Loading page content…
Loading page content…
Loading contract search results…
1,547 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Northampton College - The Supply of Mobile Provisions To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA17477. Not registered: Visit https://suppliers.multiquote.com then register and quote CA17477 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.
Value undisclosed
Landex, on behalf of a collaborative forum of land-based education and industry partners, invites tenders for the development and delivery of an integrated national marketing campaign focused on raising awareness of land-based careers among young people aged 14-19. Landex is managing this project on behalf of the National Landbased College, working with sector partners to raise awareness of the breadth, relevance and future opportunities within land-based careers. The campaign will present a positive, modern and future-focused narrative for land-based careers, address misconceptions and awareness gaps, cover the breadth of land-based industries, include social media campaign delivery and video-led content, direct users to a central landing destination with onward routes to careers, courses, advisers and adult upskilling, integrate and signpost partner initiatives and assets, provide measurable impact data and reporting, and be scalable for potential future phases. The campaign will include a central landing page to support user journeys and signposting to partner resources. An outline structure for this already exists, so the primary focus of this commission is developing a strong campaign concept and reaching new audiences, rather than building a complex website. The campaign must remain unbranded and represent the land-based sector collectively. Evaluation will be undertaken on the basis of the Most Economically Advantageous Tender (MEAT). Shortlisted bidders will be invited to present as part of the final evaluation stage. Contract Value Maximum contract value: £40,000 inclusive of all costs and any applicable VAT. Contract Duration Contract commencement date: 8 June 2026. The contract will continue until completion of agreed deliverables and final reporting. Award will be confirmed by formal email notification, which will form part of the contractual record. Procurement Procedure Open procedure (below threshold). Tender Timetable Tender publication date: 18 March 2026. Clarification (queries) deadline: 17 April 2026. Submission deadline: 27 April 2026. Shortlisting notifications: Week commencing 4 May 2026. Presentations: Week commencing 11 May 2026. Outcome notifications: Week commencing 25 May 2026. Contract start date: 8 June 2026. How to Apply See attached pack, or request a tender application pack from: lilyrayson@landex.org.uk Subject: 14-19 APPLICATION PACK Completed submissions (PDF preferred) must be emailed to: lilyrayson@landex.org.uk Subject: 14-19 SUBMISSION Clarification questions must be submitted no later than 17 April 2026 to: lilyrayson@landex.org.uk SUBJECT: 14-19 QUERY Additional Information Bidders must submit a completed Application Form and Budget Template. Social Value and EDI commitments form part of the scored evaluation. The successful bidder will enter into a formal Services Agreement governed by the laws of England and Wales. Landex reserves the right not to award a contract.
From £35,000
Contract value
Applications are invited for inclusion on the Dynamic Purchasing System (DPS) that will support the placement of Learners at independent and non-maintained schools or special pre and post 16 organisations. The successful Applicants will be awarded a position on the DPS and if successful in the Contract Opportunity Award process be responsible for providing the Service directly to the Learner. The DPS will operate for an initial period of two years, with two further potential annual extensions of 12 months available (latest end date is 31st October 2027), subject to the terms of the DPS Agreement, which includes 'Termination on Notice' clause in favour of the Council. The duration or termination of the DPS will not affect Individual Placement Agreements via the DPS. The DPS application process will operate in a series of "rounds". This edited notice is to advise that the deadline for applications for Round 28 is 10:00am on 11/05/2026. Documents are available at www.eastmidstenders.org Please search for TD1941. Please note: we will only accept expressions of interest through the e-tendering system. Additional information: Documents are available at www.eastmidstenders.org Please search for TD1941. Please note: we will only accept expressions of interest through the e-tendering system.
From £30,000,000
Contract value
The free breakfast club programme is one of the Department for Education's flagship policies, central to the Government's mission to break down barriers to opportunity for every child. Once fully implemented, it will deliver a free breakfast club in every primary school in England, giving millions of children the chance to start the day supported and ready to learn. Evidence shows that where schools run breakfast clubs, they report improvements to pupils' behaviour, attendance and attainment. The free breakfast club programme will mean every school, every child, and every family has the chance to receive those benefits. Since April 2025, we have funded c.750 schools to offer a free breakfast club as early adopters, delivering 7 million meals so far. Following the success of the early adopters, we are moving to national rollout investing a further £80m into the programme to fund an additional c.2,000 schools between April 2026 and March 2027. This will benefit around half a million more children. We invited schools with a 40% or higher Free School Meal (FSM) rate (or the most disadvantaged school in an area, whichever is lower) to apply to join the scheme in April 2026, getting the benefits to those who need them most, first. National rollout will then continue in September 2026, when more schools will open their free breakfast clubs, taking the total to c.3000 schools. Business Collaboration Through the free breakfast club programme, schools are fully funded to deliver a 30-minute club each morning, giving parents free childcare whilst their children can enjoy a nutritious breakfast, however, there is room to increase the impact so children can start their day in the best possible way. We know there are already great partnerships happening locally between schools, businesses and industry. The Department is keen to explore how we could strengthen and scale these approaches nationally, to maximise impact and enable all participating schools to benefit in the same way. During the early adopter 'test and learn' phase, the Department partnered with organisations across industry to further strengthen the programme's impact and maximise schools' funding, with a particular focus on breakfast provision. Following an Open Call published in July 2025, we received four offers of varied discounts/deals from national supermarkets and charities. These offers have been available to our c.750 early adopter schools since November 2025 and have been extremely well received by participating schools. As the rollout of free breakfast club continues, we want to build on the success of the early adopter phase by continuing to partner with organisations across the industry to help maximise the support available to schools. Additional information: We are seeking offers from food providers that enable Participating Schools in the free breakfast club programme in the 2026/27 academic year to maximise the value of their food spending and enhance their breakfast provision for pupils. In return, the Department proposes to offer partners a package of rights, as detailed below. Any deals offered by the partner will not be mandated for Participating Schools to make use of and Participating Schools will retain flexibility and choice in how they procure their food. We know that Participating Schools source food for their free breakfast clubs from a wide range of food providers. This sponsorship is intended to leverage the profile of the programme at a national level to ensure all Participating Schools have access to the best value-for-money deals. We are also seeking to address challenges that Participating Schools face in ordering food, including ease of access and use of ordering systems, reliability of delivery, minimum order values and volume restrictions. This notice relates to an opportunity which is not subject to the Procurement Act 2023. Accordingly, this notice is published on a voluntary basis for transparency purposes and to encourage market interest in the relevant opportunity.
Value undisclosed
The Learning Academies Trust, comprising 18 academies across Plymouth, is seeking to appoint a professional and experienced catering contractor to deliver high-quality catering services across its schools. The Trust is looking for a provider with a strong track record of managing catering operations of a similar scale within the education sector and the capability to deliver consistent, nutritious, and appealing food for pupils and staff. Through this tender process, the Trust aims to enhance its catering provision by partnering with a contractor who shares its commitment to high food standards, excellent service delivery, and continuous improvement. The successful provider will be expected to demonstrate effective management structures, robust quality assurance processes, and an innovative approach to menu development that supports healthy eating and a positive dining experience across all academies The daily combined average uptake is 2.8k meals. There are 63 staff where LGPS applies. To access the tender pack, please contact our procurement consultant Mr. Mike Newell at mnewell@procurementforschools.com Additional information: To access the tender pack, please contact our procurement consultant Mr. Mike Newell at mnewell@procurementforschools.com
£8,000,000
Contract value
Call for competition for the provision of Special Education Needs Transport Services (SEN) for Slough Borough Council Dynamic Purchasing System (DPS) for Home to School, Special Educational Needs and Vulnerable Adult Passenger Transport Services Slough Borough Council is seeking to commission a Special Education Needs Transport Services through a Dynamic Purchasing System procurement route. We are seeking providers who can demonstrate they are able to provide SEN services as outlined in the service specification. They must also be able to meet the required expectations as required of them in the service specification, within the available funding. The authority will qualify providers using the standard supplier selection questionnaires as stated in PCR 2015 appended as Document No. 4. Only those providers deemed to have answered correctly to the questions listed will have their technical responses evaluated. The provider that has been technically qualified will be put on the DPS for a future call for mini competition exercise. If you are interested in providing this service please submit proposals via Intend https://in-tendhost.co.uk/sesharedservices/aspx/Home Additional information: Is a Recurrent Procurement Type? : Yes
Value undisclosed
The work of the Education Improvement & Standards Team is focused on making a strong and effective contribution to the improvement of Coventry's schools in order to raise standards of educational achievement. Coventry City Council is seeking to procure a service to support the monitoring and evaluation of school improvement activity, to ensure schools are making good progress in accordance with The Education and Inspections Act 2006 which places a statutory duty on all local authorities in England, in exercising their functions in respect of maintained schools causing concern. The existing service has been supported through a Dynamic Purchasing System since September 2016, with providers monitoring and evaluating school improvement activity across all schools in Coventry. Scheduled monitoring and evaluation visits are made to individual schools to evaluate the appropriateness of their actions for improvement with all outcomes recorded on a formal Record of Visit (RoV) and submitted for ratification and approval. The Council is to continue to operate a Dynamic Purchasing System (DPS) to support the monitoring and evaluation of school improvement activity, to ensure schools are making good progress in accordance with The Education and Inspections Act 2006, which places a statutory duty on all local authorities in England, in exercising their functions in respect of maintained schools causing concern. The term of the DPS will be for a period of 4 years from commencement. Additional information: Please register via the Council's e-procurement system - CSW-JETS https://in-tendhost.co.uk/csw-jets CSW-JETS is a sub-regional e-tendering portal run by In-tend. Since February 2010, Coventry; Solihull; Warwickshire; Nuneaton and Bedworth; Rugby alongside other local district Councils have been working together as a shared procurement service. In conjunction with Solihull Community Housing, we have joined together to bring you a collaborative E-Tendering portal. CSW-JETS enables us to advertise our opportunities across all authorities through the same system. This means that there is a single point of contact for procurement in the sub-region so you only have to register once to receive notifications for all authorities. Registering on the portal will make it easier for local suppliers to find, respond to and be alerted to tender opportunities. Registration is free, and takes just a few minutes. When complete, you will be able to express interest in any of the Councils'/Authorities' opportunities when they are made available including this tender. In addition, we will be able to access your details whenever we have a requirement, and you may then be invited to tender or quote for work. Once you are registered and log in to the system you will be able to locate the tender opportunity, express interest and access the documentation. Is a Recurrent Procurement Type? : Yes
Value undisclosed
The Department for Work and Pensions (DWP) has updated the Dynamic Purchasing System for Employment and Health Related Test and Learn Provision Core Terms and Schedules ("Test and Learn DPS Contract") alongside the Instructions to Potential Suppliers and Application Guidance documentation. The updates to the Test and Learn DPS Contract shall take effect on 8th February 2024. To summarise, the changes to the Test and Learn DPS Contract are as follows: - Removal/replacement of certain European Union references; - Updated security call-off schedule; - Updated data processing provisions; - Addition of an optional staff transfer call-off schedule; - Change in the sequencing of signatures in the call-off award procedure so a buyer (rather than the supplier) will sign a call-off award form second; - Change in the approach to financial standing assessments with more focus placed on a detailed assessment to be undertaken at the call-off competition stage rather than when potential suppliers apply to be admitted to the DPS; and - Consequential amendments in light of changes referred to above. DWP has also extended the anticipated duration of the Test and Learn DPS by an additional two years. The Test and Learn DPS is open ended but now has a nominal end date of 30 September 2026 (which may be extended further). The Test and Learn DPS Contract can be terminated by DWP with twenty (20) Working Days' notice. This is a Contract Notice for social and specific services in accordance with regulation 75 of the Public Contracts Regulations 2015 (as amended). DWP established the Test and Learn DPS to procure these activities in in England, Scotland and Wales on 9 November 2018. The DPS is for the procurement of social and other services referred to in Regulation 74 of the Public Contracts Regulations (2015) and as such, the DPS was established using a light touch regime. This DPS presents opportunities for organisations, with a focus on innovation and local specialist support, to be involved and test the development of new approaches for employment and health related activity. This will be key to building evidence to support the delivery of future provision at both national and local level. DWP cannot confirm or guarantee any future business through the DPS, but it is anticipated that there will be some limited numbers of proof of concepts / test and learn projects over the duration of the DPS. The T&L DPS is open ended with a nominal end date of 30 September 2026 (which may be extended further) but can be terminated by the Authority with twenty (20) Working Days' notice. In line with the original OJEU notice, the expected total value of all call-off contracts under the T&L DPS is approximately £20,000,000. This DPS will be for the use of the Department for Work and Pensions (DWP), its Executive Agencies and those Non-Departmental Public Bodies (NDPBs) sponsored by DWP. Originally Published in OJ / S at on 2018/S 205-468119.
Value undisclosed
An Approved Provider List (APL) on a Pseudo-DPS of suitably-qualified suppliers to deliver Alternative Education Provision to children and young people who are unable to access mainstream education provision due to their social, emotional and mental health needs and/or behaviours that challenge. These services are intended to be short-term interventions aimed at enabling a child or young person to achieve good educational outcomes and reintegrate back into mainstream school in a supported way. The services to be provided comprise a mixture of education, tuition, individual support, coaching, mentoring and therapeutic services dependent on the needs of the children/young people being worked with. The local authority will determine the level of service to be provided to individual children/young people. Services will be in 3 Lots. Additional information: Is a Recurrent Procurement Type? : No
Value undisclosed
Worcestershire Children First is establishing a Dynamic Purchasing System ('the DPS') for SEND Independent School Places and seeks applications from suitably experienced, qualified and appropriately accredited Suppliers who wish to pre-qualify for this Service. The DPS for SEND Independent school places has 7 categories/lots: Lot 1 Communication and Interaction Lot 2 Cognition and Learning Lot 3 Social, Emotional and Mental Health Lot 4 Sensory and Physical Needs Lot 5 Autism Lot 6 Complex/Profound Multiple Learning Disabilities Lot 7 Post 16 The DPS will run from 18th March 2024 to 31st March 2027, with an option to extend for up to 2 further years (1 year + a further 1 year) and in order to be able to tender for business with Worcestershire Children First, Suppliers must first be approved to join the categories within the DPS and then will be automatically notified of opportunities to quote for specific projects as they arise in each Category. Further project details including specification, duration of contract, any additional requirements will also be provided at that point in time (Mini-Competitions). If you wish to view the documents for this opportunity please click `Express Interest`. Following this, if you wish to apply for this opportunity please click `Opt in` which will then enable you to view and complete the Standard Questionnaire and upload the relevant documents. After uploading all required documents and completing the questionnaire(s) please remember to press the `Submit your Return` button at the bottom of the page. Suppliers will receive a system generated email to confirm successful submission of their return. Any questions or clarification should be conducted via `Correspondence` through this portal. Additional information: Is a Recurrent Procurement Type? : No
Value undisclosed
The Council are seeking service providers to join a Dynamic Purchasing System (DPS) to provide a diverse range of transportation for the adults and children (4-25). Vehicles are to include: cars, MPVs, minibuses, small and large accessible vehicles capable of transporting wheelchair users, larger buses and coaches of all sizes. The Council has a statutory duty to meet the transport needs of individuals based on their assessment of need and when related eligibility criteria are met. Additional information: Is a Recurrent Procurement Type? : Yes
Value undisclosed
The City of Liverpool College intend to create a Dynamic Purchasing System (DPS) for our Marketing provision over 4 x separate lots. Suppliers who are awarded a place on the DPS will be invited to participate in a further mini-competition for each of the 4 x lots. The DPS will be in place until such time as the College no longer requires it or it is replace by a revised DPS. All communications with The City of Liverpool College should be carried out using the correspondence section of the In-Tend Portal. Additional information: Via the College's In-Tend portal at: https://in-tendhost.co.uk/tcolc/aspx/Home Is a Recurrent Procurement Type? : No
From £15,000
Contract value
The SEND Placements DPS (Dynamic Purchasing System) will enable the Council to secure the appropriate provision where it is established that a child or young person should be placed with an independent or non-maintained special school. Additional information: Delivery Notes For any suppliers interested in this opportunity please visit our e-Tendering portal - https://in-tendhost.co.uk/milton-keynes/ Is a Recurrent Procurement Type? : Yes
From £36,000,000
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
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 Additional information: 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. 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 - based on CPV codes • Geographical Location - based on NUTS codes • Additional Capabilities
Value undisclosed
East Sussex County Council (ESCC) is seeking applications from suitably qualified providers in order to become Approved Providers of the Education Division Approved Provider List (EDAPL). The EDAPL will enable the procurement of services from external providers to support the Council's Education Division's objective of driving improvements in East Sussex schools, academies, colleges and other educational settings. The contract start date is 01 October 2024 and the contract end date is 30 September 2028. Applications are welcome at any time. The Contracts Finder notice template will not allow the submission date to be after the contract start date, hence why the dates above differ. Please go by the dates in this description. If Applicants will only be able to work virtually, please note that the Education Division would like someone to be able to work in a hybrid capacity. For those not based in the U.K. there is a concern that if individuals have not had experience in working in a school in the UK, they may not have the appropriate knowledge (of UK school governance structures, or UK school curriculum and assessment), or qualifications required for the roles, and therefore wouldn't be able to support the schools effectively. The Division is seeking consultants and providers who can deliver on any, or all, of the following areas: (i) Provide training and support to schools and settings to improve outcomes for all pupils, including support for: leadership, interim leadership support, governance, staff development, curriculum development, moderation and assessment, pedagogy, behaviour, and attendance. (ii) Undertake roles associated with the local authority's statutory powers of intervention as outlined in the Department for Education's Schools Causing Concern Guidance (as updated). (iii) Undertake reviews and provide challenge and support to leaders and managers in educational settings and across local partnerships. (iv) Independent chair roles, and interim governance roles, to support the development of a range of education partnerships. (iv) Provide support to identified schools and settings to ensure effective safeguarding arrangements. (v) Research and evaluation of effective practice and development of new models and approaches across the range of the Division's work and priorities. (vi) Support for the development and implementation of new strategies. (vii) Project and leadership support across the range of the Division's work and priorities. There will be no cap on the number of Approved Providers, who can apply at any time, and more than once, until they are successful. It is anticipated that the annual aggregate expenditure under the EDAPL will be up to £1,000,000. The EDAPL will be in place for four years, with an option to extend for up to two years. There is no minimum or maximum duration for call-off contracts, and they may expire after the expiry of the EDAPL. Additional information: The Closing Date is not 30 September 2024 but 30 September 2028 as applications can be submitted at any point whilst the Approved List is open, however the Contracts Finder template does not allow a Closing Date later than the Contract Start Date.
£6,000,000
Contract value
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Purchasing System (DPS) to support the provision of Adult Learning and Skills requirements that can be utilised by all public sector organisations, for example, Combined Authorities, Devolved Administrations, Local Authorities, Education Establishments and Central Government Departments. The new agreement will offer a range of pre-qualified regional and national providers to support UK public sector bodies in running procurements for Adult Learning and Skills provisions. CCS will be creating a supply market that enables the procurement of education and training for adults (aged 19 years and above) and young adults (aged 16 to 18) to help them develop the skills they require to progress into, or within, work; or to equip them for an apprenticeship and/or other tertiary qualifications. The new agreement will provide a route to market for all available 16 to 18 and 19+ funding streams, including but not limited to the adult skills fund, UK Shared Prosperity Fund, Multiply, any future iterations of existing funding types, any future funding types. However, it excludes apprenticeship levy funding. . Additional information: Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice for the correct dates, timelines etc.
£1,000,000,000
Contract value
The Department for Work and Pensions (DWP) has extended the anticipated duration of the the Dynamic Purchasing System for Employment and Health Related Test and Learn Provision by an additional 29 months. The Test and Learn DPS is open ended but now has a nominal end date of 23 February 2029 (the date specified for expiry of DPS's in The Procurement Act 2023 (Commencement No. 3 and Transitional and Saving Provisions) Regulations 2024 ("Transitional Regulations")). The Test and Learn DPS Contract can be terminated by DWP with twenty (20) Working Days' notice. This is a Contract Notice for social and specific services in accordance with regulation 75 of the Public Contracts Regulations 2015 (as amended). DWP established the Test and Learn DPS to procure these activities in in England, Scotland and Wales on 9 November 2018. The DPS is for the procurement of social and other services referred to in Regulation 74 of the Public Contracts Regulations (2015) and as such, the DPS was established using a light touch regime. This DPS presents opportunities for organisations, with a focus on innovation and local specialist support, to be involved and test the development of new approaches for employment and health related activity. This will be key to building evidence to support the delivery of future provision at both national and local level. DWP cannot confirm or guarantee any future business through the DPS, but it is anticipated that there will be some limited numbers of proof of concepts / test and learn projects over the duration of the DPS. The T&L DPS is open ended with a nominal end date of 23 February 2029 but can be terminated by the Authority with twenty (20) Working Days' notice. In line with the original OJEU notice, the expected total value of all call-off contracts under the T&L DPS is approximately £20,000,000. This DPS will be for the use of the Department for Work and Pensions (DWP), its Executive Agencies and those Non-Departmental Public Bodies (NDPBs) sponsored by DWP. Originally Published in OJ / S at on 2018/S 205-468119.
Value undisclosed
The Council of the Borough of Kirklees (the "Council") is conducting this procurement exercise, in accordance with the Light Touch Regime of the Public Contracts Regulations 2015 (SI 2015/102), and intends to establish an Electronic Market Place ("EMP") with Delivery Partners with relevant experience and ability to provide Adult Education, Training, Employment & Lifelong Learning on a non-exclusive basis Further details regarding the Services required are set out in the General Specification (Schedule 2) and in the Conditions of Contract (Schedule 4 Appendix 2). This EMP is anticipated to commence on 1st June 2022 until 23rd February 2029 subject to continued availability of eligible Contractors continuing to meet the requirements and demands of the Service. The estimated cumulative annual value for the Contracts potentially called off under this EMP is Seven Hundred and Fifty Thousand Pounds Sterling (£750,000) per annum. The initial Submission Deadline for the receipt of Requests to Participate is 16th May 2022 at 13:00hrs and will be quarterly thereafter. Further Competitions will commence from 1st June 2022 until 23rd February 2029 Additional information: Further Competitions will commence from 1st June 2022 until 23rd February 2029
£5,625,000
Contract value
Kent County Council (the Council) is the largest county council in England covering an area of 3,500 square kilometres. It has an annual expenditure of over £1.6bn on goods and services and a population of 1.8m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and over 300 parish/town councils. This requirement is from the Growth, Environment and Transport Directorate is for the provision of services operated using PSV or Community (Section 19 or 22) Bus Permits. The requirements relate to the Council's activity in respect of Supported Local Bus (including Kent Karrier) and Home to School Transport Services. Supported Bus services are procured for the delivery of socially necessary bus services (including Kent Karrier), where the authority will fund the provision of a local bus service which is not commercially viable, which would therefore not otherwise run but which the authority has identified as meeting a social need i.e. rural connectivity. Home to School Transport services are procured to provide school transport for those pupils who are determined by our Education and Young People's Directorate as eligible for free home to school transport. Where the volume of pupils is sufficient to justify a larger vehicle (minibus, coach or bus) these will require provision of this transport by a Public Service Vehicle Licensed Operator who can run services either as a public bus service or as a privately hired vehicle. Further details of the full scope and specific requirements will be provided within the tender documentation issued under this DPS. Further background and technical information can be found within the tender documentation. This Dynamic Purchasing System (DPS) was established in 2016, with a start date of 01 January 2017. Due to the lack of viable alternatives provided by the Procurement Act 2023 (PA23) and in line with the transition arrangements, the Council is extending the 'Supported Local Bus and Home to School Transport Services' DPS period of validity - in accordance with Regulation 28(1)(a) of the Public Contracts Regulations 2015 - from 31 December 2027 to 23 February 2029, to ensure continuity of service. All other terms and conditions of the DPS remain unchanged. This Dynamic Purchasing System has a total value of £100 million, covering the period from its establishment in 2017 through to the end of its period of validity.
£100,000,000
Contract value