Funding Opportunities
Access 342 grants, tenders, and awards from government agencies and organizations across Australia. Find the perfect match for your business with smart filtering and never miss a deadline.
Design and Construction - Martha Cove Underpass Road and Pedestrian Lighting Upgrade
DOT42943 - Design and Construction - Martha Cove Underpass Road and Pedestrian Lighting Upgrade. Tender Opening Date: 16 February 2026 Tender Closing Date: 22 April 2026 Only Tenderers prequalified at prequalification level SSLC ( previously known as STCE-1) at the time of closing of tenders will be eligible to tender on this Contract. All Tender submissions must be lodged via https://www.tenders.vic.gov.au by 3.30pm on Wednesday 22 April 2026 Contractors that have the above Prequalification level can request the Tender document via : tenderservices@transport.vic.gov.au These works previously published as an Advance Tender Notice number ATN31258
Removal of existing concrete bridge barriers, replacement with steel barriers, widening of bridge approaches (SN7326), and improved delineation, Ballarat–Maryborough Rd - London Bridge, Talbot
Notice: Implementation of Reporting Criminal and Unlawful Conduct on Public Construction Projects Policy As of the 1st of January 2026, the Victorian Government has implemented a new policy, 'Reporting Criminal and Unlawful Conduct on Public Construction Projects'. The policy applies to public construction projects where procurement and tendering activities have commenced and/or contracts have been awarded on or after 1 January 2026 (Commencement Date). Additional information can be found at Policy DOT43420 - Removal of existing concrete bridge barriers, replacement with steel barriers, widening of bridge approaches (SN7326), and improved delineation, Ballarat–Maryborough Rd - London Bridge, Talbot Tender Opening Date: 20 March 2026 Tender Closing Date: 22 April 2026 Only Tenderers prequalified at prequalification level B1 and F1 at the time of closing of the tender will be eligible to tender on this Contract. Request for Tender documents should be directed to: tenderservices@transport.vic.gov.au All Tender submissions must be lodged via http://www.tenders.vic.gov.au by 3:30pm Wednesday, 22 April 2026
CSBA – EMV – Strengthening Marine Search and Rescue
The Opportunity This Request for Tender seeks to appoint a qualified and experienced shipbuilding contractor/s able to undertake the construction and delivery of two new Marine Search And Rescue (MSAR) vessels at Western Port and Southern Peninsula appropriate for MSA) operations. Structure of Invitation This Invitation comprises the following documents: Introduction – contains an overview of the opportunity presented; Part A – The Invitation ▪ A.1 – About this Invitation provides to the market details about the Organisation initiating the Invitation and the procurement opportunity; ▪ A.2 – Specifications provides the technical requirements for the goods and/or services in respect of which the organisation invites offers; Part B – Conditions of Participation sets out the conditions applying to the Invitation and the invitation process; Part C – Proposed Contract sets out the proposed terms and conditions that will apply to the provision of the goods and/or services as set out in Part A.2 – Specifications; and Part D – The Offer specifies the information to be provided in an Offer and may also specify any information to be provided by an Offerer by other means. This Part may be in a template format for completion. Conditions a .All Offerers wishing to participate in this Invitation process for the supply of Goods and/or Services must comply with the conditions contained within: i. Part A.1 – About this Invitation; and ii. Part B – Conditions of Participation. b. By submitting an Offer, the Offerer agrees to be bound by these conditions. c. The conditions contained in this Invitation apply to: i. the Invitation and any other information given, received or made available in connection with the Invitation, including any additional materials, revisions, addenda; ii. the Invitation Process; and iii. any communications (including any briefings, presentations, meetings or negotiations) relating to the Invitation or the Invitation Process. d. In addition to any other remedies available to it under Law or contract, any failure to comply with the requirements set out in this Part A.1 or Part B will, in the absolute discretion of the Organisation, entitle the Organisation to disqualify an Offerer from the Invitation Process. Please refer to the attached Tender documentation.
Statewide fuel storage audit and compliance works.
Introduction The opportunity The Department of Energy, Environment and Climate Action (DEECA) is Victoria's lead government agency for sustainable management of water resources, climate change, bushfires, public land, forests and ecosystems. DEECA leads the state's effort to do more with less. This means using our limited natural resources sustainably while improving productivity. It also ensures Victoria’s ecological systems remain sustainable and seeks to provide leadership in the application of sustainability principles in its buildings. The Department is seeking responses to this Request for Tender (RFT) T2025-0832 for the provision of a statewide fuel storage audit and related compliance works. Structure of RFT • Introduction – contains an overview of the opportunity presented in, and the objectives of, this RFT. • Part A – Conditions of Tendering sets out the rules applying to the RFT documents and to the Tendering Process. These rules are deemed to be accepted by all Tenderers and by all persons having received or obtained the RFT. • Part B – Specification describes the Goods and/or Services in respect of which the Department invites Tenders from interested persons. • Part C – Proposed Contract contains the terms and conditions in compliance with which the Department desires the Goods and/or Services set out in Part B to be provided. • Part D – Tenderer’s Response specifies the information to be provided in a Tender and may also specify any information to be provided by a Tenderer by other means. Part D may include templates to be completed and included in a Tender. RFT Objectives The Department of Energy, Environment and Climate Action (DEECA) is initiating a statewide program to ensure the safety, compliance and operational integrity of all onsite fuel storage and dispensing equipment across its property portfolio. This initiative seeks a qualified fuel systems specialist to conduct a thorough audit, perform essential light repairs and deliver detailed reporting on the condition and compliance status of these assets. The Department’s specific requirements in relation to the Goods and/or Services are set out in Part B of this RFT (Specification). In issuing this RFT, the Department seeks to identify a Tenderer who is: (a) able to provide the Goods and/or Services required by the Department in the manner set out in the Specification; (b) able to demonstrate a commitment and ability to working in collaboration with the Department over the term of any agreed contractual period to continuously seek improvements in value, efficiency and productivity in connection with the provision of the Goods and/or Services; and (c) prepared to work with the Department to continue to identify opportunities for improvement in the quality and level of service provided to the Department, for the mutual benefit of both the Department and the Tenderer Note to Tenderers: Only Tenderers capable of providing all of the Goods and/or Services and complying in full with the conditions set out in this RFT should submit a Tenderer’s Response
C14590 - Youth Employment Scheme - Group Training Organisation Volume Recruitment Panel
The objective of this project is to establish a panel of Group Training Organisations (GTOs) to continue the support of an external traineeship contract option for hiring managers of the Youth Employment Scheme (YES) employment program. This will provide capacity to support volume recruitment of YES trainees within the department if required.
Request for Grounds Maintenance Services
Lower Murray Water is seeking responses to this Invitation for the provision of a Grounds Maintenance Contractor to supply them with all the labour, materials, plant and equipment necessary to properly carry out the grounds maintenance works on the sites listed in Schedule A and B.
Sixth Partnerships Addressing Disadvantage
Partnerships Addressing Disadvantage The 2023-24 Victorian Budget announced funding for a sixth Partnerships Addressing Disadvantage (PAD) initiative. PADs have driven innovation in social services and outcome-based funding in Victoria in recent years. Previously referred to as Social Impact Bonds (SIBs) in Victoria, PADs establish partnerships between the Victorian Government, service providers and investors to improve social outcomes for disadvantaged cohorts and are a form of social impact investing. This new PAD represents a further opportunity for the Government to partner with the service delivery sector and investors to continue improving outcomes for those who need it most. The target cohort for this new PAD will be young people requiring alcohol and other drug treatment with multiple and complex needs. Please ensure you read through all tender documents - this is not limited to the Request for Proposal and Invitation to Supply documents, but other requirements listed in the Bidder Checklist, such as Local Jobs First Policy and Fair Jobs Code requirements. For any questions, contact the DTF PADs Unit at pads@dtf.vic.gov.au
Wellbeing Workforce
Parkville Youth Mental Health and Wellbeing services (PYMHWS) was established in July 2025, as Victoria’s first dedicated youth public mental health service. PYMHWS operates the Parkville Youth Prevention and Recovery Centre (YPARC) located at 35 Poplar Rd Parkville Victoria, it is a voluntary, subacute, community bed based mental health and wellbeing service for young people aged 16–25. PYMHWS seeks to engage with a non-government organisation (NGO) partner to be the service provider under a services agreement for an initial three-year period to: Provide the youth wellbeing and lived experience workforce at the 20 bed YPARC. Partner with PYMHWS to tailor support and interventions to the recovery needs of each young person based on their clinical and psychosocial presentation. Work alongside PYMHWS’s clinical team under PYMHWS’s Clinical Governance Framework. Demonstrate alignment with the PYMHWS vision, mission, values and program criteria. Achieve a value for money service within the Victorian public health service by using funding appropriately and efficiently. PYMHWS is inviting responses to this Request for Tender through online submissions via the Buying for Victoria public tender portal. Please download the tender documents for the details of the tender should you wish to participate.
PRN22-497 - MCV Alcohol and Other Drug Services (CISP, ARC and Drug Court) Confidentiality Deed Poll
Invitation to Supply – Provision of AOD Services to Court Services Victoria [PRN22-497] *** The attached completed and signed Confidentiality Deed Poll is to be emailed to mcv.procurement@courts.vic.gov.au It is in the respondent's best interest to submit their Deed as soon as possible *** Please note this Invitation is confidential, and potential Respondents are required to execute a Confidentiality Deed Poll as linked to the page and submit it to CSV before receiving a copy of the Invitation. When executing the Deed Poll, the Respondent is requested to: (a) complete details highlighted in yellow, including the details for notices. (b) The Confidant must be the Respondent entity seeking a copy of the Invitation, not an individual on behalf of Respondent. (c) Signing instructions: The Deed Poll must be signed as follows: (i) if the Respondent is a company has one or more directors, either 2 directors or a director and the secretary must sign; or (ii) if the respondent is a company with a sole director and secretary, that person must sign. There are alternative signing clauses in the document for Respondents to use, depending on which applies to your organisation setting. It is essential that these are executed by the Respondents as prescribed by s127 of the Corporations Act (which sets out requirements for the execution of deeds by companies), otherwise they are likely to be unenforceable by CSV. Please note: It will not be sufficient for the CEO, Managing Director, or other executive (or any individual) to sign the Deed Poll as a sole signatory. If a Respondent submits a Deed Poll signed in this way, you should ask it to execute a fresh Deed Poll and to follow the applicable process in item 2 above. This means you will need to check that each Deed Poll is validly executed before releasing the Invitation to a potential Respondent. Respondents considering forming a consortium, head contractor or other joint arrangement should note that that all prospective members must execute the Deed Poll and submit it to CSV, and the Respondent must not share the Invitation or any part of it directly with other entities until they have executed a Deed Poll.
EOI Werribee Park Call for Dates 2028-2030
Werribee Park Major Event Call for Dates 2028 - 2030 Parks Victoria is inviting expressions of interest from major event organisers with the creative vision and capacity to be part of the Werribee Park calendar of major events for 2028-2030. Werribee Park is the premier venue for major events in Melbourne’s west, offering a rare and iconic setting surrounded by heritage architecture, expansive gardens, and a vibrant tourism precinct. With increasing demand for high-quality major events in this unique environment, this is a prime opportunity to secure preferred dates at one of Victoria’s most sought-after outdoor venues. This Call for Dates process is for major public or private events, which are categorised by the capacity of the event. Major events could include but are not limited to: Concerts, theatre productions and music festivals Cultural celebrations and community festivals Lightscapes and art exhibitions Outdoor cinemas Markets, local business fairs, trade shows Sporting events, orienteering and competitions Applications closing Wednesday 6 May at 4pm
RMH - Clinical Custom Packs
Request for Proposal for supply of Sterile Custom Procedure Packs for The Royal Melbourne Hospital. Attachment # Document Name Format 01 RMH Request for Proposal pdf 02 Specifications Response Table xls 03 Draft Terms and Conditions doc 04 Supplier Code of Conduct Commitment doc 05 LIDP Template doc
Design and Construction of Beechworth WWTP Upgrade
North East Water has completed a preliminary design for the upgrade of Beechworth Wastewater Treatment Plant (WWTP) and obtained a development license from the EPA. It is now seeking to engage a Principal Contractor under a design and construct contract to deliver the works. The Beechworth WWTP located on McFeeters Road is to be upgraded from a lagoon-based treatment process to a biological nutrient removal plant from which treated water will continue to flow to a nearby waterway or be used for onsite irrigation. The scope of works will include new concrete bioreactors and associated equipment, inlet works, UV system and outfall pipework, sludge thickener, aerobic digester, sludge dewatering unit, electrical and control systems, connection to existing assets at key interface points, and refurbishing an existing lagoon for flow/load buffering.
Invitation to Register - Uniforms and Personal Protective Equipment (PPE) Ethical Supplier Register.
The Invitation to Register (ITR) - Uniforms and Personal Protective Equipment (PPE) seeks to establish an Ethical Supplier Register consisting of manufacturers and suppliers of uniforms and PPE that meet specific compliance and standards as described in the VGPB “Guide to procuring Uniforms and Personal Protective Equipment”. All Victorian Government departments and agencies will be required to buy from this register, wherever possible. How to apply Applicants are required to complete the attached template and email it to SS-05-2018@dtf.vic.gov.au All responses must be provided within the specified fields. Applicants must respond to all sections of this template. Applicants may provide supplementary material to support their application. All supplementary material must be cross referenced to the relevant section of this template. As an open Invitation to Register, applications may be submitted at any time. Applications received by 9 am Australian Eastern Standard Time on Monday, 1 October 2018, will be evaluated for the first publication of the Ethical Supplier Register.
Clinical Advisory Services Register
The TAC’s Clinical Advisory Services Register provides the TAC access and flexibility to engage highly experienced and qualified allied health and medical professionals for best-practice and specialist clinical advice across a wide range of disciplines. The register ensures the TAC is enabled to support the Make Every Day Matter Strategy by using suppliers for both internal claims advice as well as providing clinical input into strategic initiatives. Clinical Advisory Services supports the TAC’s internal claims management process by providing independent clinical reviews and advice on a referral basis. Clinical reviews are focused on ensuring that treatment is evidence informed and clinically justified. The TAC is seeking applications from individual and intermediary Suppliers capable of providing Clinical Advisory Services or Senior Clinical Advisory Services under the Register. Services include: Claims advice and Client outcomes; Business advice; and Sector Engagement. A detailed description of Service and clinical disciplines being sought via the Register can be found in the Service Specification (and attachments) included as part of the Register pack below: Invitation to Register (Individual) - for single applicants i.e. providing only one Clincial Advisor Invitation to Register (Multiple) - for applicants providing more than one Clinical Advisor Privacy Questionnaire Service Specification Service Specification (Annex A) - Service Standards Service Specification (Annex B) - Invoice Template Service Specification (Annex C) - Quality Review Framework Service Specification (Annex D) - Clinical Advisory Service Categories NOTE - Interested applicants may register as a supplier with Buying for Victoria to download the Register pack. To lodge your application, please follow the instructions detailed in the Invitation to Register.
Road Safety Services Register
Road Safety Services Register The Road Safety Services Register is for the supply of Road Safety Services to the Transport Accident Commission (TAC). Suitable suppliers are invited to apply for prequalification. The Road Safety Services Register is an open register and suppliers may apply at any time. Please read through the attached documentation carefully in applying to join the register. Do not submit your application via the Tenders Vic website. You must submit your application as instructed in the invitation documentation and email applications to rs-panel-manager@tac.vic.gov.au About the TAC The TAC is a government–owned enterprise, established under the Transport Accident Act 1986 (Vic) to reduce the social and financial cost of transport accident injuries to the Victorian community. The TAC is dedicated to eliminating lives lost and serious injuries. To achieve this, the TAC and its road safety partners are building a system where Victorians are protected from death or serious injury if a mistake is made on the road. For more information on the TAC please refer to link below: https://www.tac.vic.gov.au/about-the-tac/our-organisation Services The TAC requires access to specialist road safety expertise to support its projects. This expertise includes areas such as: Behavioural science expertise Motorcycle safety Vehicle safety (technical & engineering and behaviour) Drink, drug, impairment, and offender behaviour Active transport and micro mobility Road safety strategy development and/or policy advice Early childhood and parenting Youth and young drivers Ageing Road users Data analysis & modelling Road safety infrastructure and/or program audits Road safety education Road safety program evaluation
Request for Application - RFA Grants for gambling research program
The department is committed to producing high-quality research into gambling harm to: increase understanding of gambling harm inform harm minimisation strategies support the continual improvement of programs, policies, services and campaigns that seek to address gambling harm. Applications should propose research projects investigating the relationship between gambling, gambling harm and family violence .
Calf Rearing Services for the Ellinbank SmartFarm
Introduction The opportunity The Department of Energy, Environment and Climate Action (DEECA) is the Victorian Government’s lead agency for supporting thriving, productive and sustainable communities, environments and industries. The role of DEECA is to work together to create a liveable, inclusive and sustainable Victoria with thriving natural environments - where the community is at the centre of everything we do. The Department is seeking responses to this Request for Tender (RFT) reference T2026-0108 for the provision of calf rearing services for the Ellinbank SmartFarm. Structure of RFT • Introduction – contains an overview of the opportunity presented in, and the objectives of, this RFT. • Part A – Conditions of Tendering sets out the rules applying to the RFT documents and to the Tendering Process. These rules are deemed to be accepted by all Tenderers and by all persons having received or obtained the RFT. • Part B – Specification describes the Goods and/or Services in respect of which the Department invites Tenders from interested persons. • Part C – Proposed Contract contains the terms and conditions in compliance with which the Department desires the Goods and/or Services set out in Part B to be provided. • Part D – Tenderer’s Response specifies the information, including pricing information, to be provided in a Tender and may also specify any information to be provided by a Tenderer by other means. RFT Objectives The Department is seeking responses to this RFT for the provision of calf rearing services for the Ellinbank SmartFarm. The Department’s specific requirements in relation to the Goods and/or Services are set out in Part B of this RFT (Specification). In issuing this RFT, the Department seeks to identify a Tenderer who is: (a) able to provide the Goods and/or Services required by the Department in the manner set out in the Specification; (b) able to demonstrate a commitment and ability to working in collaboration with the Department over the term of any agreed contractual period to continuously seek improvements in value, efficiency and productivity in connection with the provision of the Goods and/or Services; and (c) prepared to work with the Department to continue to identify opportunities for improvement in the quality and level of service provided to the Department, for the mutual benefit of both the Department and the Tenderer.
Bendigo Station Kiosk Lease
V/Line invites Expressions of Interest (EOI) from qualified and experienced operators to lease a kiosk at Bendigo Station. This opportunity aims to enhance customer experience by providing high-quality food and beverage services for passengers and visitors. Documents Provided: • EOI information document: contains all relevant details, requirements and conditions for applicants. • Application form: to be completed and submitted as part of your EOI response. Please review the attached EOI document thoroughly to understand the scope, requirements, process and evaluation criteria. Complete the application form and ensure all requested information is provided and submitted via the Buying for Victoria platform. To submit an application, you will need to create an account and register using the following link: https://www.tenders.vic.gov.au/register For enquiries, please contact David Salim at VLine-Commercial@vline.com.au.
Real Estate & Facility Management Services (REFM)
The Department of Transport and Planning (DTP) brings together key transport, planning, land, precinct and policy functions within a single department to create thriving places and connected communities. Since 1 January 2020, VicRoads and Public Transport Victoria have been part of DTP, whilst Minister for Finance and Minister for Planning property functions have also since transferred to DTP providing Governments central and leading Land and Property function. DTP's Portfolios play a vital role in enabling current and future infrastructure projects by ensuring land is available when required by the Victorian Government. Majority of assets are held for future transport or major projects in which expected time frame of delivery can change with Government priorities. Not centrally funded, it's critical that land and property assets are maintained, commercialised and fully utilised to provide a revenue stream to the Department and reduce risk and maintenance costs. DTP has a portfolio of approximately 4,200 properties across the State and is seeking a suitably qualified provider(s) to effectively manage the portfolio, optimise returns, and diligently manage associated landowners’ risks. The initial term of the service is for 4 years with a further two 24-month options. This contract will ensure that: · DTP’s obligations as landowner are met and risks are managed to ensure compliance and safety of all DTP properties; · DTP’s reputation as a landowner and landlord is effectively managed; · Where relevant, to maximise the return on lettable assets; and · Assets in the portfolio are maintained to optimise value from the portfolio. The portfolios consist of a diverse range of asset types including residential, commercial, improved and unimproved land, telecommunications and commercial road licensing agreements. Scope of Service includes but not limited to the following: · Leasing & Licencing; · Administration & Management; · Renewals & new opportunities; · Planned & reactive maintenance (e.g. minor repairs, painting, cleaning, electrical, plumbing, lawn mowing, landscaping, etc.); and · Real Estate Services (advertising for leasing, market reviews, landowner representation) . Project Management for significant sites including Heritage compliance, renovations and demolitions.
Assetless Administration Fund - Asset Recovery Grant
The Asset Recovery Grant Guideline is one of three revised guidelines developed by ASIC to replace ASIC Regulatory Guide 109*. The Asset Recovery grant opportunity provides funding to a liquidator of an assetless company to take action to recover certain assets, or for compensation for loss, where misconduct in relation to the company has occurred which caused assets of the company to dissipate. The Commonwealth Grant Rules and Principles 2024 (CGRPs) requires grant opportunity guidelines to be developed for all new grant opportunities, and revised guidelines to be developed where significant changes have been made to a grant opportunity. The Guidelines are developed in accordance with the CGRPs within the Commonwealth Grants Policy Framework. Please read the Guidelines carefully, as it contains numerous changes including: - Sections and headings in accordancewith the Whole-of-Government template - Simplified definition for 'assetless' administration for determining a liquidator's eligibility to apply for grant in section 4.5 - Clearer assessment criteria in section 6 - Explicit guidance regarding funding for security for costs orders to support asset recovery. * The other two Guidelines are: Director Banning Grant Guidelines; and Matter Other Than Director Banning Grant Guidelines.
Assetless Administration Fund - Matters Other than Director Banning Grant
The Matters other than Director Banning Grant Guidelines is one of three revised Guidelines developed by ASIC to replace ASIC Regulatory Guide 109*. The Other Matters grant opportunity provides funding to a liquidator of an assetless company to investigate and prepare a report under section 533(2) of the Corporations Act 2001, where possible offences or misconduct had occurred that may warrant ASIC commencing its own investigation or taking enforcement action. The Commonwealth Grant Rules and Principles 2024 (CGRPs) requires grant opportunity guidelines to be developed for all new grant opportunities, and revised guidelines to be developed where significant changes have been made to a grant opportunity. The Guidelines are developed in accordance with the CGRPs within the Commonwealth Grants Policy Framework. Please read the Guidelines carefully, as it contains numerous changes including - Sections and headings in accordance with the Whole-of-Government template - Simplified definition for "assetless" administration for determining a liquidator's eligibility to apply for grant in section 4.5 *The other two Guidelines are: Director Banning Grant Guidelines; and Asset Recovery Grant Guidelines.
Assetless Administration Fund - Director Banning Grant
The Director Banning Grant Guidelines is one of three revised Guidelines developed by ASIC to replace ASIC Regulatory Guide 109*. The Director Banning grant opportunity provides funding to a liquidator of an assetless company to investigate and prepare a report under section 533(2) of the Corporations Act 2001, primarily to assist ASIC to determine whether to disqualify a person from managing corporations under section 206F or 206GAA of the Corporations Act 2001. The Commonwealth Grant Rules and Principles 2024 (CGRPs) requires grant opportunity guidelines to be developed for all new grant opportunities, and revised guidelines to be developed where significant changes have been made to a grant opportunity. The Guidelines are developed in accordance with the CGRPs within the Commonwealth Grants Policy Framework. Please read the Guidelines carefully, as it contains numerous changes including: - Sections and headings in accordance with the Whole-of-Government template - Simplified definition for "assetless" administration for determining a liquidator's eligility to apply for grant in section 4.5 *The other two Guidelines are: Asset Recovery Grant Guidelines; and Matters Other Than Director Banning Grant Guidelines.
Regional Development Australia Committees (RDA) program
The RDA program is a national network of 50 Committees, including the Indian Ocean Territories Regional Development Organisation (collectively referred to in this document as RDAs). RDAs are made up of volunteer local leaders who work with all levels of government, business and community groups to support economic development in their regions.
Assisted Reproductive Technology (ART) Storage Funding Program
The purpose of this grant opportunity is to support patients from two population groups who face extra costs associated with fertility preservation: people who require fertility treatment, including fertility preservation, due to a cancer diagnosis, and people at risk of passing on genetic conditions who have undergone pre-implantation genetic testing funded by the Medicare Benefit Schedule (MBS), as described in MBS items 13207, 73384, 73385, 73386 or 73387. Costs associated with the cryostorage of eggs, sperm or embryos are not currently subsidised through the Medical Benefits Schedule (MBS) and these patient groups often face extra costs associated with fertility preservation. The intended outcome of the program is to reduce eligible patient’s costs for preserving eggs, sperm, or embryos through cryostorage (freezing). Under the program, patients will be eligible for up to ten years of cryostorage funding per eligible material stored. To view the grant opportunity documents, please select the red Grant Opportunity Documents button on the left hand side.
Never Miss an Opportunity
Get instant notifications for new opportunities that match your criteria. Track deadlines and manage applications in one place.
Start Free Trial