Notice Information
Notice Title
ROOT to Market Dynamic Market for Regenerative Procurement
Notice Description
Regeneration Over Extraction. Suppliers must seek to: Prioritise materials and products that restore, replenish, or enhance natural living systems. Avoid extractive materials that degrade ecosystems, deplete finite resources, or cause long term environmental harm. Use resource efficiently and maximise material lifespans through good design and appropriate material use Demonstrate a clear transition plan away from extractive inputs where alternatives are not yet available. Minimise embodied carbon in construction materials (e.g., concrete, steel, insulation). Prioritise regenerative or circular construction materials (e.g., reclaimed steel, recycled aggregates, lower embodied carbon concrete alternatives, timber from regenerative forestry). Avoid extractive materials linked to high impact mining (e.g., virgin aggregates, aluminium, PVC). Seek to design for deconstruction, enhancing the residual value of materials at the end of design life and reducing future reliance on extractive practices Ethical and Non-Exploitative Supply Chains. Suppliers must seek to: Ensure all labour practices across their supply chain are fair, safe, and free from exploitation. Avoid sourcing from suppliers or regions associated with forced labour, unsafe working conditions, or unfair pay. Maintain transparent supply chain mapping and provide evidence of due diligence on request. Ensure fair and safe working conditions on construction sites. 2.3 Climate Friendly Operations. Suppliers must seek to: Minimise carbon, water and waste in their organisations and core operations. Specifically minimise greenhouse gas emissions across production, transport, and distribution. Prioritise low carbon materials, renewable energy, and efficient logistics. Minimise whole life carbon impacts in design and materials, optimising embodied carbon together with operational efficiency. Reduce site emissions (plant, generators, transport) and use electric or low emission plant and machinery. Implement site level water management and waste segregation plans. Demonstrate continuous improvement in reducing their carbon footprint, water usage and waste production, supported by measurable data where possible. Drive design towards deconstruction practices and offer (and advocate for) regenerative material options to replace more mainstream materials Nature Enhancing Practices. Suppliers must seek to: Adopt practices that actively improve soil health, biodiversity, water quality, and ecosystem resilience. Use regenerative agricultural, manufacturing, or operational methods wherever feasible. Avoid chemicals, processes, or materials known to harm biodiversity or natural habitats. Implement nature positive site practices. Ensure soil protection and restoration before and after works. Avoid habitat disturbance and protect ecological features during construction. Circularity and Resource Stewardship. Suppliers must seek to: Maximise recycled, reclaimed, or up-cycled materials. Design products and packaging for reuse, repair, or recycling. Minimise waste generation and avoid single use materials unless essential for safety or compliance. Design for reuse, modularity and disassembly. Maximise reuse of demolition materials. Avoid single use construction materials (e.g. plastic sheeting) Offer and opt for the use of bio-based and recovered materials wherever viably possible
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-06680d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022187-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK13 - Dynamic Market Intention Notice
- Procurement Type
- Dynamic
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Dynamic market
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
16 - Agricultural machinery
19 - Leather and textile fabrics, plastic and rubber materials
31 - Electrical machinery, apparatus, equipment and consumables; lighting
35 - Security, fire-fighting, police and defence equipment
41 - Collected and purified water
42 - Industrial machinery
43 - Machinery for mining, quarrying, construction equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
65 - Public utilities
70 - Real estate services
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
76 - Services related to the oil and gas industry
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
90 - Sewage, refuse, cleaning and environmental services
92 - Recreational, cultural and sporting services
98 - Other community, social and personal services
-
- CPV Codes
09000000 - Petroleum products, fuel, electricity and other sources of energy
14000000 - Mining, basic metals and related products
16000000 - Agricultural machinery
19000000 - Leather and textile fabrics, plastic and rubber materials
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
35000000 - Security, fire-fighting, police and defence equipment
41000000 - Collected and purified water
42000000 - Industrial machinery
43000000 - Machinery for mining, quarrying, construction equipment
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45000000 - Construction work
50000000 - Repair and maintenance services
51000000 - Installation services (except software)
65000000 - Public utilities
70000000 - Real estate services
71000000 - Architectural, construction, engineering and inspection services
73000000 - Research and development services and related consultancy services
76000000 - Services related to the oil and gas industry
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
80000000 - Education and training services
90000000 - Sewage, refuse, cleaning and environmental services
92000000 - Recreational, cultural and sporting services
98000000 - Other community, social and personal services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Mar 20262 days ago
- Submission Deadline
- 31 Mar 203611 years to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HEART ACADEMIES TRUST
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BEDFORD
- Postcode
- MK42 9TR
- Post Town
- Milton Keynes
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD63 Cheshire West and Chester
- Delivery Location
- Not specified
-
- Local Authority
- Cheshire West and Chester
- Electoral Ward
- Great Boughton
- Westminster Constituency
- Chester North and Neston
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/022187-2026
12th March 2026 - Dynamic market intention notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-06680d-2026-03-12T10:21:54Z",
"date": "2026-03-12T10:21:54Z",
"ocid": "ocds-h6vhtk-06680d",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-06969741",
"name": "HEART ACADEMIES TRUST",
"identifier": {
"scheme": "GB-COH",
"id": "06969741"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVCR-6312-NPXW"
}
],
"address": {
"streetAddress": "Bedford Academy",
"locality": "Bedford",
"postalCode": "MK42 9TR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH24"
},
"contactPoint": {
"email": "procurement@heartacademiestrust.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-08522031",
"name": "VALUE MATCH SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08522031"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXYJ-6338-PQDD"
}
],
"address": {
"streetAddress": "Dee House",
"locality": "Chester",
"postalCode": "CH3 5UU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD63"
},
"contactPoint": {
"email": "tenders@value-match.co.uk"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Value Match are a procurement partner of HEART Academies Trust and carry out all procurement related activity on their behalf.",
"details": {
"url": "https://www.value-match.co.uk/"
}
}
],
"buyer": {
"id": "GB-COH-06969741",
"name": "HEART ACADEMIES TRUST"
},
"tender": {
"id": "ocds-h6vhtk-06680d",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "ROOT to Market Dynamic Market for Regenerative Procurement",
"description": "Regeneration Over Extraction. Suppliers must seek to: Prioritise materials and products that restore, replenish, or enhance natural living systems. Avoid extractive materials that degrade ecosystems, deplete finite resources, or cause long term environmental harm. Use resource efficiently and maximise material lifespans through good design and appropriate material use Demonstrate a clear transition plan away from extractive inputs where alternatives are not yet available. Minimise embodied carbon in construction materials (e.g., concrete, steel, insulation). Prioritise regenerative or circular construction materials (e.g., reclaimed steel, recycled aggregates, lower embodied carbon concrete alternatives, timber from regenerative forestry). Avoid extractive materials linked to high impact mining (e.g., virgin aggregates, aluminium, PVC). Seek to design for deconstruction, enhancing the residual value of materials at the end of design life and reducing future reliance on extractive practices Ethical and Non-Exploitative Supply Chains. Suppliers must seek to: Ensure all labour practices across their supply chain are fair, safe, and free from exploitation. Avoid sourcing from suppliers or regions associated with forced labour, unsafe working conditions, or unfair pay. Maintain transparent supply chain mapping and provide evidence of due diligence on request. Ensure fair and safe working conditions on construction sites. 2.3 Climate Friendly Operations. Suppliers must seek to: Minimise carbon, water and waste in their organisations and core operations. Specifically minimise greenhouse gas emissions across production, transport, and distribution. Prioritise low carbon materials, renewable energy, and efficient logistics. Minimise whole life carbon impacts in design and materials, optimising embodied carbon together with operational efficiency. Reduce site emissions (plant, generators, transport) and use electric or low emission plant and machinery. Implement site level water management and waste segregation plans. Demonstrate continuous improvement in reducing their carbon footprint, water usage and waste production, supported by measurable data where possible. Drive design towards deconstruction practices and offer (and advocate for) regenerative material options to replace more mainstream materials Nature Enhancing Practices. Suppliers must seek to: Adopt practices that actively improve soil health, biodiversity, water quality, and ecosystem resilience. Use regenerative agricultural, manufacturing, or operational methods wherever feasible. Avoid chemicals, processes, or materials known to harm biodiversity or natural habitats. Implement nature positive site practices. Ensure soil protection and restoration before and after works. Avoid habitat disturbance and protect ecological features during construction. Circularity and Resource Stewardship. Suppliers must seek to: Maximise recycled, reclaimed, or up-cycled materials. Design products and packaging for reuse, repair, or recycling. Minimise waste generation and avoid single use materials unless essential for safety or compliance. Design for reuse, modularity and disassembly. Maximise reuse of demolition materials. Avoid single use construction materials (e.g. plastic sheeting) Offer and opt for the use of bio-based and recovered materials wherever viably possible",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "14000000",
"description": "Mining, basic metals and related products"
},
{
"scheme": "CPV",
"id": "16000000",
"description": "Agricultural machinery"
},
{
"scheme": "CPV",
"id": "19000000",
"description": "Leather and textile fabrics, plastic and rubber materials"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "35000000",
"description": "Security, fire-fighting, police and defence equipment"
},
{
"scheme": "CPV",
"id": "41000000",
"description": "Collected and purified water"
},
{
"scheme": "CPV",
"id": "42000000",
"description": "Industrial machinery"
},
{
"scheme": "CPV",
"id": "43000000",
"description": "Machinery for mining, quarrying, construction equipment"
},
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "65000000",
"description": "Public utilities"
},
{
"scheme": "CPV",
"id": "70000000",
"description": "Real estate services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "76000000",
"description": "Services related to the oil and gas industry"
},
{
"scheme": "CPV",
"id": "77000000",
"description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "92000000",
"description": "Recreational, cultural and sporting services"
},
{
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Dynamic market",
"mainProcurementCategory": "goods",
"participationFees": [
{
"id": "ocds-h6vhtk-06680d",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.009,
"monetaryValue": "award"
}
}
],
"techniques": {
"hasDynamicPurchasingSystem": true,
"dynamicPurchasingSystem": {
"status": "pending"
},
"frameworkAgreement": {
"buyerCategories": "Dynamic Market open to the entirety of the public sector.",
"period": {
"startDate": "2026-04-01T23:59:59+01:00",
"endDate": "2036-03-31T23:59:59+01:00"
},
"type": "open"
}
},
"submissionMethodDetails": "All submissions will be via https://cimple.uk/ further details will be shared to register in the DM establishment notice",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"lots": [
{
"id": "1",
"status": "active",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Credit score or complete financial assessment template",
"verificationMethod": "Credit score or complete financial assessment template"
},
{
"type": "technical",
"description": "Valid PSQ with technical questions included such as case study requirement etc",
"verificationMethod": "Valid PSQ with technical questions included such as case study requirement etc"
}
]
},
"suitability": {
"sme": true,
"vcse": true
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "022187-2026",
"documentType": "tenderNotice",
"noticeType": "UK13",
"description": "Dynamic market intention notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022187-2026",
"datePublished": "2026-03-12T10:21:54Z",
"format": "text/html"
}
],
"tenderPeriod": {
"endDate": "2036-03-31T23:59:59+01:00"
}
},
"language": "en"
}