Welfare Benefits Helpline and Specialist Benefits Advice Service in East Sussex
Invitation to Provider Market Engagement Event
This is not a call for competition; a separate Tender Notice will be published when a formal procurement procedure commences.
East Sussex County Council is to recommission its Welfare Benefits Helpline and Specialist Benefits Advice Service in East Sussex contract, with the new contract to commence 1 April 2027.
You are invited to join us at our Market Engagement Event on Wednesday 13 May 2026.
About this Event
East Sussex County Council will be tendering in July 2026 for Welfare Benefits Helpline and Specialist Benefits Advice Service in East Sussex.
The Council will jointly commission these services with a Co-Commissioning Group to include representation from Adult Social Care and VCSE representatives nominated by the East Sussex VCSE Alliance. The Council will award the contract(s) following a joint evaluation and jointly agreed decision.
The Commissioning Group is seeking to commission:
i) an Accredited Strategic Partner who will deliver some or all of the services and may subcontract some of the services to Accredited Providers.
OR
ii) a Consortium of Accredited Providers who will deliver all of the services between them. A Consortium must identify a lead organisation to act on its behalf as Strategic Partner in relation to delivery of this Service Specification.
The Providers will work collaboratively to ensure services are accessible to East Sussex residents and share insights into needs, priorities and other challenges relating to welfare benefits and the wider financial inclusion agenda.
We invite you to attend this pre-tender virtual Market Engagement Event to learn more about this procurement opportunity, to ask / submit questions and for the Council to provide answers. The event will explain the following:
• Partnership approach
• Background and proposed model
• Procurement approach
This event is targeted at VCSE organisations with a working knowledge of the East Sussex demographic.
Further information:
• The event will be held online: an agenda and event link will be shared the day before to those who have registered. The duration of this event may be shorter depending on the volume and complexity of questions asked by attendees.
• Registration for the event is via email. Please email allyson.king@eastsussex.gov.uk to book a place, including your organisation name and the names and email addresses of those due to attend.
Our requirement is for one modular, controllable aerodynamic wind flow generation system capable of producing highly repeatable, configurable wind conditions for the testing, calibration and evaluation of unmanned aerial systems (UAS) and other autonomous platforms. Responses should include all costs for delivery into our building.
Abri are seeking to commission high quality youth engagement services in each of its South, South-East, and South-West regions and potentially in London. The programme is intended to provide structured, safe and including opportunities for young people aged 13-18, supporting them to improve well-being, build life skills and enhance their future employability. The programme will act as a diversion away from negative influences and behaviours. Priority will be given to the provision services in our Community Investment Zones (Community Investment), and communities with levels of Abri housing stock linked to higher levels of demonstrable need.
The Swaythling Housing Society Ltd (Trading as Abri)South EastWAC-586922
NHS Kent and Medway Integrated Care Board are undertaking a procurement process and are inviting suitably qualified and experienced providers to bid for a Crisis Recovery House Service.<br/>The anticipated contract duration will be for an initial period of 3 years with an option to extend for up to a further 2 years as required.
NHS Kent and Medway Integrated Care BoardSouth EastWAC-583178
Provision of White Goods, Beds, Household Furniture Supplier
Buckinghamshire Council will be receiving £4.6 million from the Crisis & Resilience Fund (CRF) from April 2026, increasing to £4.8 million in Year 3. This funding forms a three‑year programme running from April 2026 to March 2029, designed to support low‑income households who experience financial shocks and to strengthen financial resilience within Buckinghamshire’s communities.
A key element of the programme is the Crisis Payment offer, through which the Council must provide timely and practical support to residents facing acute financial pressure or at risk of entering crisis. Support may include provision of material essentials where households lack access to them, such as food, heating, shelter, white goods, beds, and essential furniture, or access to vital utilities such as water or energy services. The cause or preventability of the crisis does not affect eligibility.
To deliver this support effectively, Buckinghamshire Council intends to procure a provider for the supply, delivery, installation, disconnection (where applicable), and disposal/recycling of:
• White goods
• Beds/ mattresses/ bedding
• Furniture
Additionally:
• Food and clothing vouchers
• Cash out solutions such as Post Office and/or PayPoint.
Under the provisions of the Food Safety Act 1990 and associated European Legislation Isle of Wight Council has a duty of enforcement as a Food Authority, in particular enforcement of the food hygiene and standards legislation. The service is currently provided by the Business Regulation team, part of the Environmental Health function of Community Protection.
This duty requires that interventions are carried out at food premises on the Isle of Wight to check compliance with legal provisions and food safety and standards. This contract will be to complete food hygiene inspections with a broadly complaint C, D risk profile and newly registered premises with a potential hazard of no more than 35. This includes carrying out the inspections in the identified time frame, completion of paperwork and letters. In addition, it will also include undertaking a food standards inspection at those premises that are due. However please note, should the need arise it is the expectation that the provider would have the capability to undertake food hygiene inspections at any risk profile.
HBC - Refurbishment and New Paving Works at Pelham Crescent, Hastings (ESPH761)
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.
Anticoagulation Clinical Decision Support System (CDSS)
Background
Frimley Health NHS Foundation Trust is seeking to engage with the market in relation to the provision of a Clinical Decision Support System (CDSS) for anticoagulation management.
The Trust is seeking a proven, fully integrated Clinical Decision Support System (CDSS) to support the safe and effective management of patients receiving anticoagulation therapy across two acute hospital sites.
The replacement solution must support a high-volume, clinically critical service currently managing more than 800 patients, with approximately 200 anticoagulation dosing decisions undertaken each week. Given the high-risk nature of anticoagulant medicines, the Trust requires a mature, clinically validated system capable of supporting safe prescribing, efficient clinic operations, and robust governance arrangements.
The Trust currently utilises the RAID anticoagulation system, which will be unsupported from 30th November 2026. A replacement system is therefore required to ensure continuity of a critical clinical service managing high-risk patients.
The service currently supports:
- Over 800 anticoagulated patients
- Approximately 200 dosing decisions per week
- Multi-site delivery across two hospital locations
Requirements
The Trust is seeking a system capable of delivering end-to-end anticoagulation management, including (but not limited to):
Core Functional Requirements
- Management of the full anticoagulation patient pathway, including:
- Patient registration and demographic management
- Recording of treatment indications and target INR ranges
- Dose calculation and prescribing support
- Scheduling of follow-up tests and appointments
- Clinically validated, algorithm-based warfarin dosing
- Patient tracking, recall, and monitoring functionality
- Clinic scheduling and workload management
- Full audit trail and reporting capability
- Real-time dashboards (e.g. TTR, safety metrics)
Integration Requirements
- Integration with NHS pathology systems (automated INR result transfer)
- Full interoperability with EPIC Electronic Patient Record systems is mandatory to allow the transfer and recording of test results, dosing decisions and clinical notes.
- Compliance with NHS interoperability standards
Clinical & Governance Requirements
- Evidence of clinical safety and validation (e.g. DCB0129 / DCB0160 compliance)
- Established use within NHS organisations or comparable healthcare environments, with demonstrable reference sites.
- Functionality to support medicines governance, audit, and regulatory compliance, including requirements of the Care Quality Commission.
Frimley Health NHS Foundation Trust is particularly interested in solutions that are already established within the NHS, demonstrate a strong track record of safe anticoagulation management and can be implemented within the required timeframe to ensure continuity of this critical clinical service.
Frimley Health NHS Foundation TrustSouth EastWAC-591360
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 EastWAC-531679
Remedial works based on findings of fire risk assessment undertaken in November 2025.
For more information about this opportunity, please visit the eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Fire-prevention-installation-works./G9YA75H6NP
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/G9YA75H6NP
How many new homes are not new builds - and how can planning help deliver more?
The Planning Officer's Society (POS), a membership organisation for local authority planners, is looking to partner with an academic researcher and or a planning consultancy to develop a series of case studies (between 8 - 10) which demonstrate success in increasing an area's housing supply, creating new homes that do not rely on new builds, and ensuring planning is a key part of placemaking, building communities for the future.
Maidstone Borough Council (MBC) would like to invite a designer or design agency/consortium to design, create and install a series of Heritage Interpretation works in Maidstone town centre.
Indicative Dates & Timeline for Procurement
Tender release: Friday 17th April 2026
Deadline for clarifications: 12:0pm Friday 8th May 2026
Deadline for submission of completed tenders: 12:0pm Friday 15th May 2026
Evaluation: w/c Monday 18th May 2026
Interviews: To be advised.
Appointment of contractor: w/c Monday 1st June 2026
For more information about this opportunity, please visit the eSourcing portal at:
https://www.kentbusinessportal.org.uk/tenders/UK-UK-Maidstone:-Museum-services./Z4C5D7GH8Z
To respond to this opportunity, please click here:
https://www.kentbusinessportal.org.uk/respond/Z4C5D7GH8Z
To carry out demolition of BFI 3 at RNAS Yeovilton to resolve legacy environmental issues and prepare the site for future redevelopment. This project involves the complete removal of above-ground and below-ground infrastructure. The end goal is to restore the site to a safe, uncontaminated, and maintainable condition All activities must comply with applicable legislation and standards.
For more information about this opportunity, please visit the eSourcing portal at:
https://opa.delta-esourcing.com/tenders/UK-UK-Gosport:-Building-demolition-and-wrecking-work-and-earthmoving-work./929V53978J
To respond to this opportunity, please click here:
https://opa.delta-esourcing.com/respond/929V53978J
Installation of Solar panels and associated equipment
Design and install solar PV installation at three buildings. May also include batteries and inverters. The amount will depend on the design proposed. Complete design and installation required. Tenders required for each building as a standalone cost.
Walpole Bay Sea Wall Replacement and Stabilisation Project
Thanet District Council wishes to select and appoint a suitable supplier for the provision of civil engineering construction works at Walpole Bay in the Thanet District, including the replacement of a section of sea wall, coping stabilisation, and concrete sea wall repairs, and invites prospective bidders to submit a Tender to meet the Employer’s requirements. In order to maintain the level of coastal protection to the coastline between Newgate and Walpole Bay, a section of sea wall requires replacement. This includes replacement (including the design and manufacture) of precast sea wall coping blocks, replacement or realignment of the upper course of seawall blocks, replacement of the promenade slab, and in-situ concrete repairs.
Please note that a previous Walpole Bay Coast Protection Scheme was advertised by UK4: Tender Notice with Notice identifier: 2025/S 000-082414 published on 12 December 2025. This procurement process was terminated under UK12: Procurement termination notice with Notice identifier: 2026/S 000-026997 published on 24 March 2026. The Council has considered the matters from the previous Tender, which resulted in the need to abandon this procurement and believes it has addressed these matters by removing some of the Conditions of Participation and reducing the scope of the works, which the Council now believes is more aligned to the project budget. Note the contract period has also been reduced from 22 weeks to 20 weeks to reflect the reduction in the scope of works under the new procurement referenced within this Notice.
The Contract is anticipated to commence in June 2026 (date to be agreed upon completion of legal agreement) for a duration of 20 weeks.
Important Information: All procurement documents are attached to this notice and available for suppliers to download and complete according to instructions contained.
The procurement process will be undertaken on the basis of formal Tenders. Evaluation will be on the basis of criteria and methodology as set out in the Invitation to Tender documents.
Any clarifications or questions must be submitted via the Message area of the Kent Business Portal by no later than 14.00hrs on 01/05/2026.
Completed tender documents must be submitted electronically via the Kent Business Portal by no later than 14.00hrs on 15/05/2026.
For more information about this opportunity, please visit the eSourcing portal at:
https://www.kentbusinessportal.org.uk/tenders/UK-UK-Margate:-Construction-work./ZB3AS4ACK4
To respond to this opportunity, please click here:
https://www.kentbusinessportal.org.uk/respond/ZB3AS4ACK4
Third Party Verification and Validation of the STEP Whole Programme Cost Estimate
The STEP Programme has a requirement to submit their first whole programme cost estimate to HM Treasury in early Q4 2026.
As such, UKFE seeks to appoint an external party to perform the necessary independent verification and validation (V&V) activities of the Whole Programme Cost Estimate, to support the submission to Government, and help inform best practice for future iterations. Although the submission is not part of a formal business case, this V&V activity should be performed as appropriate for Finance Cases following the UK Government 5 case model.
This procurement is being conducted via the MCF4 Framework - Lot 3.
For more information about this opportunity, please visit the eSourcing portal at:
https://ukifs.delta-esourcing.com/tenders/UK-UK-Abingdon:-Project-and-design-preparation%2C-estimation-of-costs./B8K449P4YD
To respond to this opportunity, please click here:
https://ukifs.delta-esourcing.com/respond/B8K449P4YD
A Collaboration of Berkshire Schools - Cleaning Services II
A Collaboration of Berkshire Schools are currently out to tender for the provision of a full daily cleaning service.
The contract is being offered for three years with the option to extend for a further two periods of 12 months. The contract commencement date at The Colleton Primary School and The Federation of Robert Piggott Infant and Junior Schools is 01 November 2026 and for Garth Hill College at is 01 April 2027.
The contract is for a full daily cleaning service during term time and periodic cleaning outside of term time.
TUPE is expected to apply, details of which can be found in the tender documentation.
The Contracting Authority invites tenders from suitably qualified contractors for the inspection, repair, and partial refurbishment of existing flat roof areas on Greenham Control Tower.
The guttering needs replacing.
There is also redundant utility pipework around the building that needs removing.
Works include removal of defective coverings, substrate repairs, installation of upgraded insulation and waterproofing systems, improvement of falls and drainage, and all associated detailing to deliver a compliant and watertight roof system to current UK standards.
“The User requires a Surface Finishing capability for fixed and rotary wing aircraft, in order to support the maintenance of the airworthiness of the platforms in question as mandated by the respective Platform Engineering Authorities.
The user also requires a Surface Finishing capability for Airfield Support Equipment (ASE) which includes MT (Mechanical Transport) and GSE (Ground Support Equipment), in order to assist in corrosion control and visual signature control in accordance with current policies.
Finally, the capability will also be required to undertake miscellaneous station support tasks (e.g., production of signage).
These requirements are to be readily accessible when required by all RAF stations in the UK and by UK Strategic Command (UKStratCom) Permanent Joint Operating bases (PJOBs) overseas”.
The Open University (OU) is requesting information regarding the provision of a modern, secure, cloud based Alumni and Philanthropy Customer Relationship Management (CRM) solution, together with associated implementation, support, and ongoing service capabilities. This is a Request for Information (RFI) as market research only and not a procurement exercise.