Skip to main content

Public tenders

Tenders in Education & training services

Live results from every procurement portal we monitor. Refine the search using the filter bar above.

56 matching · page 2 of 3

United Kingdomservices

RFA Ship handling (Manned Model) Courses

Ministry of Defence

There is a requirement to provide senior RFA (Royal Fleet Auxiliary) deck officers with manned model ship handling training to develop their existing skills and understand the behaviour and handling of large vessels, with special emphasis on slow speed control.

Estimated value£250,000
ocds-h6vhtk-069327
United Kingdomservices

Independent Specialist Provision for Children and Young People with Special Educational Needs and Disabilities (SEND) - CA&FS - CSC/2023/687*

Stoke on Trent City Council

Since September 2024 Stoke on Trent City Council has commissioned Independent Specialist Provision (ISP) for children and young people including those with Special Educational Needs and Disabilities (SEND) via a flexible framework. The ISP Framework in due to re-open for new and existing providers to join in April 2026. The ISP Framework: • Supports the vision of keeping children and young people local (inclusive of those with additional needs) • Ensures that the council meets its statutory responsibilities • Provides support and allows local non-maintained education provision the opportunity to sit on the Framework • Supports the Council to ensure sufficient placements for our children. • Ensures the Council can build positive working relationships and offer support to Providers. The Council is inviting applicants to tender to join the framework for the following: • Lot 1 - Autism Spectrum Disorder (ASD) & Speech, Language and Communication Needs (SLCN) • Lot 2 - Social, Emotional and Mental Health Difficulties (SEMH) • Lot 3 - Cognition & Learning & Specific Learning Difficulty (SpLD) • Lot 4 - Sever Learning Disability (SLD) & Profound and Multiple Learning Disability (PMLD) • Lot 5 - Hearing Impairment (HI) & Visionary Impairment (VI) Providers may apply for one or more lots depending on the scale and flexibility of their offer. Providers need not be based in Stoke-on-Trent, but the specialist school shall be based in Stoke-on-Trent, or within a reasonable travelling distance.

Estimated value£76.0m
CA&FS - CSC/2023/687*
United Kingdomservices

Provision of Education and Associated Transport for Pupils who have been Permanently Excluded, including a cohort with Education Health Care Plans

Bracknell Forest Borough Council

In order to meet statutory duties, BFC are seeking to procure a total of 15 block placements and associated transport with a registered PRU or Alternative Provision Academy. The block placements will be separated into: 1. 10 block placements for permanent exclusion provision. The Provider will be expected to accept students onto their roll, on day six following permanent exclusion in accordance with statutory guidance. The provider must deliver appropriate educational arrangement and a full curriculum offer that meets education needs, and the personal and social development needs, of pupils who have been unable to access a school place. 2. 5 block placements for pupils with Education Health Care Plans. The provider will support pupils identified as needing an alternative setting due to risk of permanent exclusion or whilst seeking permanent provision. The provider must deliver appropriate educational arrangements and a full curriculum offer, support with outcomes outlined in EHCPs, required assessments and support with consultation processes and reintegration. The provider will take full responsibility for the transportation of BFC students within the block arrangements from school to their home address.

Estimated value£1.5m
DN812031
United Kingdomservices

LCC Training Framework

Lincolnshire County Council

Lincolnshire County Council (LCC) is developing an Open Light Touch Framework focusing on the delivery of Statutory and Non-Statutory/ Best Practice Training for its staff and relevant partners within Lincolnshire. This long-term commissioning model will underpin the delivery of training from Summer 2026 and beyond. The Framework will enable a flexible and efficient approach to commissioning Training Services for multiple Council Directorates, including Children’s Services Quality and Standards Learning and Development Training Programme. It will drive innovation and create opportunities for Suppliers. The Open Light Touch Framework will be commissioned for a period of 5 years with the possibility of an extension of up to a further 3 years. The Framework will be separated into Lots as follows: Lot 1 – Health and Safety/ Fire Safety Training Lot 2 – Safeguarding Training Lot 3 – Diplomas and Further Education Training Lot 4 – Professional Training Lot 5 – Early Years Training Lot 6 – Non-Core and/or new and Emerging Requirements Suppliers can request to join as many of Lots 1-5 as appropriate, which will subsequently gain them automatic entry into Lot 6 (for Training Services that are yet to be established and emerge throughout the term of the Framework). LCC Children’s Commissioning, who are leading on the procurement, are hosting a one-hour, online Supplier Briefing Event via Microsoft Teams on Wednesday 13th May 2026 at 11:00am. Interested Suppliers are invited to attend this session by clicking on the link below, where a brief overview of the application process and delivery model will be presented. Participation in the Supplier Briefing Event is optional and will not influence the outcome of the procurement. https://teams.microsoft.com/meet/318007473014314?p=27kc7iOxR0o8laPMcG All Invitation To Tender (ITT) documents detailing the requirements for participation and Terms and Conditions etc. will be available via the Council’s Tendering Portal, Panacea.

Estimated value£5.0m
CS0064
United Kingdomservices

East Summer School 2026 Delivery Partner

London Legacy Development Corporation

LLDC is appointing a delivery partner (sole traders and SME-led small teams are encouraged to bid) to lead the operational delivery of ESS 2026. The role holds responsibility for turning the agreed programme into a safe, inclusive and well‐coordinated live experience, managing the full participant journey while working closely with: a) LLDC – programme vision, partnerships, quality and impact b) Badu (youth work provider) – pastoral care, SEND support and day‐to‐day safeguarding The delivery partner acts as the single operational lead, coordinating systems, people, communications and delivery across the summer. East Summer School (ESS) is a free, inclusive two‐week creative, cultural and STEAM education programme for young people aged 12–17, delivered annually at Queen Elizabeth Olympic Park. The programme comprises 25–30 short courses co‐delivered by East Bank institutions and wider Park partners, engaging approximately 350 young people each year from an expected 700+ applications. Participants are able to choose one course in Week 1 and one course in Week 2, allowing flexibility and depth of engagement. ESS has a strong commitment to accessibility and participation for young people with SEND, Alternative Provision learners and those from disadvantaged backgrounds. Courses are age‐specific (12–14 and 15–17) to ensure appropriate pacing and content, and are designed to support confidence, skills development and progression into further learning, training and creative opportunities. Allowance within the contract will be £170k but the committed spend is £23k. This procurement will be conducted as a proportionate below-threshold competitive process for the appointment of the East Summer School 2026 Delivery Partner. Stage 1: PQQ / Shortlisting Stage will assess the Delivery Partner’s availability, relevant experience, case study evidence and alignment with LLDC’s Priority Themes and Inclusive Growth objectives. The availability question will be assessed on a Pass / Fai

Estimated value
PIP-260506-01
United Kingdomservices

LCR Circular Economy Education for Educators

Merseyside Waste Disposal Authority

Merseyside Waste Disposal Authority (MWDA) is a statutory waste disposal authority which, with its District Council partners, takes a lead in advocating and delivering recycling, waste prevention, and the safe and effective disposal of household waste for the residents of Merseyside and Halton (together, the 'Liverpool City Region'). MRWA is committed to achieving the targets of zero waste and net zero carbon, to achieve these targets we believe a whole systems change is needed. This involves changing behaviours and attitudes away from single use, throw away consumerism towards a culture of reuse, repair and avoiding waste where possible. A key aspect of behaviour change is education, and studies show that information delivered academically, culturally and in communities has more benefits and provides long-term changes to behaviours. MWDA is looking to commission an organisation to deliver circular economy and zero waste?teacher?education projects to?educators across the Liverpool City Region. The education project will focus on engaging with and educating educators and school staff across the Liverpool City Region on zero waste and the circular economy to encourage a positive shift in waste and resource behaviours within schools.

Estimated value
MT237233
United Kingdomservices

Shaw Trust Delivery Partner Dynamic Purchasing Service

The Shaw Trust Limited

The Delivery Partners Dynamic Purchasing System (DPDPS) is currently open until May 2026. Our current contracts are with a range of commissioners including but not limited to DWP, ESFA and HMPPS. The three business areas are Children's and Young Peoples Services. Employability, Health and Wellbeing and Learning and Skills. Opportunities across these three business areas will be made available via the DPDPS. Please find additional details in the link: https://shawtrust.org.uk/change-lives-with-us/supply-chain-and-corporate-partnerships/ Additional information: Please note that the start and end dates that are displayed on this notice are for system administration purposes only. Due to changes in the way will be asking Suppliers to register their interest with Shaw Trust in the future, this DPDPS will now close on 6th May 2026. Further guidance on how to register your interest to work with Shaw Trust will be made available on Supply chain and corporate partnerships - Shaw Trust: https://shawtrust.org.uk/change-lives-with-us/supply-chain-and-corporate-partnerships/

Estimated value£150,000
RFX1000004
United Kingdomservices

Procurement of Emergency and Defensive Driving Training Services for Police and Frontline Community Representatives in High-Risk Areas

Chemonics International, Inc.

Chemonics Group UK Limited which is implementing the Partnership Fund for a Resilient Ukraine Phase 2 (PFRU-2) Project as part of international technical assistance (hereinafter referred to as Chemonics) invites you to submit a Tender for Procurement of Emergency and Defensive Driving Training Services for Police and Frontline Community Representatives in High-Risk Areas. The selected vendor will be awarded a Purchase Order with a period of performance of 4 months.

Estimated value£1
PFRU2-2025-527
United Kingdomservices

Thames Freeport Skills Programme 2027

Thames Freeport

Thames Freeport is procuring training providers to deliver the Thames Freeport Skills Programme, which funds the design and delivery of vocational, technical, and skills training aligned to local economic priorities in the Thames Freeport region (Barking and Dagenham, Havering, and Thurrock). The programme aims to: •Improve the supply of skilled labour in priority sectors •Create employment and skills pathways for local people, including those facing barriers to work •Support transitions into sustained employment and in work progression •Develop new curriculum and pilot innovative skills interventions •Strengthen coordination across the local skills system Types of provision include, but are not limited to: •Pre-apprenticeship training and short courses supporting entry into skilled employment •Qualification-based vocational training in construction, manufacturing, and technical trades •Upskilling and reskilling for adults already in work or seeking to progress •Specialist provision for underrepresented groups, including people with physical disabilities or SEND •Employer-linked training designed to lead to genuine job or apprenticeship outcomes •Training in emerging technologies including AI, digital manufacturing, and advanced welding All delivery must take place within the Thames Freeport region. Providers must have, or commit to establishing, physical delivery locations within the three boroughs before commencement. Blended learning with some online elements is permitted where it supports value for money. Avencera Ltd is acting as Procurement Agent and will be managing delivery on behalf of Thames Freeport Limited, supporting the administration, management, and delivery of the procurement process.

Estimated value
TFP-ITT-SP27
United Kingdomservices

RFA Ship handling (Manned Model) Courses

Ministry of Defence

There is a requirement to provide senior RFA (Royal Fleet Auxiliary) deck officers with manned model ship handling training to develop their existing skills and understand the behaviour and handling of large vessels, with special emphasis on slow speed control.

Estimated value£250,000
ocds-h6vhtk-069327
United Kingdomservices

Independent Specialist Provision for Children and Young People with Special Educational Needs and Disabilities (SEND) - CA&FS - CSC/2023/687*

Stoke on Trent City Council

Since September 2024 Stoke on Trent City Council has commissioned Independent Specialist Provision (ISP) for children and young people including those with Special Educational Needs and Disabilities (SEND) via a flexible framework. The ISP Framework in due to re-open for new and existing providers to join in April 2026. The ISP Framework: • Supports the vision of keeping children and young people local (inclusive of those with additional needs) • Ensures that the council meets its statutory responsibilities • Provides support and allows local non-maintained education provision the opportunity to sit on the Framework • Supports the Council to ensure sufficient placements for our children. • Ensures the Council can build positive working relationships and offer support to Providers. The Council is inviting applicants to tender to join the framework for the following: • Lot 1 - Autism Spectrum Disorder (ASD) & Speech, Language and Communication Needs (SLCN) • Lot 2 - Social, Emotional and Mental Health Difficulties (SEMH) • Lot 3 - Cognition & Learning & Specific Learning Difficulty (SpLD) • Lot 4 - Sever Learning Disability (SLD) & Profound and Multiple Learning Disability (PMLD) • Lot 5 - Hearing Impairment (HI) & Visionary Impairment (VI) Providers may apply for one or more lots depending on the scale and flexibility of their offer. Providers need not be based in Stoke-on-Trent, but the specialist school shall be based in Stoke-on-Trent, or within a reasonable travelling distance.

Estimated value£76.0m
CA&FS - CSC/2023/687*
United Kingdomservices

Provision of Education and Associated Transport for Pupils who have been Permanently Excluded, including a cohort with Education Health Care Plans

Bracknell Forest Borough Council

In order to meet statutory duties, BFC are seeking to procure a total of 15 block placements and associated transport with a registered PRU or Alternative Provision Academy. The block placements will be separated into: 1. 10 block placements for permanent exclusion provision. The Provider will be expected to accept students onto their roll, on day six following permanent exclusion in accordance with statutory guidance. The provider must deliver appropriate educational arrangement and a full curriculum offer that meets education needs, and the personal and social development needs, of pupils who have been unable to access a school place. 2. 5 block placements for pupils with Education Health Care Plans. The provider will support pupils identified as needing an alternative setting due to risk of permanent exclusion or whilst seeking permanent provision. The provider must deliver appropriate educational arrangements and a full curriculum offer, support with outcomes outlined in EHCPs, required assessments and support with consultation processes and reintegration. The provider will take full responsibility for the transportation of BFC students within the block arrangements from school to their home address.

Estimated value£1.5m
DN812031
United Kingdomservices

LCC Training Framework

Lincolnshire County Council

Lincolnshire County Council (LCC) is developing an Open Light Touch Framework focusing on the delivery of Statutory and Non-Statutory/ Best Practice Training for its staff and relevant partners within Lincolnshire. This long-term commissioning model will underpin the delivery of training from Summer 2026 and beyond. The Framework will enable a flexible and efficient approach to commissioning Training Services for multiple Council Directorates, including Children’s Services Quality and Standards Learning and Development Training Programme. It will drive innovation and create opportunities for Suppliers. The Open Light Touch Framework will be commissioned for a period of 5 years with the possibility of an extension of up to a further 3 years. The Framework will be separated into Lots as follows: Lot 1 – Health and Safety/ Fire Safety Training Lot 2 – Safeguarding Training Lot 3 – Diplomas and Further Education Training Lot 4 – Professional Training Lot 5 – Early Years Training Lot 6 – Non-Core and/or new and Emerging Requirements Suppliers can request to join as many of Lots 1-5 as appropriate, which will subsequently gain them automatic entry into Lot 6 (for Training Services that are yet to be established and emerge throughout the term of the Framework). LCC Children’s Commissioning, who are leading on the procurement, are hosting a one-hour, online Supplier Briefing Event via Microsoft Teams on Wednesday 13th May 2026 at 11:00am. Interested Suppliers are invited to attend this session by clicking on the link below, where a brief overview of the application process and delivery model will be presented. Participation in the Supplier Briefing Event is optional and will not influence the outcome of the procurement. https://teams.microsoft.com/meet/318007473014314?p=27kc7iOxR0o8laPMcG All Invitation To Tender (ITT) documents detailing the requirements for participation and Terms and Conditions etc. will be available via the Council’s Tendering Portal, Panacea.

Estimated value£5.0m
CS0064
New Zealandservices

C26/01 - Mid Dome Wilding Project Management

Southland Regional Council

The Mid Dome wilding conifer programme has been running for over 20 years with the Mid Dome Wilding Tree Charitable Trust (The Trust). During this time The Trust has employed a Project Manager to oversee the operational work. Due to recent changes with The trust taking more of a governance role, Environment Southland is now overseeing the contract and are looking for a competent company to undertake the Project Management and operational work within the Flagstaff and Mid Dome areas. The National Wilding Conifer Control Programme led by the Ministry of Primary Industries aims to prevent the spread of wilding pines and to progressively remove them from the land already invaded. 'The right tree in the right place: The New Zealand Wilding Conifer Management Strategy 2015-2030' (Strategy) provides the framework for the national programme. Mid Dome and Flagstaff are Management Units covered by the National Wilding Conifer Programme. This programme is funded through the National Wilding Conifer Control programme and contributions from The Trust. As this is locally and nationally funded there is currently no guaranteed funding going forward though indications for 2026/27 are looking promising and future funding is hoped to be clarified by early 2027. At present it is looking unlikely that we will be able to fully fund the 2023-2033 Strategy commissioned by The Trust and are going back to the basic ideas of The Trust's original strategy with priorities being to maintain the cleared areas, control original seed sources and prevent secondary spread. The Mid Dome operational wilding area consists of just under 30,000 hectares of wilding conifers. This is a mix of tenure of Crown land, conservation land and pastural land. The predominant species are Pinus Contorta (est 90%) with an unknown amount of mugo and an increasing amount of Douglas fir potentially coming from outside the programme area.

Estimated value
33953787
New Zealandservices

25.119.01 - Online job advertising services - open supplier panel

Ministry of Social Development

The purpose of this procurement process is to establish an open Panel of suppliers for providing online job advertising services for the Ministry. The Panel is a list of suppliers who have been approved by MSD through the procurement process as capable of delivering the services and who have agreed to the contract. Any Respondent who agrees and meets the pre-conditions, standards, and service requirements outlined in the RFA can apply to join the Panel. This means that suppliers can apply to join the Panel throughout the life of the Contract. For Application submitted before or on 12 November 2025, all enquiries/applications must be posted on Weka - MSD Supplier Portal. For Application submitted after 12 November 2025, all enquiries/applications must be sent via email to procurement@msd.govt.nz with the subject "Enquiry for Online Job Advertising Services RFA 25.119.01". For Prospective Supplier Registration in Weka go to: https://msd.govt.nz/documents/about-msd-and-our-work/about-msd/suppliers/how-to-register-as-a-prospective-supplier.pdf For Accessing and Responding to Tender Opportunities in Weka go to: https://msd.govt.nz/documents/about-msd-and-our-work/about-msd/suppliers/accessing-and-responding-to-tender-opportunities-with-the-ministry.pdf For Navigating the Supplier Portal in Weka go to: https://msd.govt.nz/documents/about-msd-and-our-work/about-msd/suppliers/navigating-the-supplier-portal.pdf For assistance with Weka email nac_suppliers@msd.govt.nz.

Estimated value
32705858
New Zealandservices

Engineering Consultants Design Panel

Transpower New Zealand Limited

Transpower is seeking to establish a refreshed Engineering Consultants (EC) Design Panel, commencing in January 2027, to provide a long‑term, structured framework for the engagement of engineering design services. The panel will support the delivery of a diverse portfolio of transmission projects across substations, transmission lines and cables, protection and automation, and telecommunications, and work alongside Transpower’s in house engineers and project teams to shape solutions from concept through to construction and commissioning.

Estimated value
33699332
New Zealandservices

Advance Notice - Technical Support Services (TSS) Panel Reset 2026

Ministry of Defence

This Advance Notice is provided to inform the market of the Ministry of Defence's (the Ministry) intention to undertake a full reset of the Technical Support Services (TSS) Panel in 2026. The reset will be undertaken in alignment with: • The New Zealand Government Procurement Rules (5th Edition), including updated requirements relating to panels and secondary procurement. • The release of the Defence Capability Plan (DCP); and • The New Zealand Defence Industry Strategy, supporting appropriate competition, supplier diversity, and domestic capability. This notice is provided to support early supplier awareness and planning. No response is required at this stage. Please see attached document for further information.

Estimated valueNZ$2,026
TSS-2026-AN
United Kingdomservices

Delivery of a BTEC Level 3 National Diploma in Sport and a BTEC Level 3 National Certificate in Coaching and Development for St. Colm’s High School

the Education Authority

EDR 26-001 Delivery of a BTEC Level 3 National Diploma in Sport and a BTEC Level 3 National Certificate in Coaching and Development for St. Colm’s High School - The Education Authority (EA) invites tenders to deliver both a BTEC Level 3 National Diploma in Sport and a BTEC Level 3 National Certificate in Coaching and Development for St. Colm’s High School for the period of 01 September 2026 to 31 August 2028 and the option to extend for periods up to and including 24 months. Suppliers who wish to participate in this tender exercise should download, read, and submit their tender response in accordance with the documents published on https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=6517690 under the Unique Reference: EANI-5267. All information can be downloaded from the CfT documents. Completed tender responses must be submitted via the Messaging function of eTendersNI no later than 3:00pm on Wednesday 27th May 2026.

Estimated value£284,000
EDR 26-001
United Kingdomservices

Delivery of a BTEC Level 3 National Diploma in Sport and a BTEC Level 3 National Certificate in Coaching and Development for St. Colm’s High School

the Education Authority

EDR 26-001 Delivery of a BTEC Level 3 National Diploma in Sport and a BTEC Level 3 National Certificate in Coaching and Development for St. Colm’s High School - The Education Authority (EA) invites tenders to deliver both a BTEC Level 3 National Diploma in Sport and a BTEC Level 3 National Certificate in Coaching and Development for St. Colm’s High School for the period of 01 September 2026 to 31 August 2028 and the option to extend for periods up to and including 24 months. Suppliers who wish to participate in this tender exercise should download, read, and submit their tender response in accordance with the documents published on https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=6517690 under the Unique Reference: EANI-5267. All information can be downloaded from the CfT documents. Completed tender responses must be submitted via the Messaging function of eTendersNI no later than 3:00pm on Wednesday 27th May 2026.

Estimated value£284,000
EDR 26-001
United Kingdomservices

Subcontract Adult Skills Fund Provision

Derby College Group

DCG are requesting tenders from suppliers who are interested in working in partnership on ASF1 delivery contracts for up to £6.5m gross income over a maximum 5 year term - where 80% is retained by the subcontractor with 20% by DCG as the main provider. Spend details are indicative only and award of funding is subject to criteria detailed within the guidance included in the tender pack. The intended outcome of the process is to determine the most advantageous tender(s) (MAT) and select subcontractors to deliver a contract for subcontract delivery (“Service”) for a fixed period of 2 academic years (in annual increments) from 01 August 2026 to 31 July 2028 with options to extend. Full and unrestricted access to tender documents can be obtained from https://www.in-tendhost.co.uk/educationportal/aspx/Home

Estimated value
ASFP_0526
United Kingdomservices

Subcontract Adult Skills Fund Provision

Derby College Group

DCG are requesting tenders from suppliers who are interested in working in partnership on ASF1 delivery contracts for up to £6.5m gross income over a maximum 5 year term - where 80% is retained by the subcontractor with 20% by DCG as the main provider. Spend details are indicative only and award of funding is subject to criteria detailed within the guidance included in the tender pack. The intended outcome of the process is to determine the most advantageous tender(s) (MAT) and select subcontractors to deliver a contract for subcontract delivery (“Service”) for a fixed period of 2 academic years (in annual increments) from 01 August 2026 to 31 July 2028 with options to extend. Full and unrestricted access to tender documents can be obtained from https://www.in-tendhost.co.uk/educationportal/aspx/Home

Estimated value
ASFP_0526
United Kingdomservices

Pre-Registration Primary Source Verification

General Medical Council (GMC)

Background information The GMC is the regulatory body for doctors, physician associates (PAs) and anaesthesia associates (AAs) in the UK, and among other duties is responsible for managing the register of doctors, PAs and AAs in the UK. In order to practise in the UK, a doctor must be registered and hold a licence to practise. Doctors seeking registration are divided into two broad categories based upon their country of qualification: UK graduates and international medical graduates. Until 12 December 2026 PAs and AAs do not require registration to work in the UK, however until then they are encouraged to obtain registration. Most PAs and AAs seeking registration will have a UK qualification, but there are a few applicants who hold an international qualification. Applicants for registration must satisfy a number of criteria, one of which is that they must hold a registrable qualification. For the purpose of this specification, a registrable qualification is defined as a primary medical qualification or associate qualification which is currently accepted by the GMC for the purpose of applying for registration as a doctor, PA or AA. GMC requires the registrable qualification of all doctors, PAs and AAs to be verified with the applicant’s awarding body before the applicant is granted registration. In the case of UK graduates, there is an established process whereby UK medical schools (for doctors) and UK course providers (for PAs and AAs) proactively share graduation data directly with the GMC; for international applicants, however, each applicant’s registrable qualification is verified by the GMC at the point of application. The GMC invites tender bids for primary source verification (PSV) of the registrable qualifications of international doctors, PAs and AAs at the point of registration. Some international applicants will also require other qualifications to be verified depending on the route they are taking to registration.

Estimated value£12.5m
GMC2335
United Kingdomservices

Veritas Multi-Academy Trust - ICT Managed Service

VERITAS MULTI ACADEMY TRUST

Veritas Multi Academy Trust encompasses circa 1000 pupils across three academies. Veritas Multi Academy Trust, formed in 2015, is a small, primary phase Multi Academy Trust. Our schools include Warden House Primary in Deal, Pilgrims' Way Primary in Canterbury and Mundella Primary in Folkestone. As a small primary Trust, we have a focus on working collaboratively, sharing best practice, expertise, facilities, resources and centralised business functions, to strengthen the outcomes for our children. Mission, Vision and Values Veritas Multi Academy Trust is ambitious in its mission, vision and values to provide the highest quality of education within our schools in East Kent. The Trust has a clear Five-Year Strategy which has these values embedded. Irresistible learning is our mission, and this is achieved through being an irresistible place to work. This procurement includes (but may not be limited to) the items listed below. • A core managed service, management of all ICT against an agreed SLA • 24 x 7 x 365 remote monitoring and management • A Service Desk, available 51 weeks a year including out of hours access • Local staffing which suppliers deem necessary to deliver the service and meet the SLA requirements 42 weeks onsite in schools and 51 weeks for the Head Office • Strategic advice and direction to the Trust regarding ICT • Responsibility for design, specification, installation, and management of all ICT infrastructure • Supply of goods and services based on an agreed Best Value approach • Management of 3rd parties where relevant to the ICT support • Relevant monitoring, management, patching • Regular performance reporting • CPD and training - digital skills and curriculum as necessary • There is an expectation that the provider will support and/or drive innovation • Maintain technical documentation • Maintain operational documentation, for example inventory management and risk registers • Collective partnership targets aligned to the Trust objectives • Suppl

Estimated value£750,000
ocds-h6vhtk-0691dd
United Kingdomservices

Heritage Training Course Instructional Design

Historic Environment Scotland

Estimated value£190,000
HES/C/4358