Public Sector Network Recent Tender Alerts

 

This is a compiled list of recent Public Sector tenders from sources that we are constantly monitoring.

Oracle Fusion Cloud

INTRODUCTION Cornwall Council is planning to undertake preliminary market engagement to ensure we are receiving best value regarding our Oracle Fusion platform. Since transitioning to Oracle Fusion in 2020, we have not yet realised the full return on our cloud investment; therefore, we intend to continue with Oracle Fusion in order to fully realise the value of our investment. As part of developing our plans to meet this requirement we are issuing this Request for Information (RFI). This RFI is looking to confirm that we are receiving the best value from our licensing agreement for HCM, ERP and EPM modules and additionally gain a greater understanding of the market’s abilities. This RFI will allow the Council to review supplier responses and use the provided information and insights in future decision making for the Council’s strategic Oracle Fusion requirements. It is intended that the responses supplied will enable the Council to develop a business proposal. Any such proposal would be subject to the development and approval of a business case, and, as such, this exercise implies no commercial commitment. This is not a formal tender document. Participation of this early market engagement will not prejudice suppliers participating in any potential future procurement. Suppliers are invited to submit a response to this RFI. Please provide your response by 15:00 on 4 February 2026. Responses should be submitted via email addressed to: Alex.Kirk@cornwall.gov.uk The Council may hold virtual meetings via Microsoft Teams with suppliers that respond to the RFI. These meetings will be to discuss the suppliers’ RFI responses in further detail. The Council will decide whether to host these meetings once the RFI responses have been received and reviewed, also communicating the decision with participating suppliers at that time. CURRENT SERVICE OVERVIEW Oracle Fusion is one of Cornwall Councils core strategic IT platforms and a cornerstone system to several of our key strategic and operational functions within the Council. These include: Human Resources: • Payroll – supporting 35,000 individual staff across 31 employers, including volunteers, electoral workers, contingent workers councillors and non-core personnel. • Core HR – Employee records, goal planning, performance management, career development. • Absence & leave management – sickness, leave and other absences • Time & Labour – enabling the entry and approval of overtime and other payments through self-service • Recruitment – via Oracle Recruitment cloud • Compensation – facilitates automation of compensation such as grade ladders, additional payments and the annual Pension Increase Finance & Procurement: • EPM Accounting & budgeting – general ledger, financial reporting and compliance • Expenses & Invoice Processing – Automated invoice handling and expense claims redirected through payroll • Procurement & Purchasing – Purchase requisitions, orders, supplier portal and self-service procurement • Receivables – raising sales invoices and management of the Council’s sundry debt. • Cash Management – bank statement reconciliation. The above details of the services the Council currently provides using the Oracle Fusion platform also acts as a summary of the Council’s contract requirements. The estimated licencing volumes can be found in a separate file that can be provided upon request (email Alex.Kirk@cornwall.gov.uk). Once received, please use the licence volumes to provide the indicative costs for the related RFI question.

Ref: ocds-h6vhtk-060353

Contact:

Mr Alex Kirk Alex.Kirk@cornwall.gov.uk

Contract value: 6,100,000.00 GBP

Published: 11 Jan 2026, Receipt by: 1 Jun 2026

Invitation to Tender for the provision of Catering Services at Bishop Stopford School

Bishop Stopford School has decided to tender their catering services to investigate the financial and qualitative benefits they could be offered through this process. The contract will be awarded for a three-year duration with the option of two additional, one-year extensions. This is subject to the satisfactory performance of the work. Their preferred arrangement is for a guaranteed return of nil subsidy catering service, which operates a special agreement for VAT, but the School are open to suggestions. The quality of the service and the proposed budget for the second year 2027-28 will be reviewed three months before the expiry of the first twelve months. The School at this time reserves the right to terminate the contract should either the quality or future costs be unacceptable. Aims of the Service Bishop Stopford School wish to be at the forefront of educational catering and as such require a modern, branded offer that reflects the leading trends in the industry. At this time, the School's wish is to commence a catering contract, with a partner who shares their vision for a customer-focused service that attracts the maximum number of students. The meals that are to be provided must be appealing to customers, imaginative, provide good value for money and be nutritionally balanced to encourage all students to make an educated choice. The service is currently managed by a contractor, where the catering team have delivered a good service to the students for many years. The School now feel that it is time to refresh the current contract, to allow the service to be taken to the next level, which will deliver the latest catering concepts and an even better service for its students. The School's objectives for the new contract are as follows: - * A catering service that is well managed and requires minimal involvement from the School's management team. * A strong Contractor Area Manager who will develop and lead the team to deliver exceptional customer service, a consistently high-quality food offer and spend a substantial amount of time on site at the outset to undertake this. * A Contractor who is proactive in their relationship management with the School. * Investment in the School's Catering service through increased marketing in return for a tenure of contract. * A higher number of students and staff using the facilities by providing a high quality, affordable and nutritious meal. * A catering service that encourages students to take a heathy and balanced meal. * Food and drinks that look appetising and are attractively presented. * A hospitality service that will help showcase the School through events to parents and visitors. * A Contractor that adopts a flexible and proactive approach to all School activities. * A service that is professionally merchandised and marketed with discretion and to the mutual benefit of the School and the Contractor. * A Contractor that operates using the optimum level of staffing. Catering Tender Schedule: Contract Start Date - 1st September 2026 Tender issued - 9th January 2026 Site Visits by Contractors - Monday 26th January 2026 Contractor Clarification Deadline - 20th February 2026 Tender Return Deadline - 27th February 2026 Evaluation - Early March 2026 Presentations - 24th March 2026 Reference Site Visits - WC 13th April 2026 Contract Award by - 1st May 2026 Mobilisation Meeting - 10 days after contract award

Ref: ocds-h6vhtk-060351

Contact:

Dean Douthwaite / Neil Meadows admin@redboxcs.com

Contract value: 1,156,382.15 GBP

Published: 10 Jan 2026, Receipt by: 27 Feb 2026

Lift Maintenance Service

The University of Chichester has a requirement for a suitably qualified contractor to undertake maintenance and servicing of our lift equipment.

Ref: TND-0001156

Contact:

tenders@chi.ac.uk

Contract value: 0.00 GBP

Published: 9 Jan 2026, Receipt by: 9 Feb 2026

Provision of Grounds Maintenance- Biddulph

1) Provision of grounds maintenance at the Biddulph Burial Grounds Maintenance responsibilities cover three sites: 1. the closed burial ground at St Lawrence's Church; 2. the Town Burial Ground behind the church site; and, 3. the new Woodhouse Burial Ground, which links via a wooded area known locally as the Bateman Walk. Activities include (but are not limited to): • Grass cutting; • Hedge and low branch management; • Management of wooded areas (Bateman Walk); • General maintenance of the site, including treatment of weeds and removal of rubbish (including wreaths, as appropriate); • Backfilling graves to remove excessive undulations and management of the soil store. 2) Grass Cutting and Management at Springfield Road Biddulph Town Council is responsible for a piece of land on Springfield Road, approximately 4,440 SqM The successful contractor will complete regular cuts throughout the growing season.

Ref: ocds-h6vhtk-06026d

Contact:

office@biddulph-tc.gov.uk

Contract value: 25,000.00 GBP

Published: 9 Jan 2026, Receipt by: 30 Jan 2026

Pagham Lagoon Water Quality Investigations

Pagham Lagoon (Unit 1 of Pagham Harbour SSSI) has been reported as having poor water quality by an external stakeholder, who provided water quality data showing significantly elevated levels of E. coli, total coliforms, and Enterococci. While these parameters are not typically assessed by Natural England, the concentrations reported are of potential ecological concern. No other water quality data for the lagoon is currently available. Following further desk-based investigation, the source of the pollutants is still unknown. Natural England are therefore seeking to obtain a baseline understanding of the water quality condition at Pagham Lagoon and identify the sources of pollutants. This will allow Natural England to determine the best course of action to address the water quality issues within Pagham Lagoon. We will then use this baseline knowledge to implement targeted interventions to ensure SSSI condition improvement. The requirements for the investigation are: 1. Desk based review of known/mapped outfalls into the lagoon, and any other existing evidence. 2. Mapping of surface water drainage system that feeds into the lagoon, to identify key potential sources. 3. Testing of the water quality within the lagoon is expected to include a broad range of parameters to establish baseline conditions and identify potential sources of pollution. The following parameters should be assessed as a minimum: • Dissolved Oxygen • Biochemical Oxygen Demand (BOD) • Turbidity • Nitrogen (likely Dissolved Inorganic Nitrogen due to the saline nature) • Phosphorus (preferably soluble reactive phosphorous) • Ammonia • Conductivity • Temperature • Sulphate • Soluble reactive phosphorous Additional parameters of concern will include: • E. coli • Enterococci • Consideration will also be given to possible sediment sampling, subject to confirmation of lagoon connectivity and sediment deposition processes. • Sampling will be undertaken under various weather conditions to determine whether water quality fluctuations are linked to storm events. • Final written report compiling findings from the desk based and on the ground investigation, identifying and distinguishing sources of pollution, and recommendations for actions to improve water quality review of the information suppliers would need to decide whether they would be interested in an opportunity. This is to be completed by 31st March 2026

Ref: NE090126WQI

Contact:

Kelly Jones Kelly.Jones@naturalengland.org.uk

Contract value: 8,333.33 GBP

Published: 9 Jan 2026, Receipt by: 26 Jan 2026

DBC (SLR) Commercial Heating, Ventilation & Air Conditioning (HVAC) Services.

Commercial HVAC Services Contract for statutory compliance, maintenance, repairs and installations, including integration with MRI and Orchard systems, remote BMS access, and KPI/open-book performance management.

Ref: CPU00581

Contact:

procurement@dacorum.gov.uk

Contract value: 9,000,000.00 GBP

Published: 9 Jan 2026, Receipt by: 31 Jan 2026

Supply, Repair and Fitment of Tyres

Totally Local Company Ltd is seeking to establish a contract for the duration of 3 years with the option to extend for up to a period of 12 months for the provision and delivery of tyres and tyre management services. The scope of the contract is within the Borough of Stockport. The contract must provide for an onsite service at the following operational depots: o Endeavour House SK3 0XT o Lundy SK3 0BQ o Brabyns Park SK6 5LB o Bruntwood Park SK8 1HX In addition to delivering services at the above depots it will be expected that roadside assistance services will be required as part of this contract. Totally Local Company requires provision of the following services: • 24-hour response for all call out • Response time to call outs within the boundaries of Stockport and Rochdale within 45 minutes • Fleet inspections in accordance with set inspection regimes i.e. fortnightly inspections. Categories of wheeled fleet items are as follows: • Cars • Light Commercial Vehicles • Passenger Transport Welfare Buses • Heavy Commercial Vehicles • Trailers • Agricultural Vehicles • Grounds Care and Plant Equipment • Refuse Vehicles • Road Sweepers • Plant For a full specification for this opportunity, please register you interest. Submissions shall be received by Totally Local Company Ltd by the closing date and time stated within the Instruction for Tendering document. No submission received after the closing date and time will be accepted other than where there are exceptional circumstances which may be considered by the Director of STAR Procurement in their sole discretion. Please note that tender submissions which are only partly uploaded at the closing date and time will be considered to have not been received and will be rejected by Totally Local Company Ltd. In submitting your tender you agree to contract on the terms and conditions as detailed on The Chest. Due to Totally Local Company Ltd.'s obligations of fairness and equal treatment to all bidders it cannot accept amendments to these terms and conditions or alternative terms and conditions. If you seek to amend the terms and conditions or submit alternative terms and conditions Totally Local Company Ltd may reject your tender.

Ref: UID: 12798

Contact:

procurement@star-procurement.gov.uk

Contract value: 500,000.00 GBP

Published: 9 Jan 2026, Receipt by: 9 Feb 2026

Contract for Voice Entry Systems

Swansea Council (the Employer) intends to replace the communal entry doors and frames at various locations in Swansea. The Works include the installation of new and replacement of existing entry doors and frames

Ref: CCS/25/239

Contact:

Chris Brynant Chris.brynant@swansea.gov.uk

Contract value: 50,000.00 GBP

Published: 9 Jan 2026, Receipt by: 6 Feb 2026

Provision of BACS System

THA are seeking to engage with suppliers in connection with the provision of a BACS system. THA wish to expand our understanding of the market, the available solutions and functionality of those solutions, as well as the likely associated costs.

Ref: ocds-h6vhtk-06027e

Contact:

thg.procurement@togetherhousing.co.uk

Contract value: 0.00

Published: 9 Jan 2026, Receipt by: 6 Apr 2026

Provision of Non-Emergency Patient Transport (NEPTS) for North West England

NHS Shared Business Services, acting as an agent for the following NHS Integrated Care Boards: NHS Lancashire & South Cumbria ICB, NHS Greater Manchester ICB, NHS Cheshire and Merseyside ICB, NHS North East and North Cumbria ICB, and NHS Derby and Derbyshire ICB Who will be launching a procurement for the Provision of Non-Emergency Patient Transport Services (NEPTS) across Lancashire, Greater Manchester, Cheshire, Merseyside, Cumbria and part of Derbyshire. The scope of services will include: • Planned Patient Transport: Routine transport for outpatient appointments. • Unplanned Patient Transport: Transport for patient discharges and short-notice bookings. • Enhanced Priority Service Transport: Time-critical transport for patients attending haemodialysis or oncology treatments. The contract opportunity will be structured into three LOTs, each covering specific geographical areas: • LOT 1: Cheshire and Merseyside • LOT 2: Greater Manchester (GM) and Derby and Derbyshire (Glossop Place) • LOT 3: Lancashire & South Cumbria (L&SC) and North East & North Cumbria (North Cumbria Place) The contracts awarded under each Lot will have an initial term of five years from expected Service Commencement date 01 April 2027 with an option to extend the initial term by a further three years to expire on 31 March 2035.

Ref: ocds-h6vhtk-060285

Contact:

Sarah Treece-Birch sarah.treece-birch@nhs.net

Contract value: 468,477,808.00 GBP

Published: 9 Jan 2026, Receipt by: 27 Feb 2026

Website and branding for Diwylliant a Hinsawdd Cymru | Climate and Culture Cymru

1. Overview The culture sector in Wales has an important role to play in tackling the climate and nature emergencies, because culture has a unique ability to inspire, connect, share stories, and help us to imagine different futures. The culture sector also needs to manage the impact of a changing climate on cultural and heritage assets and the historic environment, and play its part in becoming net zero, nature friendly and supporting climate justice. As a national cultural institution with a strong record of delivering decarbonisation projects, the National Library of Wales (NLW) is leading a high-profile and cross-cutting Climate Action Programme to support the culture sector in Wales to respond to the climate and nature emergencies. This programme includes developing an online ‘one stop shop’ platform for anyone working in the cultural sector in Wales to find training and resources, events, case studies, and to share ideas and collaborate on climate and nature action. The National Library of Wales are seeking to engage a company to undertake the development of a new bilingual Diwylliant a Hinsawdd Cymru | Culture and Climate Cymru website and branding, to deliver this online platform. 2. Context In spring 2024, Welsh Government commissioned a research report into the Welsh culture sector and the climate and nature emergencies, which was conducted by Regen and published alongside Welsh Government's Priorities for Culture in May 2025. The report recommendations align with and will support delivery of Ambition 16 of the Priorities for Culture, which is for the culture sector to demonstrate “leadership and collaboration in its approaches to sustainable development, building resilience, and tackling the climate and nature emergencies”. Working in partnership with Welsh Government, the National Library of Wales (NLW) will lead on a high profile and cross-cutting programme to implement the recommendations that works across three policy areas – culture, arts and the historic environment (Cadw). The recommendations of the research report include: - the establishment of a sectoral peer network to focus on climate and nature in the culture sector in Wales - a culture sector ‘library’ for all to access bilingual, useful guides - host an online forum and collate already active and relevant working groups - facilitate training for the workforce and volunteers - develop case studies and share examples of the Welsh culture sector as ‘cultural changemakers’ to inspire and engage other policy areas. The delivery of these recommendations will be facilitated by the development of a new website and branding. The National Library of Wales are seeking to engage a company to undertake the development of a new bilingual Diwylliant a Hinsawdd Cymru | Culture and Climate Cymru website and branding, which will facilitate delivery of the above recommendations by acting as a recognisable ‘one stop shop’ hub providing a library of existing training resources, ‘how to’ guides and existing networks/working groups, a bank of case studies, information about events and collaborative projects, news articles and a discussion forum for members. 3. Project specification To deliver a Wordpress (or other hosted website service) design template for the Diwylliant a Hinsawdd Cymru | Culture and Climate Cymru website, along with logo and branding, to promote and provide information on sustainability, climate action and culture in Wales. The Diwylliant a Hinsawdd Cymru | Culture and Climate Cymru website should be a bilingual, dynamic ‘one-stop-shop’ hub of information, aimed at people working in all parts of the culture sector in Wales (arts, museums, libraries, archives, historic environment), including employees, freelancers and volunteers. The website will include: - a library of existing training resources, ‘how to’ guides and directory of existing networks/working groups - a bank of case studies - events and opportunities listings (inbuilt event booking not required) - news articles and newsletter signup - a discussion forum with members only access - contact form Deliverables The following deliverables are required: • A new bilingual design template that is modern and accessible to all users and designed for use on current Wordpress sites • A template that will enable editors to update and maintain the website content, with training provided before the new website goes live. • Time allowance for editors to upload pre-prepared content before the website goes live. • An interactive staging prototype of the design to allow editors and stakeholders to test content and functionality before publishing the live site. • A discussion forum area accessible only through a members’ login. • Smooth navigation between both English and Welsh language sites and pages • New Diwylliant a Hinsawdd Cymru | Culture and Climate Cymru branding and logo design. • Quotes for ongoing annual hosting costs • Quotes for further maintenance and support (cost per hour) • Training package for staff • Search engine optimization for both Welsh and English sites Considerations a. Accessibility The site must meet accessibility and usability standards. It must be cross-browser compatible and compatible with mobile devices. The site therefore needs to be compatible with assistive technologies e.g. screen readers and magnifiers, digital readers, and playback software. It must cater for the varying needs and abilities of users and be accessible in line with Web Accessibility Guidelines. http://www.w3.org/WAI/ Public Sector institutions must comply with The Public Sector Bodies (Websites and Mobile Applications) Accessibility Regulations 2018 (and the Equalities Act 2010) https://www.legislation.gov.uk/uksi/2018/852/made The website must meet the WCAG 2.2AA standard https://www.gov.wales/accessibility-standards-govwales and an accessibility statement must be provided. https://www.gov.uk/government/publications/sample-accessibility-statement The interface needs to be intuitive, user-friendly, and searching needs to be accurate and easy. b. Design and layout / Ergonomics The new site should have a user-friendly, modern design, using colours and design elements to highlight the work the culture sector in Wales is doing to address the climate and nature emergencies. It is essential that visitors to the site can find the information that they require in their preferred language by navigating the site with ease. c. Welsh language requirements In compliance with the Welsh Language Standards (No. 7) Regulations 2018 the website will need to be available in English and Welsh, including direct language switching on all pages. https://business.senedd.wales/mgIssueHistoryHome.aspx?IId=21301 d. Prototype The successful company will provide an interactive prototype of a new design for the following views: • Main Homepages • Landing pages for each of the main sections • Design package for each element within a page • Responsive interface for each of the page views We expect the first design of each view to be presented, then allowing us to request flexible changes amounting to one full redesign of the original proposal, before presenting the final prototype. Additional changes based on user testing should be included within the price. Each step will be signed off before moving on to the final stage when the product is delivered. e. Translation and proof-reading We ask that the winning bidder work with us to ensure that all Welsh text is checked and proof-read before content goes live. If changes need to be made from English to Welsh, translations will be finalised by us to ensure accuracy before returning to you for adding to the site. f. Intellectual property All intellectual property rights in any designs, graphics, and other assets created as part of this project shall be assigned and transferred in full to the National Library of Wales, upon completion of the project and final payment. The supplier shall retain no rights to use, reproduce, or distribute these assets except with prior written consent from the client. g. Reporting The winning bidder will attend a project inception meeting and report to the Climate Action Programme Lead at the National Library of Wales through monthly online meetings, with an appropriate meeting schedule to be mutually agreed during the inception meeting. h. The Well-being of Future Generations Act Contributing to economic, social, environmental and cultural sustainability in line with the Well-being of Future Generations (Wales) Act 2015 is important to the NLW’s operations. The design and technical solution(s) shall strive to comply with this important legislation.

Ref: ocds-h6vhtk-060286

Contact:

Judith Musker Turner judith.muskerturner@llyfrgell.cymru

Contract value: 12,500.00 GBP

Published: 9 Jan 2026, Receipt by: 30 Jan 2026

UK1 - Pipeline Notice for Support and Maintenance of GOTHIC APS and MCPS

The requirement is for two and a half years of contract cover beginning on 1 Apr 2026, with up to two optional extension periods, up to a total of four and a half years for provision of ongoing software licencing, software maintenance and repair services, and for bespoke software and applications that make up the GOTHIC Aeronautical Production and Mercator Cartographic Productions System (MCPS). The support service is to cover maintenance of the respective systems, ongoing modifications and upgrades to the Gothic APS and MCPS code. Optional on site engineering support is required on a call-off by day basis for training (development and delivery) and software enhancements. The procurement is also to cover a support desk service for logging and managing service requests for assistance with the licensed software and to resolve faults, and is to include support in resolving suspected defects and application support. The estimated contract value is for the maximum contract duration of four and a half years, including all optional call-off items.

Ref: 715742453

Contact:

UKStratCom-Comrcl-DI@mod.gov.uk

Contract value: 2,611,397.00 GBP

Published: 9 Jan 2026, Receipt by: 28 Feb 2026

Variable Rifle Scopes

This procurement is being conducted by the Metropolitan Police Service (MPS) on behalf of the Mayor's Office for Policing and Crime (MOPAC) who are the Contracting Authority as defined in Section 2 of the Procurement Act 2023. The authority intends to conduct a competition for the procurement of a new Low Power Variable Optic (LVPO) to be mounted on the personal issue SIG MCX primary weapon system of Armed Response Vehicle (ARV) Officers who are trained National Rifle Officers/Tactical Rifle Officers (NRO/TRO)

Ref: 2508

Contact:

Roi Fux Roi.Fux@met.police.uk

Contract value: 0.00 GBP

Published: 9 Jan 2026, Receipt by: 20 Jan 2026

RFQ 2025/48 - Supply of Cemetery Ride On Collection Mower

Council requires the supply of highly maneuverable ride on collection mower. Precise control for maintenance around memorial items and headstones etc. is vital.

Ref: CA16984

Contact:

Seamus McGeoghegan seamus.mcgeoghegan@nmandd.org

Contract value: 21,000.00 GBP

Published: 9 Jan 2026, Receipt by: 26 Jan 2026

Clerk of Works: Ordnance Lane, Willow House & Lowfield Plot A

The City of York Council (CYC) is conducting this procurement to select a supplier for: Clerk of Works: Ordnance Lane, Willow House & Lowfield Plot A. The City of York Council has embarked on an ambitious housing delivery programme. The council aims to build over 600 homes designed to be net zero carbon in use and achieve Passivhaus certification. The schemes also focus on low embodied carbon, as well as having a focus on quality design and place making. The council is in the process of appointing a contractor for its second phase of net zero developments. The City of York Council are now seeking a Building Clerk of Works (CoW) and Mechanical and Electrical (M&E) CoW to monitor the quality of these schemes.

Ref: 100106013

Contact:

procurement@york.gov.uk

Contract value: 280,000.00 GBP

Published: 9 Jan 2026, Receipt by: 20 Feb 2026

Installation of Cemetery Plinths

Slough Borough Council requires the installation of cemetery plinths at Slough Cemetery, Stoke Road, Slough, SL2 5AX .

Ref: ocds-h6vhtk-060294

Contact:

Carol Wintle SBCProcurement@slough.gov.uk

Contract value: 0.00 GBP

Published: 9 Jan 2026, Receipt by: 30 Jan 2026

Linen & Laundry Services

The Contract is for the provision of providing high-quality linen hire and outsourced laundry services for accommodation facilities, ensuring improved guest experience and operational efficiency. These services will include the hire of linen, including duvets, pillowcases, bed sheets, and towels. These services will also involve a weekly collection of used linen from designated sites, professional laundering, sanitisation, quality checks and a return delivery of clean linen on a scheduled weekly basis. Bidders should refer to the Specification at Appendix 1 for further details of Progress Housing Group's requirements and the Services that the successful Bidder will be required to provide under the Contract. Bidders are strongly encouraged to review the Specification in detail to gain a full understanding of the proposed Contract and Progress Housing Group's requirements. The Contract will be for a period of 3 years with a possibility to extend up to a further 2 years. (subject to the rights of termination contained in the Contract).

Ref: 4.8 A

Contact:

Sam Barker Procurement@progressgroup.org.uk

Contract value: 84,000.00 GBP

Published: 9 Jan 2026, Receipt by: 11 Feb 2026

DFE - InterTradeIreland - Shared Island Women in Research

InterTradeIreland is the Trade and Business Development Implementation Body, one of six cross-border bodies established under the 1998 Belfast Agreement. InterTradeIreland, under the Shared Island Enterprise Scheme, aim to appoint up to four Suppliers to design, manage and deliver the Women in Research Programme. This is an all-island initiative designed to support women researchers in commercialising their research and progressing towards investment and business creation. Delivered by the Buyer under the Shared Island Enterprise Scheme, the programme aims to bridge the gender gap in research commercialisation by providing structured support, entrepreneurial training and access to market validation opportunities. The programme will run from the date of award (anticipated to be March 2026) and must be completed by 31 December 2028.

Ref: ID 6236249

Contact:

SSDAdmin.CPD@finance-ni.gov.uk

Contract value: 935,000.00 GBP

Published: 9 Jan 2026, Receipt by: 9 Feb 2026

Multi-Disciplinary Consultants Team

Falmouth Exeter Plus (FXPlus) is looking to appoint a supplier on a 36-month fixed term contract to carry out multi-disciplinary consultancy servi. for the University Campuses at Falmouth (Woodlane, Falmouth) and Penryn (Treliever Road, Penryn).

Ref: 2090FXPLUS

Contact:

Chris Jones procurement@fxplus.ac.uk

Contract value: 150,000.00 GBP

Published: 9 Jan 2026, Receipt by: 6 Feb 2026

Invitation to Tender for Asbestos Surveying, Sampling, Air Testing and Consultancy Services

Sandwell Metropolitan Borough Council is seeking tenders from experienced organisations to assist in the delivery of a wide range of Asbestos Surveying, Sampling, Air-Testing and Consultancy Services and ancillary to support and complement existing in-house service(s), all in accordance with these Tender Documents. The Council will be using the In-tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal. From here you will be able to register your company, express an interest in the opportunity, and gain immediate access to the ITT and other related documents. In Order To View and Submit a Tender, you will be required to` Opt-In`. For a Step by Step user guide to the Sandwell MBC In-tend Supplier Portal please click on the `Guidance for Suppliers` section of the website. All procurement responses must be carried out via the Sandwell MBC In-tend Supplier Portal. If you require further assistance in respect of the system please contact the In-tend support team on 0844 272 8810. Closing date: Monday 16 February 2026 at 15:00hrs

Ref: SMBC 25032

Contact:

Carole Le Roux carole_leroux@sandwell.gov.uk

Contract value: 400,000.00 GBP

Published: 9 Jan 2026, Receipt by: 16 Feb 2026