The Court Funds Office (CFO) provides a banking and investment service for the civil courts in England and Wales, including the Court of Protection. The CFO exists to discharge the legal responsibilities of the Accountant General (AG). It is the AG’s responsibility to safeguard funds in court. The Administration of Justice Act 1982 (Primary) and Court Funds Rules 2011 (Secondary Legislation) provide for CFO’s statutory requirements. The Office of the Accountant General (OAG), part of the MoJ, provides oversight over the services provided by the CFO.
The CFO service, under the instructions of the Court, allows for deposits to be lodged, paid out and to interact with the Lord Chancellor’s equity Investment product (Tracker Fund) provided by Legal & General for court clients {mainly Children and Court of Protection Clients (CoP)}. CFO also provides operational and back-office services for all said activities. Given the specific rules and regulations, the current service provided includes bespoke and manual requirements not ordinarily provided by a banking service provider.
This procurement aims to deliver a solution that enables the complete digital transformation of the CFO service, providing clients with secure, web-based access to account information and processing, while removing legacy barriers to efficiency.
This Contract Notice is to inform the market that the Dynamic Purchasing System (DPS) for the provision of Drainage Investigations and CCTV Surveys has been extended for a further year until 30th November 2026, in accordance with the DPS Agreement and original tender documentation.
Carmarthenshire County Council established this DPS for the provision of Drainage Investigations and CCTV Surveys on 1st December 2020 for an initial period of up to 4 years. The DPS is operated on a fully electronic basis and is open to new entrants throughout its term who meet the minimum criteria specified in the DPS documents.
The Council is seeking to appoint contractors to undertake drainage surveys using specialist equipment and cameras that pass through or zoom up culverts and pipes to record their condition and location. The surveys are required as part of the Council’s statutory duties under the Flood and Water Management Act 2010, the Highways Act (1980) and for Asset Management purposes. The requirement is for surveys only, not repairs.
Existing suppliers appointed to the DPS do not need to re-apply.
Carmarthenshire County CouncilWales13 Nov 2026WAC-522650
Crown Commercial Service (CCS) has set up a dynamic purchasing system for the supply of automation applications and services.
CCS is inviting bidders to request to participate in the automation marketplace DPS.
This DPS will provide central government and wider public sector departments the opportunity to procure an extensive range of automation services and licences to support digital transformation, including strategy and business transformation, problem solving with tech solutions, resource and training, and software licences.
If you are successfully appointed to the DPS following your submission you will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This DPS remains open for any supplier to request to participate throughout the duration of the DPS.
CCS reserves 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 contract.
The Minister for the Cabinet Office acting through Crown Commercial ServiceNorth West15 Nov 2026WAC-77581
The Demand Management and Renewables DPS will provide a route to market to support the UK Public Sectors decarbonisation strategies across the public sector estate
Crown Commercial ServiceNorth West27 Nov 2026WAC-298212
Insurance Services 5 will follow earlier iterations in offering value for money and compliant access to insurance services provided by brokers, insurers and claims management companies in a highly regulated market. Services will be offered to the whole of the public sector to enable the sourcing of all aspects of insurance services, including but not limited to: brokerage advice, insurance cover, claims management services. Management of insurance and risk management programmes. Ranging from complex combined business insurance programmes to one off renewals and urgent insurance coverage.
Crown Commercial ServiceNorth West31 Dec 2026WAC-553402
Insurance Services 5 will follow earlier iterations in offering value for money and compliant access to insurance services provided by brokers, insurers and claims management companies in a highly regulated market. Services will be offered to the whole of the public sector to enable the sourcing of all aspects of insurance services, including but not limited to: brokerage advice, insurance cover, claims management services. Management of insurance and risk management programmes. Ranging from complex combined business insurance programmes to one off renewals and urgent insurance coverage.
Crown Commercial ServiceNorth West31 Dec 2026WAC-549293
This is a UK2 Preliminary Market Engagement Notice for the PRIMUS II Ground Station Support Solution.
Defence Equipment and Support (DE&S) is preparing the market to provide suppliers the opportunity to deliver a comprehensive support solution for the PRIMUS Ground Station. This requirement covers through-life support for hardware and software of the Ground Station.
This procurement shall be considered for competitive tender via the Space Technology Solutions Dynamic Market (RM6370), should you be interested in this procurement - please register to the Dynamic Market.
Further notices relating to the requirement will be published on the Find a Tender Service in due course.
Link to The Space Technology Solutions Dynamic Market: https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370?nav=0
Update: The Authority has amended the estimated dates for this notice for PRIMUS II In‑Service Support Solution.
The Authority wishes to thank suppliers for the time and attention given to the material issued to date, and advises suppliers to remain alert to future procurement activity.
The Authority has established a Dynamic Purchasing System (DPS) for Outsystems Services including Support, Maintenance, Application Development, Client-Side Support and Continuous Improvement.
The DPS is split into two (2) lots:
Lot 1 - Projects
Lot 2 - Digital Resources
.
No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to within each lot description. The DPS will be open to entrants throughout its life who meet the minimum criteria.
Suppliers should note that the Authority may incorporate a preferred bidder stage in their invitation to tender process to allow them to carry out appropriate due diligence on the preferred supplier.
The Authority will have the right to request evidence that entry criteria is still valid at any point during the life of the Dynamic Purchasing System with evidence to be provided via an updated SPD to the Authority within 5 working days of request being issued.
There will be an ongoing requirement for suppliers to provide management information on call-off contracts awarded under this DPS.
Suppliers should be aware that there may be a requirement to indicate the names and professional qualifications of the staff assigned to performing the contract at any subsequent Call-Off
DPS call-offs may require the mandated payment of the Real Living Wage as a special contract condition, this will be determined on an individual call-off basis.
It is intended that the terms and conditions applicable to Call-Offs will be the Scottish Government ICT Model Services Contract. The Terms and Conditions will be refined for each applicable Call-Off.
Interested parties can apply for either or both lots. Interested parties do not need to meet all elements of the scope detailed within each lot to be awarded a place.
Social Security ScotlandScotland19 Jan 2027WAC-262944
This dynamic purchasing system (DPS) provides a compliant, one stop shop for all aspects of housing maintenance & repair for both tenanted and void/vacant properties. Featuring a vast range of both planned and reactive maintenance & repair services, the agreement also provides access to essential compliance services such as fire safety, electrical testing & asbestos management.
It can help achieve Net Zero goals with PAS 2030/35 certified suppliers offering Whole Home Retrofit services and it also features Housing Portfolio Management, for customers looking to manage their housing stock and handle areas such as move ins/outs, disposals and put in place a centralised service to manage and fulfil repair requests.
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 an extension has been given and the end date is now 23/02/2029
Crown Commercial ServiceNorth West23 Jan 2027WAC-11517
This dynamic purchasing system (DPS) provides a compliant, one stop shop for all aspects of housing maintenance & repair for both tenanted and void/vacant properties. Featuring a vast range of both planned and reactive maintenance & repair services, the agreement also provides access to essential compliance services such as fire safety, electrical testing & asbestos management.
It can help achieve Net Zero goals with PAS 2030/35 certified suppliers offering Whole Home Retrofit services and it also features Housing Portfolio Management, for customers looking to manage their housing stock and handle areas such as move ins/outs, disposals and put in place a centralised service to manage and fulfil repair requests.
The Minister for the Cabinet Office acting through Crown Commercial ServiceNorth West25 Jan 2027WAC-278764
At United Utilities, it is our commitment to supply great water to homes and businesses, removing and treating wastewater behind the scenes. We are developing our infrastructure in response to climate, population and lifestyle changes so we can deliver a service customers can rely on now and in the future. Section 82 mandates the continuous monitoring of water quality upstream and downstream of storm overflows and wastewater treatment assets, with the objective of improving transparency, compliance, and environmental outcomes. The CWQM programme is a major transformation initiative requiring significant investment in technology, installation capability, ecological and hydrological planning, and real-time data assurance. United Utilities requires a Supplier capable of delivering a robust monitoring solution that integrates with UU’s existing telemetry, data platforms, operational processes, and regulatory reporting frameworks, ensuring accurate monitoring and near-real-time data availability. United Utilities are looking to procure the end-to-end delivery, operation, and assurance of Continuous Water Quality Monitoring (CWQM) across United Utilities’ (UU’s) waste water network, in accordance with the requirements of Section 82 of the Environment Act and the CWQM Interim Technical Standard, as updated from time to time. Under the Agreement, a CWQM Supplier shall provide all goods, works and services, including but not limited to: • All hardware, including sondes, remote telemetry units, batteries, fixings, kiosks and other installation options; • Design & Installation process including all associated works including all associated works required to install/maintain equipment such as (but not limited to): land clearance, civils work and surveys; • Data acquisition and provision; • Maintenance and calibration; • System integration with the Company’s systems; • Reporting capabilities; and • Any other goods and services required to ensure continuous, accurate, reliable, and regulatory-compliant monitoring at designated upstream and downstream locations.
United Utilities Water LimitedNorth West29 Jan 2027WAC-549164
Crown Commercial Service (CCS) as the Authority intends to put in place a dynamic purchasing system for the provision of Facilities Management and Workplace related Services.
This dynamic purchasing system (DPS) will provide FM services to the Wider Public Sector and Central Government. It offers a compliant route to market for the procurement of lower value and / or less complex hard and soft FM services.
This DPS complements the Facilities Management and Workplace Services framework RM6232 which may be suitable for higher value procurements.
The services available include:
● Catering Services
● Cleaning Services
● Defence Only - End User Accommodation Services
● Helpdesk Services
● Landscaping Services
● Maintenance Services
● Miscellaneous FM Services
● Security Services
● Smart FM Solutions including Computer Aided Facility Management (CAFM) Services
● Specialist Defence FM Services
● Statutory Obligations / Compliance Services
● Visitor Support Services
● Waste Services
The Minister for the Cabinet Office acting through Crown Commercial ServiceNorth West9 Feb 2027WAC-272889
Crown Commercial Service (CCS) as the Authority intends to put in place a dynamic purchasing system for the provision of Facilities Management and Workplace related Services.
The DPS will offer an alternative route to market for lower value and / or less complex contracts and will look to attract SME suppliers. This DPS complements the existing Facilities Management Marketplace framework (RM6232) and provides customers with a range of procurement solutions. It offers a wide range of works and services for public sector estates, such as maintenance, response repairs, supply and installation works.
This agreement will also include services such as CAFM, help-desk services, and waste.
This DPS will be available to be utilised by Central Government Departments and all other UK Public Sector Bodies, including but not limited to, Local Authorities, Health, Police, Fire and Rescue, Education, Housing, Charities, Not for Profit, Nuclear and Devolved Administrations and International.
The Facilities Management and Workplace Services DPS will be organised into distinct categories to enable Suppliers to select all elements relevant to their service offering.
Customers can filter the elements to produce a shortlist of Suppliers to invite to a competition.
The four (4) distinct categories comprise of:
Services
Building Type
Location
Annual Contract Value
Additional information: This is to advise that the optional extension has been utilised and the end date is now 23/02/2029
Crown Commercial ServiceNorth West9 Feb 2027WAC-11518
Crown Commercial Service (CCS) set up a dynamic purchasing system for a period of 60 months and has invited bidders to request to participate for the Cyber Security Services 3 DPS.
This DPS provides central government departments and the wider public sector with the opportunity to procure cyber services from a range of suppliers.
The DPS filters are for certification, services, standards and experience. Appointed suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition.
This notice is to advise that this DPS has been further extended to 13/02/2027 and based on current spend profiling the estimated total value has been increased to £800million.
Additional information: Please be aware that this DPS was extended to 13/02/2025 and based on the spend profiling at that time the estimated total value was increased to £255million.
Please note that this DPS has been further extended to 13/02/2027 and based on current spend profiling the estimated total value has been increased to £800million.
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.
Crown Commercial ServiceNorth West13 Feb 2027WAC-478661
Crown Commercial Service (CCS) set up a dynamic purchasing system for a period of 60 months and has invited bidders to request to participate for the Cyber Security Services 3 DPS.
This DPS provides central government departments and the wider public sector with the opportunity to procure cyber services from a range of suppliers.
The DPS filters are for certification, services, standards and experience. Appointed suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition.
This notice is to advise that this DPS has been extended to 13/02/2027 and based on current spend profiling the estimated total value has been increased to £800million.
The Minister for the Cabinet Office acting through Crown Commercial ServiceNorth West13 Feb 2027WAC-49667
Crown Commercial Service (CCS) set up a dynamic purchasing system for a period of 60 months and has invited bidders to request to participate for the Cyber Security Services 3 DPS.
This DPS provides central government departments and the wider public sector with the opportunity to procure cyber services from a range of suppliers.
The DPS filters are for certification, services, standards and experience. Appointed suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition.
This notice is to advise that this DPS has been further extended to 13/02/2027 and based on current spend profiling the estimated total value has been increased to £800million.
Additional information: Please be aware that this DPS was extended to 13/02/2025 and based on the spend profiling at that time the estimated total value was increased to £255million.
Please note that this DPS has been further extended to 13/02/2027 and based on current spend profiling the estimated total value has been increased to £800million.
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.
Crown Commercial ServiceNorth West13 Feb 2027WAC-347443
This is a republication of OJEU reference 2020/S 203-494905 ( https://ted.europa.eu/en/notice/-/detail/494905-2020 ) which was originally published by the Police and Crime Commissioner for Dorset on behalf of the Forensic Capability Network.The Digital Forensic Services Dynamic Purchasing System (DPS) has novated from the Police and Crime Commissioner for Dorset to Bluelight Commercial.Bluelight Commercial are leading a National Digital Forensics Services DPS which is in place for up to an eight-year period from the commencement date.This is a strategic collaborative national (pan force) procurement, buying once for many, driving quality, standardisation, compliance with legislation and innovation, whilst increasing market capacity and capability. The DPS will provide opportunities for Forensic Service Providers to win business and provide a range of services which are compatible with operational capabilities at any given time.
Bluelight CommercialWest Midlands28 Feb 2027WAC-29341
The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services. A key objective of this DPS is to offer a straightforward, flexible route to market for all Scottish public sector organisations with a requirement for digital technology and cyber services across four lots:
- Digital Technology Projects and Services
- Digital Technology Resources
- Digital Training Services
- Cyber Security Services
Potential participants must complete the SPD (Single Procurement Document) and meet the minimum entry criteria to participate on the DPS.
For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information).
The Digital Technology and Cyber Services DPS will be open for new applicants throughout its lifetime.
The Dynamic Purchasing System (DPS) will provide a database of Approved suppliers considered capable of carrying out professional consultancy services to a satisfactory standard. The nature and types of services that may be required may include, but are not limited to, those services identified by the CPV code and summarised in section II.2. The specific services cannot be clearly defined at this stage, however the nature and types of services that may be required may include, but are not limited to, buildings and civils professional consultancy services. The DPS is a 2-stage process: Stage 1 - All providers who meet the selection criteria within the online Questionnaire and are not excluded will be admitted to the DPS. New providers can also apply to join the DPS at any point during its lifetime. Stage 2 - Contracts are awarded during the second stage. A Call-Off competition will be put out inviting each approved provider on the DPS list relating to the particular Lot.
Telford and Wrekin CouncilWest Midlands16 Apr 2027WAC-127403
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Public Sector Collaborative Agreement for the provision of Healthcare Soft FM Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
The initial position, subject to engagement, is for a lotting structure that covers Waste, Catering, Linen & Laundry, Cleaning, Security, Reception, Portering and Grounds Maintenance.
The final lotting structure of this framework will be determined as a result of the market engagement.