For Inclusion on a Dynamic Purchasing System (DPS) for education services for children and young people with Special Educational Needs and Disabilities
Applications are invited for inclusion on the Dynamic Purchasing System (DPS) that will support the placement of Learners at independent and non-maintained schools or special pre and post 16 organisations. The successful Applicants will be awarded a position on the DPS and if successful in the Contract Opportunity Award process be responsible for providing the Service directly to the Learner.
The DPS will operate for an initial period of two years, with two further potential annual extensions of 12 months available (latest end date is 31st October 2027), subject to the terms of the DPS Agreement, which includes 'Termination on Notice' clause in favour of the Council. The duration or termination of the DPS will not affect Individual Placement Agreements via the DPS.
The DPS application process will operate in a series of "rounds".
This edited notice is to advise that the deadline for applications for Round 28 is 10:00am on 11/05/2026.
Documents are available at www.eastmidstenders.org
Please search for TD1941.
Please note: we will only accept expressions of interest through the e-tendering system.
Additional information: Documents are available at www.eastmidstenders.org
Please search for TD1941.
Please note: we will only accept expressions of interest through the e-tendering system.
DERBY CITY COUNCILEast Midlands11 May 2026WAC-567087
View 21-notice timelineLatest notice released 11 May 2026
Local GovernmentAmendment 2 notices
ASC22027 - Residential Replacement (Respite) Care for Older People
Worcestershire County Council is inviting applicants to join a Dynamic Purchasing System (DPS) for the provision of residential (without nursing) replacement care (also known as respite care or short breaks) for older people (65+). The provision will enable carers to have access to planned replacement care and will also be available to use on an unplanned, emergency basis.
The provision of 'replacement care' is important in ensuring each of these Carer outcomes can be achieved:
- Being recognised and valued
- Having a life of my own
- Being supported to maintain my physical and mental wellbeing.
The provision will enable carers to have access to planned replacement care, and on an unplanned, emergency basis:
1) Planned Replacement Care - A short term / temporary placement to give the carer a break from their caring role (a period of respite), as far as is possible on dates of their choosing e.g., for a family holiday. Planned replacement care could be booked up to four weeks in advance.
2) Emergency Replacement Care - A short term / temporary placement that is required urgently to cover such eventualities as risk of the individual remaining in their own home or breakdown of a home care package or a change in the person's needs or carer breakdown.
The Council is looking to access 30 - 35 residential replacement care beds for older people at multiple locations across the County. The intention is to ensure beds are available in each of Worcestershire's six District Council areas. Beds will be purchased on a spot basis from the DPS.
Providers must be registered with CQC for providing 'Accommodation for persons requiring nursing or personal care', and /or 'Treatment of disease, disorder or injury'; and rated "Requires Improvement" or higher by the tender closing date.
The Tender will be run as a Light Touch Regime, a modified restricted procedure based on Regulations 28, 65 and 74-76 of the Public Contracts Regulations 2015, and will comprise of one application stage; selection and evaluation being run concurrently. Only Bidders meeting selection requirements will be considered for evaluation and a place on the DPS.
The DPS for the service will be for a period of three years. It is anticipated that contracts will start May 2023.
Further details of the Service required and the Tender process are set out in the document set for this Tender.
Closing date for this Round 1 - 29th March 2023 12:00 mid-day. Subsequent Rounds will be opened as required.
Additional information: https://www.in-tendhost.co.uk/worcestershire/aspx/Home
Is a Recurrent Procurement Type? : No
Worcestershire County Council14 May 2026WAC-237629
View 2-notice timelineLatest notice released 14 May 2026
Local GovernmentAmendment 2 notices
Children's Playground, Marsh Green, Edenbridge
Marsh Green playground is in a public open space located off Marsh Green Road. The current play area is limited in what it offers with only two pieces of equipment providing swings and a slide and has gone beyond its life span. The current marked play area is mostly grassed with the equipment sat on a mulch surface.
Edenbridge Town Council is looking to redevelop the existing playground area, creating a new toddler and younger years play area. This will include the removal of the existing swings and slide, the installation of the new equipment, and the installation of appropriate safety surfacing.
Project Brief: To refurbish and upgrade the play area at Marsh Green, to create an exciting play area which challenges children aged between 0-8. Play equipment should encourage inclusive play and allow for accessibility and sensory play.
There are two items of play equipment which are outdated and will need to be removed to make way to create a modern, inclusive, and attractive play area for the range of children's ages and abilities.
There is some flexibility in adjusting the play area boundary.
The facilities will provide a much-needed alternative play area for families in Marsh Green and Edenbridge, and for children who attend the pre-school nearby. Total budget range is up to a maximum of £70,000.
Tender documents are available upon request.
View 2-notice timelineLatest notice released 29 May 2026
Local GovernmentAmendment 4 notices
P0704a - Therapeutic interventions for children adopted from care and their adoptive families and for children on special guardianship orders where they have previously been looked after - DPS
Birmingham Children's Trust (BCT) (the Trust) is responsible for discharging the statutory Social Care duties of Birmingham City Council towards its Children, Young People and Families, among them the duty to provide an Adoption Service.
In 2015 the Department for Education introduced the Adoption Support Fund (ASF) for eligible Adopters and Special Guardianship (SGOs) families across England. This fund is designed to offer families specialist therapeutic support following adoption.
The purpose of this specification is to ensure quality provision for eligible Adopters and Special Guardianship (SGOs) families across England. This service provision is designed to offer families specialist therapeutic support following adoption in order to achieve the best possible outcomes for children, young people and their families in line with statutory legislation and guidance.
This requirement has emanated from the Government's initiative to provide an Adoption Support Fund to Local Authorities and Children's Trusts to support adoptive families.
BCT is seeking to commission a Dynamic Purchasing System (DPS) for organisation(s) to provide Therapeutic Interventions for children adopted from care and their adoptive families in response to funding available through the Adoption Support Fund (ASF).
The DPS will be established on the following categories of therapeutic services:
- Category 1 - Therapeutic/Attachment Focused Parenting Support
- Category 2 - Therapeutic Life Story Work
- Category 3 - Psychotherapy
- Category 4 - Eye Movement Desensitisation and Reprocessing (EMDR)
- Category 5 - Dyadic Developmental Psychotherapy
- Category 6 - Solution Focussed BRIEF Therapy
- Category 7 - Sensory Integration Processing Therapy/Therapeutic Listening Programme/ Sensory Integration Attachment Therapy
- Category 8 - Cognitive Behavioural Therapy (CBT) for the Child
- Category 9 - Systemic / Multi Systemic Family Therapy
- Category 10 - Video Interaction Guidance
- Category 11 - Dialectical therapy (branch of CBT)
- Category 12 - Reducing Anxiety Management Plan (RAMP)
- Category 13 - Neuro Integration System Therapy (NIS)
- Category 14 - Lego Therapy
- Category 15 - Dance Movement Therapy
- Category 16 - Group Programmes
- Category 17 - Educational Psychotherapy
- Category 18 - Mindfulness-Based Cognitive Therapy (MBCT)
- Category 19 - Creative Therapy
- Category 20 - Theraplay
- Category 21 - Mindful Yoga
- Category 22 - Non-Violent Resistance (NVR)
- Category 23 - Training for Adoptive Parents (eg. Secure Base / SafeBase Parenting Programme)
- Category 24 - Play Therapy
- Category 25 - Therapeutic support for sexualised behaviour/ sexually harmful behaviour
- Category 26 - Specialist Assessment
- Category 27 - Filial Therapy
- Category 28 - Further or more complex assessme...
Additional information: If you are interested in tendering please click on the following link to access Birmingham City Council's tender Portal.
Delivery Notes
Birmingham
Is a Recurrent Procurement Type? : No
Birmingham City CouncilWest Midlands29 Jun 2026WAC-351796
View 4-notice timelineLatest notice released 29 Jun 2026
Local GovernmentAmendment
OJEU Notice For Dynamic Purchasing System (DPS) - Home to School, Special Educational Needs and Vulnerable Adult Passenger Transport Services version 2
Call for competition for the provision of Special Education Needs Transport Services (SEN) for Slough Borough Council
Dynamic Purchasing System (DPS) for Home to School, Special Educational Needs and Vulnerable Adult Passenger Transport Services
Slough Borough Council is seeking to commission a Special Education Needs Transport Services through a Dynamic Purchasing System procurement route.
We are seeking providers who can demonstrate they are able to provide SEN services as outlined in the service specification. They must also be able to meet the required expectations as required of them in the service specification, within the available funding.
The authority will qualify providers using the standard supplier selection questionnaires as stated in PCR 2015 appended as Document No. 4. Only those providers deemed to have answered correctly to the questions listed will have their technical responses evaluated.
The provider that has been technically qualified will be put on the DPS for a future call for mini competition exercise.
If you are interested in providing this service please submit proposals via Intend https://in-tendhost.co.uk/sesharedservices/aspx/Home
Additional information: Is a Recurrent Procurement Type? : Yes
COV - Monitoring and Evaluation of School Improvement Activity
The work of the Education Improvement & Standards Team is focused on making a strong and effective contribution to the improvement of Coventry's schools in order to raise standards of educational achievement. Coventry City Council is seeking to procure a service to support the monitoring and evaluation of school improvement activity, to ensure schools are making good progress in accordance with The Education and Inspections Act 2006 which places a statutory duty on all local authorities in England, in exercising their functions in respect of maintained schools causing concern.
The existing service has been supported through a Dynamic Purchasing System since September 2016, with providers monitoring and evaluating school improvement activity across all schools in Coventry. Scheduled monitoring and evaluation visits are made to individual schools to evaluate the appropriateness of their actions for improvement with all outcomes recorded on a formal Record of Visit (RoV) and submitted for ratification and approval.
The Council is to continue to operate a Dynamic Purchasing System (DPS) to support the monitoring and evaluation of school improvement activity, to ensure schools are making good progress in accordance with The Education and Inspections Act 2006, which places a statutory duty on all local authorities in England, in exercising their functions in respect of maintained schools causing concern.
The term of the DPS will be for a period of 4 years from commencement.
Additional information: Please register via the Council's e-procurement system - CSW-JETS https://in-tendhost.co.uk/csw-jets
CSW-JETS is a sub-regional e-tendering portal run by In-tend. Since February 2010, Coventry; Solihull; Warwickshire; Nuneaton and Bedworth; Rugby alongside other local district Councils have been working together as a shared procurement service. In conjunction with Solihull Community Housing, we have joined together to bring you a collaborative E-Tendering portal.
CSW-JETS enables us to advertise our opportunities across all authorities through the same system. This means that there is a single point of contact for procurement in the sub-region so you only have to register once to receive notifications for all authorities. Registering on the portal will make it easier for local suppliers to find, respond to and be alerted to tender opportunities.
Registration is free, and takes just a few minutes. When complete, you will be able to express interest in any of the Councils'/Authorities' opportunities when they are made available including this tender. In addition, we will be able to access your details whenever we have a requirement, and you may then be invited to tender or quote for work.
Once you are registered and log in to the system you will be able to locate the tender opportunity, express interest and access the documentation.
Is a Recurrent Procurement Type? : Yes
Coventry City Council (COV)West Midlands31 Jul 2026WAC-177066
The Dynamic Purchasing System (DPS) will provide a list of potential providers considered capable of carrying out minor works to a satisfactory standard valued up to £800,000 (although some projects may exceed this value). It will not include routine planned maintenance which is covered by the Measured Term Contract and is procured separately.
The nature and types of services that may be required may include, but are not limited to, those services identified by the CPV code and summarised in section II.2.
Additional information: Is a Recurrent Procurement Type? : No
Telford and Wrekin CouncilWest Midlands9 Sept 2026WAC-384382
View 5-notice timelineLatest notice released 9 Sept 2026
Local GovernmentAmendment 18 notices
Major Building Works DPS
The Dynamic Purchasing System (DPS) will provide a list of potential providers considered capable of carrying out major works to a satisfactory standard valued up to £120,000,000 (although some projects may exceed this value). It will not include routine planned maintenance which is covered by the measured term contract and is procured separately. The nature and types of services and works that may be required may include but are not limited to those services identified by the CPV code and summarised in section ii2.
Additional information: Is a Recurrent Procurement Type? : No
Telford and Wrekin CouncilWest Midlands9 Sept 2026WAC-384383
View 18-notice timelineLatest notice released 9 Sept 2026
Local GovernmentAmendment 3 notices
Dynamic Purchasing System for the Purchase/Lease Hire (and Maintenance) of Traffic Safety Cameras within the West Yorkshire Region
This Dynamic Purchasing System (DPS) is currently open for Requests to Participate (RTP) from interested Economic Operators up until the 31st October 2024.
There is also an option to extend this DPS for an additional two years which, if taken up, the applicable deadline for RTP will be 31st October 2026.
Economic Operators may apply to this DPS at any time during its period of validity which runs from 20th September 2019 to the closing date as detailed above.
To apply, please go to yortender.eu-supply.com using the following link (https://yortender.eu-supply.com/login.asp?B=YORTENDER) using ref 47485 to search for this opportunity.
Please note that this notice replaces previous Contracts Finder Notice stating 'Due North' and 'Closed'.
Kirklees Council on behalf of the West Yorkshire Casualty Prevention Partnership (WYCPP) are seeking to set up a Dynamic Purchasing System (DPS) to secure appropriate arrangements for the supply and maintenance of Safety Cameras throughout the West Yorkshire region.
The cameras are to support the WYCPP in their aim to reduce serious injuries and deaths on the regions roads.
This will carried out by either outright purchase or through a lease hire arrangement and commissioned through further competition.
View 3-notice timelineLatest notice released 30 Oct 2026
Local GovernmentAmendment 2 notices
Long Acting Reversible Contraception in Primary Care Settings Direct Award B SC230146
This is a contract notice being issued as part of a Direct Award B under the Provider Selection Regime (PSR).
Kent County Council is procuring the fitting, monitoring, checking and removal of intrauterine devices (IUDs), intrauterine systems (IUSs) and sub-dermal implants [SDIs] collectively known as long acting reversible contraception (LARC).1 The Service will be provided in primary care settings across Kent, by practitioners who hold valid and up-to-date Letters of Competence (LoC) for the procedures undertaken, or potential providers who have suitability to pursue the professional activity, including the ability to: - achieve and maintain competence to deliver LARC as specified by the Faculty of Sexual and Reproductive Healthcare (FSRH) as part of a primary care pathway. - have appropriate treatment rooms for delivery of LARC as specified by FSRH latest clinical guidance, within each geographical GP PCN/ neighbourhood quadrant - ensure that patients with needs relating to uncomplicated STIs should have their care managed by appropriately skilled healthcare professionals, as defined by the latest standards specified by the British Association for Sexual Health and HIV (BASHH).
For more information about this opportunity, please visit the Kent Business Portal portal at: https://www.kentbusinessportal.org.uk/tenders/??notice-title??/H34Q8655UZ
To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/H34Q8655UZ
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.
Kent County CouncilSouth East26 Nov 2026WAC-528360
View 2-notice timelineLatest notice released 26 Nov 2026
Local GovernmentAmendment 3 notices
Minor Works (Disabled Facilities Grants) DPS
This Dynamic Purchasing System (DPS) will provide a database of Approved Providers considered capable of carrying out minor works e.g. Installation/Remodelling/ Extension works required under Disabled Funded Grants projects within None Council owned domestic properties.
Additional information: https://in-tendhost.co.uk/telford/aspx/Home
and then search for current tenders
Is a Recurrent Procurement Type? : No
Telford and Wrekin CouncilWest Midlands23 Jan 2027WAC-384381
View 3-notice timelineLatest notice released 23 Jan 2027
Local GovernmentAmendment 9 notices
Pseudo-DPS for Alternative Education Provision (AP) 2024 - 2027
An Approved Provider List (APL) on a Pseudo-DPS of suitably-qualified suppliers to deliver Alternative Education Provision to children and young people who are unable to access mainstream education provision due to their social, emotional and mental health needs and/or behaviours that challenge.
These services are intended to be short-term interventions aimed at enabling a child or young person to achieve good educational outcomes and reintegrate back into mainstream school in a supported way.
The services to be provided comprise a mixture of education, tuition, individual support, coaching, mentoring and therapeutic services dependent on the needs of the children/young people being worked with. The local authority will determine the level of service to be provided to individual children/young people.
Services will be in 3 Lots.
Additional information: Is a Recurrent Procurement Type? : No
View 9-notice timelineLatest notice released 22 Mar 2027
Local GovernmentAmendment 3 notices
LPS CARE - Provider List for Break Time, Day Time and Night Time Services for Children and Young People with Disabilities - RFQ 15315157
Lancashire County Council (the Authority) wishes to establish an open Provider List of Break Time and Short Breaks Providers who are suitable, capable and experienced to deliver the required services. This will greatly improve choice and the ability to meet the needs of children and young people with appropriate services.
Short Breaks Services ("the Services") are essential for children with disabilities, their parents and their carers, to ensure better outcomes and to prevent escalation of their needs, where possible.
The term 'short breaks' describes services that help adult parent/carers to more effectively provide care for their disabled child by providing them regular breaks
The Services commissioned from the Provider List are listed below and will support the Authority in fulfilling its statutory duty to provide a full range of Short Break Services to children/young people with Special Educational Needs and Disabilities ("SEND") which is sufficient to assist their primary carers to continue to provide care or to do so more effectively.
The Lots have been developed to cover the range of Services available and have been grouped to align to the service area types and Service User's needs.
Applicants are invited to apply for all or any of the following Lots and there is no restrictions for the number of lots they can successful in:
Lot 1a Break Time
Lot 1b Break Time Plus
Lot 2a Day Time Short Breaks
2b Day Time Personal Care
Lot 3 Night Time Overnight Short Breaks
Lot 4 Intensive Positive Behaviour Support
It is intended that the Provider List will remain effect for 5 years, with option to extend on one or more occasions, save that the length of this Provider List Agreement shall not exceed a maximum of 7 years. Service Contracts can be awarded as call-off contracts as detailed within the ITP.
This procurement procedure is considered to be subject to the Light Touch Regime under the Public Contracts Regulations 2015.
The Provider List is an open list: Applicants can apply to join during its term if the Applicant satisfies the selection, quality and price requirements and is able to deliver the Service as described in the Service Specifications. Evaluations of new Applications will take place annually as detailed in the ITP. The Authority reserves the right to evaluate sooner. Exact Application Evaluation deadlines dates will be communicated via the Sourcing portal as an online discussion or any other format which the Authority stipulates. It is the Authority's intention to evaluate new Applications annually or once 10 new Applications are received, whichever occurs sooner. All instructions on how to participate and apply to join the Flexible Agreement, evaluation criteria, terms and conditions and documents to be returned can be found on following webpage within the Contact details & attachments section of this Opportunity notice.
Lancashire County CouncilNorth West29 Mar 2027WAC-350885
View 3-notice timelineLatest notice released 29 Mar 2027
Local GovernmentAmendment
P0915 - Reopening of the Request To Participate (RTP) in a Flexible Contracting Agreement (FCA) for the provision of Refugee Support and Integration Services - Lots 1-5
The Council wishes to establish a Flexible Contracting Agreement (FCA) via the Light Touch Regime in accordance with Regulation 34 of the Public Contracts Regulations 2015 (PCR 2015) and the Public Procurement (Amendments, Repeals and Revocations) Regulations 2016as set out in Schedule 3 of the Public Contracts Regulations 2015 (Annex A) (PCR 2015) in relation to Social, Health and Education services.
The Council wishes to establish a Flexible Contracting Agreement for support and integration services for refugees and sanctuary seekers who arrive and are living in Birmingham via Government initiatives and policies and who are entitled to local authority support.
The services will be split into 5 lots in total as follows:
o P0915A Lot 1: Tenancy & Family Support (follow on service) - to help refugees and sanctuary seekers with maintaining their tenancies, including personal budgeting and providing support with family welfare issues
o P0915A Lot 2: Refugee Participation and Engagement - to link refugees and sanctuary seekers to local support to prevent social isolation, according to their interests and hobbies, as well as to encourage links with local support and communities
o P0915A Lot 3: Employability Service - to assist refugees and sanctuary seekers in becoming work ready, obtaining employment, creating career pathways, providing training opportunities and supporting with recruitment and selection processes
o P0915A Lot 4: Wellbeing & Mental Health - to raise awareness regarding mental health issues amongst refugees and sanctuary seekers and help them access relevant services
o P0915B Lot 5: Support, Orientation & Accommodation: To facilitate the initial settlement period for new refugees and sanctuary seekers in Birmingham including delivery of information, advice & guidance
The Flexible Contracting Agreement (FCA) will last for 4 years (unless terminated under agreement provisions). It will operate in a similar way to a Dynamic Purchasing System and remain open for suppliers to join at any time during the duration of the FCA.
The Flexible Contracting Agreement (FCA) will be awarded to unlimited providers in each lot; providers can apply for multiple lots. Potential Suppliers only need to complete the Selection Questionnaire elements once, even if applying for more than one lot.
The FCA is a two-stage process:
o Stage 1 - Selection Stage - all Potential Suppliers must submit a Request To Participate and pass the criteria to be appointed to the FCA. The selection stage consists of qualification questions to select Organisations. The questionnaire will be based on mandatory and discretionary exclusion criteria as well as quality assessment questions. All successful participants will be admitted to the FCA.
o Stage 2 - Invitation To Tender - following consultation, the Council will develop service requirements based on existing and future needs. A Further Competition wil...
Additional information: If you are interested in tendering please click on the following link to access Birmingham City Council's tender Portal.
Delivery Notes
Birmingham
Is a Recurrent Procurement Type? : No
Birmingham City CouncilWest Midlands30 Mar 2027WAC-152184
Dynamic Purchasing System (DPS) for SEND Independent School Places
Worcestershire Children First is establishing a Dynamic Purchasing System ('the DPS') for SEND Independent School Places and seeks applications from suitably experienced, qualified and appropriately accredited Suppliers who wish to pre-qualify for this Service.
The DPS for SEND Independent school places has 7 categories/lots:
Lot 1 Communication and Interaction
Lot 2 Cognition and Learning
Lot 3 Social, Emotional and Mental Health
Lot 4 Sensory and Physical Needs
Lot 5 Autism
Lot 6 Complex/Profound Multiple Learning Disabilities
Lot 7 Post 16
The DPS will run from 18th March 2024 to 31st March 2027, with an option to extend for up to 2 further years (1 year + a further 1 year) and in order to be able to tender for business with Worcestershire Children First, Suppliers must first be approved to join the categories within the DPS and then will be automatically notified of opportunities to quote for specific projects as they arise in each Category. Further project details including specification, duration of contract, any additional requirements will also be provided at that point in time (Mini-Competitions).
If you wish to view the documents for this opportunity please click `Express Interest`.
Following this, if you wish to apply for this opportunity please click `Opt in` which will then enable you to view and complete the Standard Questionnaire and upload the relevant documents.
After uploading all required documents and completing the questionnaire(s) please remember to press the `Submit your Return` button at the bottom of the page.
Suppliers will receive a system generated email to confirm successful submission of their return.
Any questions or clarification should be conducted via `Correspondence` through this portal.
Additional information: Is a Recurrent Procurement Type? : No
Worcestershire County Council31 Mar 2027WAC-132666
View 2-notice timelineLatest notice released 31 Mar 2027
Local GovernmentAmendment
Professional Consultancy Services DPS
The Dynamic Purchasing System (DPS) will provide a database of Approved suppliers considered capable of carrying out professional consultancy services to a satisfactory standard. The nature and types of services that may be required may include, but are not limited to, those services identified by the CPV code and summarised in section II.2.
The specific services cannot be clearly defined at this stage, however the nature and types of services that may be required may include, but are not limited to, buildings and civils professional consultancy services.
The DPS is a 2-stage process: Stage 1 - All providers who meet the selection criteria within the online Questionnaire and are not excluded will be admitted to the DPS. New providers can also apply to join the DPS at any point during its lifetime. Stage 2 - Contracts are awarded during the second stage. A Call-Off competition will be put out inviting each approved provider on the DPS list relating to the particular Lot.
Additional information: Is a Recurrent Procurement Type? : No
Telford and Wrekin CouncilWest Midlands15 Apr 2027WAC-384377
Dudley Metropolitan Borough Council is looking for providers of services for the following themes, as part of a Dynamic Purchasing System:
Service Lot 1: Communities and Place, Vibrant in Towns and High Streets
Service Lot 2: Communities and Place, Discover Dudley
Service Lot 3: Communities and Place, Culture and Heritage
Service Lot 4: Communities and Place, Community Capacity Building
Service Lot 5: Communities and Place, Increasing levels of Digital Inclusion
Service Lot 6: Business Support, Pre-start up, Start-up and early growth
support
Service Lot 7: Business Support, Established businesses
Service Lot 8: People and Skills - Targeted interventions aligned to engagement, employment, training and skills
Service Lot 9: Multiply
Please note: We are aware that Service Lot 5 is missing from the suite of documents due to a technical issue. A full description is contained within 'Appendix One - UK SPF Multiply Project Description Document' please state which lots you are applying for on the application to join.
The DPS will now remain open for the next four years, ending on 14th May 2027. Please ignore the dates in the original document set as they relate to the initial round of applications. All submissions will be reviewed and processed within 10 days.
Please ensure your details are up to date on the In-tend system to receive notifications relating to bidding opportunities.
Additional information: Is a Recurrent Procurement Type? : No
Dudley Metropolitan Borough CouncilWest Midlands14 May 2027WAC-368628
View 10-notice timelineLatest notice released 14 May 2027
Local GovernmentAmendment 6 notices
Home to School Transport for children, young people and adults (4-25 years).
The Council are seeking service providers to join a Dynamic Purchasing System (DPS) to provide a diverse range of transportation for the adults and children (4-25). Vehicles are to include: cars, MPVs, minibuses, small and large accessible vehicles capable of transporting wheelchair users, larger buses and coaches of all sizes. The Council has a statutory duty to meet the transport needs of individuals based on their assessment of need and when related eligibility criteria are met.
Additional information: Is a Recurrent Procurement Type? : Yes
Dudley Metropolitan Borough CouncilWest Midlands30 Jun 2027WAC-209460
View 6-notice timelineLatest notice released 30 Jun 2027
Local GovernmentAmendment 2 notices
ASC23043 - Positive Behaviour Support Supported Living Services in Herefordshire & Worcestershire DPS
UPDATE MONDAY 23 SEPTEMBER 2024: PLEASE NOTE THIS DPS IS NOW OPEN TO NEW APPLICATIONS.
The ASC23043 - Positive Behaviour Support Supported Living Services in Herefordshire & Worcestershire DPS (Dynamic Purchasing System) is now open to new applications until the end of the DPS term, however as stated in the tender documents evaluation will take place in rounds which will be advertised through In-Tend. Indicative timescales for evaluating Round 2 will be advertised on the project page at a later date.
Initial advert:
Worcestershire County Council ('the Council') and the NHS Worcestershire and Herefordshire Integrated Care Board ('ICB'), together the Participating Authorities are establishing a joint Dynamic Purchasing System ('the DPS') for the provision of Positive Behaviour Support (PBS) Supported Living Services in Herefordshire and Worcestershire and seek applications from suitably experienced, qualified and appropriately accredited Suppliers who wish to pre-qualify for this Service.
This DPS is a 3 stage process. In order to be added to the DPS, a Supplier will be required to meet selection criteria and minimum standards as requested in the SSQ Questionnaire (Stage 1), and Evaluation (Stage 2). Any Supplier who meets and passes Stage 1 and 2, will be admitted on to the DPS and will be invited to participate in future opportunities to be known as Mini Competitions (generally for scheme/cluster placements) or Referrals (for individual placements) (Stage 3), which will be advertised as explained in Appendix 2 - DPS agreement.
There are no maximum number of suppliers.
Suppliers have the option to apply to join the DPS at any time, however, the evaluation may take place in periodic 'rounds' to be determined by the Commissioner.
Your application needs to be submitted by 13th June 2024, 4pm to be considered for Round 1.
Once the Council has accepted the initial successful Suppliers onto the DPS, it shall re-open the DPS to new Suppliers within a maximum of 12 weeks time, who may apply to be admitted to the DPS throughout the DPS Term. The Council will assess new applications periodically through Rounds advertised on the Council's procurement portal (In-Tend).
Additional information: The DPS will be run as a Light Touch Regime, a modified restricted procedure based on Regulations 28, 65 and 74-76 of the Public Contracts Regulations 2015, and will comprise of one application stage; selection and evaluation being run concurrently. Only Bidders meeting selection requirements will be considered for evaluation and a place on the DPS.
The value provided is an estimate for 3 years.
Is a Recurrent Procurement Type? : No
Worcestershire County Council29 Aug 2027WAC-367371
View 2-notice timelineLatest notice released 29 Aug 2027
Local GovernmentAmendment 3 notices
SEND Independent School Placements - DPS
The SEND Placements DPS (Dynamic Purchasing System) will enable the Council to secure the appropriate provision where it is established that a child or young person should be placed with an independent or non-maintained special school.
Additional information: Delivery Notes
For any suppliers interested in this opportunity please visit our e-Tendering portal - https://in-tendhost.co.uk/milton-keynes/
Is a Recurrent Procurement Type? : Yes