The primary objective of the procurement is to appoint a supplier capable of delivering a robust, integrated fund accounting system that supports all asset classes and enables WMPF to operate effectively within a changing regulatory and investment environment.
The solution must improve transparency, enhance automation, strengthen auditability, and reduce operational and financial risk. It must provide accurate, timely, and consistent financial information to support effective governance, oversight, and decision-making. A further objective is to ensure that WMPF's fund accounting arrangements remain fit for purpose in light of the Government's "LGPS: Fit for the Future" reforms, expected to take effect from April 2026.
Wolverhampton City CouncilWest Midlands29 Apr 2026WAC-573781
We have an exciting opportunity to partner with A SINGLE SUPPLIER for the Provision & Implementation of a SaaS Based Finance Solution.
This Procurement is being conducted in accordance with The Procurement Act 2023 and associated Procurement Regulations using the Competitive Flexible Procedure. This is a two-stage process therefore the top 4 highest scoring tenderers who qualify will be invited to Stage 2.
The University is Refreshing its Strategy and has set out an ambitious programme of change for the future, centred around financial stability, our academic offer and our organisational agility. To support our ambitions, we have embarked on an Operational Improvement Programme (OIP) to bring some of our core processes and systems up to date, improve efficiency through standardisation, and ensure our students and staff continue to have the best possible experience.
As part of this programme of change, the University is seeking to award a Contract to a Tenderer for the Provision and Implementation of a SaaS Finance Solution, to provide services to improve our staff and student experience. In line with our Enterprise Architecture Principles, we are seeking to reduce our reliance on customised systems and procure solutions we can ADOPT RATHER THAN ADAPT to meet our needs.
The scope of this Contract comprises of the implementation of a Finance solution that provides a platform that streamlines financial operations into a seamless solution providing a cohesive user experience. The solution must be cloud-based, scalable, secure, and compliant with UK regulations, including Procurement Act 2023 regulations and GDPR requirements. It must support automation, enable efficient data management, and provide robust reporting and analytics capabilities.
Our ambition is to award a contract by August 2026 and Go-Live by January 2028.
Provision of Regulated Reablement Services. The purpose of these services is to ensure people have access to timely support, which enables them to develop and regain skills, restore confidence, maximise their independence, enhance emotional wellbeing and improve access to their communities after a period of illness or other reason.
We have an exciting opportunity to partner with A SINGLE SUPPLIER for the Provision & Implementation of a SaaS Based Finance Solution.
This Procurement is being conducted in accordance with The Procurement Act 2023 and associated Procurement Regulations using the Competitive Flexible Procedure. This is a two-stage process therefore the top 4 highest scoring tenderers who qualify will be invited to Stage 2.
The University is Refreshing its Strategy and has set out an ambitious programme of change for the future, centred around financial stability, our academic offer and our organisational agility. To support our ambitions, we have embarked on an Operational Improvement Programme (OIP) to bring some of our core processes and systems up to date, improve efficiency through standardisation, and ensure our students and staff continue to have the best possible experience.
As part of this programme of change, the University is seeking to award a Contract to a Tenderer for the Provision and Implementation of a SaaS Finance Solution, to provide services to improve our staff and student experience. In line with our Enterprise Architecture Principles, we are seeking to reduce our reliance on customised systems and procure solutions we can ADOPT RATHER THAN ADAPT to meet our needs.
The scope of this Contract comprises of the implementation of a Finance solution that provides a platform that streamlines financial operations into a seamless solution providing a cohesive user experience. The solution must be cloud-based, scalable, secure, and compliant with UK regulations, including Procurement Act 2023 regulations and GDPR requirements. It must support automation, enable efficient data management, and provide robust reporting and analytics capabilities.
Our ambition is to award a contract by August 2026 and Go-Live by January 2028.
Bedford Borough Council is looking for a provider for Temporary Accommodation Support Service with a focus on multi tenure support, tenancy sustainability, homelessness prevention and supported move on.
Morpeth School, together with Old Palace Primary School and Cubitt Town Primary School, all within the London Borough of Tower Hamlets, is undertaking a joint procurement exercise for the provision of cleaning services across all three sites. This collaborative approach has been adopted to achieve consistency of service, economies of scale and operational efficiencies, while recognising the individual needs and identities of each school.
Morpeth School is a large, mixed secondary school and sixth form serving a diverse pupil population aged 11-18. Old Palace Primary School, a two-form entry primary school, and Cubitt Town Primary School both provide inclusive, nurturing environments for pupils age 4-11, with a strong focus on wellbeing, achievement and high standards of education.
The contract will be tendered as a single procurement exercise, however the Schools expressly reserve the right to award the contract either as a single combined contract across all sites, or as separate individual contracts for each school, based on what is deemed to provide the most advantageous outcome for each school. Bidders are therefore required to submit proposals that clearly demonstrate their ability to delivery both a combined and where requested an individual model.
The contract is scheduled to commence on 1st August 2026, initially spanning three years with an option for both parties to extend the contract for a further two years, (3+1+1) beyond this date by mutual agreement. Any contract extension will be subject to the Schools’ satisfaction and agreement on budgets and service levels. Some of the cleaning staff have LGPS pension schemes and either having ABS in a London Borough, or the ability to achieve ABS status, will be essential for bidders.
The estimated combined turnover for the three-year duration is approximately £1.7 million.
The contract is focused on consistently high levels of cleaning service and pro-active management. Regular termly and annual reviews throughout the contract duration are mandatory, and a break clause should be included to support both parties in case the relationship does not thrive. The School expects high standards of support and a strong working relationship with the selected bidder.
The procurement process follows a two stage ‘Competitive Flexible’ approach, beginning with a Procurement Specific Questionnaire (PSQ) stage followed by an Invitation to Tender (ITT) stage after shortlisting.
The Schools reserve the right not to award the contract, including the option to pursue alternative delivery models, or to award on a site-by-site basis, should submissions fail to meet the required standard.
Chichester District Council require a Contractor to provide Environmental Offences Enforcement services over the course of a long-term (3 + 3 year) concession agreement.
The Contractor will provide a dedicated, uniformed, and trained, mobile team of officers to patrol the Chichester District Council region, mainly in areas of high footfall, issuing Fixed Penalty Notices (FPN) and Penalty Charge Notices (PCN), and requires the contractor to administer the whole process of FPN's and PCN's from issuing, handling payment and all associated legal work including the Single Justice Procedure and prosecution.
Chichester District CouncilSouth East29 Apr 2026WAC-576395
CORSERV Solutions Limited on behalf of its CORMAC division is seeking to procure specialist surfacing labour from suitably experienced and accredited suppliers. The successful suppliers will be appointed to a multi supplier agreement to provide specialist surfacing labour to CORMAC as and when required, primarily throughout the counties of Cornwall and Devon.
The supplier must have an active registered company in the bidding country. The purpose of this tender is to procure comprehensive and cost-effective business travel management services for the British Council in Uzbekistan.
The BOXBAY Works at the existing MT Park area of London Gateway comprise the demolition of existing below-ground services and the construction of the substructure, superstructure and associated infrastructure required to deliver the BOXBAY automated high-bay empty container storage facility. The works will be undertaken within the constraints of an operational port terminal. The proposed structure will have approximate plan dimensions of 323 m in length and 159 m in width and will rise to approximately 55 m above ground level.
The substructure works include the removal of existing underground services and the construction of the below-ground structural, civil and services infrastructure required to form the foundation platform for BOXBAY. The works include the installation of in excess of 5,000 precast piles, nominally 28 m in length, to support an approximately 1.2 m deep reinforced concrete raft foundation.
The scope also includes the installation of below-ground services infrastructure, including stormwater drainage systems, electrical service infrastructure, earthing systems, potable water supply and firewater networks.
External civil works form part of the project and include the construction of heavy-duty pavements, kerbs and the installation of associated road furniture. Minor building works are also included, comprising the construction of a single-storey masonry office/store building and two concrete-framed, double-storey e-house/transformer buildings.
The principal superstructure works include the fabrication, supply and erection of in excess of 15,000 tonnes of structural steelwork, together with approximately 50,000 m² of external side cladding and a siphonic roof drainage system for 46,500 m² of roof sheeting. The works also include the construction and installation of two lift cores, six external staircases and 3,0 km of rail for 15 storage retrieval machines (SRM). SRM's supplied by others.
The scope further includes internal building services such as fire detection and fire prevention systems, ventilation, thermal insulation, power distribution, IT infrastructure, internal lighting and lightning protection systems.
LONDON GATEWAY PORT LIMITEDLondon29 Apr 2026WAC-578003
This contract is for the provision of Platform Safety Lining, inclusive of white platform lining, yellow platform lining visual cues for operational platforms across the EMR estate. EMR are responsible for 102 stations which are a range of sizes and different number of platforms. Each station experiences a variety of footfall across commuting, business and leisure.
The service will ensure a robust schedule of painting which is planned in advance and communicated with EMR. The service will also allow for an ad-hoc call out service for responsive works as identified by EMR in line with safety and EMR's Service Quality Regime (SQR) requirements.
TRANSPORT UK EAST MIDLANDS LIMITEDLondon29 Apr 2026WAC-576838
We would like to invite interested suppliers to a Market Engagement Session
BlueLight Commercial currently manages a National Framework for Police Constable Entry Routes (PCER) which includes lots for Police Constable Degree Apprenticeship (PCDA) and Degree Holder Entry Programme (DHEP).
This existing framework ends in February 2027 and therefore we need to tender its replacement.
The new Framework will include as a minimum the same programmes and potentially other lots which fit within the scope of Police Initial Entry Routes.
We are currently defining the scope of this new framework and would like to speak to the market to ensure we are suitably informed when finalising the scope that it is appropriate, fit for purpose and achievable.
To access further information about the event please register your interest via our e-tendering platform via https://sell2.in-tend.co.uk/blpd/home
Devon County Council (DCC) is undertaking a programme of Preliminary Market Engagement (PME) ahead of an upcoming procurement for a new NEC4 Term Service Contract for highway maintenance services. Contract award is anticipated in 2028, with a contracted start of services on 1st April 2029.
The current arrangement expires on 31 March 2029, and the Authority intends to put in place a future-focused, value-driven contract that supports safe, resilient and sustainable highway operations across Devon, both now and for the long term.
This early engagement builds on feedback from previous market engagement, which is actively informing our emerging Contract Strategy. The purpose of this PME is to better understand market capacity, current innovations, risks and opportunities, and to help shape a procurement and contract structure that is fair, competitive and genuinely attractive to the market.
Background
DCC manages the largest highway network of any local authority in England, supporting residents, businesses and visitors across a uniquely varied geography. The network spans two national parks, two coastlines, remote rural communities and growing urban centres, presenting both opportunity and challenge for the delivery of highway maintenance services.
The performance of the next contract will play a critical role in maintaining the safety, reliability and resilience of this network, while also helping the Council respond to wider pressures such as climate change, evolving customer expectations, workforce sustainability and the need to deliver long-term value for money.
DCC is therefore seeking a delivery partner that can work with us in a collaborative, transparent and innovative way, recognising that strong outcomes will be achieved through long-term partnership rather than transactional contracting.
The Authority is therefore seeking a solution that:
-supports safe, reliable, and responsive services for residents, businesses and the travelling public
-strengthens value for money and long-term affordability
-unlocks efficiencies and delivers “more for less” through smarter ways of working
-maximises performance through collaborative behaviours and shared ownership of outcomes
-enables innovation and continuous improvement across the supply chain
-contributes to DCC’s broader economic, environmental and social priorities, including carbon reduction and social value
The indicative annual contract value is in the region on £65 million. DCC is looking to establish a long-term relationship however the duration of the contract is yet to be determined.
Vision
DCC is committed to delivering high-quality, cost‑effective and resilient highway maintenance services. Through this procurement, we aim to:
-appoint a Tier 1 delivery partner to establish a long-term, collaborative “win‑win” partnership aligned with ISO 44001 principles.
-deliver economic, environmental and wider social benefits for communities across Devon.
-create the conditions for continuous improvement, innovation, and modernisation throughout the life of the contract.
-support consistency, efficiency and resilience and access for Tier 2 supply providers.
We look forward to engaging with the market as we shape this important contract. Your insight and experience will help inform a procurement and contractual model that is deliverable, collaborative, innovative and aligned with the long-term needs of Devon’s residents, communities and businesses.
Thank you for your interest in working with Devon County Council.
The Urine Managed service contract covers automated processing of urine samples for Microscopy which screens out negative flagged samples and selects positive flagged samples that require culture set up. Public Health Wales Infection service provides an automated urine Microscopy service for approximately 400,000 urine samples per annum at 5 sites in Wales: -
- Glan Clwyd, Rhyl
- Bronglias, Aberystwyth
- Glan Gwili, Carmarthen
- Singleton, Swansea
- University Hospital of Wales
Public Health Wales NHS TrustWales29 Apr 2026WAC-583285
Preliminary market engagement for BI and analytics service model - the full details and background information have been published on the Atamis portal under the Title Business Intelligence and Analytics Service Model (C438170) and you will be able to register your interest and respond to the document available on the portal.
Norfolk and Norwich University Hospitals NHS Foundation Trust29 Apr 2026WAC-581810
GHFT (Gloucestershire Hospitals NHS Foundation Trust) “the Authority” invites Bidders to respond to a Preliminary Market Engagement exercise for a Theatres Managed Equipment Service
GHFT is embarking on the re-procurement of its Theatres Managed Equipment Service (MES). The Trust currently operates a Theatres MES valued at approximately £25m per year, including equipment provision, theatre related consumables, sterile services, refurbishment, engineering support, specialist cleaning, waste management, and facilities maintenance across both Gloucestershire Royal Hospital and Cheltenham General Hospital.
The current contract is approaching the end of its full term, and the Trust are looking to explore the re-procurement of the Theatres MES. As the development of the future service model and commercial strategy progresses, we are seeking valuable insight and expertise from suppliers with the capability to deliver a comprehensive Theatres MES, required to operate the surgical facilities across both sites, in addition to potential wider expansion across adjacent areas including interventional radiology, cardiology, endoscopy, and other areas
This Preliminary Market Engagement is being administered in line with PA23 procedures.
Gloucestershire Hospitals NHS Foundation Trust29 Apr 2026WAC-582357
The UK’s Global Mine Action Programme 3 (GMAP3) has been tackling the threat of landmines and other explosive remnants of war since 2022. The final extension period of GMAP3 will run to 31 March 2027. The next iteration of GMAP - GMAP4 – should commence from 1 April 2027, and run for at least two years.
The UK is exploring the option to launch three-year project with a budget of up to £5,000,000 under GMAP3/4 for mine action activities in Sudan, to begin during 2026 and end on 31st March 2029, subject to approval of the GMAP4 business case. The project would run as a close collaboration between the British Foreign Commonwealth and Development Office’s (FCDO) GMAP team and FCDO’s British Office Sudan.
Potential activities may include:
- Land survey and clearance.
- Deployment of rapid response EOD teams.
- The provision of Explosive Ordnance Risk Education (EORE).
- Capacity building of local operators
PLEASE NOTE: The delivery route for the multi-year Sudan project (i.e. via a grant or a contract) has not yet been determined.
A multi-year Sudan project would form part of GMAP’s broader project portfolio. Several current GMAP projects have been extended to run until 31 March 2027. Procurement processes and early market engagement for new projects beginning from April 2027 will take place in the coming months, subject to approval of the GMAP4 business case.
Foreign, Commonwealth and Development OfficeLondon29 Apr 2026WAC-581717