NEW HOMES FOR SMALL SITES: Phase 1 Package Package B Site 1: Hadley Street, Castle Road Estate
The proposed development is part of Camden’s first phase of its New Homes for Small Sites Programme (NHSSP) which sits within Camden’s wider Community Investment Programme (CIP). The programme aims to build new genuinely affordable social rent and intermediate rent homes on underutilised small and infill sites across Camden’s Housing estates, working closely with residents and local communities. Public consultation is fundamental to development of CIP Projects. The programme is funded by grant funding and a site disposals programme to enable the delivery of 100% affordable homes on delivery sites.
Phase 1 of the NHSS Programme comprises of 3 packages (A, B and C), for a total of 4 sites located in 4 separate housing estates. This brief and Preliminary Market Engagement Notice refers only to the site contained within Package B: Hadley Street, Castle Road Estate.
The development site comprises of a former single storey car park which is now demolished and cleared and forms part of the wider 1960s Castle Road Estate that wraps round to the south of Castlehaven Road and includes Heybridge (8 storeys), Widford (4 storeys), Havering (3 storeys, Baring (3 storeys) and Roxwell (1-2 storeys) blocks.
Pre Engagement Marketing for SEND Passenger Transport Minibus Contract St Giles & Rutherfords
Pre Engagement Marketing for SEND Passenger Transport Minibus Contract St Giles & Rutherfords
Croydon Council is looking for a supplier for the SEND Passenger Transport Minibus Contract St Giles & Rutherfords schools.
The service is for the provision of passenger transport services for vulnerable children, young people and adults for the London Borough of Croydon to St Giles and Rutherfords Schools for a 7-year contract period.
.
To apply for this contract, you must have first registered on the council’s e-procurement portal -https://in-tendhost.co.uk/croydontenders/
.
Worcestershire County Council (WCC) is planning to establish a new Transport Category Framework under the Procurement Act 2023, which will be used as an approved route to market for a wide range of transport‑related services.
The primary purpose of the framework is to create an accessible, flexible and proportionate route to market, particularly for local SMEs, micro‑providers and sole traders, while ensuring that statutory transport services are delivered safely, reliably and sustainably. The framework is expected to operate as an open framework, allowing new suppliers to apply at defined points during its lifetime. Anticipated lots include:
• Lot 1 – Passenger Transport Services (e.g. taxis, private hire, minibuses, coaches)
• Lot 2 – Specialist Passenger Transport Services (e.g. SEND and Adult Social Care transport)
• Lot 3 – Transport Fleet & Vehicles
• Lot 4 – Transport Infrastructure & Technology
• Lot 5 – Transport Consultancy & Professional Services
Worcestershire County CouncilWest MidlandsWAC-583125
Talent Review, Assessment and Development Services
Purpose: This questionnaire aims to inform our procurement strategy for a new employee talent review process. We are seeking a solution that minimises bespoke development, leverages off-the-shelf capabilities, and supports a competitive procurement process. Responses are non-binding and will be used for market research only. None of the questions are mandatory.
We are seeking providers to support the talent management process which in turn supports having the right people and skills including those who will support and enable the net zero plan. It also contributes to other KPIs particularly meeting the needs of all users and providing a well maintained and resilient network.
Please can we ask that submissions are submitted by 2pm on Friday 24th April
TfL requires the provision of competent labour and associated support to deliver a range of safety critical interventions across the existing fleet of TfL maintained escalators. These works will be instructed by TfL and its Engineering team and will involve tasks that enhance operational safety and compliance.
The interventions to be delivered include, but are not limited to:
Skirt Switch Installation
Comb Switch Installation
Missing Step Detection System Installation
Other safety related modifications as directed by TfL Engineering
In addition to labour provision, there may be a requirement for the supplier to manufacture, fabricate, or procure materials and components necessary to support the installation and completion of the above interventions. All materials must meet TfL technical standards and associated approval processes.
Delivery of supported living services, including the promotion of daily living skills, for approximately 12 individuals with low to medium learning disabilities, housed in self-contained residential flats.
The Royal Borough of Kingston upon ThamesLondonWAC-578015
This is a pre-market engagement exercise for the procurement of of Bulk Herbicide for the seasonal weed spray programme via train borne deployment and associated hand spray programme.
Network Rail has a requirement for the following:
Train-borne applied herbicides
- Residual herbicide
- Non-residual herbicide
- Non-residual contact herbicide
- Selective scrub (broad leaf targeting herbicide)
Amenity approved/assured herbicide for hand spray Teams
- Residual herbicide
- Non-residual contact herbicide
- Non-residual contact herbicide - Hard to Kill Species
Other Chemicals
- Adjuvants for use with herbicides
The Council are seeking information from the market in relation to a future Highways Materials (Stores) Contract. This Pre Market Engagement exercise (PME) is intended to gather insights from potential providers to help shape our future service model, inform the development of procurement documentation, understand market capabilities and how the Council can best seek to deliver value for money.
The purpose of this pre market engagement exercise is to gather an understanding of the any potential Suppliers capacity, capability, and interest in delivering a comprehensive materials supply service for our Highways depots. Feedback from the market will help us shape the final procurement approach and ensure the resulting contract/s are realistic, deliverable, and aligned with industry best practice.
The proposed contract is expected to commence from October 2026 and will run for an initial term of one year, with the option to extend for up to three additional 12 month periods, giving a maximum possible duration of four years (1+1+1+1).
Operational Digital Imagery - Early Market Engagement
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.
Network Rail Southern Region are seeking market engagement to inform the procurement strategy of a framework agreement which will manage Environmental Services for the following Lots:
• Human and Animal Fatalities - Decontamination services following human and animal fatalities. Animal fatalities are classed as follows:
a. Agricultural animals
i. Cattle
ii. Non-Cattle (sheep, goats, pigs etc.)
b. Pets & Wild Animals
iii. Pets (horses, dogs, cats etc.)
iv. Wild animals (deer, badgers, foxes etc.)
• Pest Management - provide pest control, pest prevention, pest management and fumigation services. 'Pests' shall include (but not be limited to) rats, mice, moles, rabbits, feral pigeons, cockroaches, silverfish, firebrat, wasps, bees, flies, ants, brown tailed
moth, oak processionary moth.
• Waste Clearance & Fly Tipping removal (including Biological & Hazardous Waste - Removal of lineside waste and fly tipped material in accordance with current legisation .
Pollution Control - Response to immediate containment and decontamination services following a chemical, Oil or Fuel Spill.
It should be noted within the estimated Contract Start Date (currently set at 04/10/2027) that there is an expected 1 month mobilisation prior to contract go live.
Devon County Council (DCC) is undertaking a programme of Preliminary Market Engagement (PME) ahead of an upcoming procurement for a new NEC4 Term Service Contract for highway maintenance services. Contract award is anticipated in 2028, with a contracted start of services on 1st April 2029.
The current arrangement expires on 31 March 2029, and the Authority intends to put in place a future-focused, value-driven contract that supports safe, resilient and sustainable highway operations across Devon, both now and for the long term.
This early engagement builds on feedback from previous market engagement, which is actively informing our emerging Contract Strategy. The purpose of this PME is to better understand market capacity, current innovations, risks and opportunities, and to help shape a procurement and contract structure that is fair, competitive and genuinely attractive to the market.
Background
DCC manages the largest highway network of any local authority in England, supporting residents, businesses and visitors across a uniquely varied geography. The network spans two national parks, two coastlines, remote rural communities and growing urban centres, presenting both opportunity and challenge for the delivery of highway maintenance services.
The performance of the next contract will play a critical role in maintaining the safety, reliability and resilience of this network, while also helping the Council respond to wider pressures such as climate change, evolving customer expectations, workforce sustainability and the need to deliver long-term value for money.
DCC is therefore seeking a delivery partner that can work with us in a collaborative, transparent and innovative way, recognising that strong outcomes will be achieved through long-term partnership rather than transactional contracting.
The Authority is therefore seeking a solution that:
-supports safe, reliable, and responsive services for residents, businesses and the travelling public
-strengthens value for money and long-term affordability
-unlocks efficiencies and delivers “more for less” through smarter ways of working
-maximises performance through collaborative behaviours and shared ownership of outcomes
-enables innovation and continuous improvement across the supply chain
-contributes to DCC’s broader economic, environmental and social priorities, including carbon reduction and social value
The indicative annual contract value is in the region on £65 million. DCC is looking to establish a long-term relationship however the duration of the contract is yet to be determined.
Vision
DCC is committed to delivering high-quality, cost‑effective and resilient highway maintenance services. Through this procurement, we aim to:
-appoint a Tier 1 delivery partner to establish a long-term, collaborative “win‑win” partnership aligned with ISO 44001 principles.
-deliver economic, environmental and wider social benefits for communities across Devon.
-create the conditions for continuous improvement, innovation, and modernisation throughout the life of the contract.
-support consistency, efficiency and resilience and access for Tier 2 supply providers.
We look forward to engaging with the market as we shape this important contract. Your insight and experience will help inform a procurement and contractual model that is deliverable, collaborative, innovative and aligned with the long-term needs of Devon’s residents, communities and businesses.
Thank you for your interest in working with Devon County Council.
View 5-notice timelineLatest notice released 29 Apr 2026
Private SectorPipeline
Provision of Rail Mounted Maintenance Machines (RMMs/TRAMMs) & Rail Mounted Cranes for - Southern Region
Please note that this is a market engagement exercise to assist us in gaining insight into the supply and operation of RMMM within the UK market
Machine Definitions
RMMs are classified as:
a) large - 5.5 tonne gross laden weight and above.
b) medium - less than 5.5 tonne gross laden weight and greater than 1 tonne.
c) small - 1 tonne gross laden weight and less.
The classification of RMMMs into three bands is concerned mainly with their ability to
assist each other in the event of failure. The three classifications have no influence on the
application of this standard – the acceptance criteria for all RMMMs are the same,
irrespective of size.
• TRAMM – General Purpose Track Maintenance Machine – Used for the carriage of equipment & materials to & from depot / worksite. Is fitted with a medium duty, medium reach crane arm. Able to carry short lengths of rail, with a payload capacity of approx. 8 – 10 tonnes. Is able to thimble Continuously welded rail (CWR). Is self-propelled & can run in traffic.
• High Capacity TRAMM (HCT) - Specialist Track Maintenance Machine – Used for the carriage of equipment, materials, and up to 40 lengths of 60ft rails, to & from depot / worksite. Is fitted with a medium duty, long reach crane arm. Hi-Capacity TRAMM cannot thimble CWR. Is self-propelled & can run in traffic.
• TRM – Twin Jib Track Relaying Machine - Used for the lifting & handling of track panels, in the context of track renewals where panels are to be loaded / unloaded onto a train. Is self-propelled only when on the worksite, is therefore Loco hauled to & from the job, (cannot run in traffic). Lifting capacity of approx. 11 tonnes, but at a fixed length, limited radius / reach.
• GPC – General Purpose 12t Crane - Used for general-purpose lifting operations within context of all types of track work. Lifting capacity of 12 tonnes, self-propelled only when on the worksite, & is therefore Loco- hauled to & from the job, (cannot run in traffic). Full radius reach of 13metres.
The Contractor would be required to provide Operators and Fitters who are competent to operate items of plant in both normal rail traffic and within possessions.
Dorset Highways Contractor Resource (Top up labour) Framework
Dorset Council is to set up a framework for the provision of labour support including traffic management, skilled and semi-skilled highway maintenance operatives, LGV drivers and specialist trades (bricklayer/ stone mason, carpenter/ shuttering carpenter, welder, blacksmith, steel fixer, kerb layer, slab and block layer). These roles will support the delivery of highway maintenance and construction projects in the Dorset area (including the Bournemouth, Christchurch and Poole area).
The framework will be split into 4 lots.
View 2-notice timelineLatest notice released 30 Apr 2026
TransportPipeline
Risk-Based Training Needs Analysis Toolkit and Competence Management System
Nexus is seeking information from the market to understand available solutions, capability, and commercial models relating to:
1. A Risk-Based Training Needs Analysis (RBTNA) template or toolkit, aligned with the requirements of the Office of Rail and Road's (ORR) RSP1 Developing and maintaining staff competence and ISO 10015:2019 Quality management - Guidelines for competence management and people development
2. A Competence Management System (CMS) capable of complementing this methodology, either as an off-the-shelf solution or a bespoke development.
This is a pre-market engagement exercise only. It is not a call for competition and does not commit Nexus to undertake a procurement.
Tyne and Wear Passenger Transport Executive T/A NexusNorth East30 Apr 2026WAC-581269
This market engagement has been developed by Network Rail (NR) in advance of procuring a solution for the provision of Supply of 24/7 Controller Chairs.
Network Rail requests information in connection with the topics detailed below.
In line with NR’s procurement principles, NR is committed to becoming an ‘informed’ client with excellent visibility and understanding of the market and the supply chains and customers operating within them.
At this stage, pre-procurement, NR are committed to engaging with the industry to inform and refine the overall sourcing strategy.
The purpose of this market engagement testing is to:
Understand the markets capacity and capability to deliver 24/7 Controller Chairs and to further develop the procurement strategy,
Provide potential suppliers the opportunity to give feedback to help inform the refinement of NR’s approach,
Obtain information from the market to understand the market perspective.
Requirement: Network Rail intends to appoint a single national supplier to provide an end-to-end solution for:
Supply of 24/7 rated ergonomic chairs via a managed core catalogue
National delivery across England, Wales and Scotland
Installation and assembly (free of charge on larger orders)
Asset management including: Annual Maintenance, Repair under supplier warranty and beyond.
Removal and responsible reuse or recycling of redundant chairs
Catalogue access via Network Rail Oracle iProcurement
Ongoing account management, reporting and continuous improvement. Shape
Chair Range
Suppliers will be expected to offer a limited core (max 4) and standardised range, including:
Core 24/7 chair (s) meeting all mandatory requirements
An enhanced chair exceeding mandatory requirements
A chair suitable for users with musculoskeletal disorders (MSD)
Where appropriate, a single chair model may satisfy more than one category and if appropriate two chairs or variants may be offered for the core 24/7 chair.
A bariatric chair where all elements accommodate weight and size (anticipated to be non-core and low volume) will need to be offered.
Technical & Ergonomic Requirements
Chairs must be suitable for continuous 24h our use and comply with relevant standards, including BS 54592 (or ISO equivalent) and have FIRA FS 055 certification or demonstrated equivalence.
Key requirements include:
Accommodate users from 5th percentile female to 95th percentile male for stature, weight, shoulder width and seated leg length and height. Bariatric users where possible should be accommodated in the Core selection.
High durability, intuitive controls and ease of adjustment
Minimum 5 year 24/7 manufacturer or supplier warranty
Samples to be made available for product trials as part of evaluation
Sustainability & Ethical Sourcing
Suppliers will be expected to demonstrate:
Ethical sourcing and Modern Slavery Act compliance
Traceability and auditability of manufacturing sources
Environmental management systems (e.g. ISO 14001 or equivalent)
Strong circular economy practices (reuse, refurbishment, recycling, zero landfill)
Contract Model (Indicative)
Anticipated start: March 2027
Initial term: 4 years, with optional extensions
Form: NR1 (MT) Goods and NonConstruction Services Framework
Calloffs via NR01(S) Purchase Orders
Fixed pricing for an initial period, with controlled indexation thereafter
The core catalogue is expected to meet approximately 95% of demand, with limited non-catalogue provision by exception.
TfW Bus Depot EV (Electric Vehicle) Charging Infrastructure
As part of TfW's approach to decarbonisation of the Welsh bus fleet, early supplier engagement is sought to support the development of a strategy for bus depot EV infrastructure installation, management and ownership.
The strategy aims to plan and standardise TfW's approach to charging infrastructure in bus depots. Having subject matter experts support on the development of this work will ensure that TfW and the market have worked in coordination to develop an achievable scope of work.
Following NetZero objectives, TfW aim to incrementally decarbonise the national bus fleet. This will include having depot sites that can facilitate the operation and maintenance of battery electric buses across the country.
Each of these depots will need to have sufficient charging infrastructure to ensure the fleet is operable. Currently, all infrastructure types are being considered for use.
Transport for London (TfL) is issuing a Preliminary Market Engagement Notice to obtain market feedback in relation to the Greenwich Bunds Re-Lining Project. TfL invites suppliers to participate in this Preliminary Market Engagement exercise to help shape the upcoming procurement opportunity. This is a valuable chance to engage with us early, gain insight into our requirements and contribute your expertise.
This preliminary market engagement is targeting suppliers that can take on the Principal Designer and Principal Contractor role to undertake Detailed Design and Delivery of the Greenwich Bunds Re-Lining Project. Also, this will determine the appetite for this project which has a complex location requiring compliance to environmental regulations and poses risks to the environment, confined spaces and explosions
The primary focus of the Market engagement is to better understand the market, supplier appetite, capacity and capability, as well as perceived risks and opportunities in relation to the development and finalisation of the commercial strategy for TfL's Greenwich Bunds Re-Lining Project. The engagement will also provide feedback and help to develop the procurement strategy for the Project's procurement.
The Greenwich Bunds Re-Lining project is located at Greenwich Power Station which is a critical standby power facility operated by Transport for London (TfL).
The station is fuelled by oil stored in five storage tanks, each housed in individual reinforced concrete bunds. These bunds, partially below ground level and situated close to the River Thames, are designed to contain any potential oil leaks, thereby preventing the risk of fuel oil seeping into the subsoil and ultimately into the river.
The bunds have deteriorated over time and reached the end of their design life, posing a risk of environmental contamination. This necessitates a project to replace the lining of the five storage tank bunds with the addition of a reception tank bund and pump bund. This project aims to ensure the bunds' ability to contain oil in the event of a tank failure and compliance with environmental regulations.
Full details on how to participate in this Preliminary Market Engagement Exercise are included in this notice.
To procure and implement the Enterprise Portfolio Management (EPM) system, a SaaS solution that will enable effective planning and delivery of Highways England’s capital investment portfolio
National Highways LimitedWest Midlands30 Apr 2026WAC-573217
View 3-notice timelineLatest notice released 30 Apr 2026
TransportPipeline 2 notices
DLR Thamesmead Extension - Major Project Delivery
The TEX Programme proposes to construct a 3 km cross-river extension of the DLR existing network from Gallions Reach to Thamesmead via Beckton Riverside. The indicative scope of the works is as outlined below:
• tie-in to existing DLR East Route, grade separated junction and viaduct, dropping down to grade level approaching Beckton Riverside station
• new station at centre of Beckton Riverside development
• cross river tunnel, twin bore tunnel circa 1.5 km
• new station at Thamesmead
• new turnback siding to the west of the extension to facilitate a future uplift in services on Thamesmead branch and east route.
The contracting entity for this procurement is expected to be Docklands Light Railway Limited, which is a 100% owned subsidiary of Transport for London (TfL).
TfL is in the process of defining the scope of requirements for the goods, services and construction works under the proposed TEX programme. The following outlines the indicative scope at this stage.
Scope of services includes:
• civil and building design;
• mechanical, electrical, sanitary and security design;
• ground investigations; and
• design lead and co-ordination.
Scope of construction works includes:
• enabling works;
• general building and civil engineering works;
• mechanical, electrical, security and sanitary installations;
• train traction power system;
• telecommunication systems;
• permanent ways and tracks;
• station buildings; and
• landscaping.
Scope of goods includes:
• associated mechanical, electrical/electronic equipment; and
• associated construction materials.
It is expected that the works may be phased and currently planned to commence 2028 and planned completion by 2033.
View 2-notice timelineLatest notice released 30 Apr 2026
Local GovernmentPipeline
Preliminary Market Engagement Four Blocks Winstanley York Road
Wandsworth Borough Council is undertaking a preliminary market engagement exercise with the intention of appointing a development partner for the delivery of Blocks 6 & 7 and Blocks 3 & 4 of the Winstanley York Road Estate regeneration scheme. The development will comprise affordable housing and private sale homes as part of the next phase of the estate’s renewal.
At this preliminary market engagement stage, the Council is seeking to engage with prospective developers to gather insights and gauge the market’s interest.
The accompanying preliminary market questionnaire provides an opportunity for interested parties to communicate their preferences and capabilities in advance of any future tender process. All information submitted will be treated as confidential and will not be disclosed to any third parties.
This notice is for market engagement purposes only and does not constitute a call for competition or a commitment to commence a procurement exercise. Subject to internal approvals, the Council currently anticipates that the future procurement will be undertaken using an above threshold competitive flexible procedure under the Procurement Act
London Borough of WandsworthLondon1 May 2026WAC-584271