable, and compliant provision of electricity to MOD locations across Northern Ireland.
Continuity of supply is vital to ensure the ongoing operation of key facilities and infrastructure.
A loss of electricity supply to MOD NI sites would have significant operational consequences, including:
Rendering affected establishments inoperative where functional infrastructure relies on electricity.
Creating potential health and safety risks for MOD personnel.
The Authority therefore seeks a supplier capable of delivering dependable electricity services across the NI Estate to ensure operational continuity.
Hampshire County Council
Framework Agreement for the Supply of Batteries and Torches
None tenderUpdate Hampshire
Description
The County Council wishes to establish a framework agreement for the supply of batteries and torches to Hampshire County Council (County Supplies) and Hertfordshire County Council Dept Herts FullStop.
The Goods identified in the Specification (Annex 1) will be palletised and delivered to the two warehouses only, for onward distribution to customers.
Delivery information is also contained in the Specification (Annex 1).
More detail on the requirements can be found in the Pricing Schedule (Annex 2).
Awarded (24)
UK RESEARCH & INNOVATION
ITT for projects 10187191, 10184928
consulting award Swindon
National Highways Limited
PDF Framework - M61 J3-2 MP2/5 Carriageway Edge Erosion
construction award Nottinghamshire
UK RESEARCH & INNOVATION
ITT for project 10185329
consulting award Swindon
Gloucestershire Hospitals NHS Foundation Trust
PCI Consumables (Teleflex) NPM
products award Gloucestershire
Description
National Pricing Matrix for Guideliners from Teleflex.
This formed part of the Percutaneous coronary intervention consumables for Cardiology - Primarily Stents and Balloons.
Since 2012, Gloucestershire Hospitals NHS Foundation Trust (GHFT) has partnered with the Peninsula Purchasing and Supply Alliance (PPSA) to support its Cardiology consumables strategy.
Contract Value:
Intial Term: 14 months £83,297
Max Term: 26 months £154,700
Contract Duration: 14 months - 16/12/2025-26/02/2027.
There is an option to extend for an additonal 12 months.
The 2015 framework this is applicable to is: 2021/S 000-017565 -Interventional Cardiology, Interventional Radiology and Interventional Neuroradiology, Cardiac Rhythm Management and Electrophysiology.
UK RESEARCH & INNOVATION
ITT for project 10186887
consulting award Swindon
Gloucestershire Hospitals NHS Foundation Trust
PCI Consumables (Teleflex) NPM
products award Gloucestershire
Description
National Pricing Matrix for Guideliners from Teleflex.
This formed part of the Percutaneous coronary intervention consumables for Cardiology - Primarily Stents and Balloons.
Since 2012, Gloucestershire Hospitals NHS Foundation Trust (GHFT) has partnered with the Peninsula Purchasing and Supply Alliance (PPSA) to support its Cardiology consumables strategy.
Contract Value:
Intial Term: 14 months £83,297
Max Term: 26 months £154,700
Contract Duration: 14 months - 16/12/2025-26/02/2027.
There is an option to extend for an additonal 12 months.
The 2015 framework this is applicable to is: 2021/S 000-017565 -Interventional Cardiology, Interventional Radiology and Interventional Neuroradiology, Cardiac Rhythm Management and Electrophysiology.
Gloucestershire Hospitals NHS Foundation Trust
PCI Consumables (Teleflex) NPM
products award Gloucestershire
Description
National Pricing Matrix for Guideliners from Teleflex.
This formed part of the Percutaneous coronary intervention consumables for Cardiology - Primarily Stents and Balloons.
Since 2012, Gloucestershire Hospitals NHS Foundation Trust (GHFT) has partnered with the Peninsula Purchasing and Supply Alliance (PPSA) to support its Cardiology consumables strategy.
Contract Value:
Intial Term: 14 months £83,297
Max Term: 26 months £154,700
Contract Duration: 14 months - 16/12/2025-26/02/2027.
There is an option to extend for an additonal 12 months.
The 2015 framework this is applicable to is: 2021/S 000-017565 -Interventional Cardiology, Interventional Radiology and Interventional Neuroradiology, Cardiac Rhythm Management and Electrophysiology.
Suffolk County Council Passenger Transport
2026-03-02 TN189 Bradfield Combust to Cockfield Primary School - AWARD
services award Suffolk
Description
Suffolk County Council is seeking a mini competition against the following Dynamic Purchasing System: `The supply of Passenger Transport Services`, OJEU Notice Id: 2018/S 031-067685.
2026-03-02 TN189 Bradfield Combust to Cockfield Primary School
Further details can be found in the 'Tenders / My Tenders' area of this website, by selecting the 'View Details' button for this project.
The deadline for returned submissions is MONDAY 2ND MARCH 2026 AT 09.00 Please note late returns will NOT be permitted.
The deadline for clarification questions is WEDNESDAY 25TH FEBRUARY 2026 AT 09.00 which must be generated via the correspondence option on the website.
UK RESEARCH & INNOVATION
ITT for project 10186681
consulting award Swindon
UK RESEARCH & INNOVATION
ITT for projects 10187164, 10187364
consulting award Swindon
PROSPER
Tyne Housing - Wave 3 Clerk of Works Services
construction award North tyneside
Description
Tyne Housing are seeking a Consultant to provide Clerk of Works services.
Prosper Procurement Ltd (PROSPER) is managing this procurement on behalf of the Contracting Body.
PLEASE NOTE: This is an award notice following a Direct Award under a Framework Agreement and this contract has been let.
Additional information:
This is an award notice following a direct award under framework ref.
DN579881 - Design and Consultancy Services Framework [FTS Ref:2021/S 000-030132]
UK RESEARCH & INNOVATION
ITT for project 10187357
consulting award Swindon
Integrated Laboratory Solutions LLP
PSR - CALL OFF ORDER FOR WEQAS MICROBIOLOGY SCHEME REFERRED TESTS
health award Bradford
Description
*PSR DIRECT AWARD A AWARD NOTICE**
CALL OFF ORDER FOR WEQAS MICROBIOLOGY SCHEME REFERRED TESTS
VALUE OF THE CONTRACT £15,000
TO BE FOR THE PERIOD 01/04/2026 TO 31/03/2027.
Integrated Laboratory Solutions LLP
PSR - CALL OFF ORDER FOR REFERRED GUT HORMONE BIOCHEMISTRY TESTS
health award Bradford
Description
**PSR DIRECT AWARD A AWARD NOTICE**
CALL OFF ORDER FOR REFERRED GUT HORMONE BIOCHEMISTRY TESTS
VALUE OF THE CONTRACT £45,000
TO BE FOR THE PERIOD 01/04/2026 TO 31/03/2027 .
Integrated Laboratory Solutions LLP
PSR - CALL OFF ORDER FOR REFERRED HAEMATOLOGY & BIOCHEMISTRY TROPICAL DISEASE TESTING
health award Bradford
Description
**PSR DIRECT AWARD A AWARD NOTICE**
CALL OFF CONTRACT FOR HAEMATOLOGY AND BIOCHEMISTRY (TROPICAL DISEASE) TESTING
VALUE OF THE CONTRACT £9,000
TO BE FOR THE PERIOD 01/04/2026 TO 31/03/2027.
Integrated Laboratory Solutions LLP
PSR - CALL OFF ORDER- BLOOD TRANS FROM NUFFIELD DIAGNOSTICS - RECYCLING SCHEME
health award Bradford
Description
**PSR DIRECT AWARD A AWARD NOTICE**
CALL OFF ORDER- BLOOD TRANS FROM NUFFIELD DIAGNOSTICS - RECYCLING SCHEME.
VALUE OF THE CONTRACT £45,000
TO BE FOR THE PERIOD 01/04/2026 TO 31/03/2027.
Integrated Laboratory Solutions LLP
PSR - CALL OFF ORDER FOR CHEMISTRY NEQAS SCHEME TESTING
health award Bradford
Description
**PSR DIRECT AWARD A AWARD NOTICE**
CALL OFF CONTRACT FOR CHEMISTRY NEQAS SCHEME TESTING
VALUE OF THE CONTRACT £7500
TO BE FOR THE PERIOD01/04/2026 TO 31/03/2027.
Integrated Laboratory Solutions LLP
PSR - CALL OFF ORDER FOR REFERRED TESTS
health award Bradford
Description
.**PSR DIRECT AWARD A AWARD NOTICE**
CALL OFF CONTRACT FOR BIOCHEMISTRY TESTING
VALUE OF THE CONTRACT £15,000
TO BE FOR THE PERIOD01/01/2026 TO 31/12/2026.
Yorkshire Purchasing Organisation
Engineering Inspection Services II (including insurance)
None award Wakefield
Description
YPO are looking for Providers to be appointed onto an Open Framework for the provision of Engineering Inspection Services (including insurance).
This Open Framework is designed to meet the needs of all public sector Contracting Authorities, by establishing an agreement for Providers to deliver Engineering Inspection Services (including insurance) to YPO customers either on a contractual basis or via customers' appointed brokers.
LANCASHIRE RENEWABLES LIMITED
Initial Refurbishment, Maintenance and Service for Gas Engines / Gensets
None award Lancashire
Description
Lancashire Renewables Limited (LRL) was established for the operation and management of two central waste treatment facilities.
LRL's key objectives are to receive, treat and transport contract waste in accordance with the targets and service requirements set out in the Service Level Agreement between the company and its majority shareholder, Lancashire County Council.
Each of LRL's two waste treatment facilities is designed to process and handle various municipal waste types arranged and supplied by Lancashire County Council and Blackpool Council.
From April 2026, this means that source separated food waste from Lancashire's Households will be transported for processing into LRL's site based at Farington, Leyland (PR26 6TB).
Until 2014, LRL had an anaerobic digestion (AD) process in operation.
The inputs came from residual 'black bin' household waste with organics separated via rotating trommels and metal separation.
Waste was then fed into pre-treatment technologies before the organic soup produced was fed into the anaerobic digestion process.
Gas produced from the process was pre-treated to remove hydrogen sulphide and other undesirable compounds before being fed into a gas storage vessel prior to use by the power generation infrastructure.
The biomethane supplied two MWM TCG 2020K V12 engines with fuel to generate electricity which was then used on-site rather than exported into the grid.
The historical AD pre-treatment process was inefficient and expensive to run.
As a result, the process ceased to operate in 2014 and the associated areas were put in a state of preservation and mothballed.
It is estimated that the gas engines were only used for approximately 10000 hours prior to being decommissioned, having being installed circa 2010.
As household source-separated food waste collections in England are mandatory from April 2026, LRL is looking to recommence a new AD process at its site based at:
Lancashire Renewables Limited
Farington Waste Recovery Park
Sustainability Way
Leyland
PR26 6TB
To facilitate this, 2 no.
gas engines / gensets are required to be brought back into operational service at LRL's Leyland site.
Therefore, the contract will include offsite initial refurbishment, delivery back to site, installation and testing, followed by ongoing service and maintenance.
It is likely that the initial refurbishment and install back on site of the two gensets must be completed by 31/03/2026.
It is possible that the same works may be undertaken, and hence the contract could require an additional 2 no.
gas engines / gensets of the same manufacturer and model at LRL's Thornton facility.
The contract will include provision for this, although it is to be decided at a later date whether this will be exercised.
Sefton Council
Electrician & Power for Southport Events in 2026
None award Sefton
Description
Electrician & Power for Southport Events in 2026 (with 2 x 12-month extension options).
Sefton Council’s Tourism Section is responsible for arranging events for the Southport area which includes the Southport Food and Drink Festival, the Southport Air show and The British Musical Fireworks Championships.
They are hugely popular events that are well attended.
Transport for Greater Manchester
TfGM MS SharePoint & Power Platform Support 2026
software award Greater manchester
Description
TfGM utilised the Crown Commercial Service TG-Cloud 14 Framework Agreement to source a supplier for this service.
Only suppliers on this framework and that were shortlisted, were included in the procurement process and so were only able to apply.
RYKNELD HOMES LIMITED
Contract for the provision of security services and call handling
consulting award Derbyshire
Description
to provide call handling and out of hours services -in line with services provided currently
Cardiff University
Purchase of Maskless Laser Lithography System
None award Cardiff
Description
The Institute for Compound Semiconductors (ICS) intends to procure a maskless laser lithography system to support essential expansion of its capability
09:00
Planning (2)
Prospect Community Housing
Insurance and Related Services 2026 for Prospect Community Housing
services planning City of edinburgh
Description
The Contract is for the provision of general insurance and related services, including
claims handling, loss control services and general
programme maintenance and advice as required by Prospect Community Housing
commencing 1st October 2026.
Ministry of Defence
Pipeline Notice - Surface Finishing Delivery for the RAF
None planning Buckinghamshire
Description
The Authority requires a Surface Finish (SF) capability to support Air Systems in the Project URD.
This capability is essential to ensure the continued airworthiness of these Air Systems, as mandated by the relevant Platform Engineering Authorities.
Current (0)
Updated (5)
Derbyshire County Council
CPH130 Social Connection Service
None tenderUpdate Derbyshire
Description
The Council is seeking providers to deliver a social connection service for Derbyshire residents (excluding Derby City Residents).
This service is being procured under the Light Touch Regime of the Procurement Act 2023.
The service will deliver effective, prevention focused social connection initiatives to reduce loneliness, improve wellbeing, make best use of community assets, and strengthen the resilience of local communities.
The contract is divided into three geographical lots across the County.
Lot 1: North East - Bolsover, Chesterfield and North East Derbyshire
Lot 2: North West - High Peak and Derbyshire Dales
Lot 3: South - Erewash, Amber Valley and South Derbyshire
The Social Connectedness Service will commence on 01 November 2026 for a period of 2 years to 31 October 2028, with an option to extend for a further 12 months.
The total contract term will be up to 3 years.
Prospective tenderers should note that this contract may be affected by Local Government Reorganisation (LGR).
In accordance with Schedule 8 of the Procurement Act 2023, this contract may be novated to a successor council or otherwise modified to reflect the requirements of any new council arrangements arising from LGR.
The exact nature of any modification or novation cannot be determined at this time, but such changes will be managed under both the Procurement Act 2023 and the contractual provisions
Lochfield Park Housing Association
Lochfield Park HA Maintenance Framework 2026
services tenderUpdate Glasgow city
Description
The successful Candidate(s) will be selected to join existing/ new framework Lots as one of the contractors or consultants responsible for reactive (& related planned/ cyclical) maintenance to approximately 607 tenanted or factored properties, the Association’s offices and all associated roofs/ common/ backcourt/ garden areas at Various Addresses, Easterhouse, Glasgow G34.
NHS NORTH EAST AND NORTH CUMBRIA INTEGRATED CARE BOARD
Minor Oral Surgery North Tees
health tenderUpdate
Description
This is a PSR 2023 Direct Award Process C Intention to Award Notice for Minor Oral Surgery North Tees.
NHS NORTH EAST AND NORTH CUMBRIA INTEGRATED CARE BOARD
Minor Oral Surgery County Durham & Darlington
health tenderUpdate
Description
This is a PSR 2023 Direct Award Process C Intention to Award Notice for Minor Oral Surgery Service County Durham & Darlington.
NHS NORTH EAST AND NORTH CUMBRIA INTEGRATED CARE BOARD
Advanced Sedation services (Dental)
health tenderUpdate
Description
This is a PSR 2023 Direct Award Process C Intention to Award Notice for This is a PSR 2023 Direct Award Process C Intention to Award Notice in North Tees.
Awarded (18)
UK RESEARCH & INNOVATION
ITT for projects 10187244, 10185604, 10181304
consulting award Swindon
The Christie NHS Foundation Trust
Pathology Microscopes x3
products award Greater manchester
The Christie NHS Foundation Trust
Bayer Centrago Injector
products award Greater manchester
The Christie NHS Foundation Trust
Ocura - Ward Furniture
products award Greater manchester
UK RESEARCH & INNOVATION
ITT for project 10182598
consulting award Swindon
UK RESEARCH & INNOVATION
ITT for projects 10184590, 10182688, 10184953
consulting award Swindon
UK RESEARCH & INNOVATION
ITT for project 10184436
consulting award Swindon
UK RESEARCH & INNOVATION
ITT for project 10182891
consulting award Swindon
Wyre Borough Council
Provision of a Bulky Waste Service
None award Lancashire
Description
Bulky Waste Service is a bulky household items collection service, which includes re-use, recycling and recovery of collected items, operating across Fylde and Wyre.
We are looking to appoint a single supplier to provide the management and delivery of the Bulky Waste Service, on behalf of Fylde Council and Wyre Borough Council.
The successful supplier will operate an appointment system for the collection of bulky items and collection dates, including a choice of am/pm and evening collections in a 3 hour time zone, via the supplier's ordering system which will be capable of interfacing with council customer service IT and call handling systems.
The service shall as a minimum be provided Monday to Saturday, with at least one evening and weekend slot available within each Local Authority area.
The service provider will not be required to provide the service on Bank Holidays, nationally proclaimed holidays, nor between Christmas Day and New Years Day (inclusive).
The Service Provider shall organise the service such that it is capable of meeting the Fylde Council and Wyre Council's service requests to ensure no customer waits longer than 10 working days (unless requested by the customer).
The Service Provider must provide enough resource to handle, as a minimum, 6,450 collections per annum across the two Authorities operating 6 days per week including 2 evenings and a Saturday.
Fylde Council and Wyre Council wish to appoint a Service Provider who can clearly demonstrate the ability to meet our requirements and who offers the most advantageous tender.
It is anticipated that the contract term will be from 1 April 2026 to 31 March 2030, with the option to extend for a period of 1 year (subject to contract review and budget availability).
NHS NORTH EAST AND NORTH CUMBRIA INTEGRATED CARE BOARD
Attention Deficit Hyperactivity Disorder (ADHD) and Autism Pathway services NHS North East and North Cumbria (Patient Choice)
health award
Description
NHS North East and North Cumbria Integrated Care Board (NENC ICB) has awarded a contract for the provision of Attention Deficit Hyperactivity Disorder (ADHD) and Autism diagnostic and assessment pathway services under the patient choice Framework.
The service includes assessment, diagnosis, post-diagnostic support, and associated clinical interventions delivered in accordance with relevant national guidance and local pathway requirements.
The contract has been awarded to NHS North East and North Cumbria Integrated Care Board following Direct Award Process B under the The Health Care Services (Provider Selection Regime) Regulations 2023.
For the avoidance of doubt, the provisions of the Procurement Act 2023 and Procurement Regulations 2024 do not apply to this award.
This contract covers ADHD and Autism diagnostic and treatment pathway services across the NENC ICB footprint.
The service operates on an activity-based tariff model.
The estimated total value shown reflects the highest unit tariff for the purposes of system entry.
Payment is made on an activity basis and there is no guaranteed minimum activity.
East London Waste Authority
Provision of Closed Landfill Monitoring, Maintenance and Management Services
None award Greater london
Description
The Authority is responsible for two (2) closed landfill sites to ensure they are managed and maintained in a manner so that it is unlikely that the Sites cause pollution of the environment, harm to human health and the general security of the Authority's assets.
The sites are currently managed directly by the Authority through two full time equivalent employees based on site with oversight by the central team.
• The Authority wishes to appoint a contractor to manage, monitor and maintain the two (2) Sites accordingly.
NHS NORTH EAST AND NORTH CUMBRIA INTEGRATED CARE BOARD
Attention Deficit Hyperactivity Disorder (ADHD) and Autism Pathway services NHS North East and North Cumbria (Patient Choice)
health award
Description
NHS North East and North Cumbria Integrated Care Board (NENC ICB) has awarded a contract for the provision of Attention Deficit Hyperactivity Disorder (ADHD) and Autism diagnostic and assessment pathway services under the patient choice framework.
The service includes assessment, diagnosis, post-diagnostic support, and associated clinical interventions delivered in accordance with relevant national guidance and local pathway requirements.
The contract has been awarded to NHS North East and North Cumbria Integrated Care Board following Direct Award Process B under the The Health Care Services (Provider Selection Regime) Regulations 2023.
For the avoidance of doubt, the provisions of the Procurement Act 2023 and Procurement Regulations 2024 do not apply to this award.
This contract covers ADHD and Autism diagnostic and treatment pathway services across the NENC ICB footprint.
The service operates on an activity-based tariff model.
The estimated total value shown reflects the highest unit tariff for the purposes of system entry.
Payment is made on an activity basis and there is no guaranteed minimum activity.
Department of Agriculture, Environment and Rural Affairs
Provision of Field Veterinarians for DAERA VSAHG
None award Belfast
Cheshire West and Chester Council
Stair lift maintenance
None award Cheshire west and chester
Cheshire West and Chester Council
Market Furniture
None award Cheshire west and chester
London Borough of Hillingdon
LB Hillingdon- Street Lighting Term Service Contract
None award Greater london
Description
The term service contract includes the following, but not limited to,
Capital Investment works include column replacement programme, column painting and structural testing
Terms service works including;Routine maintenance, inspection, maintenance and testing of street lighting & traffic signs, bollard & traffic sign cleaning, Non-routine maintenance- street lighting & traffic signs inc emergency calls outs and on-going fault repairs, Night scouting, 24hr emergency call out facility, Fault report management, Electrical testing every 6 years
The Contract will be for an initial term of seven (7) years with an extendable option for a period of five (5) years, giving a total of twelve (12) years (the Term).
The option to extend is for a period of five (5) years is subject to full service and commercial review.
VIVID Housing Ltd
St Marys House Roof Replacement
None award Portsmouth
Stoke on Trent City Council
Supply of 2 x 3.5 t Panel Vans for outright purchase
None award Stoke-on-trent
Description
Supply of 2 x 3.5t Panel Vans for Outright Purchase.
Complete vehicles and all equipment shall be supplied with full type approval and CE marked or equivalent.
Tendered price shall include, from delivery, first registration and 12 months road fund licence.
08:00
Planning (5)
AMEY DEFENCE SERVICES LIMITED
FDIS - Leuchars Whole House Refurbishments to 35 properties - FY2026/27 - Amey North Region - Scotland
construction planning Cambridgeshire
Description
North Region - Scotland
Whole House Refurbishments, scope of works likely to include:
• Replace Kitchen & Bathroom
• Replace Doors and Windows
• Replace Roof
• Replace Boiler/Heating/Plumbing
• Electrical rewire
• Internal reconfigurations
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, comp lete 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 not 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.
AMEY DEFENCE SERVICES LIMITED
FDIS - Grantham Whole House Refurbishment of 2 properties - FY2026/27 - Amey Central Region - East Midlands & Nth
construction planning Cambridgeshire
Description
Central Region - East Midlands & Nth
Whole House Refurbishments, scope of works likely to include:
• Replace Kitchen & Bathroom
• Replace Doors and Windows
• Replace Roof
• Replace Boiler/Heating/Plumbing
• Electrical rewire
• Internal reconfigurations
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, comp lete 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 not 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.
AMEY DEFENCE SERVICES LIMITED
FDIS - Topcliffe Whole House Refurbishments to 7 properties - FY2026/27 - Amey North Region - Northern England
construction planning Cambridgeshire
Description
North Region - Northern England
Whole House Refurbishments, scope of works likely to include:
• Replace Kitchen & Bathroom
• Replace Doors and Windows
• Replace Roof
• Replace Boiler/Heating/Plumbing
• Electrical rewire
• Internal reconfigurations
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, comp lete 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 not 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.
AMEY DEFENCE SERVICES LIMITED
FDIS - Strensall Whole House Refurbishments to 10 properties - FY2026/27 - Amey North Region - Northern England
construction planning Cambridgeshire
Description
North Region - Northern England
Whole House Refurbishments, scope of works likely to include:
• Replace Kitchen & Bathroom
• Replace Doors and Windows
• Replace Roof
• Replace Boiler/Heating/Plumbing
• Electrical rewire
• Internal reconfigurations
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, comp lete 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 not 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.
AMEY DEFENCE SERVICES LIMITED
FDIS - Waddington Whole House Refurbishment of 5 properties - FY2026/27 - Amey Central Region - East Midlands & Nth
construction planning Cambridgeshire
Description
Central Region - East Midlands & Nth
Whole House Refurbishments, scope of works likely to include:
• Replace Kitchen & Bathroom
• Replace Doors and Windows
• Replace Roof
• Replace Boiler/Heating/Plumbing
• Electrical rewire
• Internal reconfigurations
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, comp lete 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 not 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.
Current (3)
KIER TRANSPORTATION LIMITED
M6 Lune Gorge - Brick & Blockwork
construction tender
Description
Kier Transportation are looking to engage experienced and qualified contractors to provide, execute and maintain natural stone cladding to the bridge structure at High Gill on the M6 Lune Gorge project..
We will use the Build UK Common Assessment Criteria (CAS) to ensure a consistent minimum business competence.
If your company possesses necessary qualifications and is interested in bidding for this project, please email Transportationprocurement@kier.co.uk with your company's portfolio, relevant experience, and references for further evaluation.
Food Standards Agency
Bioavailability of Food Supplements
None tender York
Description
The Food Standards Agency is looking to appoint 1 supplier to deliver a systematic literature review project on ’Bioavailability of Food Supplements’ on a contracted basis from June 2026 until March 2028.
Consumer use of food supplements has increased in recent years, accompanied by a growing trend for manufacturers to market novel formulations that claim enhanced oral bioavailability compared to conventional forms.
These formulations include lipid-based systems such as liposomes, micelles, emulsions, and nanoparticles, as well as non-lipid approaches like particle size reduction through micronisation and co-formulation with polysaccharides.
Although these products are often promoted as improving absorption, the supporting evidence remains limited and uncertain.
This uncertainty is further increased by the vast variety of formulation types and the lack of data characterising their physicochemical properties.
Consequently, the potential impact of these formulations on bioavailability and on toxicological risk, remains unclear and may pose concerns, particularly for under‑characterised active ingredients and vulnerable populations.
The Chemical Risk Assessment Unit (CRAU), through its risk assessments and engagement with other regulators, has identified emerging risks from food supplements intake and has sought advice from the Committee on Toxicity (COT) on several actives.
The lack of information on how different formulations influence the toxicological profile of active substances remains a significant data gap in the risk assessment of food supplements.
Addressing this gap is critical for ensuring robust risk assessments and informed policy decisions.
In their recent report on novel formulations designed to increase food supplement bioavailability, the COT recommended that novel formulations and their active agents should be assessed for toxicokinetics on a case by case basis, using model systems that account for species differences in metabolism (COT, 2025).
The COT emphasised that the feeding state (fed versus fasted) is a key determinant of bioavailability and must be critically considered when comparing across formulations.
Furthermore, the suitability of acceptable daily intakes (ADIs) and other health based guidance values (HBGVs) for unformulated food supplements should always be reviewed when applied to formulations designed to increase bioavailability, and approaches for relating HBGVs to differences in bioavailability should be assessed and applied on a case by case basis (COT, 2025).
The work proposed in the specification contributes to the FSA Corporate Priority EG1 – Risk Analysis informed by evidence and aligns with FSA Areas of Research Interest on novel approach methods to assess chemical hazards and impact on consumers.
Diocese of Coventry
Diocese of Coventry MAT - Provision of HR System & Payroll Service
None tender Devon
Description
The Trust is seeking a Contractor to deliver a service that will manage all aspects of payroll and pension administration, provide a centralised, efficient and compliant HR system, pension administration and pension (TPS/LGPS, AVC providers) returns, reporting and meet all end of year and EOYC requirements.
The Contractor will provide a flexible service, staffed with suitably experienced personnel and have adequate resource in place to fulfil service requirements
Updated (0)
Awarded (8)
UK RESEARCH & INNOVATION
ITT for Project 10182759
consulting award Swindon
UK RESEARCH & INNOVATION
ITT for project 10184382
consulting award Swindon
UK RESEARCH & INNOVATION
ITT for project 10179772
consulting award Swindon
UK RESEARCH & INNOVATION
ITT for projects 10178297, 10178632, 10176523
consulting award Swindon
UK RESEARCH & INNOVATION
ITT for projects 10176739, 10176738, 10179049
consulting award Swindon
Mining Remediation Authority
Emergency Call Out and Minor Work (ECOMW) Framework 2025
None award Nottinghamshire
Description
The Emergency Call Out and Minor Work (ECOMW) Framework 2025 covers emergency response and minor civil engineering works across multiple regions.
It is structured under NEC4 ECSC , and supports flexible call-off arrangements for urgent and planned interventions.
(a) Emergency Call-Out (ECO): This involves the immediate response to public safety incidents, such as mine shaft collapses or ground subsidence, requiring on-site attendance within 4 hours to secure and make the area safe.
(b) Minor Works and Subsidence Repairs: These are planned follow-up works to investigate, repair, and restore areas affected by mining hazards, including structural repairs, ground stabilisation, and reinstatement of land or property.
Upon notification of an incident, hazard, or damage report by a stakeholder, the Authority will assess and categorize the issue as either:
• An Emergency Call-Out, or
• Minor Works and Subsidence Repairs
The available regions are:
• Scotland (East and West)
• Northumberland, Durham, and Cumbria
• North Wales, Cheshire, Lancashire, North, South, and West Yorkshire
• Nottinghamshire, Derbyshire, Leicestershire, Staffordshire, Shropshire, West Midlands, Warwickshire, Herefordshire, and Worcestershire
• Somerset, South Gloucestershire, Bristol, South Wales, Pembrokeshire, and North Gloucestershire (Forest of Dean)
Procurement Process:
• Quality criteria total 100% (Quality, Social Value, Sustainability, Fraud & Safeguarding).
• Price evaluated via PPQP
UNIVERSITY HOSPITAL SOUTHAMPTON NHS FOUNDATION TRUST
WPL06379 - Spotlight Lymphoma Diagnostic Triage (AI)
None award Southampton
Description
Image analysis to assist with faster lymphoma diagnosis.
Spotlight's CA-/IVD marked product for lymphoma triage scans individual digital pathology slides, and assigning each
valid image to a diagnostic category.
Following validation by integration of the lymphoma triage tool into UHS digital pathology system we will implement in the routine
workflow to develop with reflex immunohistochemistry requesting in advance of pathologist review in order to speed up the diagnostic process.
UNIVERSITY HOSPITAL SOUTHAMPTON NHS FOUNDATION TRUST
WPL06379 - Spotlight Lymphoma Diagnostic Triage (AI)
None award Southampton
Description
Image analysis to assist with faster lymphoma diagnosis.
Spotlight's CA-/IVD marked product for lymphoma triage scans individual digital pathology slides, and assigning each
valid image to a diagnostic category.
Following validation by integration of the lymphoma triage tool into UHS digital pathology system we will implement in the routine
workflow to develop with reflex immunohistochemistry requesting in advance of pathologist review in order to speed up the diagnostic process.
07:00
Planning (0)
Current (0)
Updated (0)
Awarded (1)
MINISTRY OF DEFENCE
Provision of DIMP Requirement
software award Wiltshire
04:00
Planning (0)
Current (1)
Chemonics International, Inc.
Procurement of furniture
cleaning tender Greater london
Description
Partnership Fund for a Resilient Ukraine Phase 2 (PFRU-2) is a multi-year, multi-donor-funded programme managed by the UK's Foreign, Commonwealth and Development Office.
As part of its project activities, PFRU-2 is seeking an organization to supply the furniture and with the aim of concluding a framework agreement for a term of 1 (one) year.
Please note the following important tender provisions:
• the deadline for submitting proposals is March 27, 2026, at 15:00 Kyiv time;
• all questions regarding the tender conditions must be submitted no later than March 17, 2026, at 18:00 Kyiv time;
• Price proposals must be submitted either in Ukrainian or English;
• All tender-related communication must be conducted exclusively in writing via email at pfruprocurement@chemonics.com;
• The PFRU-2 project is exempt from taxes, fees, and VAT in the partner country.
Therefore, PFRU-2 will make payments for services excluding VAT;
• Email for submitting proposals: pfruprocurement@chemonics.com;
• When sending proposals or inquiries via email, it is mandatory to include the tender number PFRU2-2025-403 in the email subject line.
Proposal Submission Instructions:
ITT_PFRU2-2025-403 - review the tender conditions;
Volume 3.1_Terms of Reference (Volume 3.1 - Framework agreement for a period of 1 year included) - complete the document, sign the original scan/convert to PDF and sign electronically, submit the completed Excel file and the signed document as part of the proposal.
Volume 3.2_Terms of Reference (Volume 3.2 - Spot Procurement) - complete the document, sign the original scan/convert to PDF and sign electronically, submit the completed Excel file and the signed document as part of the proposal.
Annex 1 - complete either the English or Ukrainian version, sign the original, scan/convert to PDF and sign electronically, include it in the proposal submission.
Registration documents that follow the laws of your country must be part of the proposal.
Updated (0)
Awarded (2)
British Council
Contract for Headhunter Services for China
None award
Description
This is a two-year framework agreement with an option to extend for another one year.
British Council
Contract for Headhunter Services for China
None award
Description
This is a two-year framework agreement with an option to extend for another one year.