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.

Leicester City Council's Housing Division require a mature scheduling solution to effectively appoint and automatically and dynamically schedule repair visits for around 250 repairs operatives, although there should be scope to increase this by up to an extra 50 operatives if the service area expands. Up to 20 works planners may use the solution to appoint / re-appoint and manually schedule any repair visits that cannot be handled by the automatic scheduler (e.g. due to a lack of resource). There are two additional options the Council may wish to include : Voids Scheduling and Mobile Working Inventory Management System These are defined within the tender document and will be at the sole discretion of the Council as to whether these will be commissioned. The total value includes the take up of both options.

Published 46 minutes from now

This package of work represents the development of the detailed design for the community hub and associated accommodation as well as the detailed design for the Public Town Square for the town of Torpoint, in South East Cornwall. A separate RIBA 3 report will be required for both elements. Both elements will run concurrently and the timeline to achieve them is critical to the success of the project. Grant Funding is paying for the delivery of both reports. The Project will constitute a combined community and housing development overlooking the River Tamar, adjacent to the Ferry Lanes and at the base of the main shopping street in the Town alongside the creation of a public open space in the form of a town square adjacent to the community hub. The focus must be on the ability to deliver a development with the community building at its centre with a clear understanding of potential cost. Both of these reports will support Torpoint and help them manage their way through local government funding and the detailed design must reflect this. The combination of the two reports will describe the centre of the Torpoint community for the future. Whilst the overall site is a significant development this quotation seeks to complete the detailed design (RIBA 3) study for the new community building and accommodation at the lower end of Fore Street on the site detailed in Enclosure 4. The requirement also includes a separate detailed design (RIBA 3) study for the Public Open Space detailed in the Masterplan at Enclosure 3. The aim is to define the assets to be delivered, understand the risks, issues, opportunities and costs for both sites and be in a position to submit an outline planning application for both, enabling the requirements of the One Public Estate (OPE) funding and the needs of the town and its community. The aim is to define the assets to be delivered, understand the risks, issues, opportunities and costs for both sites and be in a position to submit an outline planning application for both, enabling the requirements of the One Public Estate (OPE) funding and the needs of the town and its community. Both reports should clearly articulate how the spaces interact with each other to provide the community centre and the facilities to support them to enable entertainment and community use. The tenderer should also submit an outline planning application for both studies. The tenderer is to supply: i) A RIBA 3 Detailed Design for the community hub and the associated accommodation shown in the RIBA 2 Feasibility study . AND ii) A RIBA 3 Detailed Design for the Public Square. Both reports should clearly articulate how the spaces interact with each other to provide the community centre and the facilities to support them to enable entertainment and community use. The tenderer should also submit an outline planning application for both studies. The studies should include: a. Design studies and testing; b. Costing exercise to include professional fees and associated fixtures furnishings and equipment alongside potential Information Communication Technology (ICT) to reflect the evolved design and ensure budget viability; c. Reports on collaboration Architects and engineers are to demonstrate all aspects of design are integrated and practical with specific reference to the surrounding public realm and the coordination of activity between the two RIBA 3 studies; d. All recommendations from consultants are to be included including risks, issues, opportunities and dependencies; e. Outline planning application preparation and submission for both studies including all relevant documentation, drawings required for submission; f. Evidence that the designs meet building regulations and any other relevant requirements; g. A costed and refined final proposal; h. Any specific specifications, innovative design, or construction ideas; i. Advice on any specific consultants or specialists that may be required for the future as well as any specific surveys or actions that may be required to develop the plan to full planning approval; j. Potential delivery routes and programme for delivery (under an No Cost Extension contract); k. Construction strategy and timetable; l. Feedback and timetable of public consultations and statutory consultee discussions and actions. 3.3 The tender should contain Cost Breakdown for delivery by task and member of staff. 3.4 The tender should provide materials suitable to be displayed to the public as part of any consultation Torpoint Town Council might wish to undertake. Allowance should be made for a public consultation event in the town both inside and outside of the working day. Milestone Dates: - 1. Date Invitation to Tender (ITT) available on Contracts Finder 21st March 2025 2. Last date for raising queries - 1200 2nd April 2025 3. Last date for responses to clarifications to queries - 1700 3rd April 2025 4. Deadline to return ITT - 1200 6th May 2025 5. Evaluation of ITT - 7th May 2025 6. Evaluations reviewed by Town Team Project Board and recommendation made to Torpoint Town Council 12th May 2025 7. Award of Contract - 16th May 2025 8. Start Meeting - 30th May 2025 9. Two draft Reports ready for review - 6th October 2025 10. Torpoint Town Project Board presentation and review - 13th October 2025 11. Final two Reports Submission (Hard Deadline) - 13th November 2025 12. Full Torpoint Town Council Review of Reports 21st November 2025 The tender report submission should be completed in a PDF format and must be accompanied by: Covering letter (two sides of A4 maximum) to include: a. A single point of contact for all contact between the tenderer and Torpoint Town Council during the tender selection process, and for further correspondence. b. Confirmation that the tenderer has the resources available to meet the requirements outlined in this brief and its timelines this is a hard deadline. c. Confirmation that the tenderer holds current valid insurance policies as set out below and, if successful, supporting documentation will be provided as evidence: i. Professional Indemnity Insurance with a limit of indemnity of not less than one million (£1,000,000), ii. Employers Liability Insurance with a limit of indemnity of not less than two million (£2,000,000) iii. Public Liability Insurance with a limit of indemnity of not less than two million (£2,000,000). d. Conflict of interest statement. e. Torpoint Town Council has adopted a Climate Emergency Action Plan and requires as part of this procurement, information on how your organisation demonstrates its support for 'green initiatives'. Examples of two other similar projects for the mixed use element plus two projects of a public realm public square project that have been completed that demonstrate the ability and experience of the team being proposed (one side of A4 maximum per example). Please focus on the mixed use nature of the scheme and the cost / route for delivery. CV's of all relevant members of the team (one side of A4 maximum per CV). Programme of work. Clear articulation of any exemptions. Breakdown of expected costs and budget. The total maximum budget available for this commission is £190,000.00 (exc VAT), but inclusive of all expenses.

Published 34 minutes from now

Sefton is seeking to procure a fully Integrated Domestic Abuse Service (IDAS) from 2025 for a minimum of 3 years. The service will provide holistic support to victims/survivors and families of domestic abuse, irrespective of protected characteristic or risk level. The service will provide therapeutic counselling to those who require it in order to build resilience and aid recovery from the long-term effects of domestic abuse. The service will address the priorities outlined in the action plan accompanying the Domestic & Sexual Abuse Strategy 2023-2028. Based on the needs assessment that was commissioned to meet our statutory obligations under the Domestic Abuse Act 2021, we have unmet need around: Reporting of domestic abuse in more affluent areas of the borough was less than in areas of deprivation. Older victims / survivors due to the varying age demographics across Sefton. Male victims Ensuring the voices of those with lived experience of domestic abuse are being fully utilised. Cheshire and Merseyside Integrated Care Board are a joint commissioner.

Published 33 minutes from now

The Police and Crime Commissioner for Leicestershire is seeking to establish a single provider Contact for the provision of Security Gates Maintenance

Published 33 minutes from now

A Dynamic Purchasing System for the Provision of Passenger Transport Services as required by Dorset Council. This Dynamic Purchasing System will be used to procure passenger transport services as required by Dorset Council. These requirements may include, but are not limited to, transport for Children to School, Children with Special Education Needs and Children in Care. It may also be used to procure supported public passenger transport services and transport for various social care purposes. Applications to participate with this DPS can be made on the portal: www.supplyingthesouthwest.org.uk REF:DN245509 The publishing of this Tender Notice is to communicate the extension of the above DPS (Ref DN245509), which was originally established in May 2017 for a 4 year period ending 30 April 2021. Dorset Council took the option of extending the DPS for a further 4 year period ending 30 April 2025, and now wishes to extend the DPS for a further period of up to 2 years ending 30 April 2027. Dorset Council reserves the right to terminate the DPS prior to 30 April 2027, and also reserves the right to extend the DPS further beyond 30 April 2027, up to a maximum end date of February 2029 in line with Cabinet Office guidance regarding Dynamic Purchasing Systems procured under PCR2015. As part of this extension, any organisation already awarded onto the DPS will not be required to submit a new application. Any new applications can continue to be made at the above mentioned address. Organisations are required to meet defined criteria to be admitted on to the DPS. All organisations that meet and pass the exclusion and selection criteria detailed within the e-procurement portal will be admitted on to the DPS. All suppliers admitted to the DPS will be invited to tender for contracts. Contracts awarded through the DPS will typically be evaluated based upon 100% price, however Dorset Council reserves the right to evaluate tenders on a mix of price and quality criteria and where this approach is used the evaluation criteria and weightings will be clearly communicated to suppliers as part of the invitation to tender. The estimated value of £80 million provided on this tender notice is based on the estimated total value of all passenger transport services required by the Council over the next 2 year period. As requirements are subject to change the value is provided as an estimation only. Please note that the contract start and end dates detailed above are not relevant. Contracts will be awarded throughout the term of the DPS.

Published 32 minutes from now

A Dynamic Purchasing System for the Provision of Passenger Transport Services as required by Dorset Council. This Dynamic Purchasing System will be used to procure passenger transport services as required by Dorset Council. These requirements may include, but are not limited to, transport for Children to School, Children with Special Education Needs and Children in Care. It may also be used to procure supported public passenger transport services and transport for various social care purposes. Applications to participate with this DPS can be made on the portal: www.supplyingthesouthwest.org.uk REF:DN245509

Published 30 minutes from now

The Police and Crime Commissioner for Leicestershire is seeking to award a single provider contact for the provision of Fire Alarm & Emergency Lighting Testing

Published 29 minutes from now

The Police and Crime Commissioner for Leicestershire is seeking to award a single provider contact for the provision of Fire Alarm & Emergency Lighting Testing

Published 28 minutes from now

Golding Homes - HR Service And Process Review - We are seeking an experienced consultancy to undertake an independent assurance review of our People and Learning & Development (L&D) services. The purpose of this review is to provide a clear, evidence-based assessment of the effectiveness, efficiency, strategic alignment, and governance of our People and L&D functions, and to recommend improvements where necessary.

Published 14 minutes from now

Neath Port Talbot County Borough Council are seeking to establish a single supplier framework to supply the Council with Personal Protective Equipment (‘PPE’), Accessories, Workwear and potentially any additional associated services (e.g face fitting for respirators). The Council has a number of sections that deliver essential front line services to the public as well as delivering internal services to staff across the Authority. This arrangement is mainly for use by Council officers and SWTRA but shall be available to all schools within the County Borough. This arrangement shall be accessed by the South Wales Trunk Road Agency (SWTRA) whose head office is based at the following address: The Quays, Brunel Way, Briton Ferry, Neath, SA11 2GG The initial agreement will be for a period of 2 years with the option to extend for a further 2 years on an annual basis The anticipated start date will be 1st October 2025.

Published 13 minutes from now

More contracts

Explore our full database of active and historic contracts for free. Find leads in our Organisation database with over 100k contacts.

View More