Loading page content…
Loading page content…
Loading contract search results…
1,545 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
The Authority aims to procure a scalable, integrated Governance, Risk and Compliance (GRC) software solution, capable of supporting its organisational growth and any required regulatory obligations. The solution is intended to consolidate risk data from across the Authority into a single platform that strengthens oversight, enhances analysis & reporting, improves operational efficiency, and ensures accountability. A GRC tool may also provide the opportunity to identify data synergies and move away from several systems used across the Authority. Purpose of the notice The Authority’s aim in issuing this Pre‐Market Engagement Questionnaire is to: Understand market capability, maturity and suitability Understand delivery approaches, risk and commercial viability Identify gaps, assumptions and market insights Responses gathered through this questionnaire will inform the Authority’s approach to procuring a scalable, integrated Governance, Risk and Compliance (GRC) software solution capable of supporting organisational growth and meeting current and future regulatory obligations.
£1,100,000
Contract value
The Contracting Authority seeks to engage the market through this Pre-Tender Market Engagement (PTME) exercise in preparation for the potential procurement of a supplier to provide a Legal Case Management system and a Committee Services Management System . For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Darlington:-Planning-systems./25QFS5EVPS To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/25QFS5EVPS
Value undisclosed
Warwickshire Fire and Rescue Service (WFRS) is exploring approaches to having a modern, intuitive, and fully integrated Competency, Training and Learning Management Solution designed to support the whole organisation. The platform must enable effective recording, management, and maintenance of competence across all staff groups, providing a single, reliable source of truth for training, learning, assessment, qualifications, and ongoing professional development. The solution should support day‑to‑day operational and organisational needs by offering tools that consolidate training and learning, provide clear visual indicators of achievement and progression, enable structured learning pathways, support formal and informal assessments, and enhance appraisal processes. It must deliver strong organisational assurance by evidencing competence in line with all applicable UK regulatory requirements, while also meeting both National Fire Standards and local service‑specific processes, procedures, and competency frameworks.
Value undisclosed
National Highways currently operates four key technology contracts that underpin the safety, monitoring, and operational capability of our traffic officer fleet and supporting vehicles. These contracts are due to expire, at various dates, by 2028. As part of our strategic approach to improving efficiency, reducing duplication, and ensuring consistent technology standards, we are exploring the opportunity to consolidate these separate agreements into a single, integrated contract. Information on the project can be found here: https://highways-my.sharepoint.com/:w:/g/personal/kiran_bahia_nationalhighways_co_uk/IQDN3I3NqgeETYeCeaAHbsezAZBpUbepDtpGe43OVRkguqM?e=k4f3RZ - please read this in its entirity before populating the MS form. Clarification questions will not be responded to.
£7,625,000
Contract value
Request for Information (RFI): Digital Therapeutic Mobile App and Website Atamis C435655 RFI Overview East London NHS Foundation Trust (“the Authority”) is issuing this Request for Information (RFI) to better understand the current UK market Digital Therapeutic Mobile App and Website managed services, including service models, mobilisation approaches, reporting, sustainability options and indicative pricing. This RFI is being conducted to support internal value for money (VfM) assurance and potential future planning. This is not a call for competition, invitation to tender, or procurement exercise, and the Authority is not committing to any purchase or subsequent procurement as a result of this RFI. Scope of services (indicative) Suppliers are asked to provide information relating to some or all of the following service areas (please state clearly what you can provide): (Full specifications Appendices A) • Digital Therapeutic Mobile App and Website Children and Young People's Mental Health Services (Ages 11-19) Contract context The Authority The overarching aim of this commissioned service is to radically improve the emotional wellbeing and mental health trajectory of all Children and Young People aged 11-19 experiencing emerging psychological needs across the entire North East London ICS footprint. By providing an immediate, highly accessible digital response, the service intends to build psychological resilience, prevent the escalation of distress, and systematically manage demand from overflowing into specialist physical or urgent healthcare settings. The digital therapeutic provision is not envisioned as a standalone novelty; rather, it must function as a seamlessly integrated 'digital front door' to the wider NEL mental health ecosystem of providers and system partners. The objectives reflect a dual focus on delivering direct clinical value to the end-user while simultaneously generating systemic efficiencies for the broader NEL Integrated Care Board.. What we need from you Suppliers are requested to submit: A) Service Offering Response (Attachment A) • Section 3 - Service model and scope – 3.1 B) Indicative Pricing Submission • Section 4- Pricing of Service and Delivery – 4.1 Please provide the pricing schedule using the Authority’s specifications in Appendices A, please note an External document maybe provided Also if applicable the below • any fixed charges (e.g., management fees, rental fees) • any typical additional charges (e.g.,emergency uplift) • indexation assumptions (CPI/RPI/etc.) RFI timetable • RFI published: 30/03/2026 • Deadline for clarification questions: 15/04/2026 • RFI response deadline: 30/04/2026 All dates are subject to change at the Authority’s discretion. Communications and clarifications All communications relating to this RFI must be via Atamis messaging. The Authority will not respond to direct approaches outside the portal. Important notices (compliance / disclaimers) • This RFI is for information gathering and market intelligence only. • The Authority is not liable for any costs incurred by suppliers in responding. • The Authority may choose to cancel or amend this RFI at any time. • Any future procurement (if undertaken) will be conducted in accordance with applicable UK procurement rules and the Authority’s Standing Financial Instructions and Standing Orders. • The Authority may use information received to shape future requirements, internal business cases, or procurement documentation. No information provided is confidential unless clearly marked and justifiable; however, the Authority will handle responses in accordance with its legal obligations (including FOIA). Suppliers should therefore avoid including unnecessary sensitive information. Evaluation approach (for transparency) Responses will be reviewed for: • Service capability and coverage • Operational approach and mobilisation • Compliance and governance • Reporting and data quality • Indicative pricing and cost drivers
Value undisclosed
Liverpool City Council is reshaping its Adult Social Care offer in line with the Living Better Lives vision, enabling residents to live independently, stay connected, and enjoy improved wellbeing. Technology Enabled Care is a key enabler of this ambition, supporting prevention, early intervention, independence, and digital inclusion. The Council intends to move to a "TEC First" approach embedded across Adult Social Care, transitioning from a traditional telecare model to a flexible, innovative, data?drivenTEC ecosystem that supports: - Independent living and safety at home. - Better use of technology and digital tools. - Reduced reliance on formal care packages. - Personalised solutions tailored to individual need. - A whole?life, all?ages offer including younger adults, people with learning disabilities, mental health needs, and those in Supported Living environments. - Increased digital inclusion and equitable access to technology across communities. The current TEC service supports over 13,000 users and includes assessment, equipment provision, installation, maintenance, monitoring, and response. The future service model is being redesigned and may include significant changes to scope, delivery structures, and market engagement strategies.
Value undisclosed
We are reviewing our pension administration software solution and wish to engage with the market to explore potential solutions. We want to understand what solutions may exist to meet our existing needs, as well as exploring enhancements that might be available to meet future needs. We ultimately seek a solution which will streamline pension administration for our members and future members, enhance user experience, provide modern digital tools and capabilities, and ensure compliance with legislative and regulatory standards. As of 31 March 2024, we administer the pensions for 432,496 of our members and payout approximately £1.2bn per year in member benefits. Our existing pensions administration contract expires 31 March 2029. All details contained in this notice are our genuine best estimate but are subject to change.
Value undisclosed
The Home Office is issuing a Request for Information (RFI) to gather updated market intelligence on Audio Visual Multi-Media (AVMM) redaction technologies, to inform decision-making by the Home Office and police forces on making AVMM redaction capability more efficient and saving police time. Specifically, we aim to understand core product features, integration capabilities with existing systems, future development plans and timelines, and associated costs and pricing models. All insights will be shared with police forces across England and Wales to support informed decision-making.
Value undisclosed
The Greater Manchester Pension Fund (GMPF), administered by Tameside Metropolitan Borough Council, operates its own dedicated IT function, independent from the Council's centralised IT service. The Fund manages a modern digital estate built primarily on Microsoft 365, Azure, and virtualised infrastructure, supporting approximately 240 users. GMPF does not have a dedicated in-house cyber security team. Cyber responsibilities are distributed across general IT staff alongside broader operational duties. While the Fund has invested in Microsoft security technologies and maintains an external cyber incident response (IR) retainer, it does not have the capability to provide continuous 24/7 monitoring, threat investigation or proactive threat hunting. The current incident response retainer expires on 13 October 2026, and therefore the new contract should be in place by 1 September 2026, with the IR service commencing from 14 October 2026.
Value undisclosed
Worcester City Council is undertaking a Preliminary Market Engagement Exercise (PME) to support its Bereavement Services in understanding the current market for Memorial Calligraphy Services, including physical Books of Remembrance and associated digital or online formats. The purpose of this engagement is to gather information from suitably experienced and qualified organisations regarding service capability, delivery models, digitisation options, pricing structures, quality assurance arrangements and turnaround times. The information obtained will help inform internal planning, budget setting and any potential future procurement approach. Interested organisations are invited to review the Specification set out in Appendix 1 of the PME documentation and to complete the Preliminary Market Engagement Questionnaire contained within Appendix 2. This exercise is being carried out solely as a market sounding and information gathering activity. It is not an invitation to tender, a call for competition, or a request for expressions of interest. Participation in the PME will not confer any advantage or disadvantage in relation to any future procurement process. The Council may use the outcomes of this PME to shape the scope, specification and procurement strategy of any subsequent procurement exercise. In accordance with sections 16 and 17 of the Procurement Act 2023, the Council reserves the right, subject to internal governance and where legally justified, to consider appropriate procurement routes should the market be extremely limited. All communication in relation to this PME must take place via the messaging facility on the Council’s procurement portal. Please see separate document on the portal The Council is using the e-procurement portal known as the Proactis Pro-Contract portal https://procontract.due-north.com to conduct this procurement exercise. To gain access to the procurement documents, bidders will need to register their company details at the above website. Once registered, bidders will be emailed a log-in and password, allowing them to gain access to the procurement documents. Bidders will need to search for the invitation under Worcester City Council and then electronically submit an expression of interest and follow the online instructions to view the procurement documents.
£10,000
Contract value
Our objective is to establish a Value Added Reseller Framework that simplifies how we source and manage software, while improving outcomes across cost, risk, transparency and capability. At a high level, we are seeking to: • Aggregate software spend where appropriate to improve pricing and commercial leverage, ultimately creating savings in this area. • Reduce duplication and administrative burden associated with repeated procurements • Introduce greater cost transparency through open book and cost plus models • Access meaningful value added services such as Software Asset Management (SAM), optimisation and audit support • Enable more proactive planning, renewal management and vendor negotiation • Retain flexibility to buy outside the framework where this represents better value or lower risk Our emerging proposal is to put in place a single supplier value added reseller framework to act as a strategic aggregation and enablement layer between us and the wider software vendor market. Key features of the proposed model include: • Cost plus, pass through pricing for software licences • Pre agreed framework terms and conditions • Structured and transparent discount mechanisms • Support for both large strategic vendors (e.g. hyperscalers) and niche software providers • Non exclusive framework design The scope under consideration includes, but is not limited to: • Commercial off the shelf software licensing • Software maintenance and renewal management • Licence compliance and audit support • Software Asset Management (SAM) and optimisation • Pre and post sales technical and commercial advice • Price benchmarking and competitive price comparisons • Management of vendor relationships and deal registration • Asset recording and licence position reporting • Hardware and related services The appointed supplier would support the supply of software and associated value added activities as the sole supplier on a single supplier framework. The purpose of this engagement is to explore viable commissioning options and assess market interest in delivering key services. The insights gained will help the FOS shape any future procurement strategy. This is preliminary market engagement only, not a call for competition and not scored. FOS is seeking input from organisations with expertise in the software sector to understand market capability and procurement considerations. We are seeking insight and feedback from potential VAR providers on our initial approach, particularly around the delivery of a cost‑plus passthrough model for software procurement and the range of value‑added services that may accompany it. This activity is intended to explore market capability and gather insight only. It focuses on understanding the VAR market’s ability to support our requirements and does not involve supplier selection, down‑selection, or any form of bid evaluation.
Value undisclosed
We would like to take the opportunity to test the market as outlined below, to determine current interest levels in the market for a Technology Enabled Care Service. The proposed service will need to provide the following: a) Install, maintain, storage and recycling of technology enabled care equipment. - Nearly all equipment is now digital, with only a handful of analogue devices still used in the community. It is expected that at the time of procuring a new contract all devices will be digital. In 2025/6 there was an average 15 new service users each month. The Council has a target of 2 working days for urgent installations and routine within 15 working days. Whilst the majority of equipment is more traditional telecare items, the Council also uses equipment to monitor daily living activities (DAL). DAL equipment typically uses sensors to monitor activity levels in the home. b) Call monitoring service - The current externally commissioned contract provides 24 hour a day / 365 days a year call monitoring service a with approximately 4,000 inbound calls and 2,000 outbound calls a month. c) Purchase equipment - The Council currently purchases technology enabled care equipment directly from suppliers and this is delivered to the providers equipment store. The provider stores the equipment and is responsible for inventory management, including advising the Council of when it needs to buy more TEC equipment and what equipment is required and delivers best for the Council. The Council intends to move the responsibility for ordering equipment to the provider when a new contract is procured. d) Information, Advice and Guidance - the current contract also provides a certain number of advice and information sessions for members of public and council staff.
£494,000
Contract value
The Guinness Partnership (TGP) is currently reviewing their systems architecture for repairs and empty homes, exploring the art of the possible, with either one system or multiple systems. A preliminary market engagement will be conducted initially to inform the procurement approach and potential tender documentation. The procurement approach is currently undecided and the route to market is therefore subject to change. The key focus is understanding how TGP can leverage technology to achieve its target state vision and outcomes for the repairs service, specifically focused on: • Delivering a good, reliable, and safe repairs service that residents can trust • Early, proactive intervention • Accurate diagnosis and recording of repairs at first contact • Repairs delivered on time and in line with statutory and policy timescales • Reduced resident frustration and failure demand • Lower resident effort in accessing the service • Reduced cost of failure • Lower overall cost of the repairs service without compromising quality • Greater operational resilience • Clear and credible assurance that resident outcomes are being achieved Suppliers participating in this PME event will not have any advantage over organisations who do not participate, and this market consultation is in no way a guarantee of future work.
Value undisclosed
Northern Ireland Water is responsible for the supply and distribution of drinking water and the provision of sewerage services for approximately 840,000 domestic, agricultural and business customers across Northern Ireland. Background and Context NI Water has an established Digital Services platform that underpins high volume, customer facing and internal services, supporting both external users and staff across multiple directorates. The current Digital Services platform comprises: • a public facing customer self service portal, and • an enterprise case management and workflow solution, integrated with a range of legacy and modern systems supporting operational, financial and regulatory processes. The existing contract for the delivery of these services is approaching expiry. NI Water therefore intends to undertake a competitive procurement to appoint a delivery partner to provide ongoing support, maintenance, transition and enhancement services, and to enable the platform to evolve in line with future business needs. Nature of the Requirement The appointed supplier will be expected to support a live, business critical platform, ensuring continuity of service while enabling controlled change and improvement. The scope of services is expected to include (high level summary): • Application support and maintenance • Incident, defect and service request management • Transition and knowledge transfer activities at contract commencement • Fixed price, milestone based enhancement delivery • Release, change and testing management in line with NI Water governance • Information governance, cyber security and regulatory compliance • Performance reporting and participation in governance forums Further detail will be provided during the formal procurement process. Future Direction NI Water intends to deliver a rolling programme of enhancements over the life of the contract, prioritised in line with business need, funding approval and governance. NI Water’s objective is to work with a supplier that can: • take over and operate a live enterprise digital estate with minimal disruption, and • support the continuous, controlled evolution of the platform over the contract term.
£8,000,000
Contract value
The Department of Justice (DOJ), Northern Ireland Courts and Tribunal Service (NICTS) , is currently preparing to initiate a procurement process to establish a contract with a Supplier for provision of Courtroom Technology Support and Development, as detailed in the Pre-Market Engagement documentation. The DOJ NICTS wish to engage with the market at this stage to; establish the level of market interest, understand the capacity of the market to deliver, understand any possible risks or issues that may not have been previously considered, gain insight to the market possibilities and potential innovative solutions, help define the requirements and to gather information that will be beneficial in the tendering process. Suitably qualified and experienced suppliers who may have an interest in this project are invited to complete the PME questionnaire that is available to registered suppliers via the documents area of the CfT on eTendersNI for this Pre-Market Engagement. In responding, you should understand that detailed and lengthy submissions are not necessary at this stage. However, we would welcome any pertinent information on your company's capability and views on an approach to the provision of the required services. Any submission received in response to this exercise will not constitute a contractual agreement between the respondent and DOJ, NICTS. Interested parties shall bear their own costs of participation in this Market Engagement. DOJ, NICTS shall not be liable for the costs, expenses or losses howsoever arising (including, without limitation, any loss of profit or other economic loss incurred), regardless of the outcome of the Market Engagement. The next stage in the process will be considered once this exercise has been completed. **PLEASE NOTE: ALL COMPLETED QUESTIONNAIRES MUST BE SUBMITTED VIA THE MESSAGING FUNCTION on eTendersNI, within this CFT, BEFORE 3pm ON 11 May 2026** PLEASE NOTE: The Pre-Market Engagement Questionnaire and associated documents can be accessed in the Cft Documents area.
£5,000,000
Contract value
The Houses of Parliament are running a Request for Information (RFI) seeking information relating to the supply, management and maintenance of end-user hardware, end-user and enterprise software, and the disposal of IT hardware. The intention of this RFI is to obtain information about the ability, capacity and capability of the market, including delivery models and indicative costings, to inform the strategic direction of a procurement which is expected to commence in summer 2026.
£65,000,000
Contract value
Sanctuary Housing is in the process of replacing its analogue telephone circuits with digital equivalent services. A supplier (or suppliers) is required to conduct physical surveys of up to 3,000 sites across England and Scotland, during an estimated 6 - 9 month period, validating each site's Digital Switch‑impacted assets including: Warden Calls Dispersed Alarms Telecare (TEL) CCTV Burglar Alarms Fire Alarms Lift Autodiallers Barriers and Gates For further information please send an email with subject line "Digital Switch Surveys" to: group.procurement@sanctuary.co.uk We will then be able you with to more detailed information.
Value undisclosed
We want to build government procurement into our offer to support AI startups. By acting as an early customer, government can help to validate novel AI capabilities and de-risk investment for the wider market. We know the difference government contracts can make for startups by providing revenue, credibility, and leveraging private investment. The benefits for applicants could include: Government contracts to develop prototype AI capabilities, providing revenue and validation. The opportunity to establish close relationships with government departments and understanding of market demand (such as MOD, DHSC, DSIT, NCSC and others). We want to design our procurement in a way that supports high-potential AI startups that are developing sovereign AI capabilities. If you are developing something which aligns with our Sovereign AI Focus Areas below, then we want to hear from you. The information gathered will help to design the scheme and ensure it works well for companies. We are considering a competitive scheme where companies can apply to win government contracts to develop sovereign AI capabilities and address public-interest challenges. We are considering awarding contracts up to £5 million per project, with a duration of 12 to 24 months, flexible depending on the scope of the project. To be eligible, projects would have to align with one of the five Sovereign AI focus areas. There will also be further challenges set by government departments to develop specific capabilities which address government priorities in areas such as (but not limited to): advancing scientific discovery, health and social care, national security and defence, cybersecurity, transport, energy & net zero, public service delivery. The output of the contracts will be a demonstrator stage AI capability which proves proof-of-concept (not a final commercial solution), with a clear route to commercialisation with public or private sector customers. Companies would retain ownership of all background IP and foreground IP created during the project. Companies are free to exploit the IP commercially or sell it to other customers. HMG would retain usage rights to the foreground IP developed during the project. This is to ensure adherence to procurement law and knowledge retention. Government is not intended to capture any economic value from the IP. This is a time limited market engagement exercise: please submit your response by 16th May 2026.
£80,000,000
Contract value
The National Gallery is conducting preliminary market engagement for the tender of an Electronic Marketing Platform. This software is required for the delivery of automated and single-send multi-channel campaigns for the promotion of services to its visitors, subscribers and members. Alongside marketing functionality the platform must be able to support: 1) an established integration with Tessitura CRM Database or have off-the shelf integration on its product roadmap for the next 6 months. 2) an established integration or equivalent solution with Adobe Commerce platform; or have this on its product roadmap for the next 6 months. This early engagement process is intended for the discovery of potential solutions and understanding of the market. This engagement is being disclosed for the purposes of transparency and we are not calling for active submissions for procurement at this stage, although we welcome relevant enquiries to lead to open dialogue and discovery sessions if needed.
Value undisclosed
Scope: Description: Please refer to the Pipeline Notice published on 2nd April 2026 for contextual information about Worcestershire Acute Hospitals NHS Trust. Worcestershire Acute Hospitals NHS Trust intends to undertake preliminary market engagement (PME) in advance of a forthcoming re-procurement exercise for the provision of a portfolio of already-outsourced IT and digital services that will collectively support end‑user technology, infrastructure, operations, cybersecurity, and service management. Information about the PME process and expected activities can be found below, under the heading “Pre-Market Engagement”. The current expected scope of service includes provision, management, and continuous improvement of the following service areas: ITSM Tooling & Service Desk Provision and management and operation of a full 24×7×365 service desk including telephone, webchat, portal with self‑service capabilities, leveraging AI and automation. Service Management Functions End‑to‑end IT, ITIL aligned, service management, including incident, request, change, configuration, and problem management; major incident handling; release and deployment management; knowledge and asset management. Workplace & End‑User Services User Experience focussed provision and support of PCs, laptops, tablets, and mobile devices; user experience analytics; build and patch services; field engineering and Tech Bar support; Active Directory management; and evergreen refresh activities. Infrastructure Services Management of on‑premises hosting, VMware platforms, monitoring and event management, capacity and availability oversight, patching and backup services, and Azure cloud services. Networking Services Provision and maintenance of LAN, WLAN, network monitoring, management, maintenance, incident response, and installation services. Security Services & Cyber Operations Security event management, security management planning, vulnerability management, compliance reporting, risk management, cybersecurity programmes, business continuity, service continuity, and disaster recovery support. Infrastructure & Technology Projects Agile delivery support, portfolio management, service transition, project coordination, technical resource provision, and overall project management for delivery of infrastructure programmes. Architectural Support Road‑mapping, innovation forums, project assurance, and obsolescence management. Additional Services ITSM platform provision and management, managed print services (MFDs, scanners, printers and specialist printers). Depending upon the particular service in question, the services will need to be provided both on-site - across the Trust’s premises and any external data centre locations used by the Trust - and remotely.
Value undisclosed