Loading page content…
Loading page content…
Loading contract search results…
345 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
This is a republication of OJEU reference 2020/S 203-494905 ( https://ted.europa.eu/en/notice/-/detail/494905-2020 ) which was originally published by the Police and Crime Commissioner for Dorset. The Dynamic Purchasing System has novated from the Police and Crime Commissioner for Dorset to Bluelight Commercial. Bluelight Commercial are leading a Digital Forensics Services Dynamic Purchasing System (DPS), which will be in place for an eight-year period from commencement of the DPS. The Authority and its Customers are seeking to award multiple Service Agreements through the following structure of requirements:- Lot 1A Digital Data Retrieval - Mobile Device Lot 1B Digital Data Retrieval - Computers Lot 2A Complex Digital Data Retrieval - Mobile Device Decrypt & Acquire Lot 2B Complex Digital Data Retrieval - Chip / Data Restoration Lot 2C Complex Digital Data Retrieval - Mobile Device Bespoke Lot 2D Complex Digital Data Retrieval - HDD/Peripheries Repair & Data Restoration Lot 2E Complex Digital Data Retrieval - Mobile Device Peripheries Lot 3 Digital Forensic Investigation & Evaluation Lot 4A Digital Forensic Case Evaluation - Cell Site Analysis Lot 4B Digital Forensic Case Evaluation - Still / Video Image Enhancement Lot 4C Digital Forensic Case Evaluation - Video Production and Presentation Lot 4D Digital Forensic Case Evaluation - Image Comparison - Face Lot 4E Digital Forensic Case Evaluation - Image Comparison - Clothing Lot 4F Digital Forensic Case Evaluation - Image Comparison - Vehicles Lot 4G Digital Forensic Case Evaluation - Image Comparison - Other Lot 4H Digital Forensic Case Evaluation - Audio Enhancement Lot 4I Digital Forensic Case Evaluation - Audio Analysis Lot 4J Digital Forensic Case Evaluation - Audio Voice Comparison Lot 5A Digital Forensics Quality Assurance - PT Trial - Mobile Device DDR Lot 5B Digital Forensics Quality Assurance - PT Trial - Computer DFI Lot 5C Digital Forensics Quality Assurance - GTD / Test Data Production Lot 5D Digital Forensics Quality Assurance - ISO 17020 / 17025 Training Lot 5E Digital Forensics Quality Assurance - Other Training e.g. Crim.PR / Expert Witness Lot 5F Digital Forensics Quality Assurance - Tool Training Lot 5G Digital Forensics Quality Assurance - Method Validation Lot 5H Digital Forensics Quality Assurance - Quality Assurance Consultancy Lot 6 Collection & Delivery (Lots 2A - E & 4A - J only) This is a strategic collaborative national (pan force) procurement, buying once for many, driving quality, standardisation, compliance with legislation and innovation, whilst increasing market capacity and capability. The DPS will provide opportunities for Forensic Service Providers to win business and provide a range of services which are compatible with operational capabilities at any given time. If you already have a place on the Digital Forensic Services... Additional information: Please go to https://sell2.in-tend.co.uk/blpd/publictenders search keyword 'BLC0109' to find the opportunity and access the documentation. Is a Recurrent Procurement Type? : No
Value undisclosed
Worcestershire County Council (WCC), in collaboration with Partners, is putting in place a new Digital Connectivity: Services to Understand Mobile Coverage & Performance Dynamic Purchasing System (DPS). The scope of the services / call offs may vary in context, value, and duration but, collectively, and over time they will support the digital connectivity aspirations of the project partner and their specific digital strategic objectives. The Dynamic Purchasing System (DPS) will enable the Partners, through WCC, to provide an agile process for delivering individual services and projects on behalf of all Partners. There are three Lots / Categories that the Partners are interested in: Category 1: A Dynamic Overview of Mobile Coverage & Performance Category 2: Physical Collection of Mobile Coverage & Performance Data Category 3: Professional Services - Reporting and Technical Support Additional information: Is a Recurrent Procurement Type? : No
Value undisclosed
Crown Commercial Service (CCS) set up a dynamic purchasing system for a period of 60 months and has invited bidders to request to participate for the Cyber Security Services 3 DPS. This DPS provides central government departments and the wider public sector with the opportunity to procure cyber services from a range of suppliers. The DPS filters are for certification, services, standards and experience. Appointed suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This notice is to advise that this DPS has been further extended to 13/02/2029 and based on current spend profiling the estimated total value will remain as £800million. Additional information: This DPS was extended to 13/02/2025 and based on the spend profiling at that time the estimated total value was increased to £255million. This DPS was further extended to 13/02/2027 and based on the spend profiling the estimated total value was been increased to £800million. Please be advised that this DPS has been extended for the final time and the end date will be 13/02/2029. 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.
£800,000,000
Contract value
Crown Commercial Service (CCS) set up a dynamic purchasing system for a period of 48 months and invited bidders to request to participate for the Spark - The Technology Innovation Marketplace DPS. This DPS provides central government and wider public sector departments the opportunity to procure an extensive range of innovative technology products and services. The four (4) distinct elements of the DPS service filters are subject/problem area, delivery method (technology type), geographical location and security level. Appointed Suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. Additional information: Please be aware the dates input in the 'Contract Start Date' and 'Contract End Date' have been revised to enable the opportunity to remain open on Contracts Finder. The 'Closing Date' input is correct and is a true reflection of the contract end date for RM6094 SPARK DPS. The DPS was set up for an initial 3 years: 16/04/2019 - 15/04/2022 The following extensions have been utilised: 1st extension: 16/04/2022 - 15/04/2023 (1 year) 2nd extension: 16/04/2023 - 15/04/2025 (2 years) 3rd extension: 15/04/2025 - 15/11/2026 (19 month) The DPS has been extended for a final time and the end date is now 15/02/2029
Value undisclosed
Due to the ongoing growth and development of the Open Banking market, Crown Commercial Service (CCS), as the Authority, intends to put in place an agreement for Open Banking Services for use by Central Government and the Wider Public Sector. The Agreement will be a Dynamic Purchasing System (DPS). This will be called RM6301: Open Banking DPS (Data, Digital Payments and Confirmation of Payee Services). This agreement will provide a vehicle for Central Government and the Public Sector to source Open Banking Services, including but not limited to: Digital Payment Services Account Information Services Confirmation of Payee (CoP) Services This will be the first agreement for Open Banking Services CCS has developed. We intend to launch for supplier onboarding from late July with the DPS anticipated to go live for use in the Autumn. The agreement is expected to run for 8 years and suppliers will have the opportunity to onboard throughout this duration. 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.
£800,000,000
Contract value
Crown Commercial Service as the Contracting Authority is putting in place a Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities and Universities. The maximum initial duration of any Call-Off Contract that may be placed by an eligible Contracting Authorities is 24 months with two extensions allowed, each of up to 12 months. G-Cloud services, available via the Digital Marketplace, will require frequent procurement refreshes to bring on new suppliers and services. New iterations of this Framework are being considered at a frequency of 12 months depending on demand and/or availability of new services as the IT Cloud market develops. Due to the current COVID-19 pandemic, Crown Commercial Service (CCS) believes that the first condition set out in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework Agreement. Crown Commercial Service has taken the decision to extend existing framework agreements that were due for re procurement for a period of up to three months (3 months) for G-Cloud 12. This is to enable CCS resources to be diverted to procuring urgent requirements to deal with COVID-19 consequences and to relieve pressure on the supply chain while short staffed, to enable businesses to continue to deliver services and goods to customers. CCS intends to deliver replacement framework agreements as quickly as possible after the initial COVID-19 impact. Additional information: The contract notice can be found on Tenders Electronic Daily (TED) and our website: https://www.gov.uk/guidance/digital-marketplace-suppliers-guide
From £1,800,000,000
Contract value
Provision of consultancy services to deliver a discovery focused on better understanding and addressing issues relating to health inequalities and digital exclusion. Follow the link to review and bid for this opportunity: https://health-family-contract-search.secure.force.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a074J00000HPLoqQAH&searchStr=&sortStr=Recently+Published&page=1&filters=&County=
£85,000
Contract value
The Council is proposing to appoint a specialist service provider to assist our Planning Policy Team in the undertaking of a highly effective programme of digital consultation and engagement as part of the production of a design code for the village of Stoke St. Michael for a period of 6 months. There is a clear requirement from Government for all local planning authorities to prepare a design code or equivalent guidance for their area. The process of producing a code is outlined within the National Model Design Code (2021). This highlights the significance of inclusive and effective engagement with local communities and other stakeholders in the production of a local design code. In response the Design Code Project Team has produced a Consultation Strategy for the design code programme and a Consultation Plan to produce a design code for the village of Stoke St. Michael within the Mendip district. Additional information: Applications All applications/submissions are to be sent by e-mail to 'procurement@mendip.gov.uk' by 19th April 2022 5pm. Please take careful note of documentation requirements for your submission. Clarifications All clarifications will be managed via the e-mail account 'procurement@mendip.gov.uk' Deadline for clarifications 11th April 2022 at 5pm. NB please quote SSM Digital Engagement in all e-mail Subject Headers.
£10,000
Contract value
Bournemouth Churches Housing Association (BCHA) are seeking proposals from suitably qualified and experienced suppliers for the provision of outsourced IT services for a period of 3 years. It is proposed that the contract will have a break clause after 12 months. The existing IT service provides hardware, infrastructure (including data and communications) and support to approximately 400 users, and BCHA is proposing to transition away from thin clients to a solution where users can access files and applications from their desktops or mobile devices. The proposed IT strategy describes an environment where company data is hosted in the cloud, specifically Microsoft's Azure platform for legacy applications, and file sharing, email, Word and Excel etc through Microsoft 365. BCHA is willing to consider responses that propose an alternative approach that achieve the same accessibility vision. All requests for information and tender submissions should be addressed to our Procurement Manager, Paul Gilbert via procurement@bcha.org.uk
£600,000
Contract value
The University requires a digital peer to peer engagement platform for which this Invitation to Tender (ITT) is issued. Peer to peer engagement between current De Montfort University students and potential incoming students is an important element of the student recruitment journey. These interactions are face to face (at events, in schools and colleges etc.), via the telephone (outgoing telemarketing campaigns) and increasingly via numerous digital platforms. The business need is for these interactions to be as personalised as possible and to give potential students an opportunity to choose when they have the conversation and, importantly, who they have the conversation with. The platform we require must be able to integrate with our website (the hub of our digital engagement). It must be able to host a range of De Montfort University profiles to allow that element of choice for the potential student (they may choose to engage via nationality, course, gender, interest or a combination of these factors). It must offer a user-friendly interface for the potential student, usable via pc, laptop, tablet or mobile phone. It must offer a data capture element to capture leads to allow follow up communication by the Marketing and Communications Directorate. These leads must be able to be added to our SAP CRM system, either via a csv export from the platform and then a bulk import to our systems or via a direct integration. Full details of the University's requirements can be found in the Statement of Requirements (Schedule 2). Additional information: Is a Recurrent Procurement Type? : No
Value undisclosed
The University of Bristol invites tenders for the provision of Digital Marketing and Digital Media Buying services to provide us with a single supplier to meet our current and fast-moving requirements and complement and support existing in-house resource. This service will include (but not be limited to) planning advice, media buying, creative services, campaign delivery and reporting. Due to the nature of the University's business we are looking for a single supplier with experience in the higher education, education and/or youth marketing sectors and experience in international markets. Full details can be found in the procurement documents at https://tenders.bris.ac.uk. Additional information: Please see the opportunity listing on the University's tendering portal for more information and to download the tender documentation. Please see the opportunity listing on the University's tendering portal for more information and to download the tender documentation.
From £1,700,000
Contract value
NHS Health Checks System (GP Surgeries) The aim of the Council is to procure a working proven software solution to support the NHS Health Check Services Programme across Milton Keynes Council, Bedford Borough Council and Central Beds Council. There will be one single contract to be signed by Milton Keynes Council and the successful tenderer for provision of the services to all three authorities. The IT solution will be used to monitor and manage the NHS Health Check Services Programme at local level. This will be achieved by: - Identifying those who are eligible for an NHS health check - call/recall - Categorising the eligible population by their status in the health check process and provide a "patient journey display" to assist GP practices to administer the programme. - Providing Services Programme activity and outcome reports for the Councils' commissioners. Additional information: 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
Value undisclosed
The authority is looking to engage with a contractor with the capability and capacity to lead, coordinate and deliver a new Automated Access Control System (AACS) Software package including the hardware platforms that support the software such as servers and terminals (but not door controllers or card readers). The future contract will include installation and commissioning of the new software, the ongoing support (including help desk / call centre support) and maintenance and repair of the new AACS software and related equipment for a period of 10 years. There will also be the option for a 1 year (12 months) extension. In scope will be the Parliamentary Estate including the Palace of Westminster and all outbuildings and any buildings added to the estate in the future. The new software will have sufficient capacity to cover all planned estate expansion. Additional information: This procurement will be using the Defence and Security Public Contracts Regulations 2011 (DSPCR). In-Tend e-Sourcing Portal: Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and PQQ documents for this opportunity are available on the Parliamentary e-sourcing portal In-Tend. You must register on the In-Tend site to respond to this opportunity https://in-tendhost.co.uk/parliamentuk/aspx/Home Please ensure you follow any instruction provided to you. The deadline for submitting your response(s) is detailed within this contract notice and the PQQ. PQQ submissions must be uploaded to the portal; electronic responses submitted via e-mail are not acceptable. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance. Please visit In-Tend (link above) for full details and to register your interest in this procurement. To access the PQQ documents select the tender reference STC1161 in the 'current tenders' list, click on the 'view tender details' and express interest by clicking on the button provided. If you need to register, your company details will be required, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and forgotten your username and password, click on the 'forgotten password' link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance. You are advised to allow sufficient time when responding to this PQQ, and for the full uploading of documents, prior to the closing date of 12.00 noon UK time on 6th May 2022. Late submissions will not be accepted. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR. As part of the PQQ process there is the requirement that a completed and signed Non-Disclosure Agreement (NDA) is submitted at the same time as your completed PQQ submission via correspondence on the portal. Once the PQQ evaluation has been carried out and completed and if successfully down selected to proceed to the ITT stage (and on acceptable receipt of your completed and signed NDA and confirmation of security clearances - see below) a link will be sent via the portal to the selected tenderers to be able to access the ITT tender documents. Baseline Personnel Security Standard and Parliamentary security clearances If successful at PQQ Stage all personnel involved in the following ITT tender stage process must be UK Nationals, will be required to comply with the HMG Baseline Personnel Security Standard (BPSS) pre-employment checks and have obtained the Parliamentary security clearance Counter Terrorism Check (CTC) for the personnel who will have access to the Authority's data for the purpose to work on or have access to the ITT for this Contract. Please see the PQQ Guidance document on the requirements regarding the timelines on submitting clearance forms for CTC if successful at PQQ stage. This will be in line with Cabinet Office guidance on BPSS and the Home Office guide on preventing illegal working. Further information is also provided in the e-tendering portal https://in-tendhost.co.uk/parliamentuk/aspx/BuyerProfiles, including guidance on obtaining security clearance (CTC) for personnel working on the Parliamentary Estate, having access to the Authority's IT network and/or data. Some personnel who will be involved in the ongoing delivery of the future contract must be UK Nationals, cleared at Security Check (SC) level as a minimum. These personnel are those who will need to have privileged user access to the system. Only in exceptional circumstances will a waiver be given while SC is in the final process of initiation, and this will be on a case-by-case basis. Pre-Qualification Questionnaire (PQQ): The selection criteria in the PQQ contains both pass/fail questions and scored questions. A PQQ response that is deemed a "Fail" against any Pass/Fail question will be non-compliant. A breakdown of the scoring and weightings for the scored questions is detailed within the PQQ and PQQ Guidance document, this document also details the evaluation process for the PQQ responses. All fully compliant PQQ responses will be evaluated, scored and then ranked. A maximum of four (4) potential suppliers (with compliant PQQs) with the highest total marks will be taken through to the next stage of the tender process where a link to the Invitation to Tender (ITT) will then be sent, via In-Tend, to the selected companies (subject to security clearances being confirmed). The Authority also reserves the right to invite less than the maximum four (4) potential suppliers to ITT if there are less than the required maximum four (4) compliant PQQs received by the Authority. This is on the provision that those suppliers have all supplied a compliant PQQ. Companies who are successful at the PQQ stage and are selected to participate in the ITT stage and wish to receive an ITT must have the capability to handle, store and manage documentation up to the classification of Highly Restricted. Please note that clarification questions should be sent and will be answered through In-Tend. Please check this system daily. The closing date for clarification questions to the PQQ is 28/04/2022 at 23:59hrs. Invitation to Tender: Full details of the requirement / specification will be provided with the ITT at stage 2 of the process. In addition, the Authority reserves the right to add items of similar nature to the contract during the lifetime of the contract. Is a Recurrent Procurement Type? : No
Value undisclosed
This is a 2 part procedure with the EOI being the first stage. Additional information: This is an Expression of Interest Stage and successful applicants will be invited to tender. Please note the budget range for the full project following the EOI stage is in the documents.
£50,000
Contract value
NHS Shared Business Services act in an Agency capacity for and on behalf of our customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework. NHS Shared Business Services intends to put in place a Framework Agreement for the provision of Technology Enabled Care Services for Healthcare to be used by NHS SBS Approved Organisations. The framework will be structured using the following Lots: Lot 1 - Remote Clinical Monitoring Lot 2 - Alarm Receiving Centre Platforms Lot 3 - Digital Alarm Solutions and Peripherals Lot 4 - Intelligent Activity Monitoring Lot 5 - Patient Controlled Personalised Healthcare Records Lot 6 - One Stop Shop / Combined Solution Additional information: Please follow this link to view the full documentation which is available on the SourceDogg tendering portal in order to apply: https://secure.sourcedogg.com/profile/1410ba09-ae18-49c1-b969-a8d28650cf8c/requests/45891
£150,000,000
Contract value
WFD currently uses Microsoft Dynamics Business Central to power its ERP / accounting system. WFD introduced this system in 2019, which has been supported since then by an incumbent service provider. WFD is looking for a supplier to provide a managed help desk and technical support services to WFD Management and system users of Business Central for the next three year period. WFD is seeking an outsourced service provider to deliver the following services: - Highly responsive 24/7 Help Desk advice and assistance to enable WFD Management and users to access and use all aspects of Microsoft Dynamics Business Central at all times, including but not limited to the full range of reporting functionality - Managing the supply and provisioning of relevant licenses - Modifying the existing Business Central custom extensions to facilitate the installation of any updates to Business Central, as required. - Maintenance services to support continuous and reliable access to WFD's instance of Business Central - Training and awareness raising on best practice in using the system, for example, summaries of upcoming new features, regular webinars and other forums. - Customer intelligence services, including analysis, insights, and recommendations for continuous improvement to ensure that WFD is extracting most value from Business Central. In particular, WFD is looking for a supplier to adopt a proactive approach to providing oversight of new/improved/key features of the system. - Consultancy and development, as required from time to time, to configure Microsoft Dynamics to meet WFD requirements. For further information on how to apply, please refer to the RFQ document attached to the notice.
£15,000
Contract value
Modo25 is an in-housing and marketing technology provider with a global client base, operating from Leeds. Our value proposition is based on a market-leading approach with high-impact innovation around complex data modelling of digital marketing activities. This provides decision-making information/tools to a wide variety of businesses, enabling clear improvement to Return On Investment (ROI) for spend and strategic activity when taking products and services to market. This project will create BOSCO-Amazon, an industry leading innovation developed from Modo25's existing background proprietary software architecture. It will predict future sales and recommend product mix decisions for Amazon. The tool will support new entrants and existing Amazon platform users to optimise marketing strategies with trend analytics and live feed decision recommendations. We are looking for a supplier with expertise in User Experience (UX) and design to develop a front end user interface (UI) and algorithm as well as development to the back end of our SaaS (Software as a Service) platform. The support required breaks down into four phases, explained in more detail in the attachment. Additional information: Please use the Suppliers Advertisement Response document to respond. Applications need to be submitted by 5pm Monday 6th June.
£96,500
Contract value
Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide a platform for a Digital Care Management System for use in PCC residential homes. This will also include the provision of mobile telephones for usage with the platform. Portsmouth City Council have 4 residential and nursing homes, employing over 200 care staff supporting 172 residents. The management and monitoring of residents' care is currently paper based. The current system requires staff to make multiple entries into daily diary notes, support plans, risk assessments and care charts which can lead to inconsistencies. Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide a platform for a Digital Care Management System (DCMS) for use in council residential homes. This contract is for the provision of a digital care management software package, supply of handsets, hosting (either directly or via a third party), maintenance & support, and delivery of training to council staff. The council is targeting to award of contract on 18 July 2022 with service commencement on 1 September 2022. The contract will be let for an initial term of 3 years which may then run for a further 4 years in increments set by the council to a total maximum term of 7 years, subject to performance and at the sole option of the council. The estimated value of the contract is £410,000 over the maximum 7-year term. This value is comprised of £50,000 per annum estimate for the DCMS software provision and an estimate of £30,000 for the purchase of handsets in year 1 and year 4. The return deadline for this procurement exercise is midday on 13th June 2022. Additional information: Portsmouth City Council is currently in the process of seeking expressions of interest for the following project - Digital Care Management System (DCMS) in PCC Homes. The full details and ability to express an interest will be via our e-sourcing system Intend. This filepath will take you to the relevant area of Intend, https://in-tendhost.co.uk/portsmouthcc/aspx/Tenders/Current Once on the page you can either scroll down or use the search function to find the relevant project. Should you have any problems with the above link, please contact us on 023 9268 8235 or email: procurement@portsmouthcc.gov.uk Is a Recurrent Procurement Type? : No
£410,000
Contract value
The CPC is seeking to establish a multi-provider framework agreement on behalf of Academies, Multi-Academy Trusts (MATs) and School CPC members for the provision of Software Licenses & Associated Services for Academies and Schools for a number of areas as detailed below. Lot 1 - Microsoft Lot 2 - Adobe Lot 3 - Google for Education and Chrome OS Lot 4 -Data Security, Backup and Recovery (excluding Microsoft, Adobe, Google and Chrome Software) Lot 5 - Other Off The Shelf Software including Educational Software Lot 6 - Multi-Purpose Lot (For Lots 1-5) Includes Lots: Lot 1: Lot 1 - Microsoft Lot 2: Lot 2 - Adobe Lot 3: Lot 3 - Google and Chrome OS Lot 4: Lot 4 -Data Security, Backup and Recovery (excluding Microsoft, Google and Chrome Software as covered in Lots 1, and 3) Lot 5: Lot 5 - Other Off the Shelf Software including Educational Resources Software Lot 6: Lot 6 - Multi-Purpose Lot for 1- 5 inclusive To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA10396. Not registered: Visit https://suppliers.multiquote.com then register and quote CA10396 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.
£2,800,000
Contract value
NOTE: This notice was updated on 14 June 2022 for the following reason: Updated notice to reflect the opportunity is suitable for SMEs.(The Department for Digital, Culture, Media and Sport (DCMS) are seeking to appoint a supplier to support the monitoring and evaluation of the Impact Investing Institute Grant for 2022 - 2025)
From £50,000
Contract value