NEW HOMES FOR SMALL SITES: Phase 1 Package Package B Site 1: Hadley Street, Castle Road Estate
The proposed development is part of Camden’s first phase of its New Homes for Small Sites Programme (NHSSP) which sits within Camden’s wider Community Investment Programme (CIP). The programme aims to build new genuinely affordable social rent and intermediate rent homes on underutilised small and infill sites across Camden’s Housing estates, working closely with residents and local communities. Public consultation is fundamental to development of CIP Projects. The programme is funded by grant funding and a site disposals programme to enable the delivery of 100% affordable homes on delivery sites.
Phase 1 of the NHSS Programme comprises of 3 packages (A, B and C), for a total of 4 sites located in 4 separate housing estates. This brief and Preliminary Market Engagement Notice refers only to the site contained within Package B: Hadley Street, Castle Road Estate.
The development site comprises of a former single storey car park which is now demolished and cleared and forms part of the wider 1960s Castle Road Estate that wraps round to the south of Castlehaven Road and includes Heybridge (8 storeys), Widford (4 storeys), Havering (3 storeys, Baring (3 storeys) and Roxwell (1-2 storeys) blocks.
Alley Gate Maintenance Repairs and Key Replacements
Knowsley Council requires a competent and experienced contractor to deliver reactive and planned maintenance services for alley gates across the borough. The service will ensure that alley gates remain secure, functional, safe for public use, and compliant with relevant standards.
The contractor will carry out a range of repair and replacement tasks including call outs, lock and mechanism replacements, and key/fob management.
Watercourse and associated structures maintenance contract to enable the continuation of the ongoing maintenance of watercourses and associated structures.
BCC as the Lead Local Flood Authority for its administrative area, and as a riparian landowner, has responsibilities for managing flooding and watercourses on council owned land under the Flood and Water Management Act (2010) and Land Drainage Act (1991). The regular watercourse maintenance works reduce the chance of flooding by avoiding blockages, ensuring watercourses are free flowing and so that flood risk assets continue to function properly.
The University of Exeter requires a vehicle maintenance supplier to provide routine and ad hoc servicing and maintenance for University owned and leased vehicles.
Preliminary Market Engagement (PME) for a Framework for Fitness Companies and/or Pool Based Fitness Companies to deliver exercise classes and other sessions in Leisure Facilities and Community Settings within County Durham
The Council are inviting suppliers to participate in preliminary engagement to gain insight from the market with the purpose of making any potential future framework opportunity well framed, feasible, focused and of likely interest to the market.
We are seeking interest from fitness companies, including gym based and pool based, who are interested in delivering exercise classes within our Leisure Facilities and Community Settings across County Durham. A variety of informal agreements are currently in place across the Council. We now intend to formalise these arrangements by establishing a new framework that will support improved consistency and quality.
This notice forms part of our preliminary market engagement, offering you the opportunity to share feedback and comments before the framework is released for formal tender submissions.
Please note the contract value is based on the total framework value over a 4 year period and is expected to include a range of providers, so this opportunity is particularly suitable for SMEs.
Maintenance, Repair and Dose Mapping of GRS Gamma Irradiators
Preliminary Market Engagement ONLY and is separate from tender opportunity.
NHSBT wishes to hear from any Suppliers who have the capability, capacity and licence to provide Maintenance, Repair and Dose Mapping of existing NHSBT owned GRS Gamma Irradiators.
Any applicable suppliers should contact Samantha.rix@nhsbt.nhs.uk for further information by 24th April 2026.
Pre-Market Engagement for Consultancy Capital Projects Framework
The Crown Estate us conducting a Pre-Market Engagement (PME) Supplier Day to inform the development of a Consultancy Capital Projects Framework.
The engagement aims to:
• Communicate the framework objectives, scope, and strategic priorities
• Understand market capability, capacity and innovate delivery approaches
• Identify risks, commercial considerations and practical delivery challenges
• Gather views on social value, sustainability and inclusive supply chain participation
The proposed framework will provide consultancy services to support capital projects including (but not limited to):
• Project Managers, Commercial & Residential Portfolios
• Architecture, Commercial & Residential Portfolios
• Design and Engineering; Civil / Structural Engineering, MEP Engineering, Fire Engineering, Sustainability, Acoustics and Lighting
• Other Consultants; Cost Consultant, Building Control and Specialist Surveys.
This framework will operate across multiple organisational units, sectors and geographical locations.
The information contained in this Notice is provided for early market engagement only and does not constitute a commitment by the Contracting Authority to undertake a procurement or to proceed as described. The Contracting Authority reserves the right to revise its proposed approach, including (but not limited to) the scope, structure and lotting strategy, as well as any indicative dates referenced in this Notice. All aspects of any future procurement may be subject to change following market feedback and further internal considerations. Participation in any engagement activity shall not confer any advantage or create any expectation of involvement in any subsequent competition.
University of East Anglia seeks tenders in relation to the provision of Integrated Facilities Management (FM) Services to the UEA, INTO and Quadram Partners.
**Pre-Market Engagement** Supply and Delivery of Sports and Fitness Equipment and the Maintenance of Gymnasium and Fitness Equipment
**Please note, this is not a Tender exercise**
The Education Authority Northern Ireland (EANI), in preparation for a procurement process, wish to engage with the market to seek supplier views and feedback on potential approaches for a Framework for the Supply and Delivery of Sports and Fitness Equipment, and the Maintenance of Gymnasium and Fitness Equipment.
Market Feedback will be provided via the completion of a questionnaire, to be submitted via eTendersNI. There are no documents to be completed or provided other than the questionnaire.
Any information gathered through this market consultation exercise will inform internal business planning and any possible subsequent procurement process and will NOT be appraised in any future tender evaluation exercise.
Please note that participation or nonparticipation in this preliminary market consultation exercise shall not prevent any supplier from participating in any potential procurement process, nor is it intended that any information supplied shall place any supplier at an advantage or disadvantage in any forthcoming procurement process.
For the avoidance of doubt, this is the scoping phase of the project and is not part of a formal procurement process.
Reactive and Planned Maintenance Services for Plant and Property Assets for Dorset Council
This Preliminary Market Engagement Notice is not a call for competition. It is being published to give notice to the market of an upcoming procurement.
Dorset Council is undertaking early market engagement, with the aim of providing information to and requesting feedback from the market, about aspects of the Council's procurement strategy for reactive and planned Repairs and Maintenance for building fabric, M&E and associated works and services and to help inform the decision-making process on the procurement of these works and services.
Any procurement will be carried out in accordance with relevant Procurement Regulations.
Dorset Council may commence one or more procurements in respect of this notice subject to final scope and structure, but also reserves the right not to commence any procurement in respect of this notice.
Dorset Council shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein.
Dorset Council are intending to procure repairs and maintenance services and shall appoint contractors for each Lot to deliver reactive and planned maintenance for M&E, Lifts, Asbestos, Mechanical Barriers, Voids, Fire (active & passive) and Building Fabric and associated services within the Dorset Council Region. All Lots will have one supplier per Lot save for M&E and Building Fabric who have two suppliers each, one supplier for West and one supplier for East This work will cover the following Dorset Council property portfolio types:
• Housing, including a mix of self-contained units and hostels, mostly used for temporary accommodation.
• Council Operational/Commercial Assets including operational buildings from which the council delivers a service (for example, libraries, family hubs, depots, residential children's and adults homes, day centres, offices etc) and commercial / community buildings which the council leases out and has some repairing obligations (for example farms, hotels and guesthouses, industrial units, community buildings etc).
It is the Council’s intention to structure the Lots in the following manner
Lot 1 is M&E
Lot 2 is Lifts
Lot 3 is Fire Protection, Management & Maintenance
Lot 4 is Asbestos Works & Services
Lot 5 is Mechanical Barriers
Lot 6 is Fabric Maintenance
Lot 7 is Housing Voids
Dorset Council are also considering appointing a number of contractors to deliver capital works and associated services within the Dorset Council Region.
Examples of the type of works are:
- Repairs and Maintenance of the capital assets
- Mechanical and Electrical
- Building Fabric Maintenance
- Specialist works (e.g. Fire Alarms)
- Refurbishment works
- New builds
- Extensions
- Demolitions
Dorset Council are looking to achieve the following key objectives:
o A repeatable and effective process
o An effective service with a timely emergency response.
o Value for money and appropriate costs.
o Appropriate coverage across the council areas
o Coverage over all asset types
o Improved performance and quality management through KPIs
o A Life Cycle approach
The contractors will be procured and subsequently able to appoint sub-contractors. Dorset Council would like to see direct investment into the local supply chain but are also open to looking elsewhere for appropriate contractors. The main focus is that the works are completed by a contractor who is best suited and meets the key objectives.
The proposed go live date (contract commencement) is planned for 11th January, 2027; and will last for a proposed initial period of 4 years.
We envisage that the market engagement will feed into the requirements and as such, we reserve the right to alter the above information for the benefit of both Dorset Council and the market.
The information contained in this Preliminary Market Engagement Notice is preliminary in nature and may be subject to further amendment and revision. Accordingly, no representation or warranty, expressed or implied, will be made and no liability is, or will be, accepted by the Council as to the adequacy, accuracy or completeness of this document. Any liability however arising is expressly disclaimed.
No expense in responding to this market engagement will be reimbursed by the Council.
The expected total value of the contract for the initial 4 year term is £24,000,000. There are two further options for a further 1 year extension.
In order to ensure a good level of competition for this procurement, Dorset Council will be holding two market engagement days (both covering the same information) which will be held on 31st March 2026 and a further date to be held on the 14th April, 2026.
Reactive and Planned Maintenance Services for Plant and Property Assets for Dorset Council
This Preliminary Market Engagement Notice is not a call for competition. It is being published to give notice to the market of an upcoming procurement.
Dorset Council is undertaking early market engagement, with the aim of providing information to and requesting feedback from the market, about aspects of the Council's procurement strategy for reactive and planned Repairs and Maintenance for building fabric, M&E and associated works and services and to help inform the decision-making process on the procurement of these works and services.
Any procurement will be carried out in accordance with relevant Procurement Regulations.
Dorset Council may commence one or more procurements in respect of this notice subject to final scope and structure, but also reserves the right not to commence any procurement in respect of this notice.
Dorset Council shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein.
Dorset Council are intending to procure repairs and maintenance services and shall appoint contractors for each Lot to deliver reactive and planned maintenance for M&E, Lifts, Asbestos, Mechanical Barriers, Voids, Fire (active & passive) and Building Fabric and associated services within the Dorset Council Region. All Lots will have one supplier per Lot save for M&E and Building Fabric who have two suppliers each, one supplier for West and one supplier for East This work will cover the following Dorset Council property portfolio types:
• Housing, including a mix of self-contained units and hostels, mostly used for temporary accommodation.
• Council Operational/Commercial Assets including operational buildings from which the council delivers a service (for example, libraries, family hubs, depots, residential children's and adults homes, day centres, offices etc) and commercial / community buildings which the council leases out and has some repairing obligations (for example farms, hotels and guesthouses, industrial units, community buildings etc).
It is the Council’s intention to structure the Lots in the following manner
Lot 1 is M&E
Lot 2 is Lifts
Lot 3 is Fire Protection, Management & Maintenance
Lot 4 is Asbestos Works & Services
Lot 5 is Mechanical Barriers
Lot 6 is Fabric Maintenance
Lot 7 is Housing Voids
Dorset Council are also considering appointing a number of contractors to deliver capital works and associated services within the Dorset Council Region.
Examples of the type of works are:
- Repairs and Maintenance of the capital assets
- Mechanical and Electrical
- Building Fabric Maintenance
- Specialist works (e.g. Fire Alarms)
- Refurbishment works
- New builds
- Extensions
- Demolitions
Dorset Council are looking to achieve the following key objectives:
o A repeatable and effective process
o An effective service with a timely emergency response.
o Value for money and appropriate costs.
o Appropriate coverage across the council areas
o Coverage over all asset types
o Improved performance and quality management through KPIs
o A Life Cycle approach
The contractors will be procured and subsequently able to appoint sub-contractors. Dorset Council would like to see direct investment into the local supply chain but are also open to looking elsewhere for appropriate contractors. The main focus is that the works are completed by a contractor who is best suited and meets the key objectives.
The proposed go live date (contract commencement) is planned for 11th January, 2027; and will last for a proposed initial period of 4 years.
We envisage that the market engagement will feed into the requirements and as such, we reserve the right to alter the above information for the benefit of both Dorset Council and the market.
The information contained in this Preliminary Market Engagement Notice is preliminary in nature and may be subject to further amendment and revision. Accordingly, no representation or warranty, expressed or implied, will be made and no liability is, or will be, accepted by the Council as to the adequacy, accuracy or completeness of this document. Any liability however arising is expressly disclaimed.
No expense in responding to this market engagement will be reimbursed by the Council.
The expected total value of the contract for the initial 4 year term is £24,000,000. There are two further options for a further 1 year extension.
In order to ensure a good level of competition for this procurement, Dorset Council will be holding two market engagement days (both covering the same information) which will be held on 31st March 2026 and a further date to be held in the week commencing 13th April, 2026.
Maintenance service contract renewal for EEG systems
Comprehensive Service Contract covering, Annual PPM visit: Call outs , Loan Equipment ,Remote Support , Parts , Telephone Support for the below equipment
Xltek 32 Channel Video EEG System
• Xltek 32 Channel Video EEG System
• Xltek 32 Channel Video EEG System
• Xltek 32 Channel Video EEG System
• Xltek 32 Channel Video EEG System
• Xltek 32 Channel Video EEG System
• Xltek Portable 50 Channel LTM Video EEG System
• Xltek Portable 50 Channel LTM Video EEG System
• Xltek Portable 50 Channel LTM Video EEG System
• Xltek Protektor 32 Channel IOM System
• Xltek 32 Channel Portable Video EEG System
• Xltek 32 Channel Portable Video EEG System
• Xltek 32 Channel Portable Video EEG System
• Xltek 128/256 Channel LTM Video EEG System
• Xltek 40 Channel LTM Video EEG System
• Xltek 40 Channel LTM Video EEG System
• Xltek 40 Channel LTM Video EEG System
• Xltek 128 Channel LTM Video EEG System
• Xltek Reader Station
• Xltek Reader Station
• Cortical Stimulator
• Dell Latitude 5590
• Xltek ICU Monitor
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.
View 5-notice timelineLatest notice released 29 Apr 2026
Central GovernmentPipeline
Request for Information (RFI) Provision of Building and Window Cleaning
**THIS IS AN RFI ONLY**
The West Mercia Police Contracts and Procurement Team, acting on behalf of the Police and Crime Commissioner for West Mercia and Hereford & Worcester Fire and Rescue Service (the Authority), intends to undertake pre market engagement in accordance with the Procurement Act 2023 in relation to an upcoming Building and Window Cleaning Tender (Reference: 11737).
This Request for Information (RFI) is issued as part of the Authority’s preliminary market engagement activity to inform the development of the future procurement. The purpose of this engagement is to support compliance with the Procurement Act 2023 by improving transparency and ensuring the procurement is designed in a manner that is proportionate, delivers value for money, and reflects current industry accepted practices.
The RFI seeks to help the Authority better understand market capability and capacity, gauge supplier interest, obtain indicative high level cost information (rough order of magnitude estimates), and identify any risks, innovations, or considerations that suppliers consider relevant to the scope, specification, and delivery model prior to the commencement of a formal procurement process.
Participation in this RFI is voluntary and does not form part of any subsequent procurement process, nor does it commit the Authority to undertake a procurement or any participant to bid. Any future procurement will be conducted in compliance with the Procurement Act 2023 and the Authority’s statutory obligations, ensuring fair treatment, non discrimination, and that competition is not distorted as a result of this engagement.
Link to the live RFI is enclosed and closes at 5pm on the 29th April 2026 - https://sell2.in-tend.co.uk/blpd/publictender-details?tid=049c7c3b-b9d9-4dc9-8f23-6c2e36260744
All correspondence and submissions are to be followed as per the instructions within the RFI documentation via InTend.
West Mercia Police and Crime CommissionerWest Midlands29 Apr 2026WAC-582037
Provision of Rail Mounted Maintenance Machines (RMMs/TRAMMs) & Rail Mounted Cranes for - Southern Region
Please note that this is a market engagement exercise to assist us in gaining insight into the supply and operation of RMMM within the UK market
Machine Definitions
RMMs are classified as:
a) large - 5.5 tonne gross laden weight and above.
b) medium - less than 5.5 tonne gross laden weight and greater than 1 tonne.
c) small - 1 tonne gross laden weight and less.
The classification of RMMMs into three bands is concerned mainly with their ability to
assist each other in the event of failure. The three classifications have no influence on the
application of this standard – the acceptance criteria for all RMMMs are the same,
irrespective of size.
• TRAMM – General Purpose Track Maintenance Machine – Used for the carriage of equipment & materials to & from depot / worksite. Is fitted with a medium duty, medium reach crane arm. Able to carry short lengths of rail, with a payload capacity of approx. 8 – 10 tonnes. Is able to thimble Continuously welded rail (CWR). Is self-propelled & can run in traffic.
• High Capacity TRAMM (HCT) - Specialist Track Maintenance Machine – Used for the carriage of equipment, materials, and up to 40 lengths of 60ft rails, to & from depot / worksite. Is fitted with a medium duty, long reach crane arm. Hi-Capacity TRAMM cannot thimble CWR. Is self-propelled & can run in traffic.
• TRM – Twin Jib Track Relaying Machine - Used for the lifting & handling of track panels, in the context of track renewals where panels are to be loaded / unloaded onto a train. Is self-propelled only when on the worksite, is therefore Loco hauled to & from the job, (cannot run in traffic). Lifting capacity of approx. 11 tonnes, but at a fixed length, limited radius / reach.
• GPC – General Purpose 12t Crane - Used for general-purpose lifting operations within context of all types of track work. Lifting capacity of 12 tonnes, self-propelled only when on the worksite, & is therefore Loco- hauled to & from the job, (cannot run in traffic). Full radius reach of 13metres.
The Contractor would be required to provide Operators and Fitters who are competent to operate items of plant in both normal rail traffic and within possessions.
The Servicing, Maintenance & Repair of Passenger Lifts
The London Borough of Hillingdon wishes to appoint an experienced service provider for the servicing and maintenance of Passenger Lifts and LOLER inspections ensuring compliance with all relevant industry, manufacturers and safety standards. The contract is to include Hillingdon Council's housing stock of over 116 assets covering General Needs Housing, Sheltered Housing, Supported Housing and Corporate sites.
The contractor will provide a planned servicing regime and reactive maintenance for repair and replacement as well as to undertake small works projects up to an approved threshold value for the asset types as stipulated.
The anticipated contract duration will be 3 years with options to extend for a further 2+2 years.
TUPE may apply to this procurement
To participate in our Pre-Market Engagement exercise please email to the following:
mbreen@hillingdon.gov.uk
Please quote "Passenger Lifts - market engagement" in the email title.
(do not include any marking material)
You will then be sent a short market engagement questionnaire, please then complete and return this by the stated deadline in the questionnaire.
We would encourage all interested parties to register for free at https://supplierlive.proactisp2p.com/ where this opportunity will be advertised in due course.
London Borough of HillingdonLondon30 Apr 2026WAC-584425
Supply and Maintenance of High-Throughput X-Ray Freight Scanning Solutions
The Authority, Border Force (BF) are looking to enagage with the X-Ray market to understand what current solutions are available. Non X-ray technology or Passive Imaging equipment is considered out of scope of this market engagement exercise
One of the Authority's strategic objectives is to significantly increase the proportion of arriving freight subject to non-intrusive inspections, thereby enabling the identification and interception of currently undetected harms, while maintaining smooth flow rates for legitimate trade at UK ports.
BF estimate that the initial scope of this project would be for the procurement of two screening systems to be deployed at a singular UK Port.
This is solely a market engagement activity at this point and the Authority makes no commitment to running a procurement exercise for solutions/capabiliites identified through this activity after the engagement end date.
Required Supplier input is covered further within this document under Engagement.
Birmingham Women's & Children's Hospitals plan to begin a procurement process for retail and patient catering services across both hospitals in autumn/winter 2026. This Pre-market engagement exercise is to understand market preferences and explore contractual models that would best support innovation, partnership working and long‑term value.
Please search for the Pre-Market Engagement documents via the Atamis Portal. Project ref: C438173.
https://atamis-1928.lightning.force.com/
Birmingham Women's and Children's NHS Foundation TrustWest Midlands1 May 2026WAC-583256
The Birmingham, Black Country and Solihull Procurement Collaborative (BBCS PC) is acting on behalf of the Trusts to explore a system-wide solution for an in house Linen and Laundry facility.
Birmingham Women's and Children's NHS Foundation TrustWest Midlands1 May 2026WAC-581323