Loading...
Loading...
Loading tenders...
Live procurement opportunities from Find a Tender and Contracts Finder
Active Tenders
195
Closing This Week
10
Total Value
£45913.8m
Showing 25 of 195 tenders
Red Kite Community Housing is preparing to upgrade the analogue-based emergency community call alarm systems across up to 27 sheltered housing schemes. This project forms part of a critical digital transformation programme in response to the UK-wide switchover from analogue to digital networks by January 2027 and addresses the growing challenges of maintaining outdated infrastructure. The current systems—comprising call points, lift alarms, fire panels, and door entry systems located in communal areas—are connected to an Alarm Receiving Centre (ARC) via analogue phone lines. These systems are essential for tenant safety and must be digitally enabled to ensure compliance and continuity.
The University is looking to appoint one (1) supplier to deliver a pay-to-use, low-emission bus service providing reliable transport for staff and students travelling to and from the Egham campus. The contract shall commence on 1 September 2026, with full services commencing on the start of each autumn term, (21 September 2026 for Year 1). The initial contract term will be three (3) years, with two (2) optional twelve (12) month extensions to 2031. The service will support the University’s aims to reduce car use, improve air quality, enhance community safety, and provide additional capacity during peak times and major University events. The supplier will be expected to demonstrate strong customer service, reliable performance, and a commitment to continuous improvement aligned with the University’s sustainability and carbon-reduction goals.
The work for HM10 - Highways and footway reactive maintenance will be at separate sites described in the Task Orders, located anywhere within the Metropolitan Borough of Sefton. Anticipated works type to be undertaken under the proposed contract: • Footway maintenance activities, including isolated repairs. Footway materials may include bituminous, p.c. flags, Southport tiles, blockwork, p.c kerbs and edgings. Adjustment of utilities covers and other ironworks may also be included. • Carriageway maintenance activities, including isolated repairs, patching and reinstatement of road markings. • Maintenance of Road Restraint systems • Trial Pits within the highway boundary • Out of Hours Call Out: After 1600 hours (Monday to Friday) and for the full 24-hour period on Saturdays, Sundays and Public Holidays the Authority operates a night security service. The Contactor shall provide out of hours call out during any Christmas Shutdown period. Any work required by the service, under this Contract, shall be issued verbally to the Contractors ‘call out team(s)’ who are required to attend site within 1 hour of the call being made. • Assistance with Winter Gritting/Snow Clearance Operations: During periods of extreme weather, the Contractor may be instructed to provide sufficient operatives, vehicles and plant (as appropriate) to assist with daytime winter gritting/snow clearance operations on the highway network across the Borough • Conduct regular, scheduled inspections and servicing of 3no pumps and associated systems, including confined space entry, ensuring all equipment is operating efficiently and in compliance with relevant regulations and standards • Utility searches as and when required. Utility searches are carried out on a call-off basis. The Service Manager may instruct utility searches for specific locations or Task Orders. The Contractor does not assume any minimum volume of utility searches and no standing charge applies. Payment is made only for utility searches instructed and completed, valued using the relevant Price List item(s) and supported by the search request, search results and location reference. The Service Manager may also instruct the Contractor to carry out the following additional activities: • The repair or renewal of the existing highway and land drainage systems as required, including culverts, ditches, pipework, manholes, chambers, catchpits, outfalls and gullies. • The construction of new highway and land drainage systems. The repair or renewal of the existing highway and land drainage systems as required, including culverts, ditches, pipework, manholes, chambers, catchpits, outfalls and gullies. The cleansing of the highway and land drainage system will be carried out by others but it may be necessary for the successful contractor/contractors to work with these others or provide their own equipment to support their operations. The work is generally for isolated repair/ replacement of highway drains and road gullies and/or for cleansing, bottoming and scything of lengths of selected ditches. • Footway Reconstruction Schemes. Footway materials may include bituminous, p.c. flags, Southport tiles, blockwork, p.c kerbs and edgings. Adjustment of utilities covers and other ironworks may also be included. • Carriageway Surfacing Schemes including full reconstruction, re-surfacing, planning and adjustment of ironworks and reinstatement of road markings. • CCTV surveys of drainage and sewers • Site testing, including but not limited to coring, skid resistance, surface texture, deflection/structural testing, density and compaction testing, drainage/permeability checks, retro reflectivity testing, adhesion (pull out testing) testing and other surface or material tests. The Council has not undertaken preliminary market engagement in accordance with Sections 16 and 17 of the Procurement Act 2023, having assessed that it was not required for the nature and scope of this procurement. The Contract will be tendered using the open procedure under the Procurement Act 2023. It is proposed to procure a 8-year contract, consisting of an initial 5-year period followed by a maximum of 3 x 1-year extensions which will be offered following a satisfactory performance review (in line with agreed KPI’s), The Council is open to considering innovative methods of delivery including partnerships between suppliers. The Council will use Key Performance Indicators to monitor the successful bidder's performance throughout the duration of the contract. The performance of the contractor will be used to determine whether an extension is offered at the end of the initial 5-year period. Participation in this tendering process which seeks to result in securing one contractor to provide the necessary Highway and Footway Maintenance (HM10) - Highways and footway reactive maintenance services, in no way guarantees the successful tenderer any given volume of work over the duration of the contract period.
Fire Safety Improvement Works incorporating new fire doors, compartmentation and ensure fire rated materials have been used.
The London Borough of Enfield (the 'contracting authority') is seeking to appoint a suitably experienced supplier to provide a Visual Impairment Outreach Service for children and young people who have a visual impairment. The resultant contract will be entered with the successful supplier to provide resources and training to support schools, colleges, and families to meet the needs of visually impaired children and young people aged from 0 to 25 years, ensuring equal educational opportunities (please refer to the Specifications for further information). As part of this procurement process, the contracting authority undertook a preliminary market engagement between January and February 2026, advertised on 15 January 2026 via the published Notice 2026/S 000-003498. The duration of the contract will be for an initial two (2) years with the option to extend for up to two further periods of one (1) year each, to a maximum Contract period of four (4) years, subject to the supplier's performance and at the full discretion of the contracting authority, and subject to a lawful termination in accordance with the provisions of the Conditions of Contract and budget availability (please refer to Volume 4 of the procurement documents). The procurement is being run as a one stage process via the open procedure under the Procurement Act 2023 and is classified as a Light Touch Service, in accordance with Schedule 1 of the regulations. The contracting authority will incorporate a voluntary standstill period for eight (8) working days, commencing the day on which the contract award notice has been published. The Visual Impairment Outreach Service provides specialist support to visually impaired children and young people aged 0-25 years, enabling them to access the educational curriculum alongside their peers. This is a statutory requirement under the Children and Families Act 2014 and the Equality Act 2010, with delivery guided by the SEND Code of Practice. Historically, the service has operated through direct outreach, partnership working, and integration with wider SEND provision. Demand has evolved in response to demographic changes and advances in assistive technology. Recent trends include increased demand, a focus on inclusive education, digital solutions for remote support, and further integration with wider SEND services. The service is shaped by both national policy and Enfield Council's SEND strategy, with all operations underpinned by safeguarding and best practice standards. The contracting authority would like to receive competitive tenders that will meet the contracting authority's requirements and ensure improvements to the future delivery of the service. The existing Visual Impairment Outreach Service contract currently supports 162 Enfield children and young people, providing specialist advice, assessment, and training to families, schools, and professionals. The intention of this procurement would be to ensure continuation of high-quality, accessible support for all eligible children and young people, promoting inclusion and independence. The service will include direct outreach, training for school staff, family support, and integration with other SEND services. Provision must be available for Enfield's children and young people, including visits to educational establishments outside of Enfield's boundary if a child or young person should attend one of these, and also within independent educational establishments if the child or young person has an Education Health, and Care Plan. Key Challenges • Meeting diverse needs • Managing resources efficiently while maintaining a quality service, and • Responding to demographic changes Key Stakeholders • Children • Families Schools • Health professionals, and • Voluntary organisations The project is driven by a commitment to improving outcomes, achieving value for money, and complying with statutory duties. The estimated maximum budget for this service is £644,000 (excluding VAT and any indexation) over the full lifetime of the contract, including any agreed extensions. The contract aims to deliver a responsive, high-quality Visual Impairment Outreach Service that employs people with the qualifications and expertise required to support children and young people, schools, and families. Strategic Aims • Promoting inclusion • Improving educational attainment, and • Empowering families Operational requirements include rapid response to referrals, flexible service delivery, integration with other SEND services, and robust performance monitoring (see Appendix 2 for draft Service Specification and KPIs). Expected Outcomes • Improved access to education • Increased independence • High satisfaction rates, and • Compliance with statutory duties Further details are found within the Service Specification that is uploaded to the contracting authority's portal, Atamis, as part of the procurement documents. Participation or non-participation in the above-mentioned preliminary market engagement shall not prevent any supplier from participating in, nor shall it place any supplier at an advantage in this contract opportunity. Suppliers must also know that they should cover their own cost of participating in this preliminary market engagement and the contracting authority is not liable for any cost incurred due to potential provider's participation in the exercise.
Southend-on-Sea City Council is looking to appoint up to three suitable Suppliers for the provision of Vehicle Maintenance and Repair Services for the Council's Fleet. The purpose of this Service is to provide Southend-on-Sea City Council (SCC) with a reliable, compliant, and high-quality fleet maintenance provision, that ensures the Council's vehicles remain safe, roadworthy, operationally available, and fully compliant with legal and manufacturer requirements when operating. This Service will cover the delivery of scheduled maintenance, reactive repairs, tyre services, and associated support activities as defined across the individual Lots, with the Supplier (or Suppliers) required to meet the standards, responsibilities, and operational requirements set out in this specification. The requirements will be split into lots; further information is provided below: Lot 1 Fleet Vehicle Routine Scheduled Maintenance Lot 2 Reactive Maintenance & Repairs Lot 3 Mobile Tyres Repairs & Replacement Local Government Reform and Re-organisation: The contracting authority is Southend-on-Sea City Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation. Justification for Not Conducting Market Engagement: Further market engagement was not undertaken as this is a replacement contract, informed by improvement measures learned from the existing contract. These measures include the adoption of a lotting structure to promote increased competition and improve access for SMEs. The services required are not bespoke to SCC and are standard services necessary for fleet operations. The authority is therefore satisfied that the market is sufficiently mature and competitive, with capacity across national, regional, and local suppliers to meet the requirement. Additionally, procurement timescales did not allow for extended market engagement prior to publication of the tender.
The waterproofing package includes the supply of all materials, namely bonded and unbonded membranes, waterbar materials and accessories, which are assembled and installed to form a specific waterproofing system to meet the design requirements. Dependent on the waterproofing system used, the waterproofing materials can be cast into the concrete when poured or applied post pour. The system design is installed to prevent the ingress of water into. The requirement includes 120,000 m2 bonded membrane, 45,000 m2 unbonded membrane, 30,000 l/m joint waterbars, 4,500 l/m hydrophilic waterbars, 15,800 l/m elastomer waterbars, 36,540 l/m PVC waterbars as well as related accessories such as 22,000 units of sealants and adhesives and compressible materials to suit seismic design.
Solihull Metropolitan Borough Council are interested in assessing the market to determine what model would be most effective in delivering of a Specialist Perpetrator Intervention and Disruption service. We want to hear from specialist providers with expertise in delivering perpetrator intervention and disruption services to support the reduction of domestic abuse–related harm in Solihull. We are also interested to hear from organisations who deliver Perpetrator Intervention and Disruption services elsewhere.
An offer of informal peer-led support for parents of infants in Thurrock focussing on supporting them to improve their mental health and improve the familial relationships.
Norse Group are seeking bids from suitably qualified suppliers for the supply of leased plant for a minimum of a 48-month duration, to include full repair and maintenance service, including call outs for breakdowns on all plant hired through this contract, for use across multiple waste depots and HWRC sites located across the borough of Calderdale, West Yorkshire. All plant is required to be supplied as new and to be on site by 1st April 2027 and includes a range of heavy duty plant suitable for use at waste sites and depots. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Specialist-vehicles./JSXDWM276E To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/JSXDWM276E
Specialised Tier 4 Child and Adolescent Low Secure inpatient beds (170024/S - Tier 4 CAMHs Low Secure Inpatient Service (LSU)) with NG tube feeding, for Cheshire and Merseyside young people (13+).
Specialised Tier 4 Child and Adolescent Psychiatric Intensive Care Unit service inpatient beds (170023/S - Tier 4 CAMHs Psychiatric Intensive Care Unit (PICU)) and Low Secure Inpatient Service inpatient beds (170024/S - Tier 4 CAMHs Low Secure Inpatient Service (LSU)) without NG tube feeding, for Cheshire and Merseyside young people (13+).
Specialised Tier 4 General adolescent unit (GAU) including specialist eating disorder services inpatient beds (170022/S - General Adolescent Services including specialist eating disorder services), specifically nasogastric tube feeding, for Cheshire and Merseyside young people (13+).
Cornwall Council is re-contracting Care Services for Older People, for providers with existing care homes registered and located within Cornwall. This will allow the Council to maintain the delivery of nursing and residential care services for older people based on existing care homes and will ensure care services are available to older people whilst the Council progresses a development framework for new schemes to bridge the gap between supply and demand in Cornwall. The new contract will commence from 1st April 2026, following the close of the existing integrated care service contract with the NHS (covering Working Age Adults and Older People). The maximum contract duration will be 8 years. This will include an initial duration of four (4) years, with an initial option to extend by two (2) years and a final option to extend by a further two (2) years. The Council intends to publish the Invitation To Tender (ITT) on 10th October 2025. Full details of the services, ITT process and timeline will be included in the ITT documentation attached to the ITT. Providers are invited to express interest via the advert on Supplying the Southwest. Opportunity ID: DN775088. Further information relating to market engagement activity undertaken by the Council is included in the advert. Please note that the Council is running two separate ITTs for Care Services: - Re-contracting the provision of care services for Working Age Adults with existing care homes DN763294 - A new contract for the provision of care services with new development schemes in Cornwall DN770144
Specialised Adult Eating Disorders inpatient beds (CO1/S/a-Specialised Eating Disorders) for both formal and informal patients (as defined by the Mental Health Act) across the North West of England.
1.0 Background The Greater Manchester Combined Authority Regional Care Cooperative (RCC) is developing a new, region wide approach to supported accommodation for children transitioning out of care aged 16 - 17 and care experienced young people. The RCC has been established to strengthen sufficiency, improve outcomes and develop a more ethical and purpose driven care market across the region. Ensuring young people leaving care have safe and supported environments as they prepare for adulthood. The supported accommodation market is comprised of a range of providers and commissioning arrangements, and service delivery approaches vary across localities. Engagement with young people and sector stakeholders, alongside data analysis and market insight, indicates that experiences of support and placement stability can be inconsistent and that young people often face challenges when moving into adulthood. The RCC has identified a benefit in a regionally coordinated approach that enables innovation in the sector to design a new supported accommodation and settling in model. This procurement forms part of the RCC's wider programme of work to support market sustainability and capacity, strengthen regional planning, and increase the availability of provision that meets current needs and outcomes for young people. The RCC intends to establish a multi provider open framework through a Competitive Flexible Procedure. The approach to commissioning and procurement designed thus far aims to ensure accessibility for all eligible providers. Further information and guidance regarding this pre procurement period is available through the Participation Pack also available through The Chest. 2.0 Summary of Requirements Successful framework providers commit to, and will be able to demonstrate, collaborative working principles throughout the procurement and delivery of the contract. This will include participation in the development of a codesigned collaboration agreement during the codesign phase, establishing early the shared expectations for joint working that will determine how the framework is delivered once in place. 3.0 Objectives and Outcomes The core offer and outcomes the framework will be in place to provide are to be defined through the codesign period as part of the PME. There has been a deliberate decision not to prescribe a specification at this stage. Instead, a service design and its objectives will emerge through meaningful coproduction with sector stakeholders. Some general principles include developing a supported accommodation and wider community base support function that: Will meet demand and need in GM ensuring it aligns with sufficiency data and intelligence. Is of a high quality, trauma responsive, relational, community rooted, and centred around young people's needs and aspirations. Improves placement stability and avoids unplanned moves. Supports preparation for adulthood, including life skills, tenancy readiness, EET engagement, financial capability and emotional wellbeing. Develops new and improves existing alignment across partnerships and pathways. Designs out the "cliff edge" of support at 18 and promotes long term interdependence. Supports a diverse provider pool each contributing key elements of the service and gives flexibility to local authorities to call off provision that meets individual needs, local demand, and the evolving regulatory landscape. Registration to these events must be via the Chest Procurement platform https://www.the-chest.org.uk/ Reference DN812920
The Council wishes to appoint a suitable contractor for the provision of caretaker and reception services at the Bradford Court offices
Gloucestershire County Council and the Carers Partnership Board define a carer as "someone of any age who provides support to or looks after a family member, partner, or friend who needs help/assistance due to frailty, physical or mental illness, addiction, or a disability and cannot cope without this support. This also includes someone who receives a Carer's Allowance and/or cares for someone who receives an Attendance Allowance. However, it does not include someone paid to provide care or volunteer." This Service shall support adult carers who are 18 years and older. One Gloucestershire recognises the importance of supporting carers and their role within the ICS. Without carers, the demand for health and social care Services would substantially increase. The commissioned Adult Carers Service shall: • Actively reach out to those in caring situations and encourage carers to register with the support Service • Support carers and professionals to achieve the outcomes outlined in the Carers Partnership Board Action Plan (see figure 1) • Provide personalised, flexible, adaptive, and creative ways of meeting carers' needs • Listen to carers, actively encourage feedback and where appropriate act on this feedback • Offer the best value for money, whilst meeting statutory requirements • Work with carers and stakeholders to meet outcomes.
The scope of the Contract includes the provision of insurance cover, brokerage services (where applicable), professional advice, claims management and loss control services for property, legal liabilities and other general insurances as required by Cornerstone Housing Limited for a period of three years commencing 01.02.2027, with the option to extend by up to a further two years at Cornerstone Housing Limited’s sole discretion. Bids are invited from suitably qualified and experienced insurance brokers and direct insurers. The Contract will follow the Competitive Flexible Procedure with bidders being selected on the basis of the responses contained in the pre qualifying PSQ. Bidders will be expected have the capability, capacity, financial and economic standing and experience to perform the contract. PSQs must be completed in full with all relevant information supplied. The Contract will be awarded on the basis of Most Economically Advantageous Tender, with specific evaluation criteria detailed within the Invitation To Tender and contract documents. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Exeter:-Financial-and-insurance-services./J478N322AZ To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/J478N322AZ
GHFT (Gloucestershire Hospitals NHS Foundation Trust) “the Authority” invites Bidders to respond to a Preliminary Market Engagement exercise for a Theatres Managed Equipment Service GHFT is embarking on the re-procurement of its Theatres Managed Equipment Service (MES). The Trust currently operates a Theatres MES valued at approximately £25m per year, including equipment provision, theatre related consumables, sterile services, refurbishment, engineering support, specialist cleaning, waste management, and facilities maintenance across both Gloucestershire Royal Hospital and Cheltenham General Hospital. The current contract is approaching the end of its full term, and the Trust are looking to explore the re-procurement of the Theatres MES. As the development of the future service model and commercial strategy progresses, we are seeking valuable insight and expertise from suppliers with the capability to deliver a comprehensive Theatres MES, required to operate the surgical facilities across both sites, in addition to potential wider expansion across adjacent areas including interventional radiology, cardiology, endoscopy, and other areas This Preliminary Market Engagement is being administered in line with PA23 procedures.
The Greater Manchester Pension Fund (GMPF), administered by Tameside Metropolitan Borough Council, operates its own dedicated IT function, independent from the Council's centralised IT service. The Fund manages a modern digital estate built primarily on Microsoft 365, Azure, and virtualised infrastructure, supporting approximately 240 users. GMPF does not have a dedicated in-house cyber security team. Cyber responsibilities are distributed across general IT staff alongside broader operational duties. While the Fund has invested in Microsoft security technologies and maintains an external cyber incident response (IR) retainer, it does not have the capability to provide continuous 24/7 monitoring, threat investigation or proactive threat hunting. The current incident response retainer expires on 13 October 2026, and therefore the new contract should be in place by 1 September 2026, with the IR service commencing from 14 October 2026.
In April 2015, the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services), that were historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make markets aware that we are intending to consider approaches that could fulfill our requirement for the supply and support of portable pharmaceutical refrigerators for land operations. The requirement is for a powered, portable capability with a minimum capacity of 45L. Solutions must be suitable for the safe cold-storage of pharmaceutical goods at +2°C to +8°C in extreme ambient temperature conditions. Solutions should be compatible with UK and overseas mains power supplies as well as 24V vehicle power. Solutions should be able to maintain stable cold-storage temperatures when disconnected from mains/vehicle power for several hours. It is the aim of this Preliminary Market Engagement Notice (PMEN) to encourage companies, suppliers, or manufacturers to make us aware of the market and provide as much information as they are comfortable with, to help decide the future strategy for the range. Team Leidos wishes to generate interest, information and views with other companies to understand the current market innovation and gain useful intelligence that can help our requirement. To register your interest in this requirement, please contact: Olivia.lyle100@teamleidos.mod.uk Please reference LSL/MED/0223 in your email. Responses are required as soon as possible to inform next steps, but the PMEN will remain open until 14/05/2026.
EEM is seeking to set up a framework arrangement with a single provider capable of operating a large-scale, neutral ICT procurement and supply chain management function across the full scope of this Framework Agreement. This procurement will establish a single-supplier framework, in accordance with Section 45(4)(a) of the Procurement Act 2023. EEM has concluded, based on market analysis, statutory considerations and PME feedback, that a single neutral vendor is the only proportionate and effective model capable of delivering the full scope of ICT requirements defined in this document. This approach is justified on the following grounds: A. Interoperability and Whole-ICT Lifecycle Integration ICT procurement across the public sector is currently fragmented. Complex interdependencies between hardware, licensing, cloud consumption, cybersecurity, networks and managed services require a single entity to coordinate supply, ensure compatibility, and provide end-to-end assurance. A multi-supplier framework would not achieve these outcomes, and would increase the risk of: • conflicting supplier commercial incentives • inconsistent technical standards • fragmented support arrangements B. Transparency and Spend Control Public bodies consistently reported that pricing for software licensing, cloud consumption, and associated services is often opaque and difficult to benchmark. The single-supplier Neutral Vendor model is required to: • eliminate hidden margins and bundled charges • ensure transparent, open-book pricing • provide uniform reporting and governance • support PA23 transparency duties under Sections 69-95 C. Aggregation and Economies of Scale A single supplier is required to centralise: • demand aggregation • volume discounting • supply chain optimisation • consolidated OEM negotiation These benefits cannot be achieved with a multi-provider arrangement. D. SME Enablement and Fair Access Evidence from Preliminary Market Engagement confirmed that SMEs find it difficult to engage directly with large ICT procurements. A neutral vendor enables: • structured and fair onboarding • transparent subcontracting workflows • increased SME participation • elimination of reseller-dominated routes This directly supports government objectives on SME inclusion. E. Risk Management and Compliance The Neutral Vendor model mitigates: • inconsistent supplier compliance • unmanaged subcontracting • variable licensing and cybersecurity standards By providing a single accountable entity, the model supports: • compliance with the Procurement Act 2023 • Cyber Essentials/ISO 27001 assurance Based on PME responses, market analysis and the statutory requirements of the Procurement Act 2023, a single neutral vendor framework is considered the only proportionate and effective commercial structure capable of delivering the scope of this Framework Agreement. This Framework does not establish a traditional ICT reseller or managed service delivery model. The appointed supplier must operate as a neutral procurement intermediary, with all sourcing decisions made transparently and without bias towards any proprietary or internally delivered services. The Neutral Vendor will act as the sole contracting entity for all purchases under the Framework, with all supply chain arrangements managed on a back-to-back basis. The objectives of the framework are: Objective 0: Provide an outsourced ICT procurement function delivering compliant sourcing, commercial governance, benchmarking and transparent access to the ICT supply market. Objective 1: Provide a comprehensive range of ICT products and services, including niche suppliers, enabling public sector buyers to procure the latest technology solutions. Objective 2: Ensure competitive pricing through transparent cost structures and negotiated discounts, offering value for money for public sector bodies. Objective 3: Facilitate the redistribution of vendor incentives (e.g., rebates, kickbacks) back to the Buyer in a fair, transparent, and legally compliant manner. Objective 4: Offer flexible and scalable ICT solutions, ensuring buyers can select the most appropriate technology to meet their needs. Objective 5: Ensure all products and services comply with relevant standards and regulations, including the Procurement Act 2023, NHS standards, and sector-specific compliance requirements. The scope of this procurement is for the providers of ICT goods and services. The themes, product and services are set out in the Scope and Specification section of this document. EEM considers this framework will help: • enable EEM members, whether existing or future, and the wider public sector to procure services provided by ICT providers in an efficient and compliant way. • provide access to a vetted list of suppliers, reducing the le and effort needed to conduct individual procurements. • ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. • provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. • provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. • provide diverse ICT needs, including hardware, software, services, and niche products, allowing buyers to source everything from a single framework. • ensure access to cutting-edge and specialised technology, such as IoT solutions and green ICT initiatives. • allows buyers to better scale their ICT purchases in line with changing requirements, from small upgrades to large-scale projects. • Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology. • promoting competition among suppliers, driving higher quality standards. • Reducing procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.
Fuel cards for use on operation vehicles. **Note, this notice is a PIPELINE NOTICE and therefore is NOT currently a call for competition. For the avoidance of doubt, the Pipeline Notice is intended to provide the most accurate forecast currently available for the Trust's high value procurement activity, but does not commit the Trust to procuring any contract and may be amended after publication.**
In April 2015, the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services), that were historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make markets aware that we are intending to consider approaches that could fulfill our requirement for the supply and support of pharmaceutical refrigerators. The requirement is for 3 different sizes of refrigerator: countertop, under-counter and free-standing. Solutions must be suitable for the safe cold-storage of pharmaceutical products at +2°C to +8°C. Solutions will be placed into operational environments, including Royal Navy platforms, and should be compatible with UK and overseas mains power supplies. It is the aim of this Preliminary Market Engagement Notice (PMEN) to encourage companies, suppliers, or manufacturers to make us aware of the market and provide as much information as they are comfortable with, to help decide the future strategy for the range. Team Leidos wishes to generate interest, information and views with other companies to understand the current market innovation and gain useful intelligence that can help our requirement. To register your interest in this requirement, please contact: Olivia.lyle100@teamleidos.mod.uk Please reference LSL/MED/0225 in your email. Responses are required as soon as possible to inform next steps, but the PMEN will remain open until 14/05/2026