The successful contractor will be required to provide catering services for 17 Schools within Reach South Academy Trust:
1.Drake Primary Academy, 1 Johnston Terrace Ope, Keyham, Plymouth, PL2 2EN
2.Goosewell Primary Academy, Goosewell Road, Plymstock, Plymouth, PL9 9HD
3.High Street Primary Academy, High Street, Stonehouse, Plymouth, PL1 3SJ
4.Hill View Primary Academy, Hill View Road, Ensbury Park, Bournemouth, BH10 5BD
5.Malmesbury Park Primary Academy, Lowther Road, Bournemouth, Dorset, BH8 8LU
6.Marlborough Primary School, Morice Square, Devonport, Plymouth, Devon, PL1 4NJ
7.Millbay Academy, The Red House, 22 Millbay Road, Millbay, Plymouth, PL1 3EG
8.Morice Town Primary Academy, Charlotte Street, Devonport, Plymouth, PL2 1RJ
9.The Peak Academy, Drake Lane Cam, Dursley, GL11 5HD
10.Pilgrim Primary Academy, Oxford Street, Plymouth, Devon, PL1 5BQ
11.Salisbury Academy for Inspirational Learning (SAIL), Wilton Road, Salisbury, SP2 7EU
12.Stoke Damerel Primary Academy, Collingwood Road, Stoke, Plymouth, Devon, PL1 5PA
13.Stuart Road Primary Academy, Palmerston Street, Stoke, Plymouth, Devon, PL1 5LL
14.The Springfields Academy, Curzon Street, Calne, Wiltshire, SN11 ODS
15.Thomas Hall School, Cowley Bridge Road, Exeter, EX4 5AD
16.UTC Plymouth, Park Avenue, Devonport, Plymouth, PL1 4RL
17.A new build school, currently known as Gloucestershire Academy For Inspirational Learning (GAIL) in Wheatridge East, Abbeydale, Gloucestershire.
Trust’s website: https://www.reachsouth.org/
The contract covers the scope for the provision of all catering services within the Schools, which is inclusive of all hospitality and free issue requirements.
The duration of the contract being offered is for an initial three-year period commencing on 01 August 2026, with the potential to then extend for a further two 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.
Please see PSQ Document.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Plymouth:-School-catering-services./W287ZU2K5D
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/W287ZU2K5D
Bexley Collaborative is a group of 5 Primary Schools and 1 Special School in London Borough of Bexley.
The Bexley Collaborative is seeking competitive tenders from suitably qualified and experienced cleaning contractors.
Elizabeth Line Infrastructure and Trams Maintenance Delivery (IMD) require the supply of suitably trained and competent technicians to work alongside the Elizabeth Line and Trams in-house team of IMDT's (Overhead Line) on a roster basis as required by the business. The positions are intended to support the IMD Supervisor (Overhead Line) fulfil the business needs for carrying out Overhead Line Faulting, Maintenance, Renewals and Inspection activities in the Elizabeth Line COS (Central Operating Section) and Trams Overhead Line overlay areas at fringes
Emmaus believe that by working and serving together as a family of Schools, they can achieve more, by accelerating School improvement, excellence across their Schools and wider organisation, thus creating more opportunities for lifelong success for their young people.
The contract will be for three years in duration, with the option to extend for a further one period of up to two years and with a commencement date of 15 February 2027.
Full details will be included in the Invitation to Tender.
TUPE regulations apply to this contract, which involves the transfer of existing Cleaning Staff, of which some may be members of the Local Government Pension Scheme, requiring arrangements to be made for 'Admitted Body' status with the relevant pension fund.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://invictus-inport.com/tenders/UK-UK-Worcestershire:-School-cleaning-services./453AR5U375
To respond to this opportunity, please click here:
https://invictus-inport.com/respond/453AR5U375
Emmaus Catholic Multi Academy CompanyWest MidlandsWAC-559740
North of England CPC (NOECPC), NHS London Procurement Partnership (LPP), East of England Collaborative Procurement Hub and NHS Commercial Solutions are inviting Suppliers the opportunity to provide NHS Trusts, Mental Health Trusts and ICBs with a fully compliant Pharmaceutical Services Framework Agreement for the delivery of patient care. <br/>The services, across the Lots, aims are;<br/>• To provide an Inpatient, Outpatient and Discharge Dispensing service which is safe and effective and conducted by certified suppliers. This could be on site(s) at a trust or via a remote hub.<br/>• To provide a Multi-compartment Compliance Aid (MCA) service to help and guide patients to take their medication on the correct day and time. <br/>• To effectively provide the delivery of stock pharmaceutical products to the Participating Authority in pre-assembled containers for defined ward locations, ready for onward internal delivery within the hospital. <br/>• Provide fully trained and competent staff to perform their duties in accordance with the specification requirements outlined below.<br/>• To provide the appropriate reporting of services needed to assist in the reporting to Commissioners, if appropriate.<br/><br/>This is to be achieved through:<br/><br/>Lot 1 : Remote Dispensing Services<br/>Lot 2 : On-site Dispensing Services<br/>Lot 3 : Dispensing of Medicine Compliance Aids<br/>Lot 4 : Ward Order Assembly Services<br/><br/>The framework will run for four years and is expected to commence in June 2026. Eligible contracting authorities are set out in this notice.
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")YorkshireWAC-562127
Notice of publishing tender for the Student PPE tender for Coleg Gwent, all documents to be found on Bravo etendering portal. Two year contract being offered.
Ashfield District Council is seeking to appoint at least 2 Contractors and no more than 3 Contractors to undertake general building repairs and maintenance work to properties throughout the District of Ashfield, Nottinghamshire.
The work requirements have been split into 3 lots geographically:
Lot 1 - Hucknall Area
Lot 2 - Sutton Area
Lot 3 - Kirkby & Rural area
Mae Tîm Cymorth Tai Sir y Fflint yn comisiynu prosiect tai â chymorth ar gyfer pobl 25 oed a hŷn sydd â nifer o anghenion cefnogaeth sy’n gysylltiedig â thai. Gall y rhain gynnwys Iechyd Meddwl, Camddefnyddio Sylweddau, Troseddu, Anawsterau Dysgu Cymedrol, profiadau niweidiol yn ystod plentyndod, trawma. Nid yw’r rhestr hon yn un gyflawn.
Bydd y prosiect yn cynnig cymorth dwys sy’n gysylltiedig â thai, sy’n galluogi pobl i sefydlu a/neu gynnal byw'n annibynnol. Bydd cefnogaeth yn hyblyg ac yn canolbwyntio ar yr unigolyn, ond gall gynnwys pethau fel cyllidebu, gan gynnwys cael cyngor am arian, datblygu sgiliau byw, cyflawni diogelwch a chael mynediad at wasanaethau a chyfleoedd defnyddiol eraill.
Ariennir y prosiect hwn drwy Grant Cefnogi Ieuenctid Llywodraeth Cymru (y Grant Cefnogi Pobl gynt).
Hyd y contract yw 4 blynedd gydag opsiwn i’w ymestyn am 2 flynedd
Flintshire Housing Support Team are commissioning a supported housing project for people aged 25+ with multiple housing related support needs. These can include Mental Health, Substance Misuse, Offending, Moderate Learning Difficulties, adverse childhood experiences, trauma. The list is not exhaustive.
The project will offer intensive housing related support which enables people to establish and/or maintain independent living. Support will be flexible, and person centred, but may include things like budgeting, including accessing money advice, developing life skills, achieving safety and security, and accessing other helpful services and opportunities.
This project will be funded through the Welsh Government Housing Support Grant. (Formerly Supporting People)
The contract is for 4 years plus 2 years extension option.
North East Lincolnshire Borough Council (The Employer) are seeking one contractor to undertake internal ground floor refurbishment works on the former House of Fraser building, Grimsby, to provide a shell which will support a future tenant to commence their fit out.
North East Lincolnshire Borough CouncilYorkshireWAC-564977
The Food Standards Agency is looking to appoint 1 supplier to deliver a systematic literature review project on ’Bioavailability of Food Supplements’ on a contracted basis from June 2026 until March 2028.
Consumer use of food supplements has increased in recent years, accompanied by a growing trend for manufacturers to market novel formulations that claim enhanced oral bioavailability compared to conventional forms. These formulations include lipid-based systems such as liposomes, micelles, emulsions, and nanoparticles, as well as non-lipid approaches like particle size reduction through micronisation and co-formulation with polysaccharides. Although these products are often promoted as improving absorption, the supporting evidence remains limited and uncertain. This uncertainty is further increased by the vast variety of formulation types and the lack of data characterising their physicochemical properties. Consequently, the potential impact of these formulations on bioavailability and on toxicological risk, remains unclear and may pose concerns, particularly for under‑characterised active ingredients and vulnerable populations.
The Chemical Risk Assessment Unit (CRAU), through its risk assessments and engagement with other regulators, has identified emerging risks from food supplements intake and has sought advice from the Committee on Toxicity (COT) on several actives. The lack of information on how different formulations influence the toxicological profile of active substances remains a significant data gap in the risk assessment of food supplements. Addressing this gap is critical for ensuring robust risk assessments and informed policy decisions.
In their recent report on novel formulations designed to increase food supplement bioavailability, the COT recommended that novel formulations and their active agents should be assessed for toxicokinetics on a case by case basis, using model systems that account for species differences in metabolism (COT, 2025). The COT emphasised that the feeding state (fed versus fasted) is a key determinant of bioavailability and must be critically considered when comparing across formulations. Furthermore, the suitability of acceptable daily intakes (ADIs) and other health based guidance values (HBGVs) for unformulated food supplements should always be reviewed when applied to formulations designed to increase bioavailability, and approaches for relating HBGVs to differences in bioavailability should be assessed and applied on a case by case basis (COT, 2025).
The work proposed in the specification contributes to the FSA Corporate Priority EG1 – Risk Analysis informed by evidence and aligns with FSA Areas of Research Interest on novel approach methods to assess chemical hazards and impact on consumers.
YPO is looking to establish a framework for the delivery and supply of ICT Managed Services, Digital and Physical Document and Records Management, Print and Digital Communication Solutions and Digital Transformation projects.
The end customer will place orders directly with the Supplier following an Award Without Competition or Competitive Selection Process on a “contract” basis whereby the Supplier will deliver direct to the end customer on an agreed basis. Invoices and payments are dealt with directly between the end customer and the Supplier.
Hull College is seeking a cost effective and efficient automated door service and repair provider to carry out a range of services all of its properties in Hull and Goole.
This requirement is to support the Authority (Ministry of Justice) and His Majesty's Prison & Probation Services (HMPPS) in the future delivery of temporary resources for Probation Services across England and Wales. The Probation Services is seeking a supplier(s) to provide qualified probation operational workers to address temporary staff shortfalls that could jeopardise the delivery of core business objectives. This may include covering periods of absence, in lieu of permanent recruitment or to manage temporary increases in work. Probation operational temporary staff include Probation Officers and Senior Probation Officers, both of whom must hold the relevant qualification for their role. Other key roles include Probation Services Officers, Victim Liaison Officers, and Unpaid Work Supervisors. All candidates are subject to security and identity checks prior to taking up post. The worker volume will fluctuate dependent on business need. HMPPS employee base is diverse and geographically dispersed across England and Wales. Temporary Probation workers may be based within one of the c.120 public or private prison establishments, c.170 courts, c.110 Probation Delivery Units, c.100 Approved Premises, or some are based within Council Buildings or Police Stations. Probation is divided into 12 Regions: London, South Central, Kent Surrey and Sussex (KSS) South West, East of England, West Midlands, East Midlands, Greater Manchester, Yorkshire and the Humber, North East, North West and Wales.
These services are currently being delivered by two providers and these contracts expire in October 2026 necessitating the need for a new contract(s).
The Indicative Competition timeline is as follows:
Invitation to Submit Tenders phase - 11/03/2026 to 17/04/2026
Clarification Phase 11/03/2026 to 03/04/2026
Evaluation and internal approvals 20/04/2026 to 12/06/2026
Contract Award 15/06/26
Contract Signature & Mobilisation 26/06/2026 – 30/10/2026
Bidders should note that the dates above are indicative and may be subject to change.
This requirement is to support the Authority (Ministry of Justice) and His Majesty's Prison & Probation Services (HMPPS) in the future delivery of temporary resources for Probation Services across England and Wales. The Probation Services is seeking a supplier(s) to provide qualified probation operational workers to address temporary staff shortfalls that could jeopardise the delivery of core business objectives. This may include covering periods of absence, in lieu of permanent recruitment or to manage temporary increases in work. Probation operational temporary staff include Probation Officers and Senior Probation Officers, both of whom must hold the relevant qualification for their role. Other key roles include Probation Services Officers, Victim Liaison Officers, and Unpaid Work Supervisors. All candidates are subject to security and identity checks prior to taking up post. The worker volume will fluctuate dependent on business need. HMPPS employee base is diverse and geographically dispersed across England and Wales. Temporary Probation workers may be based within one of the c.120 public or private prison establishments, c.170 courts, c.110 Probation Delivery Units, c.100 Approved Premises, or some are based within Council Buildings or Police Stations. Probation is divided into 12 Regions: London, South Central, Kent Surrey and Sussex (KSS) South West, East of England, West Midlands, East Midlands, Greater Manchester, Yorkshire and the Humber, North East, North West and Wales.
These services are currently being delivered by two providers and these contracts expire in October 2026 necessitating the need for a new contract(s).
The Indicative Competition timeline is as follows:
Invitation to Submit Tenders phase - 11/03/2026 to 17/04/2026
Clarification Phase 11/03/2026 to 03/04/2026
Evaluation and internal approvals 20/04/2026 to 12/06/2026
Contract Award 15/06/26
Contract Signature & Mobilisation 26/06/2026 – 30/10/2026
Bidders should note that the dates above are indicative and may be subject to change.
The Authority is keen to follow up with a further round of engagement to gain market insight from possible suppliers; therefore, should your organisation have the capability and capacity to participate , please respond via the messaging facility on the Jaggaer platform where you have previously submitted an interest for this tender. A response by 2pm on Monday 3rd November 2025 is required.
All organisations who express an interest, will be invited to a Teams meeting between the 5th & 6th November 2025. Further details and joining instructions for the planned Market Engagement event will also be provided via the messaging facility of the Authority’s e-procurement portal.
Note this Notice is for market engagement purposes only and does not signify the commencement of any procurement process and does not constitute any commitment by the Authority. Separate notice(s) will be published at the relevant time when the Authority decides to commence any procurement activity
Mid and West Wales Fire and Rescue Authority is seeking suitably qualified and experienced contractors to provide the servicing, maintenance, repair and replacement of our heating and catering equipment.
The contractors will be required to deliver:
• Planned preventative maintenance and bi-annually statutory servicing;
• Reactive maintenance and repairs;
• Renewal or replacement of equipment where assets are beyond economic repair;
• 24/7/365 emergency call-out coverage;
• Provision of compliance documentation;
• Coordination with organisation’s contract manager.
The requirement will be split into 3 Lots:
• Lot 1 – Western Division (Pembrokeshire & Carmarthenshire)
• Lot 2 – Southern Division (Swansea & Neath Port Talbot)
• Lot 3 – Northern Division (Ceredigion & Powys).
Please note that suppliers will only be able to bid for a maximum of 1 Lot from the 3 Lots available.
The Contract Term for each Lot shall be for a period of 2 years with the option to extend by a further 4 years at 2 year intervals.
Mid and West Wales Fire and Rescue AuthorityWalesWAC-567699
Mid and West Wales Fire and Rescue Authority is seeking suitably qualified and experienced contractors to provide the servicing, maintenance, repair and replacement of our heating and catering equipment.
The contractors will be required to deliver:
• Planned preventative maintenance and bi-annually statutory servicing;
• Reactive maintenance and repairs;
• Renewal or replacement of equipment where assets are beyond economic repair;
• 24/7/365 emergency call-out coverage;
• Provision of compliance documentation;
• Coordination with organisation’s contract manager.
The requirement will be split into 3 Lots:
• Lot 1 – Western Division (Pembrokeshire & Carmarthenshire)
• Lot 2 – Southern Division (Swansea & Neath Port Talbot)
• Lot 3 – Northern Division (Ceredigion & Powys).
Please note that suppliers will only be able to bid for a maximum of 1 Lot from the 3 Lots available.
The Contract Term for each Lot shall be for a period of 2 years with the option to extend by a further 4 years at 2 year intervals.
Mid and West Wales Fire and Rescue AuthorityWalesWAC-566669
The University requires an enterprise-grade solution that integrates the functionality of Customer Relationship Management (CRM) and a Marketing Automation platform. This solution will transform student recruitment operations by moving from scattered data silos to a centralised, intelligence-led engagement strategy.
Prifysgol Bangor / Bangor UniversityWalesWAC-567410
East Riding of Yorkshire Council (ERYC) (the council) is looking to partner with an organisation with the capabilities to deliver, license and maintain an Assisted Lifeguard Technology solution.
East Riding of Yorkshire CouncilYorkshireWAC-567691
YPO is looking to establish a framework for the delivery and supply of ICT Managed Services, Digital and Physical Document and Records Management, Print and Digital Communication Solutions and Digital Transformation projects.
The end customer will place orders directly with the Supplier following an Award Without Competition or Competitive Selection Process on a “contract” basis whereby the Supplier will deliver direct to the end customer on an agreed basis. Invoices and payments are dealt with directly between the end customer and the Supplier.