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
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
View 3-notice timelineLatest notice released 29 May 2026
Public SectorAmendment 2 notices
Zero Carbon - Consult, Design and Install - Dynamic Purchasing System DPS - Y21009
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
View 2-notice timelineLatest notice released 3 Jun 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
Public SectorAmendment 7 notices
RM6173
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.
Crown Commercial ServiceNorth West15 Nov 2026WAC-386071
View 7-notice timelineLatest notice released 15 Nov 2026
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
Public SectorAmendment 8 notices
BLC0111 - Mobile Preliminary Roadside Drug Testing
Thank you for your interest in responding to the Notice of Competition to join a Dynamic Purchasing System (DPS) for the Provision of Preliminary Roads Drug Testing Devices, (MPRDTD), including the respective equipment and consumables that are required where appropriate.
The Road Traffic Act 1988 Section 5A permits the police to conduct a preliminary test in the investigation of drug driving offences for the purpose of obtaining an indication whether a person has a specified controlled drug in their body.
This DPS will be for two (2) LOTs with the characteristics described in ITT Schedule 1: Specification (Statement of Requirements (SOR), Service Level Agreement (SLA) and Technical & Quality Standards Annex 1 and Annex 2.
LOT 1 - Un-Powered Mobile Preliminary Road Drug Testing Devices Single Use Disposable.
? test cartridges designed to detect the presence of a specified drug or drug group in a sample of saliva and to provide an indication of the presence of the target drugs.
? Devices shall be 'Unpowered' - with no electrical power required to operate the MPRDTD.
? Associated consumables, equipment, and accessories (Goods).
LOT 2 Powered Mobile Preliminary Road Drug Testing Devices - Re-Usable Handheld Devices.
? test cartridges: designed to detect the presence of a specified drug or drug group in a sample of saliva and to provide an indication of the presence of the target drugs.
? Devices shall be 'Powered' - capable of being used from mains electricity supply, a local generated electrical supply, internal batteries and/or external batteries.
? Associated consumables, equipment, and accessories (Goods).
The Suppliers devices must be able to detect the following target drugs currently specified under the Road Traffic Act 1988[1]: (Mandatory)
? Delta-9-tetrahydrocannabinol (the main active ingredient of cannabis)
? Cocaine.
All devices must have and maintain Home Office Type Approval for police use in Great Britain. (Annex 1 and Annex 2)
Over an historical three (3) year period there has been a combined total of approx. 300,000 Preliminary Road drug tests undertaken across the UK.
Additional information: To receive documentation please go to https://sell2.in-tend.co.uk/blpd/publictenders and search 'BLC0111' in Key Word.
Is a Recurrent Procurement Type? : No
View 8-notice timelineLatest notice released 30 May 2027
Public SectorAmendment 8 notices
Asset Decarbonisation and Retrofit Dynamic Purchasing System (E,W&NI)
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK' social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 ("PCR 2015") and a central purchasing body under regulation 37 PCR 2015. Please refer to www.pfh.co.uk for additional information.
Procurement for Housing seeks to establish a Dynamic Purchasing System for Asset Decarbonisation and Retrofit Solutions, providing a singular solution for our membership to design, assess and deliver their net zero ambitions. The DPS includes provision for goods, works and services and is open to social housing providers and the wider public sector as detailed within permissible users: https://procurementforhousing.co.uk/permissible-users/
Additional information: All documents related to this opportunity are available to download upon login to the "In Tend" system which can be accessed via the following link - https://in-tendhost.co.uk/procurementforhousing.
Is a Recurrent Procurement Type? : No
Procurement For HousingNorth West23 Aug 2027WAC-408560
View 8-notice timelineLatest notice released 23 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
View 3-notice timelineLatest notice released 21 Sept 2027
EducationAmendment 11 notices
Dynamic Purchasing System (DPS) for Sustainable and Ethically sourced Works/Construction projects (including professional services) delivering decarbonisation, biodiversity, energy efficiency, estate management and social value in local communities
Education Commercial Services (ECS) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of ethically and sustainably sourced Construction, Works and Professional Services from a wide range of suppliers who can make a positive impact on the environment and our communities whilst managing the increasing risk of modern slavery in their sectors.
Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector.
We are focused on providing high quality commercial support to the education sector UK wide. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives and values. We identify savings whilst delivering Social Value benefits, managing Decarbonisation, Biodiversity, Deforestation, Resource use, Health & Safety, and supporting the local economy and communities.
This DPS will be available and open to the full Public Sector across all regions within the United Kingdom (UK), and has been set up provide public sector buyers with an ethical and sustainable route to market for Construction, Works and associated Professional Services to have a focus on ethical and sustainable practices across suppliers and their supply chains to drive social and environmental impact.
The DPS will create the following benefits across all sectors, locations and suppliers:
• support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy
• increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing
• reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles
• Mandated sign up to the Government prompt payment policy for suppliers and subcontractors to support local businesses
• Improve supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chain
When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition
The three (3) categories compromise of:
• Service Category
• Geographical Location
• Additional Capabilities
Fully compliant with the Public Contracts regulations 2015
Bishop Wilkinson Catholic Education Trust19 Dec 2027WAC-166500
View 11-notice timelineLatest notice released 19 Dec 2027
Private SectorAmendment 2 notices
Dynamic Purchasing System (DPS) of Temporary Agency, Contractor and Interim Agencies for Preferred Supplier Listing (PSL) Status for Luton Borough Council - Y21001
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: 27 March 2025
Time: 14:00
Read New: 23 February 2029
Time: 14:00
Luton & Kent Commercial Services T/A Connect2Luton (C2L) is a joint venture between Luton Borough Council (LBC) and Commercial Services Kent Ltd (CSKL) (a wholly owned business of Kent County Council), newly formed for the purpose of delivering services back to LBC and CSKL respectively for the benefit of the communities that it serves. This opportunity will allow C2L to offer a recruitment managed service approach to the temporary, interim and contractor recruitment needs of LBC, with an option for managed services to either and/or LBC maintained Schools and Academies within the borough of Luton.
Luton and Kent Commercial Services LLP30 Jan 2028WAC-6546
View 2-notice timelineLatest notice released 30 Jan 2028
Private SectorAmendment 2 notices
Y22019 - Connect2Surrey - Dynamic Purchasing System of Temporary Worker Agencies and Interim Contractors/Consultants for Preferred Provider Listing status
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: 31 August 2028
Time: 14:00
Read New: 23 February 2029
Time: 14:00
Surrey & Kent Commercial Services LLP T/A Connect2Surrey (C2S) is a joint venture
between Surrey County Council (SCC) and Commercial Services Kent Ltd (CSKL) (a wholly
owned business of Kent County Council), newly formed for the purpose of delivering services
back to SCC and CSKL respectively, for the benefit of the communities that it serves. This
opportunity will allow C2S to offer a recruitment managed service approach to the
temporary and interim recruitment needs of SCC, with an option for managed services to
either and/or SCC maintained Schools and Academies within the county of Surrey.
Surrey & Kent Commercial Services LLP T/A Connect2Surrey (C2S)31 Jan 2028WAC-6539
View 2-notice timelineLatest notice released 31 Jan 2028
Public SectorAmendment 3 notices
Insurance Services 3 DPS
Crown Commercial Service (CCS) is setting up a dynamic purchasing system for a period of 96 months and is inviting bidders to request to participate for the Insurance Services 3 DPS.
This DPS will provide central government and wider public sector departments the opportunity to procure Insurance Services 3 from a range of suppliers.
The DPS filters are for services, location,clearance and scalability. If you are successfully appointed to the DPS you will be invited by customers (buyers) to submit tenders for relevant services through a competition.
This DPS remains open for any supplier to request to participate throughout its 96 month duration. CCS reserve the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS Agreement.
Additional information: Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the OJEU contract notice for the correct dates, timelines etc. This is to advise that the optional extension has been utilised and the end date is now 07/02/2028.
Crown Commercial ServiceNorth West7 Feb 2028WAC-9840
View 3-notice timelineLatest notice released 7 Feb 2028
Public SectorAmendment 4 notices
Health and Social Care Network (HSCN) Access Services Extension
Crown Commercial Service (the Authority) has put in place a Dynamic Purchasing System (DPS) for the provision of data access to the Health and Social Care Network compliant with the HSCN Compliance Document Set hosted on https://digital.nhs.uk/health-social-care-network/suppliers (https://digital.nhs.uk/health-social-care-network/suppliers). This DPS provides Services and associated services from HSCN Compliant suppliers, which are comprised ofthe Core Component and any Supplementary Component(s). The Core Component must include HSCN Connectivity Services as defined in the HSCN Obligations Framework that forms part ofthe HSCN Compliance Document Set as available at https://digital.nhs.uk/health-social-care-network/suppliers (https://digital.nhs.uk/health-social-care-network/suppliers) The HSCN Connectivity Services may be managed and/or unmanaged and may have variables and options around its provision including, but not limited to: individual or multiple data connectivity circuits; individual or multiple data connectivity technologies, terrestrial, wireless and satellite solutions; blended (bonded/aggregated) bandwidth; flexible bandwidth; burstable bandwidth; resiliency level (including Non-Resilient ; Resilient ; Resilient - Diverse ; and Resilient - Fully Diverse); and / or multi-tenancy sites (including dynamic bandwidth allocation). The Supplementary Component(s) may include: cloud service access services; related consultancy services; Internet Service Provider (ISP) and Internet services, including but not limited to in-bound internet services and out-bound internet services; Contracting Body-defined VRFs; support for classes and/or qualities of service - Contracting Body-defined QoS; network related security and access control solutions; PSN Services; and/or services that facilitate voice solutions to operate across HSCN, Including but not limited to support for Session Initiation Protocol (SIP) trunking. Contracting Bodies will publish their Call for Competition(s) by electronic means including eTendering systems and reserve the right to use a reverse auction. A Call for Competition may include aggregated demand from multiple Contracting Bodies.
Additional information: Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice forthe correct dates,timelines etc.
Crown Commercial ServiceNorth West22 May 2028WAC-386090
View 4-notice timelineLatest notice released 22 May 2028
Public SectorAmendment 5 notices
Capital Works and Associated Services Dynamic Purchasing System
Procurement for Housing wish to establish a DPS for the delivery of capital works projects and provision of associated services for PfH Members throughout England, Wales and Northern Ireland. It is intended that the DPS will run for an initial period of five years with the option to extend for a further period of up to five years.
The opportunity has been divided into twelve categories as follows - (1) Whole House, (2) Kitchens, (3) Bathrooms, (4) Heating, (5) Electrical, (6) Windows and Doors, (7) Insulation, (8) Roofing, (9) Cyclical Painting, (10) Disabled Adaptations, (11) Skips / Waste Collection and (12) Scaffolding.
At the Invitation to Tender stage PfH Members will define the requirements including requirements and specification, delivery model, pricing model and form of contract.
Please refer to Document A - DPS Pre-Qualification Guidance for further details.
Additional information: All documents related to this opportunity are available to download upon login to the "In Tend" system which can be accessed via the following link -
https://in-tendhost.co.uk/procurementforhousing.
Is a Recurrent Procurement Type? : No
Procurement For HousingNorth West31 Aug 2028WAC-10812
View 5-notice timelineLatest notice released 31 Aug 2028
Private SectorAmendment 2 notices
Dynamic Purchasing System ("DPS") of Temporary Worker Agencies, and Interim Contractors/Consultants for Preferred Supplier Listing ("PSL") Status for Dudley Metropolitan Borough Council - Y23017
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: 04 September 2028
Time: 14:00
Read New: 23 February 2029
Time: 14:00
Dudley & Kent Commercial Services Limited T/A Connect2Dudley is a joint venture between
Dudley Metropolitan Borough Council ("Dudley Council" and Commercial Services Kent Ltd
("CSKL" (a wholly owned business of Kent County Council), newly formed for the purpose of
delivering services back to Dudley Council and CSKL respectively, for the benefit of the
communities that it serves.
This opportunity will allow Connect2Dudley to offer a recruitment managed service
approach to the temporary and interim recruitment needs of Dudley Council, with an option
for managed services to Dudley Council maintained schools and Academy Trusts/Multi
Academy Trusts within the borough of Dudley.
Connect2Dudley are seeking temporary recruitment and interim worker agencies to join the
DPS
View 2-notice timelineLatest notice released 4 Sept 2028
Local GovernmentAmendment
Hull City Council Supported Living and Vulnerable Young People Leaving Care Accommodation and Support (16-25 years) Dynamic Purchasing System
Hull City Council is seeking suitably qualified providers to supply and deliver supported living services for the Authority's Adult Social Care and Children & Young People Family Services, by establishing a dynamic purchasing system (DPS). The length of of contracts will be governed by the persons individual needs. Service Providers can join the DPS at any point following its launch. The DPS will be established for a period of 8 years, with an option to extend for up to a further 2 x 1 year periods. Organisations accepted on to the DPS will be invited, via categories to further competitions to bid against individual, or block placements.
Additional information: Lot Information
(Adults) - Outreach. Lot 1
(Adults) - Enhanced Outreach. Lot 2
(Adults) - Accommodation Based Service. Lot 3
(Adults) - Enhanced Accommodation Based Service. Lot 4
To access the Adults Lots please enter reference 51584 on the YORTender portal (link above).
(Children & Young People) - Emergency Assessment and Short Term Accommodation. Lot 1
(Children & Young People) - Supported Accommodation. Lot 2
(Children & Young People) - Group Living. Lot 3
(Children & Young People) - Solo Living. Lot 4
Access to Children's lots is to be confirmed as the Authority is in the transition period of systems. Updates shall be advertised in due course.
Crown Commercial Service as the authority intends to put in place a new pan-government collaborative agreement for the provision of income generation from estates, assets and Intellectual Property (IP). This will be a Dynamic Purchasing Solution where suppliers can join throughout the life of the agreement.
This agreement will be used by Central Government Departments, their agencies, (including publicly owned transport organisations), Non Departmental Public Bodies, and all other UK Public Sector bodies, including local authorities, health, education providers, devolved administrations and charities.
The agreement will enable government and public sector bodies to run mini competitions to establish contracts with suppliers for income generation services including but not limited to the following services:
- Self service vending
- Automated retail
- Pop up retail
- Automated Cash Machines (ATMs)
- Photo Booths
- Reverse Vending
-Portable Battery Chargers for Mobile Devices
- Delivery Lockers
- Commercial Advertising and Experiential
- Brand Licensing
- Commercial Sponsorship
Additional information: Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice for the correct dates, timelines etc. This is to advise that the optional extension has been utilised and the end date is now 15/09/2028.
View 10-notice timelineLatest notice released 14 Sept 2028
Local GovernmentAmendment 4 notices
ESCC Education Division Approved Provider List (EDAPL)
East Sussex County Council (ESCC) is seeking applications from suitably qualified providers in order to become Approved Providers of the Education Division Approved Provider List (EDAPL). The EDAPL will enable the procurement of services from external providers to support the Council's Education Division's objective of driving improvements in East Sussex schools, academies, colleges and other educational settings.
The contract start date is 01 October 2024 and the contract end date is 30 September 2028. Applications are welcome at any time. The Contracts Finder notice template will not allow the submission date to be after the contract start date, hence why the dates above differ. Please go by the dates in this description.
If Applicants will only be able to work virtually, please note that the Education Division would like someone to be able to work in a hybrid capacity.
For those not based in the U.K. there is a concern that if individuals have not had experience in working in a school in the UK, they may not have the appropriate knowledge (of UK school governance structures, or UK school curriculum and assessment), or qualifications required for the roles, and therefore wouldn't be able to support the schools effectively.
The Division is seeking consultants and providers who can deliver on any, or all, of the following areas:
(i) Provide training and support to schools and settings to improve outcomes for all pupils, including support for: leadership, interim leadership support, governance, staff development, curriculum development, moderation and assessment, pedagogy, behaviour, and attendance.
(ii) Undertake roles associated with the local authority's statutory powers of intervention as outlined in the Department for Education's Schools Causing Concern Guidance (as updated).
(iii) Undertake reviews and provide challenge and support to leaders and managers in educational settings and across local partnerships.
(iv) Independent chair roles, and interim governance roles, to support the development of a range of education partnerships.
(iv) Provide support to identified schools and settings to ensure effective safeguarding arrangements.
(v) Research and evaluation of effective practice and development of new models and approaches across the range of the Division's work and priorities.
(vi) Support for the development and implementation of new strategies.
(vii) Project and leadership support across the range of the Division's work and priorities.
There will be no cap on the number of Approved Providers, who can apply at any time, and more than once, until they are successful. It is anticipated that the annual aggregate expenditure under the EDAPL will be up to £1,000,000.
The EDAPL will be in place for four years, with an option to extend for up to two years. There is no minimum or maximum duration for call-off contracts, and they may expire after the expiry of the EDAPL.
Additional information: The Closing Date is not 30 September 2024 but 30 September 2028 as applications can be submitted at any point whilst the Approved List is open, however the Contracts Finder template does not allow a Closing Date later than the Contract Start Date.
East Sussex County CouncilSouth East30 Sept 2028WAC-365989
View 4-notice timelineLatest notice released 30 Sept 2028
Public SectorAmendment 5 notices
Compliance Services & Associated Works Dynamic Purchasing System
Procurement for Housing wish to establish a DPS for the delivery of compliance services projects and provision of associated works for PfH Members throughout England, Wales and Northern Ireland. It is intended that the DPS will run for an initial period of five years with the option to extend for a further period of up to five years.
Additional information: All documents related to this opportunity are available to download upon login to the "In Tend" system which can be accessed via the following link -
https://in-tendhost.co.uk/procurementforhousing
Is a Recurrent Procurement Type? : No
Procurement For HousingNorth West30 Sept 2028WAC-10959