This Dynamic Purchasing System (DPS) will cover the Council's requirements for taxi and minibus passenger transport services, including passenger assistants (escorts), where appropriate, and will encompass home to/from school and college transport, home to/from care transport, Looked After Children, people with additional needs, including complex needs and/or challenging behaviour, other vulnerable people, and councillors and officers of the Council and any other transport requirement as authorised by the Authorised Officer.
South Tyneside Council on behalf of itself, and their partner organisations including any:
• Public or private entity (including limited companies) in which the Council has a shareholding or interest;
• Any Maintained and Academy schools (as defined in the Academies Act 2010) within the Borough of South Tyneside.
• South Tyneside Clinical Commissioning Group, including any successor;
• South Tyneside and Sunderland NHS Foundation Trust, including any successor.
The DPS will open for Supplier accreditation applications from 14 June 2021 and will run to 13 June 2027.
Procurement documents are available free of charge via: https://procontract.due-north.com/Login
South Tyneside CouncilNorth East11 Jun 2027WAC-256948
Nottinghamshire County Council (The Council) is seeking to establish a provider list, using a Dynamic Purchasing System (DPS), of contractors able to provide the delivery of Landscaping, Groundworks, Arboriculture and Maintenance Services across the Council’s Green Spaces in Nottinghamshire
Nottinghamshire County CouncilEast Midlands30 Jun 2027WAC-331267
Barnsley Metropolitan Borough Council (the Council), is seeking to develop a Framework of Support to Live at Home Care providers. The framework is to be established to provide social care funded packages of support to adults aged 18 and over, who meet the eligibility criteria. This includes adults who have assessed care and support needs associated with older age, physical and sensory impairment, mental illness, learning disability and for people living with dementia. The framework will be in place for 2 years with an option to extend for a further 3 periods each of one year, during which time providers may apply to join or may exit at any time. The framework will commence on 1st November 2022. Total estimate is for the total 5 years (if extensions are granted)
Barnsley Metropolitan Borough CouncilYorkshire30 Jun 2027WAC-306981
Barnsley Metropolitan Borough Council (the Council), is looking to establish a five-year open flexible framework for the provision of independent housing-based enablement support. The service covers a wide range of support needs for everyday tasks, personal care, managing budgets, maintaining health and wellbeing plus being supported in the community in terms of appointments and activities.The service providers on the framework will support a wide range of needs which overall reduces the requirement for residential care.
The framework is split into Tiers that bidders may apply for:
Tier 1 - Standard Support
Tier 2 – Complex Care
Tier 3 – A new tier introduced for enhanced support
The framework will be in place for 5 years during which time providers may apply to join or may exit at any time. The framework will commence on 1st March 2023, Total estimate is for the total 5 years
Tenders are invited for inclusion on a Rolling Select List of approved, quality assured providers of Alternative Education intended to facilitate the placement of vulnerable children and young people for whom the Council has a statutory responsibility. All young people placed under this contract will be of statutory school age in Key Stages 1-5.
Alternative Education encompasses a wide range of provisions including vocational therapeutic and tuition services offering up to 15 hours per week. These placements will be for children and young people who are currently not in education or are experiencing placement breakdown.
Alternative education focusses on removing barriers to education and typically helping pupils back into mainstream environments. Whatever form it takes, Alternative Education should always be part of the inclusion process, not the end goal. These packages are commissioned outside of the local offer and are individually tailored to meet the needs of the individuals. These packages are put in place for children when there are difficulties in identifying a suitable permanent education provision for the child. The provision is used as an interim measure to ensure CYP continue to receive education and support whilst a more permanent placement is identified. These may also be put in place at the request of the families.
Providers can apply to join the Rolling Select List or amend which lots they have bid for at any time, however, once the select list is live, applications will only be considered on a termly basis during the months of February, June and October each calendar year. Bidders will be notified no later than the end of the calendar month following month that the Rolling Select List is advertised as open to new bidders. e.g. end of March, end of July and end of November. This Rolling Select List complies with the Light touch Regime under the Public Contract Regulations 2015.
Nottinghamshire County Council has set up a DPS provider list under the light touch regime of the Public Contracts Regulations 2015 (PCR2015) for the provision of Residential Care for Younger Adults. In line with the transition arrangements under the Procurement Act 2023 (PA23), the Council is extending the DPS period of validity from 31 July 2026 to 31 July 2027, to ensure continuity of service. All other terms and conditions of the DPS remain unchanged.
Nottinghamshire County CouncilEast Midlands31 Jul 2027WAC-557748
Cambridgeshire County Council is inviting applications to join our DPS for Individual Service Funds Framework. Cambridgeshire County Council will be able to call-off the DPS.
Individual Service Funds (ISFs) were formally introduced in the Care Act (2014), as an option for commissioning self-directed support. They are a mechanism by which a person's personal budget, agreed by a Social Worker, can be held by a third party organisation (i.e. neither by the County Council nor the person) who is a trusted organisation accredited by the County Council to help the person find the care and support they need in the local community, be it access to Homecare, Day Services, a Personal Assistant (PA), equipment needs, live-in care, social prescribing or signposting to other services and voluntary organisations that will help them achieve their agreed outcomes, or indeed a combination of all of the above. It is a form of Self-Directed Support.
ISFs are particularly appropriate when people do not feel confident enough or have the capacity to manage the financial and employer responsibilities of a Direct Payment on their own but still prefer to exercise personal choice and control over how their agreed care and support needs are met. Some people who receive a Direct Payment may prefer the support of a local approved ISF Broker who can assist the person with support to plan their activities and care but would not themselves hold the budget responsibility this is why the ISF service requirements include separate clauses relating to:
-providers delivering care and brokerage support (Lot 1 of the ISF Dynamic Purchasing System), and
-providers brokering care and support delivered by other providers (Lot 2 of the ISF Dynamic Purchasing System).
This is a re-advertising of 21129 CCC & PCC Individual Service Funds (The original notice cannot be updated due to a technical error). Original FATS notice 2022/S 000-009448 (cannot be linked due to a technical error)
Cambridgeshire County Council31 Jul 2027WAC-562306
Worcestershire County Council ("the Council") and the NHS Worcestershire and Herefordshire Integrated Care Board ("ICB"), together the Participating Authorities are establishing a joint Dynamic Purchasing System ("the DPS") for the provision of Positive Behaviour Support (PBS) Supported Living Services in Herefordshire and Worcestershire and seek applications from suitably experienced, qualified and appropriately accredited Suppliers who wish to pre-qualify for this Service.
Worcestershire County CouncilWest Midlands30 Aug 2027WAC-109814
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
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
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
The Council is running a system called a Dynamic Purchasing System ("DPS") in order to open up SEND Non-Maintained and Independent School Day and Residential Placements contract opportunities to competition and to achieve best value. This Dynamic Purchasing System ("DPS") is an opportunity to be involved in providing SEND Non-Maintained and Independent School Day and Residential Placements for children and young people with disabilities and/or special educational needs. The Services required by the Council are detailed in the Service Specification and Annex 1 – Further Requirements.
Hertfordshire County Council (the authority) is establishing a Dynamic Purchasing System (the DPS) for the provision of Local Bus and School Coach Transport Services.
PLEASE NOTE: This does not cover Taxi Services
Please ignore the start and end dates the DPS will commence on the 1st December 2022 and will expire on the 30th November 2027 unless extended at the sole discretion of the Council
The DPS will be established and operate in accordance with Regulation 34 of The Public Contracts Regulations 2015 (the Regulations). The authority has published a contract notice in FTS and Potential Suppliers are now invited to express an interest in joining the DPS.
Firstly, organisations apply by completing the Council's Supplier Questionnaire (SQ). Organisations which satisfy the pre-determined selection criteria will then be admitted to the DPS. Individual Orders throughout the duration of the DPS will be awarded via competition during the second stage. Organisations admitted to the DPS should note they won't be invited to tender for competition(s) until they have signed the DPS Agreement which will be done electronically via Docusign.
The DPS has been split in to 3 Category's as per the below and Suppliers are invited to bid for 1, more or all of the Category's listed.
Category 1 - Registered Local Bus Services
Category 2 - Contracted Education Bus, Coach or PCV Minibus Services
Contracted Home to School Transport Services, used solely for the purpose of transporting students to schools and colleges. Drivers and Passenger Assistants working in this category will be required to undertake an Enhanced-level DBS with barred list check prior to commencement in their role. This must be arranged through the Councils umbrella body. Contact details for the Council DBS Officer will be shared with Operators so that they can make arrangements.
The Integrated Transport Unit (ITU) plans and manages transport arrangements to schools, colleges, day services and other destinations on behalf of the Council's Children's Services (CS) & Adult Care Services (ACS) Departments.
The Admissions & Transport team in CS provides home to school transport for pupils who meet the criteria set out in the Council's Home to School Transport Policy.
Category 3 - Demand-Responsive Transport
A form of shared transport for individuals or groups travelling where vehicles alter their journey based on demand without using a fixed route or timetables journeys. These vehicles typically pick-up and drop-off passengers in locations according to passenger's needs.
In order to apply organisations must follow the steps laid out below;
Step 1 - log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Step 2 - Find the project and click on View Details
Step 3 - Click on Express Interest
Step 4 - If you are intending to bid click 'Opt In' if you aren't intending to bid click 'O...
Additional information:
Hertfordshire County Council (the authority) is establishing a Dynamic Purchasing System (the DPS) for the provision of Local Bus and School Coach Transport Services.
PLEASE NOTE: This does not cover Taxi Services
Please ignore the start and end dates the DPS will commence on the 1st December 2022 and will expire on the 30th November 2027 unless extended at the sole discretion of the Council
The DPS will be established and operate in accordance with Regulation 34 of The Public Contracts Regulations 2015 (the Regulations). The authority has published a contract notice in FTS and Potential Suppliers are now invited to express an interest in joining the DPS.
Firstly, organisations apply by completing the Council's Supplier Questionnaire (SQ). Organisations which satisfy the pre-determined selection criteria will then be admitted to the DPS. Individual Orders throughout the duration of the DPS will be awarded via competition during the second stage. Organisations admitted to the DPS should note they won't be invited to tender for competition(s) until they have signed the DPS Agreement which will be done electronically via Docusign.
The DPS has been split in to 3 Category's as per the below and Suppliers are invited to bid for 1, more or all of the Category's listed.
Category 1 - Registered Local Bus Services
Category 2 - Contracted Education Bus, Coach or PCV Minibus Services
Contracted Home to School Transport Services, used solely for the purpose of transporting students to schools and colleges. Drivers and Passenger Assistants working in this category will be required to undertake an Enhanced-level DBS with barred list check prior to commencement in their role. This must be arranged through the Councils umbrella body. Contact details for the Council DBS Officer will be shared with Operators so that they can make arrangements.
The Integrated Transport Unit (ITU) plans and manages transport arrangements to schools, colleges, day services and other destinations on behalf of the Council's Children's Services (CS) & Adult Care Services (ACS) Departments.
The Admissions & Transport team in CS provides home to school transport for pupils who meet the criteria set out in the Council's Home to School Transport Policy.
Category 3 - Demand-Responsive Transport
A form of shared transport for individuals or groups travelling where vehicles alter their journey based on demand without using a fixed route or timetables journeys. These vehicles typically pick-up and drop-off passengers in locations according to passenger's needs.
In order to apply organisations must follow the steps laid out below;
Step 1 - log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Step 2 - Find the project and click on View Details
Step 3 - Click on Express Interest
Step 4 - If you are intending to bid click 'Opt In' if you aren't intending to bid click 'Opt Out'
Step 5 - Download and fully complete all of the relevant documentation and upload your submission by 12 noon on 7th October 2022. Please ensure you allow plenty of time prior to the closing date to do this.
If you experience any system problems please contact In-Tend directly on: +44 (0)114 407 0065
If you have any questions relating to service delivery or the tender documents please send these via the correspondence area in In-Tend
Is a Recurrent Procurement Type? : No
Hertfordshire County Council - Environment30 Nov 2027WAC-295904
The Adoption Support Fund (ASF) Flexible Purchasing System (FPS) will have rolling entry-points for Adoption Support Services including Therapeutic Support. This includes services that are both in scope and out of scope of the ASF. It involves a two-stage process; the first stage is concerned with setting up the FPS. Under this stage Bidders are invited to apply for inclusion on the FPS and those who meet the selection criteria detailed in this Invitation to Tender (ITT) and who are not excluded will be shortlisted. Bidders can apply to join the FPS at any point during its lifetime.
Following promotion to the FPS the Authority will invite admitted participants (hereafter referred to as Suppliers) within the relevant Lots and Zones on the FPS to bid for specific Adoption Support Services Contracts. This is stage two of the process which is more commonly referred to as a mini-competition or a call-off. This FPS shall be for the provision of Adoption Support Services and shall run for a period of four years (1st December 2023 - 30th November 2027). Bidders (new and previously unsuccessful) are able to apply to join the FPS anytime between 1st December 2023 - 30th November 2027.
The London Borough of Hackney's Benefits and Housing Needs Service is seeking qualified partners to join a formal Dynamic Purchasing System (DPS), to provide temporary accommodation for homeless households. Suppliers will work closely with the Benefits and Housing Needs service to provide suitable accommodation for households assessed as homeless subject to the conclusion of the Council's enquiries. Please note this DPS is for accomodation only, not supported living. This is an extension of the DPS which originally commenced in 2016. Applications must be made via ProContract - https://www.londontenders.org/
London Borough of HackneyLondon26 Jan 2028WAC-143000
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-218703
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-399109
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
This contract is for Residential Substance Misuse Services and is divided into two Lots:
• Tier 4 In-patient Detoxification Residential Services
• Residential Rehabilitation from Substance Misuse
The Council is seeking multiple providers that can provide either or both of the above named services.
This is a flexible open agreement where, at any time, any Provider that meets the required standards in the Selection Questionnaire can be awarded a contract.
The Council makes no guarantee to any Provider that they will be awarded any Call-Off Contract and no guarantee is made in respect of any volume of work under any such agreements, or in aggregate under the contract.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Contract. The contract affords the Provider merely the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Contract provides for no form of exclusivity or volume guarantee by the Council for Services from the Provider and the Council is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services.
Where a Service is required, the Council will approach the Provider for the service required and confirm with the Provider that they are able to provide the service required within the timescales. The capped daily or weekly rates submitted by the Provider in the Selection Questionnaire (Pricing Schedule) will be the maximum daily or weekly rate for the services. Suitability of the Provider will be determined by the following factors (in no particular order):
• Appropriateness of service delivery provision
• Location
• Price
• Service Users views and wishes
Note - This is not an exhaustive list
This procurement is issued under Direct Award Process B in line with the new Provider Selection Regime.
Durham County CouncilNorth East31 Jan 2028WAC-97591