This is a notice seeking early engagement from interested parties in relation to the Department for Education procurement of a Delivery Partner to support effective delivery of partnerships that strengthen children’s transitions from pre-reception early years settings into school.
The partnerships will focus particularly on support for those children with SEND and from disadvantaged backgrounds.
The Delivery Partner will play a central role in helping partnerships plan and implement their approaches, promote collaboration and good practice, and support continuous improvement across the programme.
The Delivery Partner will also help ensure delivery aligns with priorities, maintains strong governance standards and contributes to sustainable outcomes for children beyond the funding period.
Please note that all references to procedure, value and term length are purely illustrative and subject to change.
Please note that this notice is for early market engagement and exploratory purposes and is not a call for competition.
The Department reserves the right not to enter any formal processes or agreements.
Accordingly, the authority will not be liable for any bid cost, expenditure, work, or effort incurred by a provider in acting based on this notice.
The DfE is keen to maximise opportunities to participate in procurement for Small to Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs).
Consideration will also be given to consortia and collaborative bids from all forms of organisations.
The Home Office (HO) is the government department responsible for safeguarding the nation through border control, immigration, passport issuance, policing, fire services, counter-terrorism and drugs policies.
UK Visas and Immigration (UKVI) plays an integral role in delivering this vision, managing millions of applications annually, enabling foreign nationals to visit, study, work or settle in the UK. As part of the evolution of existing services, UKVI pursues the transformation and modernisation of services in a manner that enhances customer experience and ensures accurate and efficient outcomes. One of the core services delivered by UKVI is pre-entry tuberculosis screening for specific visa routes.
The Tuberculosis Screening Service Project is preparing to procure a revised service; enabling the continued delivery of front-end services, balancing continuity with improvements and transformation.
The purpose of this Preliminary Market Engagement exercise is to gather insights from the market regarding the desired solution, which will inform and support Departmental decision-making processes. At this stage, no final decisions have been made regarding the preferred solution.
For the purposes of this Preliminary Market Engagement Notice, the estimated contract value has been listed as £0. This figure does not reflect the expected final value of the contract. The actual estimated value is currently being finalised and will be shared at a later date.
The purpose of the contract is to provide routine service and maintenance of all fire dampers as set out in the asset register for a period of two years with the University having the option to renew for two further twelve month periods subject to performance.
During the term of the contract the Appointed Contractor will be required to service, test and maintain all Fire Dampers across the University Estate, conforming to all relevant legislation and standards.
The contract requires the contractor to allow for one service interval per annum.
University of WorcesterWest Midlands13 May 2026WAC-582547
Torus Foundation would like to commission an evaluation partner to:
•Independently evaluate the impact that the Torus Foundation has in Torus neighbourhoods and communities for the period April 2023 - March 2026 (inclusive).
•Where possible, determine the Social Return on Investment from its programmes.
•Provide advice on whether Torus Foundation is collecting the appropriate data and delivering expected and helpful outcomes.
•Using external sources assess good practice and advise on what, in the area Torus Foundation is operating and beyond, on what 'good' looks like. Advise on improvements that can be made to processes, performance and data as well as a comprehensive suite of Key Performance Indicators's (KPI) and Management Information (MI).
•Advise on:
What programmes/areas of activity deliver the greatest positive impact?
What areas should we invest in for the most impact?
What areas should we disinvest/disengage from?
Develop theories of change where possible which include credible attribution towards prevention.
The contract will commence on 1st June 2026 and will run for approx 7 months.
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Competent Consultancy companies are hereby invited to tender to design, develop and deliver Community Led Shared History and Culture Programme, Exploring the past and the future for Irish Language and Ulster Scots in the Mourne area focusing on ‘what connects us’, Dispelling myths and perceptions and providing understanding on how our past links to our future.
Newry, Mourne and Down District Council (NMD) Northern Ireland13 May 2026WAC-583350
Hastings Borough Council is seeking to appoint a suitably qualified and experienced contractor for the installation of a damp proof membrane and surface water drainage system, removal and relaying of footpaths, carriageway and kerbs together with all weatherings, refurbishment of steps and balustrading and associated signage and electrical works at Pelham Crescent, Hastings.
The project will comprise the removal of all road and footpath surface finishes within the boundary of the site and the installation of a new waterproof membrane together with surface water drainage and ducting for services, reinstatement of the carriageways and footpaths, refurbishment of the access steps and sundry other works as described.
Hastings Borough CouncilSouth East14 May 2026WAC-577554
Brighton and Hove City Council is inviting tenders from suitably experienced leisure operators to manage its leisure facilities and services as its Agent from 1st April 2027 for an initial period of 10 years with an option to extend for a further 5 years. The scope of services includes all current and future leisure centres that the Council owns or becomes responsible for, seasonal paddling pools, sports pitch bookings and the delivery of health and wellbeing programmes subject to funding.
Brighton and Hove City CouncilSouth East14 May 2026WAC-531050
Holy Family Catholic School & Sixth Form, which is situated in East London, is putting its cleaning contract out to tender with a contract start date of 1st November 2026. The school is situated over two sites.
Holy Family Catholic School & Sixth Form (RM&C)London15 May 2026WAC-580128
Holy Family Catholic School & Sixth Form, which is situated in East London, is putting its cleaning contract out to tender with a contract start date of 1st November 2026. The school is situated over two sites.
Holy Family Catholic School & Sixth Form (RM&C)London15 May 2026WAC-580516
The Future Asylum Contracts Transformation (FACT), formerly Asylum Support and Accommodation Programme (ASAP), is a long-term transformation programme in the delivery of asylum support and accommodation services.
This Notice is part of Preliminary Market Engagement on Asylum Support and Accommodation Programme (ASAP) and more details can be found about the wider programme here – https://www.find-tender.service.gov.uk/Notice/077001-2025
The Home Office will be going to market for supplier(s) who can:
The Provider must ensure that asylum seekers receive clear, accessible, and timely information and support throughout their asylum journey - from initial application and arrival at accommodation to integration into the community. This includes maintaining a reliable single point of contact, delivering oral and written communication in a way asylum seekers can understand, assisting with access to local services, and continuously monitoring and improving the asylum seeker experience through inclusive feedback mechanisms.
---
The Home Office intends to procure a significant proportion of the services under the Light Touch regime in accordance with the Procurement Act 2023.
**The content of this Notice, including the nature of works and services including start date of contract, may be subject to change.**
The Future Asylum Contracts Transformation (FACT), formerly Asylum Support and Accommodation Programme (ASAP), is a long-term transformation programme in the delivery of asylum support and accommodation services.
This Notice is part of Preliminary Market Engagement on Asylum Support and Accommodation Programme (ASAP) and more details can be found about the wider programme here – https://www.find-tender.service.gov.uk/Notice/077001-2025
The Home Office will be going to market for supplier(s) who can:
Monitor provider compliance and performance through a structured assurance framework, combining inspections, desk-based reviews, and data analysis to identify trends, risks, and areas for improvement. The assuror must also produce clear, evidence-based reports to support supplier management and meet the reporting requirements of external assurance bodies.
--
**The content of this Notice, including the nature of works and services including start date of contract, may be subject to change.**
The Future Asylum Contracts Transformation (FACT), formerly Asylum Support and Accommodation Programme (ASAP), is a long-term transformation programme in the delivery of asylum support and accommodation services.
This Notice is part of Preliminary Market Engagement on Asylum Support and Accommodation Programme (ASAP) and more details can be found about the wider programme here – https://www.find-tender.service.gov.uk/Notice/077001-2025
The Home Office will be going to market for supplier(s) who can:
Arrange, manage, and deliver a 24/7/365 transportation service that is safe, timely, and responsive to asylum seeker needs in line with Home Office policy, whether independently or as directed by the Home Office. This includes the use of suitable, appropriately equipped, roadworthy vehicles and professional drivers, supported by an appropriate IT booking system, and ensuring the transport of asylum seekers, their dependents, and permitted belongings with appropriate assistance and within agreed timescales.
---
The Home Office intends to procure a significant proportion of the services under the Light Touch regime in accordance with the Procurement Act 2023.
**The content of this Notice, including the nature of works and services including start date of contract, may be subject to change.**
The Future Asylum Contracts Transformation (FACT) Asylum Support, formerly Accommodation Programme (ASAP), is a long-term transformation programme in the delivery of asylum support and accommodation services.
This Notice is part of Preliminary Market Engagement on Asylum Support and Accommodation Programme (ASAP) and more details can be found about the wider programme here – https://www.find-tender.service.gov.uk/Notice/077001-2025
The Home Office will be going to market for supplier(s) who can:
1. Accommodation Provision – Identify, acquire, and maintain a diverse range of safe, suitable, and legally compliant accommodation types within agreed timescales and contracted regions that meet the varied needs of asylum seekers. Ensure accommodation is aligned with statutory and regulatory standards and is approved and allocated in collaboration with Local Authorities to ensure lawful use, community integration, and minimal impact on local services.
2. Accommodation Management – Maintain accommodation to defined standards throughout its lifecycle, with robust systems in place for maintenance, temporary housing, and complaint communication and resolution to ensure a safe, suitable, and responsive living environment for asylum seekers.
3. Transport – Arrange, manage, and deliver a 24/7/365 transportation service that is safe, timely, and responsive to asylum seeker needs in line with Home Office policy, whether independently or as directed by the Home Office. This includes the use of suitable, appropriately equipped, roadworthy vehicles and professional drivers, supported by an appropriate IT booking system, and ensuring the transport of asylum seekers, their dependents, and permitted belongings with appropriate assistance and within agreed timescales.
4. Sustenance – Ensure that asylum seekers receive appropriate interim support through food vouchers or cash, including issuing food vouchers as a temporary or emergency measure until a Section 4 payment card is provided or replaced, and providing cash where full board accommodation is not available.
5. Safety and Security – Ensure the safety and security of all staff and asylum seekers by implementing appropriate training, incident management, cross-provider collaboration, and vetting procedures.
--
The Home Office intends to procure a significant proportion of the services under the Light Touch regime in accordance with the Procurement Act 2023.
**The content of this Notice, including the nature of works and services including start date of contract, may be subject to change.**
Market Engagement exercise in respect of the provision of Child Health Information Services across the South West England localities.
RFI Documentation is available to download via Atamis reference C439595 https://health-family.force.com/s/Welcome
The deadline for RFI Documentation is 5pm 15th May 2026.
The Future Asylum Contracts Transformation (FACT), formerly Asylum Support and Accommodation Programme (ASAP), is a long-term transformation programme in the delivery of asylum support and accommodation services.
The objective is a transformative re-procurement of services to replace the following contracts:
• Asylum Accommodation Support Contracts (AASC)
• Advice Issue Reporting and Eligibility (AIRE)
• Bridging Accommodation and Travel Services (BATS)
• Asylum Support Payments (ASP)
The Home Office will be going to market for supplier(s) who can:
1. Accommodation Provision – Identify, acquire, and maintain a diverse range of safe, suitable, and legally compliant accommodation types within agreed timescales and contracted regions to meet the varied needs of asylum seekers. Ensure accommodation aligns with statutory and regulatory standards, and is approved and allocated in collaboration with Local Authorities to support lawful use, community integration, and minimal impact on local services.
2. Accommodation Management – Maintain accommodation to defined standards throughout its lifecycle, with robust systems in place for maintenance, temporary housing, and complaint communication and resolution to ensure a safe, suitable, and responsive living environment for asylum seekers.
3. Transport – Arrange, manage, and deliver a 24/7/365 transportation service that is safe, timely, and responsive to asylum seeker needs in line with Home Office policy, whether independently or as directed by the Home Office. This includes the use of suitable, appropriately equipped, roadworthy vehicles and professional drivers, supported by an appropriate IT booking system, and ensuring the transport of asylum seekers, their dependents, and permitted belongings with appropriate assistance and within agreed timescales.
4. Sustenance – Ensure that asylum seekers receive appropriate interim support through food vouchers or cash, including issuing food vouchers as a temporary or emergency measure until a Section 4 payment card is provided or replaced, and providing cash where full board accommodation is not available.
5. Safety and Security – Ensure the safety and security of all staff and asylum seekers by implementing appropriate training, incident management, cross-provider collaboration, and vetting procedures.
6. Audit & Assurance Services – Monitor provider compliance and performance through a structured assurance framework, combining inspections, desk-based reviews, and data analysis to identify trends, risks, and areas for improvement. The assuror must also produce clear, evidence-based reports to support supplier management and meet the reporting requirements of external assurance bodies.
7. Service User Assistance – The Provider must ensure that asylum seekers receive clear, accessible, and timely information and support throughout their asylum journey - from initial application and arrival at accommodation to integration into the community. This includes maintaining a reliable single point of contact, delivering oral and written communication in a way asylum seekers can understand, assisting with access to local services, and continuously monitoring and improving the asylum seeker experience through inclusive feedback mechanisms.
8. Wellbeing and Safeguarding – Establish effective communication channels with relevant partners to ensure timely notification and coordination on safeguarding and wellbeing matters. Where safeguarding concerns are identified, specialist safeguarding staff must be deployed and follow the prescribed action plan.
Proactively prevent and reduce safeguarding incidents, the Provider must offer ongoing support to asylum seekers and ensure that all staff and asylum seekers have access to resources that help them recognise, respond to, and report safeguarding concerns.
Regular welfare checks must be conducted for all asylum seekers.
-------
The Home Office intends to procure a proportion of the services under the Light Touch regime in accordance with the Procurement Act 2023.
**The content of this Notice, including the nature of works and services including start date of contract, may be subject to change.**
The provision of a Debt Advice, Budgeting and Welfare Benefits Advice service to applicants/tenants of Ipswich Borough Council’s Housing Services.
The service will support the Council’s homelessness prevention and tenancy sustainment objectives and provide resilience through improving financial capability.
Sheffield City Council would like to invite you to the Sheffield Sexual Health Service Tender Marketing Engagement Event. There will be two events: 1) Wednesday 13th May, 11am-3pm, Conference Room, Sheffield Town Hall. 2) Monday 18th May, 12:30-5pm Committee Room, Sheffield Town Hall. The purpose of the events is to inform potential Providers about the future procurement strategy for Sheffield Sexual Health services. The events will present draft plans, scope and gather feedback to the proposals. There will be an opportunity to discuss and respond to the feasibility of the design of future services. The Market Engagement events will take the following format: 1. Procurement process - Technical details about the process - Timescales and deadlines - Accessing and using the procurement portal 2. Background to sexual health commissioning - Current commissioning - Sexual health needs assessment - Resource 3. Presentation of potential sexual health lots 4. Questions and discussion - Questions - Networking This invitation is an official stage within the procurement of services; however, it is a non-binding event. The workshop is the Local Authority’s opportunity to engage with Providers, to understand market capacity, shape tender specifications and scope interest in upcoming contracts. Attendance and participation to the event/s does not oblige a Provider to bid for the opportunities. Nor does it guarantee Providers an invitation to the final tender. Please note, the Marketing Engagement event does not constitute a call for competition.
Sheffield City CouncilYorkshire18 May 2026WAC-581126
North Tyneside Council are developing a scheme for the replacement of a tidal causeway within the borough. The works entail the demolition of an existing causeway and the construction of new, within the same footprint.
Following consultant engagement in developing a feasibility report the Authority now wishes to undertake some early market engagement to understand the commercial requirements of a future competitive tender.
The Authority is considering the potential opportunities presented by delivering this project on a design and build basis.
The Authority intends to tender this within Q3 2026 with an appointment in early Q4 2026. Indicative start on site in Q2 of 2027.
We have provided some initial indicative information from the feasibility exercise to understand the project scope.
North Tyneside Borough CouncilNorth East20 May 2026WAC-576968