Loading page content…
Loading page content…
Loading contract search results…
10,020 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Chemonics Group UK Limited which is implementing the Partnership Fund for a Resilient Ukraine Phase 2 (PFRU-2) Project as part of international technical assistance (hereinafter referred to as Chemonics) invites you to submit a Tender for Procurement of Vehicles.
£1
Contract value
Northampton College - The Supply of Mobile Provisions To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA17477. Not registered: Visit https://suppliers.multiquote.com then register and quote CA17477 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.
Value undisclosed
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.
From £30,000,000
Contract value
The free breakfast club programme is one of the Department for Education's flagship policies, central to the Government's mission to break down barriers to opportunity for every child. Once fully implemented, it will deliver a free breakfast club in every primary school in England, giving millions of children the chance to start the day supported and ready to learn. Evidence shows that where schools run breakfast clubs, they report improvements to pupils' behaviour, attendance and attainment. The free breakfast club programme will mean every school, every child, and every family has the chance to receive those benefits. Since April 2025, we have funded c.750 schools to offer a free breakfast club as early adopters, delivering 7 million meals so far. Following the success of the early adopters, we are moving to national rollout investing a further £80m into the programme to fund an additional c.2,000 schools between April 2026 and March 2027. This will benefit around half a million more children. We invited schools with a 40% or higher Free School Meal (FSM) rate (or the most disadvantaged school in an area, whichever is lower) to apply to join the scheme in April 2026, getting the benefits to those who need them most, first. National rollout will then continue in September 2026, when more schools will open their free breakfast clubs, taking the total to c.3000 schools. Business Collaboration Through the free breakfast club programme, schools are fully funded to deliver a 30-minute club each morning, giving parents free childcare whilst their children can enjoy a nutritious breakfast, however, there is room to increase the impact so children can start their day in the best possible way. We know there are already great partnerships happening locally between schools, businesses and industry. The Department is keen to explore how we could strengthen and scale these approaches nationally, to maximise impact and enable all participating schools to benefit in the same way. During the early adopter 'test and learn' phase, the Department partnered with organisations across industry to further strengthen the programme's impact and maximise schools' funding, with a particular focus on breakfast provision. Following an Open Call published in July 2025, we received four offers of varied discounts/deals from national supermarkets and charities. These offers have been available to our c.750 early adopter schools since November 2025 and have been extremely well received by participating schools. As the rollout of free breakfast club continues, we want to build on the success of the early adopter phase by continuing to partner with organisations across the industry to help maximise the support available to schools. Additional information: We are seeking offers from food providers that enable Participating Schools in the free breakfast club programme in the 2026/27 academic year to maximise the value of their food spending and enhance their breakfast provision for pupils. In return, the Department proposes to offer partners a package of rights, as detailed below. Any deals offered by the partner will not be mandated for Participating Schools to make use of and Participating Schools will retain flexibility and choice in how they procure their food. We know that Participating Schools source food for their free breakfast clubs from a wide range of food providers. This sponsorship is intended to leverage the profile of the programme at a national level to ensure all Participating Schools have access to the best value-for-money deals. We are also seeking to address challenges that Participating Schools face in ordering food, including ease of access and use of ordering systems, reliability of delivery, minimum order values and volume restrictions. This notice relates to an opportunity which is not subject to the Procurement Act 2023. Accordingly, this notice is published on a voluntary basis for transparency purposes and to encourage market interest in the relevant opportunity.
Value undisclosed
RSPB Amberley Wildbrooks is a large wetland reserve located in West Sussex. It sits within the South Downs National Park and is part of the Arun Valley. The majority of the reserve is made up of wetland which is designated SSSI, SPA, SAC and Ramsar. The wetland is important for both wintering waders and wildfowl and breeding birds such as Lapwing and Redshank. Over the last 10 years, infrastructure on the site has been gradually declining. With the added pressure on increases in winter flood events and pressure form Fallow Deer, this decline has been rapid in recent years. The Downs to the Sea and Improving Pulborough and Amberley projects aim to restore the wetlands. Work to culverts will improve access and hydrological control. This will allow better grazing and control of water. Installation of a corral and new fencing will allow better grazing and reprofiling ditches where Anisus vorticulus are found will enhance habitat for this rare snail. This work will help make the site more resilient to the wetter winters and drier summers we are seeing as a result of climate change. Wet features and scrapes will help hold water during drier times and replacing broken culverts will create better water flow and control. Downs to the Sea has been established as a multi-partner project, led by the South Downs National Park Authority, to tackle these issues with the aim of helping to restore and protect crucial ponds and wetlands that are instrumental in nature recovery and resilience to climate change at scale, providing multiple ecosystem services: water for homes and farms, flood storage, wildlife habitat and recreation. The project will also connect with underserved audiences and those most vulnerable to health and wellbeing problems in the area and leave a legacy that highlights and supports the need for recovery and resilience in our communities, for both people and nature. The RSPB projects included in Downs to the Sea will see vital restoration works on a string of functionally connected nature reserves down through the Arun Valley. Work will focus on improving lowland wet grassland across the RSPB sites to benefit RSPB priority species (breeding waders and wintering wildfowl).
£300,000
Contract value
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
Value undisclosed
Tullie House Museum and Art Gallery Trust (the Trust/Client) in Carlisle (brand name: Tullie) is seeking an experienced Artist Curator to create an innovative, sculptural installation that suspends Tullie's collection items at ceiling height, complemented by an immersive soundscape. Details can be found at: https://www.curatorspace.com/opportunities/detail/project-tullie-phase--artist-curator-brief/10615 Additional information: Tullie House Museum and Art Gallery Trust (the Trust/Client) in Carlisle (brand name: Tullie) is seeking an experienced Artist Curator to create an innovative, sculptural installation that suspends Tullie's collection items at ceiling height, complemented by an immersive soundscape. Details can be found at: https://www.curatorspace.com/opportunities/detail/project-tullie-phase--artist-curator-brief/10615
Value undisclosed
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.
From £50,000
Contract value
The Learning Academies Trust, comprising 18 academies across Plymouth, is seeking to appoint a professional and experienced catering contractor to deliver high-quality catering services across its schools. The Trust is looking for a provider with a strong track record of managing catering operations of a similar scale within the education sector and the capability to deliver consistent, nutritious, and appealing food for pupils and staff. Through this tender process, the Trust aims to enhance its catering provision by partnering with a contractor who shares its commitment to high food standards, excellent service delivery, and continuous improvement. The successful provider will be expected to demonstrate effective management structures, robust quality assurance processes, and an innovative approach to menu development that supports healthy eating and a positive dining experience across all academies The daily combined average uptake is 2.8k meals. There are 63 staff where LGPS applies. To access the tender pack, please contact our procurement consultant Mr. Mike Newell at mnewell@procurementforschools.com Additional information: To access the tender pack, please contact our procurement consultant Mr. Mike Newell at mnewell@procurementforschools.com
£8,000,000
Contract value
Text to be corrected in the original notice: Place of text to be modified: Time limit for receipt of tenders or requests to participate Instead of: 03 August 2026 Time: 14:00 Read New: 23 February 2029 Time: 14:00 This Dynamic Purchasing System (DPS) provides a compliant procurement route for public bodies needing any range or mix of support to deliver their low or zero carbon aspirations. The DPS is divided into 4 Lots. Lot 1 Site survey and modelling Lot 2 Energy/Sustainability management consultancy Lot 3 Technological solutions consultancy Lot 4 Technological solutions delivery
£400,000,000
Contract value
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
Value undisclosed
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
Value undisclosed
The establishment of a recognised open framework for the provision of Section 12 Mental Health Doctors. First Deadline for Submission of Framework Documentation is 19th May 2023 at 12 noon. The framework will commence on the 1st August 2023 and finish on the 31st July 2026. The start and end dates above are incorrect and is a Contracts Finder error.
Value undisclosed
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
Value undisclosed
NHS Derby & Derbyshire ICB are seeking to commission a Nursing Home Preferred Provider List on an Any Qualified Provider (AQP) basis. This list will be akin to a Dynamic Purchasing System (DPS) and will allow providers to submit applications at any time throughout the life of the contract.Any Qualified Provider (AQP) contracts are awarded on a zero value, zero volume basis. The total available contract will be for a period of 5 years with an option to extend for up to a further 2 years at the discretion of the commissioner. However the contract length will be from the point of award until the expiration date of the contract be it 31st July 2026 for the initial period or 31st July 2028 if the full extension option is invoked. The contract for the initial window will commence 01st August 2021. Applications throughout the life of the agreement and contracts will be awarded during the life of the contract if providers are successful. Please see Document 11 of the AQP documentation within the attachments area of the project on Atamis for full details of the Application Windows and process. The service specification including tariff information and all associated documentation can be found within the attachments area of the project on Atamis. To access the documentation please visit Atamis on the link below and access project C153292Nursing Home Preferred Provider List. Atamis link = https://health-family.force.com/s/Welcome
Value undisclosed
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
Value undisclosed
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
Value undisclosed
The Department for Work and Pensions (DWP) has updated the Dynamic Purchasing System for Employment and Health Related Test and Learn Provision Core Terms and Schedules ("Test and Learn DPS Contract") alongside the Instructions to Potential Suppliers and Application Guidance documentation. The updates to the Test and Learn DPS Contract shall take effect on 8th February 2024. To summarise, the changes to the Test and Learn DPS Contract are as follows: - Removal/replacement of certain European Union references; - Updated security call-off schedule; - Updated data processing provisions; - Addition of an optional staff transfer call-off schedule; - Change in the sequencing of signatures in the call-off award procedure so a buyer (rather than the supplier) will sign a call-off award form second; - Change in the approach to financial standing assessments with more focus placed on a detailed assessment to be undertaken at the call-off competition stage rather than when potential suppliers apply to be admitted to the DPS; and - Consequential amendments in light of changes referred to above. DWP has also extended the anticipated duration of the Test and Learn DPS by an additional two years. The Test and Learn DPS is open ended but now has a nominal end date of 30 September 2026 (which may be extended further). The Test and Learn DPS Contract can be terminated by DWP with twenty (20) Working Days' notice. This is a Contract Notice for social and specific services in accordance with regulation 75 of the Public Contracts Regulations 2015 (as amended). DWP established the Test and Learn DPS to procure these activities in in England, Scotland and Wales on 9 November 2018. The DPS is for the procurement of social and other services referred to in Regulation 74 of the Public Contracts Regulations (2015) and as such, the DPS was established using a light touch regime. This DPS presents opportunities for organisations, with a focus on innovation and local specialist support, to be involved and test the development of new approaches for employment and health related activity. This will be key to building evidence to support the delivery of future provision at both national and local level. DWP cannot confirm or guarantee any future business through the DPS, but it is anticipated that there will be some limited numbers of proof of concepts / test and learn projects over the duration of the DPS. The T&L DPS is open ended with a nominal end date of 30 September 2026 (which may be extended further) but can be terminated by the Authority with twenty (20) Working Days' notice. In line with the original OJEU notice, the expected total value of all call-off contracts under the T&L DPS is approximately £20,000,000. This DPS will be for the use of the Department for Work and Pensions (DWP), its Executive Agencies and those Non-Departmental Public Bodies (NDPBs) sponsored by DWP. Originally Published in OJ / S at on 2018/S 205-468119.
Value undisclosed
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.
£5,400,000
Contract value
Automation services including the design, build, and running of automation software, maintenance and support, consulting, and provision of software licences. Additional information: Please be advised that this DPS has a further extension of 24 months. This follows the initial period of 18 months, an initial extension period of 12 months, a second extension of 8 months and the third extension of 12 months. 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. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition. It is the Supplier's responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications. Cyber Essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
£100,000,000
Contract value