1,977 matching contracts · 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
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
Estimated Post Office fees: In the current location in the range of £11,000 - £13,500 per annum. Please note this estimate is inclusive of the products listed under General Information. Further information can be found at: https://runapostoffice.co.uk/branch/isle-of-colonsay-post-office-isle-of-colonsay-pa61-7yw?search_term=PA61
£11,000
Contract value
Installation of Gabion baskets to act as a strong stable and permeable barrier acting as a retaining wall
£30,000
Contract value
Cumberland Council have a requirement for the supply and distribution of a range of various Foods suitable for use by Cumberland Care Sites, Cumberland Council Sites and Cumberland Council maintained non-chequebook schools which do not use third party School Meals providers. Distribution will be required to sites throughout the footprint of Cumberland Council. This contract will be tendered in 4 lots. Suppliers will be able to tender for one, more than one, or all Lots. The lots will be evaluated individually and each lot will be awarded to one supplier who will supply and distribute throughout the footprint of Cumberland Council. The contract will be for a period of 4 years.
£4,500,000
Contract value
1. Purpose Vico Homes Limited (Vico) is undertaking early market engagement to understand the capability of the supplier market to deliver either: • A single, fully integrated Finance, Procurement, HR, Payroll, and Talent Management solution, or • A modular, best-of-breed ecosystem (standalone Finance inclusive of procurement or stand-alone HR system inclusive of payroll), combining multiple interoperable platforms that collectively meet the organisation's requirements. This Premarket Engagement (PME) does not form part of any formal procurement process. Information gathered will inform the development of a Strategic Business Case, procurement strategy, and potential future tender. Suppliers responding to this PME are not advantaged or disadvantaged in any future process. 2. Background & Context Vico Homes Limited (Vico) was established on 1st April 2025 when Wakefield District Housing (WDH) rebranded to deliver our vision 'to build better futures and vibrant communities'. We are one of the UK's largest social housing providers, with over 33,000 homes across Yorkshire and our wider operating area across the North of England. We offer much more than bricks and mortar; our support goes far beyond the front door. We go the extra mile to deliver excellent customer services and provide a home to be proud of. To find out more about us please visit the link below: Welcome to Vico Homes | Vico Homes Vico currently operates its core HR, Finance and Procurement functions using Microsoft Dynamics Finance and Operations, which was implemented as an enterprise platform to support these corporate functions across the organisation. The solution is integrated with a small number of adjacent systems (Housing Management, LMS, Payroll Products) and supported by third‑party partners, with additional functionality delivered through bespoke power platform extensions and integrations. Vico currently delivers its payroll capability through a dedicated third‑party payroll solution (MHR I-Trent), which operates alongside the wider HR and Finance landscape. The payroll service has been implemented to meet statutory requirements and support accurate and timely payment for colleagues, with interfaces in place to exchange data with core HR and Finance processes. Learning and development is currently supported through a separate Learning Management System (LMS) via Learning Pool, which operates independently of the core HR platform and is used to manage learning records, compliance training, course administration and colleague development. While the LMS supports essential learning and development activities, it relies on integration points with Dynamics 365 to maintain accurate colleague data and reporting. This pre‑market engagement is intended to help the organisation better understand current market products, capabilities, deployment models, and approaches that could inform future procurement options. 3. Scope Overview The organisation is reviewing replacement options for its core Finance, Procurement, HR, Payroll, Learning, Talent, Time & Attendance, and Case Management systems. Operational requirements, compliance obligations, and strategic drivers (including digital transformation) mean that a new platform (or set of platforms) need to be procured and implemented within defined timeframes. A full list of requirements is included in Section 4 to assist suppliers in identifying alignment with their solution offering. Suppliers may respond based on their ability to offer: • (A) One unified cloud-based platform • (B) Multiple modules ecosystem (standalone Finance inclusive of procurement or HR system inclusive of payroll), from the same vendor ecosystem • (C) One of the products with proven integrations (standalone Finance inclusive of procurement or HR system inclusive of payroll) Through this exercise, Vico seeks to: • Understand the maturity and availability of market solutions. • Identify whether requirements are best met by a single platform or a modular architecture. • Assess typical cost models, implementation durations, and licensing approaches. • Explore integration capabilities, including open APIs and data exchange approaches. • Gauge suppliers' experience with UK public sector, housing associations, and charitable organisations. • Identify risks, constraints, and dependencies relevant to the implementation timeline. Please contact Vico for the full Pre-Market engagement document including System Requirements and Supplier Questionnaire
Value undisclosed
Post Office Ltd is looking for a successful retailer to incorporate a Post Office Local into their existing or proposed business. The offer available in this Post Office would be: Post Office Local - integrating Post Office services into a vibrant and sustainable retail business, so they can be offered over the same opening hours. The exact layout and design will be agreed with you to suit your business. Estimated Post Office fees: In the current location in the range of £15,300 - £17,000 per annum. Please note this estimate is inclusive of the products listed under General Information. Further information can be found at: https://runapostoffice.co.uk/branch/bolton-on-dearne-post-office-rotherham-s63-8ba?search_term=S63
£15,300
Contract value
Post Office Ltd is looking for a successful retailer to incorporate a Post Office Local into their existing or proposed business. The offer available in this Post Office would be: Post Office Local - integrating Post Office services into a vibrant and sustainable retail business, so they can be offered over the same opening hours. The exact layout and design will be agreed with you to suit your business. Estimated Post Office fees: In the current location in the range of £21,000 - £26,500 per annum. Please note this estimate is inclusive of the products listed under General Information. Further information can be found at: https://runapostoffice.co.uk/branch/shenfield-broadway-post-office-brentwood-cm15-8nr?search_term=CM15
£21,000
Contract value
Post Office Ltd is looking for a successful retailer to incorporate a Post Office Local into their existing or proposed business. The offer available in this Post Office would be: Post Office Local - integrating Post Office services into a vibrant and sustainable retail business, so they can be offered over the same opening hours. The exact layout and design will be agreed with you to suit your business. Estimated Post Office fees: In the current location in the range of £3,600 - £4,000 per annum. Please note this estimate is inclusive of the products listed under General Information. Further information can be found at: https://runapostoffice.co.uk/branch/east-hagbourne-post-office-didcot-ox11-9ld?search_term=OX11
£3,600
Contract value
This preliminary market engagement process precedes the retender of the CPC Building Cleaning Services Framework which went live in 2023. The framework resulting from this exercise will be the fifth iteration of this highly successful framework available to the UK Education Sector (which is also available to the Wider Public Sector). This process will allow CPC to consider the changes enacted under the Procurement Act 2023 and how we may use that legislation to design a route to market which is modern and market relevant No lots have been included within this notice as the structure will be determined through this preliminary market engagement process. Framework length and dates have also not been decided upon at this time. Please see the attached document "Preliminary Market Engagement BC5" for more information. Registered: Login to https://suppliers.multiquote.com and view the opportunity CA17397. Not registered: Visit https://suppliers.multiquote.com then register and quote CA17397 as the reason for registration. Any queries please contact MultiQuote at support@elcom.com
Value undisclosed
This is a Provider Selection Regime (PSR) Market Engagement Notice. The procurement of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this procurement. Introduction Croydon Council are looking to procure an Adult Healthy Behaviours Service, providing structured support for smoking cessation, alcohol reduction and overweight / obesity weight management. The aim of the service is to: Contribute to the reduction in health inequalities, including socio-economic, ethnic and gender inequalities. Increase life expectancy in the borough by actively targeting specific priority groups. Reduce differences in healthy life expectancy between communities. Targeting services at residents at the greatest risk of poor healthy life expectancy. Contribute to the reduction of preventable ill health by reducing heart disease, stroke, and some cancers. Improve health outcomes and quality of life, with a better chance of putting in place positive ways to substantially reduce the risk of cardiovascular morbidity, premature death, or disability. The service is required to provide support which allows individuals to modify their behaviour. To reduce risk factors that contribute to early death and reduced quality of life namely: Smoking: Contribute to the overall reduction of the number of people that smoke. Healthy Weight: Promote a healthy weight amongst adults to reduce rates of obesity and overweight. Alcohol Identification and Brief Advice: Promote knowledge of the harms caused by excessive alcohol consumption. To screen those residents drinking at increasing and high-risk levels. Nutrition: Increase knowledge around the nutritional content of foods, by raising awareness to harms caused by energy dense foods that are high in fats and sugars as well as by the promotion of healthy nutritional diets. Health Promotion: Deliver opportunistic health education advice to further promote access to health and wellbeing e.g., being physically active, dental care, immunisations and screening, flu jabs, or NHS Health Checks. To promote Better Health national campaigns. Service Design To address the needs of those in priority groups and areas of high Indices of Deprivation we will be procuring the following model: A lead provider, working in collaboration with local voluntary, community and faith sector (VCFS) providers to deliver a neighbourhood-based Adult Healthy Behaviours service. This will allow us to provide better outcomes for residents, reflect population needs, address service challenges and maximise opportunities. Market Engagement Event We wish to invite prospective service providers as well as Voluntary, Community and Faith Sector (VCFS) representatives. To outline our requirements, answer questions, as well as begin conversations between providers and the VCFS, as to how they can best work together. Date: April 16th 2026 Time: 2.00pm – 5.00pm Place: The Braithwaite Hall, Croydon Clocktower, Katharine St, Croydon CR0 1NX Please register your interest to attend by clicking on the Express your Interest button, and send us a message including the following details: Your Organization name. Name & Job title of the delegates. Email addresses of delegates. On behalf of Croydon Council, we look forward to your attendance.
Value undisclosed
Wokingham Borough Council (WBC) is undertaking a pre-market engagement regarding Educational Management Platform Solutions. This exercise is intended to provide capable suppliers early visibility and gather feedback and understand of the types of solutions available, their capabilities, innovation, implementation process and timescales, this will assist and inform, solutions and market capabilities, shaping the potential scope, requirements, specification, and commercial models and approaches. A Market Engagement Questionnaire is provided to Suppliers who express an interest and who are willing to provide responses to help guide this exercise and potential solution elements. The solution is expected to deliver a complete Local Authority Educational Management Platform Solution, aligned with WBC’s ambitions around educational management, compliance, regulations, social value, innovation, Net Zero, technology integration, and local supply chain development. The outline scope for the Local Authority Education
Value undisclosed
NICE is holding a virtual supplier event about its Access and Identity Management System (AIMS) on April 16th 2026, 11:30am to 1pm as part of procurement activities for a new 3-year contract (plus 2 x 12-month). This system provides secure authentication and authorisation for eligible NHS and wider health and social care staff seeking who want to digital knowledge resources purchased by national, regional and local health organisations. AIMS comprises two interdependent components delivered as a single, integrated service: (1) an Identity Provider (IdP) service, which isan “identify management” capability to manage user identification and authentication; and (2) a Federated Access Management service, which is a “publisher federation” capability to manage integration with publisher platforms and ensures users receive the correct access rights. Maintaining this integration is essential to guarantee continuity of access to evidence for the healthcare workforce and to uphold contractual obligations with publishers. At the event, NICE will describe the draft service requirements and hold a question-and-answer session. NICE will highlight the importance of the federation and federated access elements of the service that is used by content providers. The event will be an opportunity for NICE to gather feedback from suppliers about specific aspects of the proposed service and for suppliers to ask questions about and to better understand the service requirements. The draft timeline for the procurement is: ITT publication in June 2026, contract award in September 2026 and service start in May 2027. The provided specification is subject to change in response to feedback from the event. To express interest and participate in this supplier event, please register and apply via Atamis e-sourcing portal https://atamis-1928.my.site.com/s/Welcome To find this opportunity in the e-sourcing portal, select "Find Opportunities" and then search by project C429620 or title. Once you have found the Opportunity, press the 'Register Interest' button to register your interest. This will make the project to appear on 'My proposals and quotes'. From there you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunity. Should suppliers have any queries, or having problems using the portal, please contact Atamis Helpdesk at: Phone: +448000988201 E-mail: support-health@atamis.co.uk
£825,000
Contract value
NICE is holding a virtual supplier event about its Access and Identity Management System (AIMS) on April 16th 2026 as part of procurement activities for a new 3-year contract (plus 2 x 12-month). This system provides secure authentication and authorisation for eligible NHS and wider health and social care staff seeking who want to digital knowledge resources purchased by national, regional and local health organisations. AIMS comprises two interdependent components delivered as a single, integrated service: (1) an Identity Provider (IdP) service, which isan “identify management” capability to manage user identification and authentication; and (2) a Federated Access Management service, which is a “publisher federation” capability to manage integration with publisher platforms and ensures users receive the correct access rights. Maintaining this integration is essential to guarantee continuity of access to evidence for the healthcare workforce and to uphold contractual obligations with publishers. At the event, NICE will describe the draft service requirements and hold a question-and-answer session. NICE will highlight the importance of the federation and federated access elements of the service that is used by content providers. The event will be an opportunity for NICE to gather feedback from suppliers about specific aspects of the proposed service and for suppliers to ask questions about and to better understand the service requirements. The draft timeline for the procurement is: ITT publication in June 2026, contract award in September 2026 and service start in May 2027. The provided specification is subject to change in response to feedback from the event. To express interest and participate in this supplier event, please register and apply via Atamis e-sourcing portal https://atamis-1928.my.site.com/s/Welcome To find this opportunity in the e-sourcing portal, select "Find Opportunities" and then search by project C429620 or title. Once you have found the Opportunity, press the 'Register Interest' button to register your interest. This will make the project to appear on 'My proposals and quotes'. From there you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunity. Should suppliers have any queries, or having problems using the portal, please contact Atamis Helpdesk at: Phone: +448000988201 E-mail: support-health@atamis.co.uk
£825,000
Contract value
The National Business Crime Centre (NBCC) is looking for information from the market on technical solutions to bring together intellligence and information from retailers and retail partners to more precisely and efficiently allocate policing resources against retail crime. The RCFC (Retail Crime Fusion Cell) is the central intelligence hub of the Tackling Retail Crime Together strategy, ensuring a unified, data driven national response. It integrates police and industry data to create the UK’s most comprehensive picture of retail crime, accessible through a shared, self service intelligence portal. The NBCC will own the RCFC which will be hosted by Opal on behalf of national policing. The function will be to facilitate the sharing of data and creating operational packs for police forces which provides real time insight on crime trends, offender behaviour, high harm locations and organised crime links, enabling targeted operational and strategic action. The private sector will fund the platform and a police staff post. The police contribution is facilitating the collaboration platform – albeit we won’t actually ‘own’ the platform or be the Data Controller. Policing will fill the funded post with a data analyst/ scientist to produce assessments of the problem. Operating under strict security controls, the RCFC enhances collaboration across policing and retail—strengthening efforts to disrupt organised crime groups and manage prolific offenders. It does not replace existing systems; it unifies and amplifies them, acting as the intelligence layer that connects the entire retail crime ecosystem. Please note that this is not a call for competition.No response to this PME exercise will exclude any supplier from a potential procurement exercise.
£400,000
Contract value
Northern Gas Networks (NGN) is seeking to establish a multi‑supplier IT Professional Services Framework to provide flexible, on‑demand specialist capability in support of its technology, digital, infrastructure, and cyber security programmes. The Framework will enable NGN to access appropriately skilled resources to supplement internal teams and support the delivery of projects, programmes, service operations, and specialist technical activities. Services may be required for short‑term assignments or longer engagements, depending on business need, and may be delivered on‑site, remotely, or through a hybrid model. The scope of services is structured across the following LOTs: LOT 1 - Project & Programme Management Including project management, programme management, assurance, and business analysis services. LOT 2 - Architecture Including applications, data, enterprise, solution, infrastructure, and security architecture services. LOT 3 - Software & Infrastructure Delivery Including software development, testing, DevOps, cloud engineering, infrastructure configuration, and technical analyst services. LOT 4 - Cyber Security Including cyber risk and threat assessment, penetration testing (IT and OT), red/blue/purple teaming, incident response planning and testing, and related cyber security services. Suppliers may apply for one or more LOTs and will only be considered for those LOTs where they can demonstrate the required capability. Appointment to the Framework does not guarantee any volume or value of work. Call‑offs under the Framework may be made by direct award or mini‑competition, depending on the nature and value of the requirement, in accordance with the Framework terms. The Framework will be awarded for an initial term of three (3) years, with the option to extend for up to five (5) additional one‑year periods, subject to NGN requirements and performance. This procurement is being conducted in accordance with the Procurement Act 2023, using the Competitive Flexible Procedure, with the Contract Notice published via the Find a Tender Service (FTS). Full details of the scope, evaluation methodology, and procurement process are provided within the procurement documentation.
£12,800,000
Contract value
Hull City Council are inviting suppliers to express their interest in working alongside the Early Help Team for the delivery of the Best Start In Life Peer Support Service. The event will provide information on the commissioning plans for the services. The event is being held via MS Teams on 17th April 2026 - 1.00pm - 2.00pm To book your place please utilise the messaging section on YORtender https://yortender.eu-supply.com/
£300,000
Contract value
Cumberland Council have a requirement for the supply and distribution of a range of various Foods suitable for use by Cumberland Care Sites, Cumberland Council Sites and Cumberland Council maintained non-chequebook schools which do not use third party School Meals providers. Distribution will be required to sites throughout the footprint of Cumberland Council. This contract will be tendered in 4 lots. Suppliers will be able to tender for one, more than one, or all Lots. The lots will be evaluated individually and each lot will be awarded to one supplier who will supply and distribute throughout the footprint of Cumberland Council. The contract will be for a period of 4 years.
£4,500,000
Contract value
Liverpool City Region Combined Authority wish to invite providers to a market engagement workshop for education and training provision for adults aged 19 and over to be funded by the Liverpool City Region Adult Skills Fund (ASF) for the commissioning cycle (2027/28 - 2031/32).
Value undisclosed
Showing 281–300 of 1,977 contracts