Find Government Contracts
FREE Tender Search & Historical Database
With our free, powerful, and auto-updated UK government contract finder, you can focus more on bidding for tenders you’re likely to win.
Get free notifications across multiple devices when new contracts matching your criteria are added, access our historical database, view competitor activity, and find the right point of contact.
For the provision of electrical remedial works. Please see the tender details for more information.
The below opportunity is for the manufacturing, supply and installation of Vehicle Restraint System, including design and installation of footing. The Subcontract will also be responsible for the provision of impact tests. Location A412 - P54 to P55 VRS Barriers 146m of VRS barrier 4Nr. 4m transitions 4Nr. 12.42m terminals Subcontractor Requirements • Provide design for concrete footings • Provide footing locations to avoid existing services • Supply and install • Testing • Certification
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 solar power plants (without installation and commissioning services). Please note the following important tender provisions: • the deadline for submitting proposals is December 22, 2025, at 15:00 Kyiv time; extended till December 29, 2025, at 15:00 Kyiv time; • all questions regarding the tender conditions must be submitted no later than December 15, 2025, at 18:00 Kyiv time; extended till December 22, 2025, 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 [email protected]; • 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: [email protected]; • When sending proposals or inquiries via email, it is mandatory to include the tender number PFRU2-2025-235 in the email subject line. Proposal Submission Instructions: ITT_PFRU2-2025-235 - review the tender conditions; Volume 3_Terms of Reference - 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.
To procure a single contractor to undertake repair/remediation works at the above properties, to resolve drainage/leak issues as advised by customers and the incumbent maintenance contractor. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Drainage-pipes./A346V7KMN2 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/A346V7KMN2
The UK Government is committed to establishing a Creative Content Exchange (CCE) in the Creative Industries Sector Plan (June 2025). The intention is for the CCE to be a trusted marketplace for selling, buying, licensing, and enabling permitted access to digitised cultural and creative assets. To test the proof of concept behind the CCE, The Natural History Museum (NHM) in collaboration with UK Research and Innovation (UKRI) and The Department for Culture, Media, and Sport (DCMS) is organising a small, closed pilot. As part of this NHM is exploring options for procuring a complete platform solution to house the Creative Content Exchange (CCE) for the duration of the pilot. We envisage that this solution will need to comprise: a) infrastructure and utilities for effecting the exchange of data and content (text, video, audio, multi-modal) between providers and consumers; b) the facility for providers and consumers to enter into licensing and other types of commercial agreements; c) the ability to set terms and conditions of use for the CCE that providers and consumers need to adhere to; d) facility for a notice and takedown process within an agreed SLA; e) human technical support for providers, consumers and the CCE team within agreed SLAs; f) training for CCE team on use of the platform in the UK; g) agreement that the whole of the CCE and any content or documents stored in it will be located in the UK and governed by UK law; h) adequate security to ensure the CCE and any content or documents stored in it will be safe from malicious access; i) facility for content providers to make content samples available to consumers; j) provision of a sandbox or similar type of test environments; k) provision of fine grained access controls for content providers to configure; and l) billing, invoicing and payment facility. To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/FS43583SBT To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=1001086450
NHS Norfolk and Waveney Integrated Care Board seek competitive offers for the Provision of Central Norfolk Reablement and Recovery Pathway: Non-weight bearing rehabilitation and bed based intermediate care.<br/><br/>The key objectives of the Competitive Process are specified below:<br/><br/>To commission 4 beds in a single suitable Care Home setting within 5 miles of the Norfolk & Norwich University Hospital, to deliver a Reablement and Recovery pathway with a primary focus on individuals who require a period of non-weight bearing, where their care needs cannot initially be safely met at home, and who require a period of reablement, to enable discharge home/Usual Place of Residence (UPOR) or least restrictive environment, following a hospital admission. For the avoidance of doubt, if a bidder wishes to submit bids for more than one care home, a sperate bid must be uploaded for each care home. <br/><br/>To provide personalised care for all individuals accessing the service enabling them to recover and regain their independence outside of a hospital environment with the aim of returning home/UPOR with support if needed, or to a least restrictive environment<br/><br/>Improved quality of life for individuals and their families/carers <br/><br/>Contribute to reduction in the number of pressure ulcers <br/><br/>Contribute to reduction in the number of falls
The purpose of this Contract is to appoint a suitably qualified Contractor to provide materials and Construct Vehicular Crossings (Including industrial) and Pedestrian Ramps throughout the Borough of Sefton on a planned and on an ad hoc basis. A guide to the average value of the works issued under this Contract is approximately £85,000 per annum (incl VAT). However, the value and quantity of any work issued to the Contractor under this Contract cannot be guaranteed and a minimum or maximum annual value should not be assumed.
NHS Humber and North Yorkshire Integrated Care Board (ICB), "the Authority", requires an end-to-end digital system to support case management of NHS funded care packages. The end-to-end digital system will include functionality to manage, record and process referrals, assessment, approval, contracting, payments. The system will ensure case management record information seamlessly flow between processes by connecting the entire lifecycle into one platform and through an enforced digital workflow. The system needs to support the delivery of All Age Continuing Care and Complex Care services aligned to Model ICB Blueprint guidance, and the strategic direction of healthcare systems to improve efficiency and productivity through system functionality. The system is expected to become the primary source of record keeping for all aspects connected with individuals receiving or have received NHS funded care packages. The All Age Continuing Health Care and Complex Care Digital End-to-End Patient Management System software functionality will need to include, but not be limited to: • Referral management processes, including web-based forms and interoperability with the NHS Spine; • Case Management functionality, including data validity and audit recording processes; • Workflow Management, to encompass system automation / notifications for time bound events; • Document Management - pre-population and templates; • Financial Management process, including payments; • Reporting functionality, including how the system complies with All Age Continuing Care Patient Level Dataset; • Commissioning, Brokerage, Provider Marketplace & Provider Portal, to support the management of care providers; • Client Portal - for individuals to access details on assessment processes / outcomes; • Professionals Portal functionality - to allow documentation / evidence to be uploaded and shared with the Contracting Authority officers involved in an individual's care. It is anticipated that successful bids will be those based on offering a comprehensive software system solution, which offers key functionality to record and capture an individual's care, and offers innovation and improvements to efficiencies in operational processes. The Contracting Authority wishes to establish a single Supplier contract for the provision of an All Age Continuing Health Care and Complex Care Digital End-to-End Patient Management software system. The contract is scheduled to commence on `1 April 2026, with an initial term of three (3) years, with an option to extend for a further 1 (one) year, plus another 1 (one) year. In line with Department of Health and Social Care (DHSC) / NHS England proposals of organisational changes to Integrated Care Boards, there is limited information on whether Continuing Health Care / Complex Care services will remain a responsibility of Integrated Care Boards (ICB) in the future or transfer to another organisation. When the organisational changes are known, relevant amendments will be required to the contract between the ICB and the Supplier, this will be conducted within the provisions of the modification sections of the Procurement Act 2023 (PA23). UK2: Preliminary market engagement notice - Procurement Act 2023 was published on 23 October 2025, seeking expression of interest from interested suppliers in the marketplace.
Supply and installation of new play equipment (ages from 2 - 14 years) including play area surfacing. The principal focus of the new play equipment is imagination and inclusivity, providing play items for 2-14-year-old age group. The Council is seeking a play area which incorporates imagination, challenge, and excitement for the target age group. The list of play equipment items is intentionally generic by description, allowing Contractors to use their innovation and experience from within their own organisations and product ranges. The Council is content with a range of materials to be use. The Council would seek to see the use of sustainable or environmentally friendly products which are durable in nature.
The public toilets are facilities seen by the Council as providing an essential public service to residents of the county and its visitors. The Services entails cleaning of 25 public conveniences, the waiting room at the Park & Ride (including window cleaning, located within High Wycombe, Aylesbury, Amersham and the surrounding areas) and the cleaning of 3 sets of stairs and lift at Amersham Multi-Storey Car Park. The contract will be for an initial term of 3 years, commencing on 1st of April 2026 and ending on 31st March 2029. The contract may be extended by one further 2-year period, and then another further 1-year period, making a potential total contract length of 6 years. The total contract spend for the full 6 years is estimated at £2,275,636. This is only an estimate, and the actual spend maybe higher or lower than this figure. The Council is of the opinion that TUPE will apply. The TUPE actuary report is currently not available but will be sent as soon as it is available to the bidders that have returned the confidentiality agreement. This document will be sent via the correspondence function. The Invitation to tender documents for this opportunity are published on the Council's procurement portal: https://in-tendhost.co.uk/buckinghamshire-council If you wish to participate and have not yet registered, please ensure you do so via the procurement portal in order to access the documentation. Tenders must be returned via the Council's procurement portal. The tender return date is midday on Friday 23rd January 2026. Tenders received after this time and date will not be accepted.
More contracts
Explore our full database of active and historic contracts for free. Find leads in our Organisation database with over 100k contacts.
Find tenders that match
Our AI-powered search aggregates a comprehensive collection of public sector tenders from various GOV.UK sites. These tenders are categorised by sector, opportunity size, and geographic location. Use our sector-specific options to easily discover recent opportunities relevant to your business.
- Cleaning Services
- Security Services
- Cyber Security
- Consultancy
- Commercial Solutions
- Construction and Building
- Electronic Installation
- Software
- Facilities Management
- Graphic Design
- Marketing
- Heating Plumbing Work
- Catering Services
- Grounds Maintenance
- Recruitment
- Gas Maintenance
- Debt Resolution
- Financial Services
- Legal Services
- National Trust
- Painting
- Tiling
- Signage
- Taxi services
- Transport Services
- British Council tenders