Loading page content…
Loading page content…
411 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
HEART Academies Trust (HEART) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of commonly used goods and services from a wide range of suppliers to drive social impact and improvement. HEART is a non-profit making charitable company based in Bedford, made up of 4 schools. The Trust was established to support local schools build upon existing strengths to improve and maintain high educational standards and encourage continuity of education within the local community. The Department for Education annual funding is £57.3bn with £7,460 per pupil and an estimated £10bn is non-staffing costs. HEART Academies Trust's are focused on driving Sustainable practices and making them available to likeminded Customers. HEART believes sustainable procurement takes a wider view and incorporates the net benefits for both the Trust and the wider world. It considers the impact of environmental, economic and social factors along with price and quality for all activity that can be procured through the DPS 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 Service Category will be selected from a list of categories of common goods and services against the Common Procurement Vocabulary (CPV) codes. Geographical location will be selected from NUTS codes, these include a list of UK regions where the service is required. The additional capabilities are a list of filters that will be specific to the further competition and comprise of Security Clearance, Value Threshold, and data security.
From £1
Contract value
BGCBC is seeking to establish a Dynamic Purchasing System (DPS)for the provision of a high quality and cost effective Home to School Transport Service. The requirements will cover bus, taxi, minibus and wheelchair accessible vehicles. The DPS will be structured into the following 4 lots: Lot 1: 4-8 seat vehicles Lot 2: 9-16 seat vehicles Lot 3: 17+ seat vehicles Lot 4: Wheelchair accessible vehicles The DPS will commence on 1st September 2024 and will run for an initial period of 5 years with an option to be extended for a further period of up to 24 months (reviewable on an annual basis and subject to performance). This Contract Notice is the secondary notice and will remain open until 31st August 2029. In accordance with the Public Contract Regulations 2015, the purpose of this notice is to alert interested parties of the standing opportunity and to provide details of the application procedure. Please refer to the additional information section of this notice for registration details.
£16,500,000
Contract value
Caerphilly County Borough Council ('the Council') has established a Dynamic Purchasing System (‘DPS’) for training providers that can provide courses, qualifications and accreditations for employees and residents of the borough for a wide variety and range of services. The initial DPS has now been set up and is open for ongoing applications for new providers to join throughout the DPS validity period.
£7,000,000
Contract value
Flagship Group is setting up a DPS for Retrofit Installation Contractors and Consultants and associated services. Mini competitions will be issued throughout the life of the DPS. All the bidders registered on the DPS who have passed the Selection Stage will be invited to participate in the mini-competitions. Access to the Selection Stage will be open throughout the life of the DPS. The DPS may be used for any of Flagship Group's subsidiary companies.
£20,000,000
Contract value
Dynamic Purchasing System (DPS) for Event Services, Equipment (via Hire) and Associated Structures. The DPS will be in place for 7 years. Glasgow City Council will have the option to extend for an additional 3 periods of 12 months, this will be exercised by the council serving notice on the successful applicants in accordance with the councils Terms and Conditions. This DPS will consist of the following categories: Category 1 - Temporary Power, Generators and Accessories Category 2 - Fencing and Accessories Category 3 - Trackway and Walkway Category 4 - AV Equipment Category 5 - Furniture Category 6 - Cabins and Containers Category 7 - Marquees Category 8 - Toilets Category 9 - Mobile Screens Category 10 - Staging, PA Equipment and Stage Lighting Category 11 - Fireworks/Pyrotechnics Displays Category 12 - Lighting Installation and Projections Category 13 - Event Waste & Environmental Services Category 14 - Design and Consultancy Services Category 15 - Mobile Bar Units Category 16 - Grandstand Seating
£17,000,000
Contract value
Halton Borough Council & Kent Commercial Services Limited T/A Connect2Halton, is a joint venture between Halton Borough Council & Kent Commercial Services Kent Ltd (CSKL) (a wholly owned business of Kent County Council), newly formed for the purpose of delivering services back to Halton Borough Council and CSKL respectively, for the benefit of the communities that it serves. This opportunity will allow Connect2Halton to offer a recruitment managed service approach to the temporary agency, contractor and interim recruitment needs of Halton Borough Council, with an option for managed services to Halton Borough Council maintained schools and Academy Trusts/Multi Academy Trusts. Connect2Halton are seeking temporary recruitment and interim worker agencies to join the DPS
£100,000,000
Contract value
PLEASE NOTE this project replaces: Contracts finder notice: YORWASTE001-DN551310-01927655 Find a Tender notice: 2021/S 000-013885 In relation to the Public Contract Regulations 2015 regulation 34 (Dynamic Purchasing Systems), the Company is inviting Suppliers to tender for a multi-provider Dynamic Purchasing System (“DPS”) for the provision and maintenance of mobile plant to be utilised on a number of the Company’s waste management sites. The scope of the DPS will be for the provision of a variety of mobile plant including excavators, loading shovels, tele handlers and fork-lift trucks. NOTE: The original notice was to set up a 4 -year framework, however Yorwaste will now be operating a DPS (Initially for 4 years, with an option to extend for a further 4 years) instead.
£3,000,000
Contract value
The Scottish Ministers have been working with internal and external stakeholders on the development of a Scottish collaborative Dynamic Purchasing System (DPS) for Civil Engineering projects up to 5 million GBP for use across the Scottish public sector. To be considered, economic operators are required to complete the Single Procurement Document (SPD) including the Financial Standing Workbook, the Technical and Professional Ability Workbook (including Core Terms Acceptance and SOC Check) and the Environmental Management and Climate Change Plan Form in accordance with the Contract Notice and the accompanying Instructions document. Economic operators will be evaluated in accordance with the Public Contracts Regulations (Scotland) 2015, on the basis of the information provided within their application. A Price Quality Ratio (PQR) of 30% Price and 70% Quality (with a range of +/-20%) will be undertaken for all calls for competition under this DPS.
£180,000,000
Contract value
The Metropolitan Police Service (MPS - the Authority) is establishing the Precise Policing Phase 2 Dynamic Market (the Dynamic Market) to meet current and future operational needs and the MPS Commissioner's transformative change programme, "Precise Policing", and the Digital Data and Technology strategy. This strategy is structured around 6 strategic themes: Foundation, Data, Transformation, Efficiency & Resiliency, Capabilities, and Ways of Working. These act as guides allowing us to: plan, select, deploy and run digital technology that works for the Metropolitan Police. The scope of requirements for the Dynamic Market includes technology capabilities within the following categories: o Technology professional services - A wide range of digital and data services such as software development, testing and data engineering; o Transformation and automation - AI and data enabled products and services including agentic AI, video processing, workflow and business process modelling; o Digital workplace modernisation -Products and capabilities to modernise legacy systems, support the rapid building of applications (such as situational awareness apps); o Data Management - Covering the building of search, integration, data analytics, data engineering and reporting; o Video processing and analysis - Video management, video ingestion, video analysis and searching using technology such as AI to identify and detect objects; o Cyber security - Products and services to manage and mitigate risks across our cyber estate; Further details for the Conditions of Membership will be shared via COUPA. The specific user cases for the next 18 months are outlined below and are subject to change: o Video Redaction; o Situational awareness; o Video Searching; o Data intelligence / Intel scanning. Graph based data analytics alongside the MPS Enterprise Data Platform; o Public order planning; o Digital Asset Management System (DAMS) and improvements to end-to-end digital processes. More information will be provided as part of the COM.
Value undisclosed
Supply Chain Coordination Ltd (the “authority or NHS Supply Chain”) is issuing this Invitation to Tender (“ITT”) in to establishing Dynamic Purchasing System (DPS). Offer a route to market for Innovative products (Novel or iterative and meets an unmet need or provides improvements upon existing models of care with the end-goal of benefiting the system, patients and/or care providers) The objectives of this contract are to: Enable customer access to Medical Technology (MedTech) products and associated services that would not normally be available and that are of an innovative nature that they cannot be range extended on to a traditional Framework Agreements. Provide a compliant route to the NHS market for innovative and game changing MedTech products, reducing the barriers to entry and the time to market. Whilst still maintaining patient safety and improving patient care. Enable early access to innovative technology and regulatory approved products which enhance treatment solution for NHS patients. Maintain a compliant route to market for the Trusts bringing innovation products to the market sooner. Improve patient outcomes. Category area covered by this DPS: - Orthopaedics, Trauma and Spine - Ophthalmology - Audiology - Cardiology - Endourology - Endoscopy - Neuromodulation - Oncology Ablation - Minimally Invasive Surgery - IVDR products/ tests (Pathology and Point of Care)
£500,000,000
Contract value
Embark Multi Academy Trust is establishing a Dynamic Market under the Procurement Act 2023 for the provision of Estates Works and Capital Projects services across the United Kingdom. This Dynamic Market will enable flexible, compliant access to a wide range of suppliers for construction, refurbishment, and maintenance projects. Opportunities to provide works, services and supplies will be available in the following categories: Adaptations Air Monitoring Air Handling Units, Filters, Ventilation & Extraction / Cleaning Asbestos removal/treatment/analytical services. Identification, containment, and disposal of materials containing asbestos Boilers, Heating & Associated Plant - gas safety / flue testing. Oil, LPG Brick & Blockwork Building Management Systems & Automatic Control Systems Capital Projects Catering / kitchen equipment servicing/maintenance Civil Engineering & Groundworks Cladding & Insulation Cleaning & Site Clearance Curtains & Blinds Demolition Work Doors & Windows including Windows (PVCU) & Glazing Work Electrical and Lighting: Installation & Maintenance Services, and Emergency Lighting and Power Fencing & Gates Fibre optic installation Fire Protection - alarms, extinguishers, doors, automatic opening vents Floor & Wall Covering, and Wall, Floor and Ceramic Tiling General Building, Construction & Maintenance General Flooring & Screed Grounds Maintenance & Landscaping Joinery & Carpentry Lifts, Escalators, Hoists and Conveyance Systems Lightning protection Locksmiths Masonry Mechanical Works Modular Buildings and Structures Painting & Decorating Pest Control Plastering & Rendering, Internal and External Walls and Ceilings Playground Equipment and Sports Pitches Plumbing & Drainage Portable Appliance Testing & Fixed Wire Testing Renewables & Sustainable Onsite Generation & Storage Roads, Highways & Traffic, Resurfacing Work and Roads Maintenance (Minor Works) Roofing Safety Equipment (incl. Fall Arrest System) Scaffolding Security, Access Control, Intruder & CCTV Systems Surveying & Consultancy UPS & Generators Washroom & Hygiene Equipment Water Systems - Servicing, Legionella Testing, Thermostatic Mixing Valves, Water Hygiene (Risk Assessments) and Associated Plant Further information regarding the scope of each category, and how to respond to this opportunity, is contained within the Dynamic Market documentation, which can be obtained by registering on the Contracting Authority's eSourcing portal: https://www.delta-esourcing.com/tenders/UK-title/642Y5CBBF9 Embark Multi Academy Trust have committed to use the Dynamic Market for all their requirements. The following early adopter Trusts are intending to utilise this Dynamic Market for their requirements: Esteem Multi Academy Trust Mater Christi Multi Academy Trust The Dynamic Market is open for use by all other Contracting Authorities as detailed within this notice. The Contracting Authority carried out a Preliminary Market Engagement exercise for this procurement; the notice can be found at https://www.find-tender.service.gov.uk/Notice/004953-2026 Embark Multi Academy Trust has engaged Dukefield Procurement Limited to undertake the Dynamic Market establishment process on its behalf, and thereafter to contract manage the Dynamic Market throughout its term. Additional CPV Codes to be considered as part of the Dynamic Market: 09330000 - Solar energy. 31120000 - Generators. 31154000 - Uninterruptible power supplies. 31625000 - Burglar and fire alarms. 32231000 - Closed-circuit television apparatus. 32560000 - Fibre-optic materials. 34928200 - Fences. 35120000 - Surveillance and security systems and devices. 39190000 - Wallpaper and other coverings. 39221000 - Kitchen equipment. 39310000 - Catering equipment. 39370000 - Water installations. 39515000 - Curtains, drapes, valances and textile blinds. 39715000 - Water heaters and heating for buildings; plumbing equipment. 42160000 - Boiler installations. 42400000 - Lifting and handling equipment and parts. 42511110 - Heat pumps. 43324000 - Drainage equipment. 43325000 - Park and playground equipment. 44112200 - Floor coverings. 44211000 - Prefabricated buildings. 44212310 - Scaffolding. 44220000 - Builders' joinery. 44221000 - Windows, doors and related items. 44221300 - Gates. 44230000 - Builders' carpentry. 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Derby:-Construction-work./G76CAJ442W To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/G76CAJ442W
Value undisclosed
Embark Multi Academy Trust is establishing a Dynamic Market under the Procurement Act 2023 for the provision of Estates Works and Capital Projects services across the United Kingdom. This Dynamic Market will enable flexible, compliant access to a wide range of suppliers for construction, refurbishment, and maintenance projects. Opportunities to provide works, services and supplies will be available in the following categories: Adaptations Air Monitoring Air Handling Units, Filters, Ventilation & Extraction / Cleaning Asbestos removal/treatment/analytical services. Identification, containment, and disposal of materials containing asbestos Boilers, Heating & Associated Plant - gas safety / flue testing. Oil, LPG Brick & Blockwork Building Management Systems & Automatic Control Systems Capital Projects Catering / kitchen equipment servicing/maintenance Civil Engineering & Groundworks Cladding & Insulation Cleaning & Site Clearance Curtains & Blinds Demolition Work Doors & Windows including Windows (PVCU) & Glazing Work Electrical and Lighting: Installation & Maintenance Services, and Emergency Lighting and Power Fencing & Gates Fibre optic installation Fire Protection - alarms, extinguishers, doors, automatic opening vents Floor & Wall Covering, and Wall, Floor and Ceramic Tiling General Building, Construction & Maintenance General Flooring & Screed Grounds Maintenance & Landscaping Joinery & Carpentry Lifts, Escalators, Hoists and Conveyance Systems Lightning protection Locksmiths Masonry Mechanical Works Modular Buildings and Structures Painting & Decorating Pest Control Plastering & Rendering, Internal and External Walls and Ceilings Playground Equipment and Sports Pitches Plumbing & Drainage Portable Appliance Testing & Fixed Wire Testing Renewables & Sustainable Onsite Generation & Storage Roads, Highways & Traffic, Resurfacing Work and Roads Maintenance (Minor Works) Roofing Safety Equipment (incl. Fall Arrest System) Scaffolding Security, Access Control, Intruder & CCTV Systems Surveying & Consultancy UPS & Generators Washroom & Hygiene Equipment Water Systems - Servicing, Legionella Testing, Thermostatic Mixing Valves, Water Hygiene (Risk Assessments) and Associated Plant Further information regarding the scope of each Category, and how to respond to this opportunity, is contained within the Dynamic Market documentation, which can be obtained by registering on the Contracting Authority's eSourcing portal: https://www.delta-esourcing.com/respond/G76CAJ442W Suppliers may apply for one or more Categories based on Trade discipline (e.g. electrical, plumbing, general building). Within each Category suppliers do not have to provide all supplies, services or works within any particular Category, and suppliers can bid where they are only able to provide a subset of elements within any Category. Your application will not be disadvantaged by your inability to provide all supplies services or works within a particular Category. Embark Multi Academy Trust have committed to use the Dynamic Market for all their requirements. The following early adopter Trusts are intending to utilise this Dynamic Market for their requirements: Esteem Multi Academy Trust Mater Christi Multi Academy Trust Chester Diocesan Academies Trust ASCEND Learning Trust The Dynamic Market is open for use by all other Contracting Authorities as detailed within this notice. The Contracting Authority carried out a Preliminary Market Engagement exercise for this procurement; the notice can be found at https://www.find-tender.service.gov.uk/Notice/004953-2026 Embark Multi Academy Trust has engaged Dukefield Procurement Limited to undertake the Dynamic Market establishment process on its behalf, and thereafter to contract manage the Dynamic Market throughout its term. Additional CPV Codes to be considered as part of the Dynamic Market: 09330000 - Solar energy. 31120000 - Generators. 31154000 - Uninterruptible power supplies. 31625000 - Burglar and fire alarms. 32231000 - Closed-circuit television apparatus. 32560000 - Fibre-optic materials. 34928200 - Fences. 35120000 - Surveillance and security systems and devices. 39190000 - Wallpaper and other coverings. 39221000 - Kitchen equipment. 39310000 - Catering equipment. 39370000 - Water installations. 39515000 - Curtains, drapes, valances and textile blinds. 39715000 - Water heaters and heating for buildings; plumbing equipment. 42160000 - Boiler installations. 42400000 - Lifting and handling equipment and parts. 42511110 - Heat pumps. 43324000 - Drainage equipment. 43325000 - Park and playground equipment. 44112200 - Floor coverings. 44211000 - Prefabricated buildings. 44212310 - Scaffolding. 44220000 - Builders' joinery. 44221000 - Windows, doors and related items. 44221300 - Gates. 44230000 - Builders' carpentry. 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers.
Value undisclosed
London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of supplies for Ironmongery for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Framework Agreement with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for suppliers only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Goods. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. Potential reasons for being removed from DPS list: - KPI's (performance on projects). Providers who receive poor KPI scores could be removed from the DPS - Uncompetitive tenders on a regular basis - Poor response or no responses to tender enquires - Financial data changes (assessed at least yearly) - assessed against original SSQ submission. Could either lead to complete removal or dropping out of some lots but not others. Could also lead to others growing to a state where qualify for higher lots. - If credit limit falls below 41, you will be suspended - If credit score falls to 30 (high risk) or less you will be removed from the DPS Additional information: To apply, please follow the link and the steps below: https://www.in-tendhost.co.uk/quadrant-construction/aspx/Home o Create an account o Click on the tab called 'Tenders' o Click on 'Current' o On the left hand side search bar type in the name of the framework you are interested in o Once you have found the framework click on the button called 'View Details' o Then click the button called 'Express Interest' o Click on the 'Selection Stage' Tab at the top o Scroll to the bottom of the screen and you will be able to view the Tender Documents and access the Standard Selection Questionnaire o The Standard Selection Questionnaire is the only requirement for the first stage. L&Q will only correspond with suppliers via tender portal. Please do not attempt to Contact L&Q's Group Procurement via any other method of communication. Is a Recurrent Procurement Type? : No
Value undisclosed
London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of supplies for Ironmongery for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Framework Agreement with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for suppliers only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Goods. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. Potential reasons for being removed from DPS list: - KPI's (performance on projects). Providers who receive poor KPI scores could be removed from the DPS - Uncompetitive tenders on a regular basis - Poor response or no responses to tender enquires - Financial data changes (assessed at least yearly) - assessed against original SSQ submission. Could either lead to complete removal or dropping out of some lots but not others. Could also lead to others growing to a state where qualify for higher lots. - If credit limit falls below 41, you will be suspended - If credit score falls to 30 (high risk) or less you will be removed from the DPS Additional information: To apply, please follow the link and the steps below: https://www.in-tendhost.co.uk/quadrant-construction/aspx/Home o Create an account o Click on the tab called 'Tenders' o Click on 'Current' o On the left hand side search bar type in the name of the framework you are interested in o Once you have found the framework click on the button called 'View Details' o Then click the button called 'Express Interest' o Click on the 'Selection Stage' Tab at the top o Scroll to the bottom of the screen and you will be able to view the Tender Documents and access the Standard Selection Questionnaire o The Standard Selection Questionnaire is the only requirement for the first stage. L&Q will only correspond with suppliers via tender portal. Please do not attempt to Contact L&Q's Group Procurement via any other method of communication. Is a Recurrent Procurement Type? : No
Value undisclosed
Flagship Group is setting up a DPS for the recruitment of temporary and permanent direct and indirect staff for Flagship Group. Mini competitions will be issued throughout the life of the DPS. All the bidders registered on the DPS who have passed the Selection Stage will be invited to participate in the mini competitions. Access to the Selection Stage will be open throughout the life of the DPS.
£10,000,000
Contract value
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370
Value undisclosed
Merthyr Tydfil County Borough Council is establishing a Dynamic Purchasing System (DPS) for the provision of a high quality and cost effective Education and Social Care Transport Service. The DPS Supplier Qualification Questionnaire (SQQ) will remain available for the duration of the DPS. The requirements will cover bus, taxi, minibus and wheelchair accessible vehicles. The DPS will be structured into the following 5 lots: Lot 1: 4-8 seat vehicles Lot 2: 9-16 seat vehicles Lot 3: 17-49 seat vehicles Lot 4: 50+ seat vehicles Lot 5: Wheelchair accessible vehicles The DPS will run for an initial period of 5 years with an option to be extended for a further period of up to 24 months (reviewable on an annual basis and subject to performance). NOTE: The authority is using eTenderWales to carry out this procurement process. To access the tender documentation please visit https://etenderwales.bravosolution.co.uk
£16,000,000
Contract value
Merthyr Tydfil County Borough Council is establishing a Dynamic Purchasing System (DPS) for the provision of a high quality and cost effective Education and Social Care Transport Service. The DPS Supplier Qualification Questionnaire (SQQ) will remain available for the duration of the DPS. The requirements will cover bus, taxi, minibus and wheelchair accessible vehicles. The DPS will be structured into the following 5 lots: Lot 1: 4-8 seat vehicles Lot 2: 9-16 seat vehicles Lot 3: 17-49 seat vehicles Lot 4: 50+ seat vehicles Lot 5: Wheelchair accessible vehicles The DPS will run for an initial period of 5 years with an option to be extended for a further period of up to 24 months (reviewable on an annual basis and subject to performance). NOTE: The authority is using eTenderWales to carry out this procurement process. To access the tender documentation please visit https://etenderwales.bravosolution.co.uk
£16,000,000
Contract value
Due to the ongoing growth and development of the Open Banking market, Crown Commercial Service (CCS), as the Authority, intends to put in place an agreement for Open Banking Services for use by Central Government and the Wider Public Sector. The Agreement will be a Dynamic Purchasing System (DPS). This will be called RM6301: Open Banking DPS (Data, Digital Payments and Confirmation of Payee Services). This agreement will provide a vehicle for Central Government and the Public Sector to source Open Banking Services, including but not limited to: Digital Payment Services Account Information Services Confirmation of Payee (CoP) Services This will be the first agreement for Open Banking Services CCS has developed. We intend to launch for supplier onboarding from late July with the DPS anticipated to go live for use in the Autumn. The agreement is expected to run for 8 years and suppliers will have the opportunity to onboard throughout this duration. 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.
£800,000,000
Contract value
Due to the ongoing growth and development of the Open Banking market, Crown Commercial Service (CCS), as the Authority, intends to put in place an agreement for Open Banking Services for use by Central Government and the Wider Public Sector. The Agreement will be a Dynamic Purchasing System (DPS). This will be called RM6301: Open Banking DPS (Data, Digital Payments and Confirmation of Payee Services). This agreement will provide a vehicle for Central Government and the Public Sector to source Open Banking Services, including but not limited to: Digital Payment Services Account Information Services Confirmation of Payee (CoP) Services This will be the first agreement for Open Banking Services CCS has developed. We intend to launch for supplier onboarding from late July with the DPS anticipated to go live for use in the Autumn. The agreement is expected to run for 8 years and suppliers will have the opportunity to onboard throughout this duration.
£800,000,000
Contract value
Showing 381–400 of 411 contracts