Loading page content…
Loading page content…
Loading contract search results…
19 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
The Teaching Regulation Agency (TRA) intends to procure mulitple external legal services to support the investigation, preparation and presentation of teacher misconduct cases, building on the model used under current Presenting Officer (PO) contracts. These services include undertaking proportionate investigations, preparing case documentation for Case to Answer decisions and Professional Conduct Panel (PCP) hearings, and presenting cases at hearings on behalf of the TRA. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of formal procurement. These sessions will allow us to explore practical considerations, understand market capacity and incorporate sector insight into refining the delivery model. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. This procurement will therefore establish a resilient, flexible legal services arrangement capable of meeting both current statutory obligations and the wider future scope of the Teacher Misconduct regime. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.
£24,300,000
Contract value
The Teaching Regulation Agency (TRA) intends to procure external legal adviser services to support the lawful, fair and efficient operation of Professional Conduct Panel (PCP) hearings. These services will build on the model used under the current Legal Adviser (LA) contracts and will ensure panels receive independent, high quality legal advice throughout the misconduct hearing process. Legal advisers provide essential and impartial advice to PCPs on matters of law, mixed questions of law and fact, procedure, precedent, and any other issues relevant to the case before the panel. They also draft the panel’s written findings of fact, announced decision, and final decision document, ensuring these are clear, legally sound and fully compliant with the Teachers’ Disciplinary (England) Regulations 2012 and TRA’s published guidance. The TRA will conduct early market engagement to present our high level approach to the future service model and ensure suppliers have clarity ahead of the formal procurement. These sessions will provide an opportunity to explore practical aspects of delivering legally compliant hearings, understand market capacity and discuss how suppliers can support resilience and consistency across panels. After the event, suppliers will be invited to complete a questionnaire to provide feedback that will support the TRA’s development of its service model. The resulting procurement will therefore establish a resilient, high quality legal adviser service capable of supporting the current statutory framework and the future expansion of the Teacher Misconduct regime. The TRA will work closely with contracted suppliers to maintain high standards of legal accuracy, consistency in decision making and operational stability across all panel hearings. *Please be aware that registration is for the Market Engagement Event only. This event does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education. This is NOT an invitation to tender for a contract opportunity and any suppliers invited to the event will not have a privileged position in relation to any future contract opportunity. Any subsequent procurement(s) that DfE conducts will be based on the fair and objective outcome of a procurement process.* The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.
£5,000,000
Contract value
**Please note, this is not a Tender exercise** The Education Authority Northern Ireland (EANI), in preparation for a procurement process, wish to engage with the market to seek supplier views and feedback on potential approaches for a Framework for the Supply and Delivery of Sports and Fitness Equipment, and the Maintenance of Gymnasium and Fitness Equipment. Market Feedback will be provided via the completion of a questionnaire, to be submitted via eTendersNI. There are no documents to be completed or provided other than the questionnaire. Any information gathered through this market consultation exercise will inform internal business planning and any possible subsequent procurement process and will NOT be appraised in any future tender evaluation exercise. Please note that participation or nonparticipation in this preliminary market consultation exercise shall not prevent any supplier from participating in any potential procurement process, nor is it intended that any information supplied shall place any supplier at an advantage or disadvantage in any forthcoming procurement process. For the avoidance of doubt, this is the scoping phase of the project and is not part of a formal procurement process.
£12,000,000
Contract value
The Department for Education is seeking a delivery partner to establish and operate a National Centre for Arts and Music Education. The intention is to establish the Centre by September 2026. The Centre will play a pivotal role in delivering the government’s ambition to revitalise arts in schools in England, so every child can access a rich, high‑quality arts education that nurtures creativity, confidence, cultural understanding, and personal expression. The independent Curriculum and Assessment Review published its final report on 5 November 2025. The government also issued a response to the report on the same day, setting out the changes that will be made to the National Curriculum, qualifications, accountability, and enrichment. The first teaching of the new curriculum will be September 2028 and new GCSEs from September 2029, following consultation. The intention is to publish the new national curriculum in Spring 2027, following consultation on the draft later this year. Further policy will be published this year, in particular the Schools White Paper, changes to Attainment and Progress 8 accountability measures in a separate consultation document, and enrichment in schools in the Enrichment Framework guidance. In the light of these reforms, the aim is for the Centre to act as a strategic system leader, working across national, regional, and local levels to strengthen arts provision in schools. By convening and mobilising a broad coalition of partners, the Centre is intended to create the conditions for meaningful social impact. It will coordinate and align funding, investment, and activity to maximise the collective impact of all partners involved in arts education in schools. It will also generate and share data and evidence to guide decision making and target support where access to high quality arts education is most unequal. In this way, the Centre will be an important partner in revitalising arts education, securing equitable access to high quality teaching and enrichment opportunities, particularly for children and communities currently least able to access them. The delivery partner will lead the National Centre and therefore be responsible for the design, implementation, and oversight of the Music Hubs network to support delivery of these priorities: • Priority 1: Providing strategic national leadership in revitalising arts in schools, mobilising a coalition of national, regional, and local partners to generate and direct investment to support equitable access to high-quality arts in school, with a focus on under-served communities. • Priority 2: Supporting excellent teaching, through a new online CPD offer for primary and secondary school teachers and support to access existing high-quality teacher development provision available from others. • Priority 3: Promoting arts education to school leaders, teachers, parents, and young people, including promoting opportunities for children and young people to progress in the arts and pursue their interests and career aspirations. • Oversight of the Music Hubs network, including being fundholder for the network, monitoring hubs’ performance and delivery, and working with hubs to achieve the National Centre’s three priorities. The National Centre will be established with a phased implementation plan for its programme of work from September 2026. This includes the Centre assuming responsibility for the Music Hubs network from 1 September 2027. This gives the Centre a year to plan the transition from existing oversight arrangements with Arts Council England, during which the Centre can undertake preliminary engagement with Music Hub partnerships before September 2027. The existing Music Hubs capital grant overseen by Arts Council England will also be extended to the end of April 2027. The National Centre will not therefore need to assume responsibility for this grant. Future funding for the Music Hubs revenue grant will be confirmed in due course and is separate to this contract value. Tender Instructions: The Department is administering the Tender process via Jaggaer, where the full suite of tender documents can be found. Unless they have previously done so, potential bidders will need to register to participate in this opportunity: https://education.app.jaggaer.com. Jaggaer is the only method for submitting tenders and clarification questions. Suppliers should not make any other form of approach to the Department in connection with this procurement. It is the responsibility of potential suppliers to ensure they can access and use the Jaggaer system. Jaggaer is owned and hosted by an independent organisation. Any issues in respect of functionality or using the system must be directed to the Jaggaer helpdesk via 0800 069 8630 or https://www.jaggaer.com/submit-supplier-support-request/. Potential Suppliers are responsible for ensuring that they understand the tender process and how to use Jaggaer. If any information is unclear, you consider that insufficient information has been provided, or there appears to be a technical error, you must raise an enquiry or request for clarification via the ‘messages’ functionality within Jaggaer. The clarification deadline is as stated in the procurement timetable. Please ensure that you have read all documentation thoroughly before submitting an enquiry. Supplier information event: Potential Suppliers are invited to attend a Supplier information event, facilitated on Microsoft Teams on 4th March 2026 at 14:0 – 15:30. The session will be led by representatives of the Department and will focus on the requirements and the tendering process, with a ‘walkthrough’ of the procurement documents and guidance on what is required to submit a compliant tender. The session will include a presentation of key changes following the preliminary market engagement undertaken in 2025. A meeting link can be found on Jaggaer with the ITT documentation. Attendance by potential suppliers is not mandatory. The slides and any Q&As from the session will be uploaded to Jaggaer. The Department is keen to maximise opportunities to participate in procurement across a wide range of organisations from the public, community, and private sectors, including Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.
£13,000,000
Contract value
The Schools Water Strategy is an “invest to save” strategy aimed at reducing the risk of flooding in schools. This planned procurement is to enable the expansion of the current Property Flood Resilience (PFR) installations across the school estate, specifically targeting members of the Risk Protection Arrangement (RPA) for schools in high-risk flood areas and schools that have suffered repeated flooding disruption. This procurement is looking for Potential Suppliers with the capability in their own organisations or with named supply chain partners to design and build property flood resilience solutions across both grey and green (nature-based) categories. The maximum contract value including optional extensions across all Lots is £100 million (excluding VAT). The initial 3 year contract term is valued at £57 million across all Lots, equating to roughly £11.4 million per Lot. The DfE is looking to award 5 regional contracts that will deliver PFR measures in specific schools (selected by the DfE based upon flood risk) in each region. The procurement will be structured into five regional Lots to ensure equal coverage across England. Each Lot will be split into regions as follow: • Lot 1: North West • Lot 2: North East • Lot 3: West Midlands and South (excluding London) • Lot 4: London • Lot 5: East Midlands and East of England Each Lot will have a target to complete a minimum of 10 schools per year over the contract period; however, suppliers would be expected to work on more than 10 projects a year to achieve the targets, accounting for potential slippage. Each Lot is equal in the scope of works. Bidders will be able to apply for all five Lots but will only be awarded a maximum of three Lots. The planned procurement will follow an Open Competitive Procedure, and the evaluation will use a price-per-quality-point methodology.
£100,000,000
Contract value
This is a Competition Notice for 10 years of Grant Funding for a What Works Centre for Children and Families to start in April 2027. This funding will be provided under Section 14 Grant of the Education Act 2003 Terms and Conditions. This competition is not in scope of the Procurement Act 2023. There is also a Find a Grant notice relating to this competition which can be found here: https://find-government-grants.service.gov.uk/grants/what-works-centre-for-children-and-families---competition-launch-1 ______________________________________________________________________________________________________________________________________ The Department for Education (the Department) are looking for an organisation to act as a What Works Centre for Children and Families (WWCCF) from April 2027. This grant funding will be issued for a maximum of 10 years, with a maximum available funding of £8.5m per year. Reforming children’s social care to keep children safe and give them the best start in life is an important part of the Governments opportunity mission. Improving the evidence base on interventions that work is vital to the success of the reform programme. The Department anticipate this grant to be used to generate and champion robust actionable evidence (i.e. deliver research, programmes and evaluations) that will help shape decision making in policy and practice, and enable the sector to improve services and outcomes to protect and support vulnerable and disadvantaged children. This should include: • becoming a What Works Network member, operating independently and setting a strategy alongside the Department • having access to a range of expertise in conducting high-quality evaluations, translating and disseminating evidence • establishing relationships with policy makers and local leaders to establish and support delivery of interventions that work based on high quality evidence • detailed knowledge and understanding of the children’s social care and early intervention sector We are looking for an organisation to build a strategy which would deliver the following objectives: • collating existing evidence on the effectiveness of programmes and practices • collaborating with and engaging the sector to help the development of materials and reports • producing high-quality synthesis reports and systematic reviews in areas where they do not currently exist • assessing the effectiveness of policies and practices against an agreed set of outcomes • Identifying and filling gaps in the evidence base by commissioning new trials and evaluations • proactively sharing findings in an accessible way (that is free to access) • supporting practitioners, commissioners and policymakers to use these findings to inform their decisions • undertaking research and evaluation projects that meet Government Social Research standards We would expect that Cabinet Office's requirement of What Works Centre membership to be met in full: https://www.gov.uk/government/publications/what-works-network-membership-requirements. An online competition launch engagement session will be held 14:0 – 15:0 pm, 26th February 2026 via teams to allow the Department to explain relevant competition documentation to potential bidders and allow an opportunity for Q&A. If you would like an invite to this session, please use the messaging function on Jaggaer to request an invite, including the roles and email addresses of all those who would like to attend. Any slides and Q&A from this session will be uploaded and shared with all potential bidders for future reference.
£85,000,000
Contract value
On 17 December, the UK and the European Commission reached an agreement in principle for the UK to associate to Erasmus+ in 2027. Erasmus+ is the European Union's flagship programme to support education, training, youth, and sport in Europe and beyond, with an overall estimated budget of €26.2 billion for the period 2021-27. It is a grant funding scheme offering a broad range of opportunities for learners and staff across the education, training, youth, and sport sectors. Procurement of a Visa Sponsor Separately, the Department is seeking to procure an overarching sponsor to issue Certificates of Sponsorship and ensure compliance with Home Office requirements for a new Erasmus+ Government Authorised Exchange (Temporary Work) visa scheme, for inbound mobilities to the UK where participants are undertaking supernumerary work placements such as traineeships, teacher assignments or training assignments. The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs). Consideration will also be given to consortia and collaborative bids from all forms of organisations.
£12,118,000
Contract value
This PME does not signify the commencement of any procurement process and does not constitute any commitment by the Department for Education (DfE). If DfE decides to commence any procurement process subject to the Procurement Act 2023 as contemplated by this notice, a separate notice(s) will be published at the relevant time. DfE would like to encourage all relevant organisations, including Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs), to participate and have made the engagement process as open as possible in order to facilitate this (please see further details in the “Engagement process description” section below). Consideration will be given to consortia and collaborative bids from all forms of organisations subject to confirmation of a competitive tender process. The Purpose: Preliminary Market Engagement is being undertaken to refine DfE's requirements as it looks to establish a route to market for schools under the Procurement Act 2023 for management information systems (MIS) that enables them to analyse, use and report on key data with a focus on interoperability. It is currently anticipated that this will be in the form of an open framework as defined in the Procurement Act 2023. As part of the preliminary market engagement, DfE is keen to work with MIS suppliers in England to explore how we can harness the potential of data to provide new and valuable insights to share with schools, academy trusts, and local authorities in England to improve outcomes for children and young people, parents and carers. This particular initiative has been branded the Data spine and was referenced in the Schools White Paper published in February 2026. It is anticipated that outcomes of this initiative will be included within the remit of aforementioned route to market. Further information on the link between the MIS route to market project and the Data spine will be shared as part of the engagement process, starting with the market engagement webinar (please see further details in the “Engagement process description” section below). We will conduct further market engagement during spring 2026 with a view to using the market engagement and stakeholders views to further inform the specifics of the proposed MIS route to market. By fully engaging in this process, including the Data spine initiative, organisations have the opportunity to feed into the design of the proposed MIS route to market and ensure it is cognizant of market capabilities.
£800,000,000
Contract value
The successful Supplier will be required to provide cleaning services for Castle School Education Trust (CSET) & The Priory Learning Trust ( TPLT). The two separate contracts and ‘lots’ cover the scope for the provision of all cleaning & some caretaking services within the TPLT Primary Schools. Contract value for the schools is circa £1.1m per annum at CSET and £1.2m per annum at TPLT. Whilst both Trusts are currently independently operated, they have strategic intent to join at some stage during the period of the tender project or subsequent cleaning contract, consequently both organisations intend to award this cleaning contract to the same contractor, as two separate lots. The Castle School Education Trust and The Priory Learning Trust are expected to grow, with a number of additional schools becoming part of the Trust/s during this contract period and the provision of cleaning services, and caretaking where detailed, at these schools when they have joined the Trust/s will fall under the scope of these contracts. Similarly, any Trust Schools with alternative cleaning provisions currently in place could fall into scope of this contract as their current cleaning arrangements end. The successful Supplier will be expected to provide this service at these additional schools using the same costing model applied to the successful tender submission. The duration of contract for these schools will not be increased, and they will join the contract for the remaining contract period that exists at the point of entry into the Trust/s. Due to the scale of the contract, and to enable an effective mobilisation period, it has been decided to stagger the mobilisation dates with each Trust commencing at a slightly different time. Contractors are required to bid for both Lots, and the contract award shall be made at the same time. The contracts are being awarded based on an initial three year, with the opportunity to extend by a further period of up to two years at the discretion of the governing body. • The CSET contract shall commence on 01.01.27 until 31.12.30. •The TPLT contract shall commence on 01.04.27 until 31.03.30. This contract will be fixed price in nature with the successful Supplier guaranteeing both the number of input hours to the contract and the quality of cleaning provision. The contracts will be for an initial period of three years, with the opportunity to extend for a further period of up to two years at the discretion of the relevant governing body. We are seeking a suitably experienced Supplier who has current experience of working within the primary and secondary school marketplace, ideally with a strong operational base relevant to the Schools, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract. The Trusts have Strategic Objectives regarding both Sustainability and Social Value. It is expected that the successful supplier shall evidence how the delivery of services shall compliment the achievement of these objectives. The scope of the contract covers all cleaning provision within all school buildings. The caretaking service shall be delivered where indicated in the cleaning & caretaking specification. The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the Trust and School senior management teams on the contract performance. Please see PSQ document for more information. For more information about this opportunity, please visit the Delta eSourcing portal at: https://litmustms.co.uk/tenders/UK-UK-Bristol:-School-cleaning-services./TR276KV796 To respond to this opportunity, please click here: https://litmustms.co.uk/respond/TR276KV796
£11,500,000
Contract value
The successful Supplier will be required to provide catering services for Castle School Education Trust (CSET) & The Priory Learning Trust ( TPLT). The two separate contracts and ‘lots’ cover the scope for the provision of all catering services within the schools, which also includes free issue requirements. Contract value for the schools is circa £1.2m per annum at CSET and £1.3m per annum at TPLT. Whilst both Trusts are currently independently operated, they have strategic intent to join at some stage during the period of the tender project or subsequent catering contract, consequently both organisations intend to award this catering contract to the same contractor, as two separate lots. The Castle School Education Trust and The Priory Learning Trust are expected to grow, with a number of additional schools becoming part of the Trust/s during this contract period and the provision of catering services at these schools when they have joined the Trust/s will fall under the scope of these contracts. Similarly, any Trust Schools with alternative catering provisions currently in place could fall into scope of this contract as their current catering arrangements end. The successful Supplier will be expected to provide this service at these additional schools using the same costing model applied to the successful tender submission. The duration of contract for these schools will not be increased, and they will join the contract for the remaining contract period that exists at the point of entry into the Trust/s. Due to the scale of the contract, and to enable an effective mobilisation period, it has been decided to stagger the mobilisation dates with each Trust commencing at a slightly different time. Contractors are required to bid for both Lots, and the contract award shall be made at the same time. The contracts are being awarded based on an initial three year, with the opportunity to extend by a further period of up to two years at the discretion of the relevant governing body. •The CSET contract shall commence on 01.04.27 until 31.03.30. •The TPLT contract shall commence on 01.08.27 until 31.07.30. Please see PSQ Document for more information. For more information about this opportunity, please visit the Delta eSourcing portal at: https://litmustms.co.uk/tenders/UK-UK-Bristol:-School-catering-services./UK65TK5AQC To respond to this opportunity, please click here: https://litmustms.co.uk/respond/UK65TK5AQC
£12,500,000
Contract value
The purpose of this preliminary market engagement notice is to inform the market of a forthcoming supplier engagement event regarding future support for schools and colleges to deliver careers education, information, advice and guidance for young people in England. The Department for Education (DfE) will be undertaking an online market engagement event via MS Teams at 14:0 on 31st March 2026 for interested parties. The event is anticipated to last for a duration of an hour. The slide deck will be published on Jaggaer (ssq_747) following the event. If you wish to attend the market engagement event, please use the link found in the Engagement section below entitled: Attend market engagement event – 31st March 2026 We last carried out supplier engagement in November 2024 in order to inform the delivery of careers support for young people. The purpose of this supplier engagement webinar is to: • Build on the insight gathered in the supplier engagement conducted in 2024. • Share our broad plans for how we want to continue to support schools and colleges to improve careers guidance from the 2027/28 academic year and support partnership working with strategic and local authorities through careers hubs. • Test bidder appetite and delivery viability for the support to improve careers guidance for young people with potential suppliers. This is not a binding statement of intent or a call for competition This Notice does not signify the commencement of any competitive process and does not constitute any commitment by the DfE. If DfE decides to commence any competitive process(es) as contemplated by this notice, a separate notice(s) will be published at the relevant time. The information contained in this notice, including information relating to the nature and scope of the authority's requirements, and the service classification of this requirement from the list of CPV codes, is only indicative of the authority's current thinking, and is neither exhaustive nor binding and the DfE reserves the right at its absolute discretion to amend this notice at the time of issue or at any other time. The DfE will not be liable for any bid cost, expenditure, work or effort incurred by a provider in acting on the basis of this notice. Any funding estimates referenced are indicative only and subject to change. The Department makes no commitment at this stage to the final scope or funding envelope of any future contractual activity. The current funding estimates are between £90m and £180m for a 3-5 year agreement, plus a mobilisation period of up to 6 months if required.
£180,000,000
Contract value
Education Commercial Services (ECS) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of ethically and sustainably sourced Construction, Works and Professional Services from a wide range of suppliers who can make a positive impact on the environment and our communities whilst managing the increasing risk of modern slavery in their sectors. Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector. We are focused on providing high quality commercial support to the education sector UK wide. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives and values. We identify savings whilst delivering Social Value benefits, managing Decarbonisation, Biodiversity, Deforestation, Resource use, Health & Safety, and supporting the local economy and communities. This DPS will be available and open to the full Public Sector across all regions within the United Kingdom (UK), and has been set up provide public sector buyers with an ethical and sustainable route to market for Construction, Works and associated Professional Services to have a focus on ethical and sustainable practices across suppliers and their supply chains to drive social and environmental impact. The DPS will create the following benefits across all sectors, locations and suppliers: • support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy • increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing • reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles • Mandated sign up to the Government prompt payment policy for suppliers and subcontractors to support local businesses • Improve supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chain When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition The three (3) categories compromise of: • Service Category • Geographical Location • Additional Capabilities Fully compliant with the Public Contracts regulations 2015
From £1
Contract value
Education Commercial Services (ECS) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of ethically and sustainably sourced Construction, Works and Professional Services from a wide range of suppliers who can make a positive impact on the environment and our communities whilst managing the increasing risk of modern slavery in their sectors. Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector. We are focused on providing high quality commercial and sustainability support to the education sector UK wide. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives and values. We identify savings whilst delivering Social Value benefits, managing Decarbonisation, Biodiversity, Deforestation, Resource use, Health & Safety, and supporting the local economy and communities. This DPS will be available and open to the full Public Sector across all regions within the United Kingdom (UK), and has been set up provide public sector buyers with an ethical and sustainable route to market for Construction, Works and associated Professional Services to have a focus on ethical and sustainable practices across suppliers and their supply chains to drive social and environmental impact. The DPS will create the following benefits across all sectors, locations and suppliers: • support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy • increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing • reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles • Mandated sign up to the Government prompt payment policy for suppliers and subcontractors to support local businesses • Improve supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chain When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition The three (3) categories compromise of: • Service Category • Geographical Location • Additional Capabilities Fully compliant with the Public Contracts regulations 2015
£1,000,000,000
Contract value
ARU is establishing the Dynamic Purchasing System (DPS) to provide ARU with a compliant procurement route for the provision of private student residential accommodation to new ARU students. The DPS will provide one or multiple suitable buildings to ARU in order to fulfil our accommodation needs. When the DPS is established, ARU will be able to search for Potential Providers that match their requirements using: service category, room type and price and any other criteria deemed necessary and available within the standard search criteria. ARU will invite all Potential Providers admitted to the DPS to bid for the specific contract, via a call for further competition (mini-competition) but may impose further conditions which exclude some Potential Providers from a specific competition. The DPS will be open for a period of 3 years and applications to the DPS may be made at any time during this period.
£8,000,000
Contract value
Bishop Wilkinson Catholic Education Trust (BWCET) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of commonly used goods and services from a wide range of suppliers to create an ethical and sustainable supply chain to deliver social value in local communities. Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector. Education Commercial Services (ECS) is focused on providing high quality commercial support to the education sector with a specific focus on supporting the North East region. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives whilst identifying savings, social value benefits and supporting the local economy and communities. Although ECS currently has a focus within the education sector in the North East, the DPS will be available and open to the full Public Sector to access an ethical and sustainable supply chain for commonly used goods and services across all regions within the United Kingdom (UK). The DPS has been designed and set up to have a focus on ethical and sustainable practices across suppliers and their supply chain to drive social value outcomes The DPS will create the following benefits across all sectors, locations and suppliers: • support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy • increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing • reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles • encourage 10-day payment terms for suppliers and subcontractors to support local businesses • create supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chain When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition The three (3) categories compromise of: • Service Category • Geographical Location • Additional Capabilities
£500,000,000
Contract value
Bishop Wilkinson Catholic Education Trust (BWCET) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of commonly used goods and services from a wide range of suppliers to create an ethical and sustainable supply chain to deliver social value in local communities. Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector. Education Commercial Services (ECS) is focused on providing high quality commercial support to the education sector with a specific focus on supporting the North East region. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives whilst identifying savings, social value benefits and supporting the local economy and communities. Although ECS currently has a focus within the education sector in the North East, the DPS will be available and open to the full Public Sector to access an ethical and sustainable supply chain for commonly used goods and services across all regions within the United Kingdom (UK). The DPS has been designed and set up to have a focus on ethical and sustainable practices across suppliers and their supply chain to drive social value outcomes The DPS will create the following benefits across all sectors, locations and suppliers: • support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy • increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing • reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles • encourage 10-day payment terms for suppliers and subcontractors to support local businesses • create supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chain When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition The three (3) categories compromise of: • Service Category • Geographical Location • Additional Capabilities
£500,000,000
Contract value
TRN-24-002 Transport of School Meals
£21,000,000
Contract value
DfE is inviting suppliers who are interested in delivering Skills Bootcamps to apply for the Dynamic Purchasing System. The DPS launched on 21st November 2022 and will run for a duration of up to 6 years with an indicative overall value of approximately £1.5bn. Please register as a supplier on the DfE Jaggaer portal via this link https://education.app.jaggaer.com/web/login.html. All information regarding the application process can be found under project_7693 or ssq_322. Information can also be found at: https://www.service.gov.uk/guidance/bid-to-supply-skills-bootcamps
£1,500,000,000
Contract value
The Education Authority are seeking to appoint supplier(s) to a Dynamic Purchasing System (DPS) for the supply and delivery of Catering Equipment. This DPS will eventually encompass all Commercial/Heavy and Light equipment required by the EA Catering Service and the permitted users named. Further competitions will be run from the established DPS under 9 distinct lot categories. The DPS will be for an initial period of 10 years, from the date of establishment unless otherwise terminated.
£90,000,000
Contract value