Talk to us 01204 238 046

ESPO Security and Surveillance Equipment Framework

Chris

Written by Chris Turner

|

Oct 14, 2022

ESPO is a highly successful and well-used public sector purchasing organisation. Many Councils, Housing Associations, Schools, Colleges and Universities, for example, rely on the use of ESPO frameworks.

The Security and Surveillance Equipment Framework is a national framework and includes a range of security and surveillance solutions, which are regularly required by the public sector. Broken into lots these include public and private space CCTV, access control, intruder detection, security consultancy, ANPR cameras and body-worn cameras.

What is ESPO Security and Surveillance Equipment Framework?

This estimated £60m framework has been developed to provide the public sector with easy access to the very best security system suppliers.

Like most of ESPO’s frameworks it is broken into specific lots:

Lot 1 Public Space Surveillance Systems

This is for the consultancy, design, supply, installation, commissioning, servicing and maintenance of public space surveillance systems.

Current awarded suppliers:

SPIE Scotshield Ltd

Openview Security Solutions Ltd

ClearView Communications Ltd

Chroma Vision Ltd

Quadrant Security Group Ltd

Siemens plc, t/a Building Technologies

WOT Security Ltd

Tyco Fire and Integrated Solutions (UK) Ltd ta Tyco

Reflex Systems Ltd

Custom Technology Solutions Ltd

V.E.S — Visual Electronic Services Ltd

Stanley Security Solutions Ltd

Lot 2 Private Space Surveillance Systems

This is for the consultancy, design, supply, installation, commissioning, servicing and maintenance of private space surveillance systems.

Current awarded suppliers:

SPIE Scotshield Ltd

Chubb Fire and Security Ltd

Openview Security Solutions Ltd

Marlowe Fire and Security Ltd

Case Group (Holdings) Ltd

ClearView Communications Ltd

Chroma Vision Ltd

Siemens plc, t/a Building Technologies

Quadrant Security Group Ltd

WOT Security Ltd

Tyco Fire and Integrated Solutions (UK) Ltd ta Tyco

Tensor PLC

Custom Technology Solutions Ltd

V.E.S — Visual Electronic Services Ltd

Stanley Security Solutions Ltd

Lot 3 Access Control Systems

This is for the consultancy, design, supply, installation, commissioning, servicing and maintenance of access control systems.

Current awarded suppliers:

Marlowe Fire and Security Ltd

SPIE Scotshield Ltd

Chubb Fire and Security Ltd

Openview Security Solutions Ltd

Quadrant Security Group Ltd

Chroma Vision Ltd

Tensor Plc

Reliance High-Tech Ltd

Siemens plc, t/a Building Technologies

Security

ClearView Communications Ltd

Tyco Fire and Integrated Solutions (UK) Ltd ta Tyco

Stanley Security Solutions Ltd

Custom Technology Solutions Ltd

V.E.S — Visual Electronic Services Ltd

Lot 4 Intruder Detection Systems

This is for the consultancy, design, supply, installation, commissioning, servicing and maintenance of intruder detection systems.

Current awarded suppliers:

Openview Security Solutions Ltd

Marlowe Fire and Security Ltd

SPIE Scotshield Ltd

Case Group (Holdings) Ltd

Chubb Fire and Security Ltd

Tyco Fire and Integrated Solutions (UK) Ltd ta Tyco

Quadrant Security Group Ltd

WOT Security Ltd

Reliance High-Tech Ltd

ClearView Communications Ltd

Chroma Vision Ltd

Custom Technology Solutions Ltd

Stanley Security Solutions Ltd

V.E.S - Visual Electronic Services Ltd

Lot 5 Integrated Security Solutions

This is for the consultancy, design, supply, installation, commissioning, servicing and maintenance of integrated security solutions.

Current awarded suppliers:

Openview Security Solutions Ltd

Reliance High-Tech Ltd

Quadrant Security Group Ltd

ClearView Communications Ltd

WOT Security Ltd

Marlowe Fire and Security Ltd

Chroma Vision Ltd

Tyco Fire and Integrated Solutions (UK) Limited ta Tyco

Siemens plc, t/a Building Technologies

Custom Technology Solutions Ltd

Stanley Security Solutions Ltd

Lot 6 Independent Security Consultancy Services

This is for the provision of independent security consultancy services.

Current awarded suppliers:

Consultive Solutions Ltd

RJH Technical Consultancy Ltd

Cundall Johnston and Partners LLP

SGW Safety and Security Ltd

PTS Consulting UK Ltd

Lot 7 Body Worn Video (BWV) Cameras

This is for the consultancy, design, supply, installation, commissioning, servicing and maintenance of body-worn video (BWV) cameras.

Current awarded suppliers:

Reveal Media Ltd

Quadrant Security Group Ltd

Tyco Fire and Integrated Solutions (UK) Ltd ta Tyco

Lot 8 Automatic Number Plate Recognition (ANPR) Cameras

This is for the consultancy, design, supply, installation, commissioning, servicing and maintenance of automatic number plate recognition (ANPR) cameras.

Current awarded suppliers:

ClearView Communications Ltd

Stanley Security Solutions Ltd

Openview Security Solutions Ltd

Chroma Vision Ltd

Quadrant Security Group Ltd

When are applications open for ESPO Security and Surveillance Equipment Framework


The current framework (628_19) started on 01/05/2019 and will run till 30/04/2023.

The estimated procurement start date for the new framework is January 2023 with an estimated go live date of May 2023. The framework running for 36 months.

When do applications close for ESPO Security and Surveillance Equipment Framework?


You will have around 4 – 6 weeks to complete and submit your tender once it has been advertised. The full procurement timetable will be provided within the tender pack for the framework, which will also cover deadlines for seeking clarification questions.

Speak to a Bid Writing Expert

How does ESPO Security and Surveillance Equipment Framework work?


The re-tender for the new framework will be advertised. This will be advertised with Find a Tender or you can set up email alerts free of charge for this framework and others Tender Pipeline.

The advert or contract notice will provide you with an overview of the timeframes and importantly your deadline to submit. It will also provide you with instructions on how to access the tender documents or express an interest in the opportunity. ESPO uses https://www.eastmidstenders.org/ - This is a portal you register on how to save time and it will only require inputting your basic company information.

Once you have found the tender in this portal, you can express an interest and then have full access to everything you require. Framework specification, instructions to bidders, terms and conditions, pricing documents and company information and quality questions.

You need to ensure the framework is a good match for your business and that you meet the requirements. It is then a case of following the instructions in order to ensure you submit and compliant and compelling response within the timeframes provided.

Once submitted, usually, 6 – 12 weeks later you will be informed if you have been successful with the framework, along with feedback on your submission, which can be very useful for future tenders.

If you are successful you are then an approved supplier for the ESPO Security and Surveillance Equipment Framework! It is important to engage with ESPO as much as possible so you fully understand how the ‘call off’ or mini competitions will work – ultimately how you then win specific contracts from specific public sector buyers. Typically, this would be a buyer approaching ESPO with a security systems requirement. ESPO then produce a mini competition – a specific tender for the works, which is sent out only to the awarded suppliers on that particular lot. It will include quality and price again but is designed to be quicker, as you have already been approved.

Who can apply for ESPO Security and Surveillance Equipment Framework?

ESPO will set out in the tender documents exactly what is required from businesses that want to apply to their framework. This will include financial stability, technical and professional ability, accreditations, experience and track record. It is important you assess this carefully to ensure your business is a good fit.

Please note, from bids received on the previous version of this framework over 75% were from SMEs – so it is designed to be accessible. There were 34 tenders received and the evaluation criteria were based on 50% quality and 50% price.

Speak to a Bid Writing Expert

Bid writing support for ESPO Security and Surveillance Equipment Framework

Thornton & Lowe specialises in helping businesses successfully bid for public sector contracts. We have secured places on numerous ESPO frameworks for our clients, including this security and equipment framework, and others.

Take a look at our Security Tenders page for top tips on how to find and win security tenders.

I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
Soft Facilities Service
United Kingdom Wilmslow, UK BIP SOLUTIONS LIMITED

ICO as the Authority intends to put in place an Agreement for the provision of Soft FM Services. The initial position, subject to engagement, is for a lotting structure that covers Cleaning, Security, Waste, Pest Control, Hygiene Services & Interior Plants for Wilmslow, Belfast, Cardiff & London sites

Value:
Published: 2024-03-25
Deadline:
2024-03-25
National Fuels 3
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/2627d5d0-eb4e-45d1-89cc-767ae6e9f571 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Value:
Published: 2024-03-22
Deadline:
2024-03-22
Logistics, Warehousing, and Supply Chain Solutions
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/0f1e9c7b-0d1e-4875-b4da-d75d3f4a627e 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Value:
Published: 2024-03-22
Deadline:
2024-03-22
InTune Remediation Project Delivery
UK Kilmarnock Ayrshire College

The purpose of this procurement is to appoint a single contractor to carry out actions identified in a review of the college’s Intune position, that will enhance Ayrshire College’s device management and security posture strategy using Microsoft Intune to achieve a more efficient, secure, and user-friendly technology environment.

Value:
Published: 2024-03-20
Deadline: 2024-04-03
2024-03-20 2024-04-03
Security Services for RGU Library
UK Aberdeen Robert Gordon University

Security Services to be provided at our Library Tower, Garthdee campus, Aberdeen

Value: 51000
Published: 2024-03-18
Deadline: 2024-04-22
51000 2024-03-18 2024-04-22
Print Marketplace 2
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/971b3774-18c5-4c13-9010-23f1486de8ee 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Please note that following the award of the framework contract there will be a non-trading mobilisation implementation period until the 15th December 2024. The 16th December 2024 is when provision of the RM6371 Print Marketplace 2 is expected to go live (start). Please note the contract period is for 48 months with a 6 month implementation period. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Value:
Published: 2024-03-15
Deadline:
2024-03-15
Door Entry Fire Alarm & Security Systems Framework
UK London Central & Cecil Housing Trust

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231408. (MT Ref:231408)

Value:
Published: 2024-03-12
Deadline:
2024-03-12
Vacant Property, Guardian & Mansafe Security Services Framework
UK London Central & Cecil Housing Trust

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231407. (MT Ref:231407)

Value:
Published: 2024-03-12
Deadline:
2024-03-12
Provision of Security Guarding Services in Kampala, Uganda
UK London Foreign Commonwealth and Development Office

To participate and gain access to the PQQ documents, potential suppliers must access the FCDO's e-procurement portal, JAGGAER ONE, available via the below link. URL: https://fcdo.bravosolution.co.uk/web/login.html Once logged in, search for project reference 10776/PQQ 1597 If a potential supplier is not registered on the portal, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the "Click here to register!" button, and follow the on-screen instructions to complete registration. Registration takes approximately 5 minutes and is free of charge. Two-Factor Authentication (2FA) Potential suppliers should note that two-factor authentication will be required to access the FCDO's e-procurement portal, JAGGAER ONE, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO's e-procurement portal, JAGGAER ONE

Value:
Published: 2024-03-08
Deadline:
2024-03-08
General Practice cover for Blair Unit, Royal Cornhill Hospital
UK Aberdeen NHS Grampian

The Forensic Service in Grampian is based in the Low Security Blair Unit at Royal Cornhill Hospital, Aberdeen. The requirement is for inpatient beds within the Blair Unit to receive General Medical Services from an aligned General Practice. This would allow them access to screening services and appropriate recall methods which are typically used within general practice.

Value:
Published: 2024-03-08
Deadline: 2024-04-15
2024-03-08 2024-04-15
Specialist Services Maintenance Provider
UK Dalkeith Midlothian Council

CCTV, Security, Access Systems and Fire Sprinklers

Value: 1200000
Published: 2024-03-07
Deadline: 2024-04-24
1200000 2024-03-07 2024-04-24
C1230- Provision of Security and Ancillary Services
UK Belfast NI Water and its subsidiaries

Value:
Published: 2024-03-07
Deadline:
2024-03-07
NICS Provision of Security and Ancillary Services 2024
UK Belfast Department for Communities

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

Value: 140000000
Published: 2024-03-06
Deadline: 2024-04-08
140000000 2024-03-06 2024-04-08
External Assessment and Certification Services
UK CROYDON HM Land Registry

External Assessment and Certification Services for Occupational Health & Safety Management System (ISO45001), Environmental Management System (ISO14001) and Service Management System (ISO20000) and Information Security Management System (ISO27001).

Value: 140000
Published: 2024-03-06
Deadline: 2024-04-04
140000 2024-03-06 2024-04-04
Provision of Security Guarding Services for SONI Ltd
UK Belfast SONI Ltd

The provision of security guarding services. Please see PQQ for more information.

Value: 3200000
Published: 2024-03-06
Deadline: 2024-04-05
3200000 2024-03-06 2024-04-05
Security Staffing and Associated Services
UK Salford Crescent Purchasing Consortium Limited

Security Services as per framework description in the North East

Value: 20000000
Published: 2024-03-05
Deadline: 2024-04-05
20000000 2024-03-05 2024-04-05
Supply and Implementation of a Tanium Endpoint Management Solution
UK Birmingham University Hospitals Birmingham NHS Foundation Trust

The Authority is seeking a partner to implement and deploy Tanium’s cloud-based end point management solution across its infrastructure and software to provide real-time endpoint management, linear workflow chain architecture, automate operations from discovery to management, and resolve vulnerabilities that could be exploited.<br/><br/>The selected partner will be responsible for the deployment, configuration, and optimisation of Tanium's endpoint management platform across our infrastructure to enhance our organisation's security, visibility, and IT management capabilities, as well as educating and supporting all teams that will be utilising the solution. The partner will be committed to enabling UHB to reach its goals of maximising its cyber posture and meeting its contractual requirements and new challenges in an environment of teamwork, joint participation, flexibility, innovation, and open communications. In this spirit of partnership, UHB and its service provider will study the current ways of service delivery and operation to enhance current practices and support processes and systems. Such a partnership will allow UHB to reach higher levels of quality and service delivery for its patients and the care that it delivers to the wider population.

Value:
Published: 2024-03-05
Deadline: 2024-04-09
2024-03-05 2024-04-09
Provision of Security Guarding Services for SONI Ltd
UK Belfast SONI Ltd

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231447. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (MT Ref:231447)

Value:
Published: 2024-03-05
Deadline:
2024-03-05
NICS Provision of Security and Ancillary Services 2024
UK Belfast Department for Communities

CPD, the Department for Communities, and the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services, cannot provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only; they include additional quantum for unforeseen demand and to future proof. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a Contractor should the actual demand be less than that. stated.. . Contract monitoring: the successful Contractor(s) performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice. . . The Authority expressly reserves the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice and (iv) to award contract(s) in stages. And under no circumstances will the Authority be liable for any costs incurred by Candidates.

Value:
Published: 2024-03-05
Deadline:
2024-03-05
Provision of Maintenance Services for Station Information and Security Systems (SISS)
UK LONDON FIRST MTR SOUTH WESTERN TRAINS LIMITED

Value:
Published: 2024-03-04
Deadline:
2024-03-04
STC1177 - Provision of Specialist Lift Consultancy Services
UK London The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (actin

A non-exhaustive list of the services required to be delivered under the contract are summarised below:• Produce lift technical design briefs and design requirements for the Authority’s Lift projects, as well as work collaboratively with Lift delivery teams and prioritise the works on health and safety and business continuity objectives (as set out within the procurement documents). • Review and develop existing lift modernisation scope documents. • Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications. • Provide a technical design review of the proposals from Lift Delivery teams and monitor their work – this shall also include undertaking site inspections and witnessing.• Review lift traffic analysis from previous studies and project consultants and where necessary undertake new traffic analysis and propose optimum lift design strategy for the population and use patterns of the Parliamentary Estate.• Carry out whole of life costing with the view of ensuring that value for money is achieved by taking a holistic approach to design the lifts in relation to each other, traffic flow, building occupants, logistics, fire evacuation strategy, access control and security strategy, environment and sustainability, heritage and conservation and user priorities. • Undertake annual audits of the Authority’s Planned Preventative and Re-active Maintenance Contractor’s performance.The appointed Consultant’s staff shall have completed EOR/202 ‘Working Safely in an engineering environment – basic lift safety’, as required by BS7255 Safe Working on Lifts.The Authority reserves its position as to whether it will (or will not) enter into contractual arrangements. Subsequently, the publication of the procurement documents in no way commits the Authority to enter into any contractual relationship with the Tenderers or any other party.The Authority reserves the right to:- cancel, postpone, suspend or abort the selection and evaluation process at any stage of this procurement in its entirety;- vary the project timetable or procurement process, including without limitation, to introduce further submission requirements; and- amend, vary or digress from the process set out in the procurement documents. In the event of any change to the process, the Authority will inform all Tenderers of the change.The Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The information and/or documents for this opportunity are available on https://in-tendhost.co.uk/parliamentuk/aspx/Home Interested organisations must register on this site to respond. The use of the In-tend e-tendering portal is compulsory and will be the main means of communication and exchange of documents between the Authority and prospective Tenderers, although the Authority reserves the right at its sole discretion to communicate and/or exchange documents by other means.

Value: 500000
Published: 2024-03-02
Deadline: 2024-04-19
500000 2024-03-02 2024-04-19
City College Norwich - Security and Caretaking Services
UK Stoke On Trent City College Norwich

City College Norwich requires one supplier to fulfil its Security and Caretaking Services requirement.

Value:
Published: 2024-03-02
Deadline: 2024-04-03
2024-03-02 2024-04-03
T24-036ENV Provision to Supply Static Security Services
UK Derry Derry City and Strabane District Council

Derry City and Strabane District Council (DCSDC) wishes to appoint a suitably experienced firm to provide a competent managed static site security service at Skeoge Operating Centre, BT48 8SE. In addition, Council may identify throughout the life of the contract other sites that may require the service provision. The service will be for a period of 36 months. This may be extended at the sole discretion of the Council for a further period not exceeding 24 months, at twelve monthly intervals, the maximum total period being 60 months. Please refer to the CfT documents for further details.

Value: 300000
Published: 2024-03-01
Deadline: 2024-04-12
300000 2024-03-01 2024-04-12
Provision of Skills Bootcamps
UK Reigate Surrey County Council

Cyber - Support participants to understand current information and system security technology practices, learning security measures and protections while also preparing them for the real-world cyber security job market.

Value: 2325000
Published: 2024-03-01
Deadline: 2024-04-02
2325000 2024-03-01 2024-04-02
T24-036ENV Provision to Supply Static Security Services
UK Derry Derry City and Strabane District Council

Value:
Published: 2024-02-29
Deadline:
2024-02-29
Provision of Security Guarding Services for The British High Commission Residence and Offices in Bridgetown, Barbados
UK London Foreign Commonwealth and Development Office

The Authority is seeking to appoint an experienced and competent contractor to provide security guarding services for the British High Commission Residence and Offices in Bridgetown, Barbados. The appointed contractor will deliver the safety and security of Authority Personnel and others for whom the Authority accepts a duty of care in Bridgetown.

Value:
Published: 2024-02-24
Deadline: 2024-03-15
2024-02-24 2024-03-15
Provision of Security Guarding Services for The British High Commission Residence and Offices in Bridgetown, Barbados
UK London Foreign Commonwealth and Development Office

Value:
Published: 2024-02-23
Deadline:
2024-02-23
Managed Detection and Response (MDR)
UK Didcot Satellite Applications Catapult

To source a reliable and experienced Manged Detection and Response (MDR) service provider to enhance Satellite Application Catapult’s cyber/information security.

Value: 105000
Published: 2024-02-22
Deadline: 2024-03-28
105000 2024-02-22 2024-03-28
G-Cloud 14 (Lots 1-3)
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

Cloud hosting services sold through G-Cloud are cloud platform or infrastructure Services that can help buyers do at least one of the following:Deploy, manage and run software, provision and use processing, storage or networking resources. Buyers only need to pay for what they use. The G-Cloud cloud hosting Lot is equivalent to the National Institute of Standards and Technology (NIST) definitions of ‘Platform as a Service’ and ‘Infrastructure as a Service’: http://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication800-145.pdfG-Cloud cloud hosting Suppliers will provide services in at least one of these categories:Archiving, backup and disaster recoveryCompute and application hostingContainer serviceContent delivery networkCyber securityDatabaseData warehousingNoSQL databaseRelational database Load balancing Logging and analysis Message queuing and processing Networking (including Network as a Service) Platform as a Service (PaaS) Infrastructure and platform security Distributed denial of service attack (DDOS) protection Firewall Service intrusion detection Protective monitoring Search Storage Block storage Object storage.This Lot is for Direct Award only. No Further Competition is permissible.

Value: 6500000000
Published: 2024-02-20
Deadline: 2024-05-07
6500000000 2024-02-20 2024-05-07
Project South Westminster Area Network (SWAN)
UK London Department for Business, Energy & Industrial Strategy

The Department for Energy Security and Net Zero uses the Jaggaer eSourcing Portal as its eSourcing tool. Jaggaer will be used for this competition. To register as a supplier, please visit https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Please confirm interest in the above opportunity and complete the attached Microsoft Forms Questionnaire by the deadline date of 12pm on 20th March. https://forms.office.com/Pages/ResponsePage.aspx?id=BXCsy8EC60O0l-ZJLRst2Lky4ZLKdqxCt0wO3RcIDFhUMElaS0Y4M1ZQNDY2R0RRWkdZS0ZaVTg5Uy4u Please note framework approach communicated in the PIN is still subject to change.

Value:
Published: 2024-02-20
Deadline:
2024-02-20
G-Cloud 14 Lot 4
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/e3416f61-52df-4d9e-9ffa-6088a9c60065 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for the CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. Minimum standards of reliability: CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20,000,000 GBP. In-scope organisations accessing Cloud services through the Crown Commercial Service (CCS) G-Cloud Commercial Agreements should note that suppliers on these Agreements are required to demonstrate they comply with the Government’s Cloud Security Principles. For information purposes bidders should state in question 1.46 of the selection questionnaire, if they have Cyber Essentials Plus or an equivalent which has been verified by an IASME registered Body as part of their service offer, but it is not a requirement of the Commercial Agreement for suppliers to hold this certification. As per PPN 09/23: Updates to the Cyber Essentials Scheme suppliers will be required to demonstrate they comply with the Government’s Cloud Security Principles. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Value:
Published: 2024-02-19
Deadline:
2024-02-19
G-Cloud 14 (Lots 1-3)
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/9637a011-f05e-4fce-a4b9-e5fd98321150 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the Framework within the invitation to tender documentation). In such cases, Call-Offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-Off Contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the Digital Marketplace. This will be the route for sharing all information and communicating with Applicants. For assistance relating to how to log in to Digital Marketplace please contact the Crown Commercial Service service desk operated by email at cloud_digital@crowncommercial.gov.uk

Value:
Published: 2024-02-19
Deadline:
2024-02-19
Independent Approved Premises - Phase 1 London and North West Probation Service Regions
UK London Ministry of Justice

Bidders should note that the Procurement relates to services that fall under the ‘Light Touch Regime’ of the Regulations, regulations 74 to 77. The Authority is managing this Procurement in accordance with its general obligations and specifically as they apply to the Light Touch Regime. The Contracting Authority is following a process similar to the Open Procedure set out in the Regulations. No statements, acts or omissions of the Authority in connection with this Procurement should be taken as indicating that the Authority intends to be bound by the provisions of the Regulations to any greater extent than applies by law. 1. REGISTRATION The Ministry of Justice will be performing events through its e-Sourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses via the internet rather than in paper form. 2. TRANSPARENCY HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding £10,000 over the life of the contract are published online [https://www.contractfinder.businesslink,gov.uk] for the general public. The resulting contract shall also be published. The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published. Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/downloads/information-access-rights/foi/foi-s43-exemptions.pdf The prescribed grounds for redaction are: (a) national security (b) personal data (c) information protected by intellectual property law; (d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000) (e) third party confidential information (f) IT security; or (g) prevention of fraud 3. GOVERNMENT SECURITY CLASSIFICATION From 2nd April 2014 the Government introduced its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC: https://www.gov.uk/government/publications/government-security-classifications

Value:
Published: 2024-02-19
Deadline:
2024-02-19
Primary Care Data Protection Service
UK Eastleigh NHS South, Central and West Commissioning Support Unit (hosted by NHS England)

NHS Bristol, North Somerset & South Gloucestershire Integrated Care Board (BNSSG ICB) (“The Commissioner”) is seeking to commission a Primary Care Data protection service, including a named Data Protection Officer for the remaining duration of the UK GDPR and a continuing support service to General Practices (GPs) during (and beyond) the transition to the successor legislation to make sure GPs are continuing to be supported in meeting the highest standards of data protection. <br/><br/>This service will serve GP practices within the ICB’s geographical area. The main responsibilities include (but are not limited to):<br/><br/>• Information Governance (IG) support (e.g. supporting Data Protection Impact Assessments and Data Sharing Agreements). <br/>• Ensuring safe and effective sharing of data across the Integrated Care System (ICS) in line with data protection legislation.<br/>• Data and patient privacy protection. <br/>• Support for Data security and protection. <br/><br/><br/>The Contract will be for an initial term of 12 months, with an option to extend for any period up to a further 12 months. The total value of the contract is £250,000 (inclusively of VAT) for the initial 12 months contract term, with a total contract lifecycle value of £500,000 (inclusively of VAT) including the 12 months extension. The contract will commence in June 2024.<br/><br/>This processed is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).<br/><br/>Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.<br/><br/>Once you have found the opportunity via the search function, using the title of ‘Primary Care Data Protection Service’ or Atamis reference number of ‘C232775’, to gain full access to the bid documentation (including questionnaires), you will need to click on ‘Register interest’ - this will take you to the log-in page.<br/><br/>If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

Value: 500000
Published: 2024-02-17
Deadline: 2024-03-19
500000 2024-02-17 2024-03-19
Manned Guarding and General Security Contract
UK Birmingham Housing 21

The primary objectives of contract award will be to ensure the ‘security guarding services’ ensure resident safety and premises protection, by patrolling.This will include no less that investigating ALL security breaches, incidents, and other alarming behaviour, including environmental emergencies, and completing reports by recording observations and occurrences for each event on a daily basis.

Value: 1150000
Published: 2024-02-16
Deadline: 2024-03-18
1150000 2024-02-16 2024-03-18
Provision of a Measured Term Minor Works and Minor Works with Design Framework
UK Salisbury Salisbury NHS Foundation Trust

It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1 A&B, Lot 2 A&B, Lot 3 A&B, Lot 4 A&B, Lot 5 A&B, Lot 6 A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement.<br/><br/>Lot 1 A&B: Building Works MTC:<br/>• Building Works.<br/>• Partitions: taking down / re-positioning / new. <br/>• Window installations. <br/>• Ceiling – take down / erect new. <br/>• Plastering.<br/>• Door installations – general and fire doors. <br/>• General joinery. <br/>• Fixtures and fittings, including shelving, signage, boards, blinds.<br/>• Physical security measures. <br/>• Fire Stopping / Fire Compartmentation. <br/>• Kitchen / WC Refurbishments. <br/>• Minor Reconfirmations (Inc. structural alterations). <br/>• General refurbishment. <br/>• Decoration.<br/>• Brickwork. <br/>• Flooring. <br/>• External works. <br/>• Asbestos remediation and removal.

Value: 9000000
Published: 2024-02-15
Deadline: 2024-03-15
9000000 2024-02-15 2024-03-15
Print and Digital Communications
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

This Prior Information Notice is to signal an intention to launch a framework agreement to replace RM6170 Print Management Services. Please could you express your interest by emailing ccsprintteam@crowncommercial.gov.uk no later than midday on Thursday 29th February 2024. If you have already expressed your interest to the previous PIN released in December, there is no need to send another email. Your email must clearly state: the name of your organisation, contact details for the individual(s) who will be participating in the market engagement and the lots you would be interested in bidding for. Procurement information: Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 4 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page (https://www.crowncommercial.gov.uk/agreements/upcoming) for updates and monitor Find A Tender Service for the publication of the contract notice. Supplier assurance requirements: The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Plus Scheme for services under and in connection with this procurement. Additional supplier assurance requirements will be made available during the market engagement sessions and at the time of tender release. A Future Opportunity on contract finder can be found here; https://www.contractsfinder.service.gov.uk/Notice/c95c443a-e57a-4d12-bbfe-86e68b03e056 This prior information notice replaces the previous PIN issued on the 13/12/2023; https://www.contractsfinder.service.gov.uk/Notice/1133854c-44c5-40fe-b63c-67587a1d92f0

Value:
Published: 2024-02-15
Deadline:
2024-02-15
Manned Guarding and General Security Contract
UK Birmingham Housing 21

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2024-02-15
Deadline:
2024-02-15
ESND - Security - Provision of Security Services for British High Commission Port Moresby
UK London Foreign Commonwealth and Development Office

ESND – Provision of Security Services for British Embassy Port Moresby

Value: 1050000
Published: 2024-02-15
Deadline: 2024-03-14
1050000 2024-02-15 2024-03-14
ESND -SECURITY -Provision of Security Services for British High Commission - SUVA
UK London Foreign Commonwealth and Development Office

Provision of Security Services for British High Commission - SUVA

Value: 1212672
Published: 2024-02-15
Deadline: 2024-03-14
1212672 2024-02-15 2024-03-14
ESND -SECURITY -Provision of Security Services for British High Commission - SUVA
UK London Foreign Commonwealth and Development Office

To participate and gain access to the PQQ documents, potential suppliers must access the FCDO’s e-procurement portal, JAGGAER ONE, available via the below link. URL: https://fcdo.bravosolution.co.uk/web/login.html Once logged in, search for project reference 10680/PQQ 1574 If a potential supplier is not registered on the portal, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the “Click here to register!” button, and follow the on-screen instructions to complete registration. Registration takes approximately 5 minutes and is free of charge. Two-Factor Authentication (2FA) Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER ONE, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER ONE

Value:
Published: 2024-02-14
Deadline:
2024-02-14
SC Cleared Security Services
UK Bristol University of Bristol

• The supplier must have SC Clearance and have SC Cleared staff (BPSS as a minimum). This applies to all guards, including covering or providing event support.• Initially 24/7 cover in HQ with a later addition of 1 x 12-hour shift in Filton but require the ability to provide additional cover should needs change.• As our Filton site is a shared site collaboration you will need site security- for example with locking and unlocking and sharing intelligence.• The supplier must be located, or have a satellite location, within 30 miles of NCC HQ in Emersons Green, Bristol.

Value: 560000
Published: 2024-02-14
Deadline: 2024-03-20
560000 2024-02-14 2024-03-20
ESND - Security - Provision of Security Services for British High Commission Port Moresby
UK London Foreign Commonwealth and Development Office

To participate and gain access to the PQQ documents, potential suppliers must access the FCDO’s e-procurement portal, JAGGAER ONE, available via the below link. URL: https://fcdo.bravosolution.co.uk/web/login.html Once logged in, search for project reference 10613/PQQ 1572 If a potential supplier is not registered on the portal, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the “Click here to register!” button, and follow the on-screen instructions to complete registration. Registration takes approximately 5 minutes and is free of charge. Two-Factor Authentication (2FA) Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER ONE, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER ONE

Value:
Published: 2024-02-14
Deadline:
2024-02-14
Provision of Security Guarding Service for British High Commission Maputo
UK London Foreign Commonwealth and Development Office

Provision of Security Guarding Service for British High Commission Maputo

Value:
Published: 2024-02-13
Deadline: 2024-03-14
2024-02-13 2024-03-14
Print Marketplace 2
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

Expressions of interest: This Prior Information Notice is to signal an intention to launch a framework agreement to replace RM6071 Print Marketplace. Please could you express your interest by emailing ccsprintteam@crowncommercial.gov.uk no later than midday on Thursday 29th February 2024. If you have already expressed your interest to the previous PIN released in December, there is no need to send another email. Your email must clearly state: the name of your organisation, contact details for the individual(s) and who will be participating in the market engagement. Procurement information: Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 4 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page (https://www.crowncommercial.gov.uk/agreements/upcoming) for updates and monitor Find A Tender Service for the publication of the contract notice. Supplier assurance requirements: The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Plus Scheme for services under and in connection with this procurement. Additional supplier assurance requirements will be made available during the market engagement sessions and at the time of tender release. A Future Opportunity on contract finder can be found here; https://www.contractsfinder.service.gov.uk/Notice/c95c443a-e57a-4d12-bbfe-86e68b03e056 This prior information notice replaces the previous PIN issued on the 13/12/2023; https://www.contractsfinder.service.gov.uk/Notice/1133854c-44c5-40fe-b63c-67587a1d92f0

Value:
Published: 2024-02-12
Deadline:
2024-02-12
Provision of Security Guarding Service for British High Commission Maputo
UK London Foreign Commonwealth and Development Office

Value:
Published: 2024-02-12
Deadline:
2024-02-12
Event Technical Services
UK PORTSMOUTH Portsmouth City Council

The Council is inviting tenders from suitably qualified suppliers to provide the supply of equipment and services at the below events:Armed Forces DayDate: Either Saturday 8th June or Saturday 15th June 2024 (TBC)Location: Southsea Common, Portsmouth Timings: 10:00-16:00 (timings are provisional and may change)This event is part of the National programme of celebration and thanks for our Armed Services. Locally our Armed Forces Day event is a chance for the City of Portsmouth to show our support for the men and women who make up the Armed Forces Community: from currently serving troops and Service families, veterans and cadets. The aim of the event is to bring the local community and visitors to the city together to celebrate Armed Forces Day and also to inspire members of the public of all ages to engage with Armed Forces related organisations. We will have entertainment, activities, parades and a vehicle display available throughout the day alongside family activities, trade stands and children's rides. We welcome everyone to come and be part of our Armed Forces Day. Expected numbers are likely to be 6,000+ for the day. Operational Hours:Pre-Event Set Up: Access to the site will be permitted from 10:00 on the Friday prior to the event. Also from 07:00 until 09:30 on the event day.Event Day: From 10:00-16:00 (subject to confirmation).Post-Event de-rig: From 16:30 on the event day. Also from 07:00 on the Sunday following the event. Site to be clear by 12:00 on the Sunday following the event.We are looking for the following offer (subject to change): • Stage sound with mics and band amplification (Stage approx. 5m x 5m). Front of house engineer and stage sound monitor engineer and crew.• Sound around 2x large arenas with mics (Arena 1 - 100m x 50m, Arena 2 - 50m x 30m)• Provision of technical support - 1x technical support to cover electrical standby, arena support and to advise Portsmouth City Council.• Provision of 2x cabins to accommodate Event Control (2x people) and Security Control point (2x people).• Installation of power for use by 4x traders. Requires provision of cabling/ramp to existing power source.Situations may arise that could impact on the running of the events, such as weather etc. In these cases, it will be the Council's decision and responsibility to notify suppliers as soon as possible of any alternative arrangements / cancellations.International Kite FestivalDate: Saturday 27th - Sunday 28th July 2024 Location: Southsea Common, Portsmouth Timings: 10:00-17:00 The Portsmouth International Kite Festival, now in its 32nd year, is a very popular event and is not only part of the professional kite fliers calendar but is a major fixture on the seafront, attracting approximately 10,000 people per day (b.ased on previous years' attendance). There are 3 arenas: main arena hosting professional kite flying displays, large static displays and small displays. There is also a kite making workshop and a kids' flying arena directly in front of this.Throughout the weekend there is a mix of trade stands, children's rides, catering concessions and arts & crafts stalls. Operational Hours:Pre-Event Set Up: Access to the site will be permitted from 10:00 on the Friday prior to the event. Also from 07:00 until 09:30 on the event day.Event Days: From 10:00-17:00 each day.Post-Event de-rig: From 17:30 on the event day. Also from 07:00 on the Monday following the event. Site to be clear by 12:00 on the Monday following the event.We are looking for the following offer (subject to change): • Stage sound with mics and band amplification (Stage approx. 5m x 5m). Front of house engineer and stage sound monitor engineer and crew.• Sound around 1x large arena with mics (Arena size: 120m x 110m)• Provision of te

Value: 375000
Published: 2024-02-10
Deadline: 2024-03-08
375000 2024-02-10 2024-03-08
The Provision of Security Guarding Services to the British Embassy, Sofia
UK London Foreign Commonwealth and Development Office

The Provision of Security Guarding Services to the British Embassy, Sofia

Value: 2445669
Published: 2024-02-10
Deadline: 2024-03-11
2445669 2024-02-10 2024-03-11
Tender for a concession agreement to provide Secure English Language Testing services
NUTS: UK UK Home Office

The Secretary of State for the Home Department, acting through the Home Office's UK Visas and Immigration (UKVI), is the Authority which seeks to award concession Agreements for operators to become approved providers in the UK (Lot 1) of a Secure English Language Test (SELT) aligned to the Council of Europe Common European Framework of Reference for Languages (CEFR).Home Office immigration policy establishes an English language requirement that customers may be required to evidence for UK visa or citizenship applications.The SELT assesses a customer's competency in speaking and listening and dependent on the route of entry, reading and writing English, between levels A1 to C1 of the CERF. Tests are taken under UKVI-prescribed secure conditions where secure relates to:1. Processes to verify the identity of the customer;2. Ensuring that it is only the validated customer who takes the test and does so under exam conditions with an appropriately trained invigilator to eliminate the ability to cheat;3. Ensuring results are not released until the provider has completed additional verification checks to ensure that collusion and fraud have not taken place; and4. Ongoing audits, both internal and via external independent auditors, of the physical test points, processes and delivery systems in order to ensure that the security and integrity protocols are being strictly adhered to.Approximately 133,000 2-facet (speaking and listening) and 30,000 4-facet (reading, writing, speaking and listening) tests were taken in the UK in the period April 2022 to March 2023 inclusive.The Authority plans to award a maximum of two UK concession Agreements but reserves the right to award to fewer.Additional information on the service can be found here: https://www.gov.uk/guidance/prove-your-english-language-abilities-with-a-secure-english-language-test-selt

Value:
Published: 2024-02-10
Deadline: 2024-04-19
2024-02-10 2024-04-19
The Provision of Security Guarding Services to the British Embassy, Sofia
UK London Foreign Commonwealth and Development Office

In order to participate and gain access to the PQQ documents, potential suppliers should access the FCDO’s e-procurement portal, JAGGAER ONE, available via the below link. URL: https://fcdo.bravosolution.co.uk/web/login.html Once logged in, search for project reference 10217/PQQ 1558 If a potential supplier is not registered on the portal, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the “Click here to register!” button, and follow the on-screen instructions to complete registration. Registration takes approximately 5 minutes and is free of charge. Two-Factor Authentication (2FA) Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER ONE, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER ONE.

Value:
Published: 2024-02-09
Deadline:
2024-02-09
Nuclear Security Capacity Building
UK London Department for Energy Security and Net Zero

The Contractor should take a strategic approach to increasing awareness of a number of key thematic areas in nuclear security. Examples of activities include subject specific workshops, facilitating and analysing results of security assessments and helping to deliver implementation plans, or delivering reports and presentations at international conferences.

Value: 3000000
Published: 2024-02-08
Deadline:
3000000 2024-02-08
Nuclear Security Capacity Building
UK London Department for Energy Security and Net Zero

Value:
Published: 2024-02-07
Deadline:
2024-02-07
Local Security Management Specialist Services
UK Dudley The Dudley Group NHS Foundation Trust

Provision of Local Security Security Management Specialist Services to the Dudley Group Foundation Trust.

Value: 30000
Published: 2024-02-06
Deadline: 2024-02-23
30000 2024-02-06 2024-02-23
SPLD Assessment Services
UK Hatfield University of Hertfordshire Higher Education Corporation

The University of Hertfordshire is conducting a tender exercise in order to set up a contract for the provision of Specific Learning Difficulties (SpLD) Assessment Services. It is expected that it may be necessary to offer multiple contracts to suitably qualified and experienced suppliers in order to provide the service required. The number of suppliers will be a maximum of three. It is anticipated that the contract will be awarded 1st May 2024 and will run from the 1st of August 2024 for three (3) years until 31st July 2027. At the end of the first three years the University will have an option to extend for a further two years to 31st July 2029 in twelve month increments. This is subject to satisfactory performance of the contract. Requirements may vary throughout the academic year so the successful bidders will need to be flexible in order to meet changing demand. All University policies and regulations relating to information, security, data management, systems and services, will apply to all contracts resulting from this tender.

Value: 200000
Published: 2024-02-03
Deadline: 2024-03-04
200000 2024-02-03 2024-03-04
Invitation to Tender Security Services
UK Rotherham Invitation to Tender Security Services - RNN College

Invitation to Tender Security Services - The Group requires a modern and flexible approach to providing security across its campuses and satellite sites. Primarily focussed on keeping our learners, staff and visitors safe at all times. In providing security it is important that the security provider understands the link between pastoral support and safety intervention. As such we need a commitment from a provider that has experience of working with young and vulnerable people with the ability to provide coaching and support as a method to engage learners in college life and learning.Staff will need to have experience of working with, and coaching, young and vulnerable people.It is important that security is visible around campus areas at all times during core hours and to be prepared to challenge and support behaviours by:• talking with young people• listening to corridor conversations• identifying and reporting to SLT potential issues• defusing behavioural situations• moving learners from campus spaces in to classrooms• vigilant approach to lanyards and on campus safety• supervision of campus entrances and exits at the start and end of the dayOur security provider will be expected to work closely with the executive, safeguarding and student support teams and provide information on emerging issues and trends such as knife crime, bullying, gang crime and social media crazes.The provider should maintain training and development of personnel deployed under the services to be able to respond to immediate security risks as required including physically removal of individuals, de-escalating aggressive conflict and responding quickly to lockdown PAP processes and implementing safety actions.We are keen to work with a provider who may find efficiencies by also training and developing RNN staff on security and safety management. The college operates its core learning activities hours from 8 am to 6 pm but also provides evening classes up to 9 pm and has a team of estates personnel that could provide complimentary cover for building security and critical incidents.Security should also cover physical building and services safety and as such should work closely with the Estates team on identifying and recording health and safety compliance issues such as fire escapes, electrical faults, water ingress and leaks, and property damage.The Group has Closed Circuit Television across its campuses and the security provider will be expected to work with the college on access and control of footage used in providing security services to the Group.

Value:
Published: 2024-02-03
Deadline: 2024-03-22
2024-02-03 2024-03-22
Framework for the Provision of Ad Hoc Call-Out Security (Parking & Infrastructure Team Sites)
UK DURHAM Durham County Council

This Framework is for the Provision of Ad Hoc Call-Out Security (Parking & Infrastructure Team Sites). Durham County Council (DCC) Parking and Transport Infrastructure team manage and maintain the Council's Park and Ride sites, off-street car parks including The Sands Multi Storey car park and on-street parking places. Due to antisocial behaviour, ad hoc call-out security provision is required to protect the public, site staff, Durham County Council staff and the fabric of the buildings. It is anticipated that ad-hoc call-out security provision may also be required at other locations therefore, the sites listed below are not exhaustive and are only provided as an indication of possible locations.

Value:
Published: 2024-02-02
Deadline: 2024-03-04
2024-02-02 2024-03-04
Expression of Interest - ESND-Security - Provision of Security Services for British High Commission Port Moresby
UK London Foreign Commonwealth and Development Office

In order to participate in the future opportunity potential suppliers should register on the FCDO’s e-procurement portal, JAGGAER ONE, available via the below link. URL: https://fcdo.bravosolution.co.uk/web/login.html To register, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the “Click here to register!” button, and follow the on-screen instructions to complete registration. Registration takes approximately 5 minutes and is free of charge. Two-Factor Authentication (2FA) Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER ONE, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER ONE.

Value:
Published: 2024-02-02
Deadline:
2024-02-02
Domestic Abuse Support Service
UK Dudley Domestic Abuse Support Council

Dudley Metropolitan Borough Council is seeking an organisation or a partnership of organisations to deliver a service which includes the provision of refuge and satellite accommodation in Dudley Borough with housing related support, floating support in the community including facilitating security enhancements in homes for people experiencing or at risk of domestic abuse in Dudley Borough.

Value: 3187890
Published: 2024-02-01
Deadline: 2024-03-01
3187890 2024-02-01 2024-03-01
Step-up, step-down Mental Health Supported Living Service contract
UK NEWCASTLE-UPON-TYNE Newcastle City Council

The service promotes a pathway to future independent living, greater social inclusion, through location of people within a community. The service offers a safe environment with the support of on-site staff through-out the day and the security of overnight staff. The care and support are based on individual need which may include the use of assistive technology where appropriate.The accommodation provides care and support for up to seven people at full capacity.This comprises of:• 7 x self-contained flats, each containing 1 bedroom, bathroom and kitchen diner with a garden area. The 7 people will represent the core cohort and form the basis of the service• A self-contained ground floor one bedroom flat, for the successful Provider to operate from.The seven people living in one of the self-contained flats do so under a license agreement (limited to two years).The Council manages referrals for the self-contained flats, in all cases they will be for short term use.The 7 flats are commissioned by using Individual Service Funds (ISF) which can be used flexibly to support people to achieve their outcomes.The service supports adults who are eligible for social care support as a result of being vulnerable or their lifestyle. The age range of people to be accommodated and referred within the service is 17.5 years to 28 years.Adults will be resident within Newcastle upon Tyne and be assessed as eligible to receive care under Care Act 2014, following a needs assessment.

Value: 354146
Published: 2024-02-01
Deadline: 2024-02-26
354146 2024-02-01 2024-02-26
Skills Bootcamps Wave 5 - Pseudo Framework Agreement and Year 1 Call-Off
UK SHEFFIELD South Yorkshire Mayoral Combined Authority

SYMCA is seeking Skills Bootcamp proposals which provide skills/training from level 3+ in areas which there is demand and will support growth and innovation in our regions Digital and Tech sector as well as to address the shortage of digitally skilled workers in the SY region. We aim to fund Skills Bootcamps in the areas listed below:• Software Development• Web Development• Digital Marketing• Telecoms Field Operations• Cyber Security• Data Analytics• Digital Marketing

Value: 20000000
Published: 2024-01-31
Deadline: 2024-02-29
20000000 2024-01-31 2024-02-29
Nuclear Security Capacity Building
UK London Department for Energy Security and Net Zero

The Contractor should take a strategic approach to increasing awareness of a number of key thematic areas in nuclear security. Examples of activities include subject specific workshops, facilitating and analysing results of security assessments and helping to deliver implementation plans, or delivering reports and presentations at international conferences.

Value: 3000000
Published: 2024-01-31
Deadline:
3000000 2024-01-31
Eastern Base Project Manager and Contract Administrator
UK London City of London Corporation

The City of London Corporation (the City) invites Tenders for the provision of a Project Manager and Contract Administrator role on the Eastern Base Project. All Individuals working on this project MUST have received their Non-Police Personal Vetting level 3 and Security Clearance or be in the process of obtaining and this is a Pass / Fail requirement. The Eastern Base project has the ambition of creating an operational 24/7 base for City of London Police in the eastern side of the City. The aim is for this to be a purpose built, modern and future proof building with integrated technology allowing City of London Police to deliver a range of benefits for the long-term safety and security of the City of London.The project is currently completing RIBA Stage 3, the design team have been appointed to developed RIBA Stage 4 and 5 and deliver under a Traditional / Standard Building Contract. A contractor has been appointed on a two-stage basis, their duties during RIBA Stage 4 (Pre-Construction Services Agreement) include achieving their NPPV3+SC clearance, assisting with buildability, logistics, programming and package procurement. The contractor is also undertaking minor works to the existing retail units during the PCSA. The estimated construction value of the Main Works is circa £18m.

Value: 200000
Published: 2024-01-31
Deadline: 2024-02-29
200000 2024-01-31 2024-02-29
Nuclear Security Capacity Building
UK London Department for Energy Security and Net Zero

Value:
Published: 2024-01-30
Deadline:
2024-01-30
River Thames Scheme (RTS) Construction Partner
UK London ENVIRONMENT AGENCY (Defra Network eTendering Portal)

The Environment Agency (EA) and Surrey County Council (SCC) are seeking to appoint a Construction Partner to deliver the River Thames Scheme. The EA shall be the sole contracting authority with the contract providing SCC with access rights by way of a collateral warranty.<br/><br/>The main works include design and construction of the 8km flood channel built in two channel sections:<br/><br/>• Egham Hythe to Chertsey;<br/>• Laleham to Shepperton.<br/><br/>and will include design and construction of the following:<br/><br/>• Increasing the flow capacity of Sunbury, Molesey and Teddington weirs;<br/>• Increasing the capacity downstream of the Desborough Cut;<br/>• Highways bridges, roads and footbridges on private and public land, work to M3 motorway assets and utility service diversions, including the Southampton to London pipeline;<br/>• Landscaping works including creation of areas for community use post construction and areas of habitat created to mitigate impacts during construction;<br/>• Active travel routes to encourage cycling and other forms of non-motorised travel;<br/>• Earthworks including excavation, storage, treatment, placement and disposal of approx. 1 million mᶾ of material including landfill waste, topsoil, alluvium and gravels - this represents a significant proportion of the overall construction costs;<br/>• New operational assets to ensure the channel can be operated and maintained by a dedicated team once in service.<br/><br/>The contract shall be awarded in two stages as described below:<br/><br/>Stage One – Early Contractor Involvement phase - Design Development and Construction Planning: <br/><br/>• Mobilisation of the design team and undertaking full detailed design; <br/>• Carry out surveys as appropriate to inform design and consenting requirements; <br/>• Conduct sub-contractor procurement and agree pricing based on detailed design, carry out two stage appointments if necessary; <br/>• Work progressively on the pricing proposals for Stage Two Works with reference to the Pricing Information, programme and Construction Partner’s design for the Full Business Case (FBC); <br/>• Plan/apply for permits & licences in accordance with the consenting strategy; <br/>• Engage specialist suppliers through its design process; <br/>• Critically review the apportionment of risk and adopt a methodology of reducing the Client’s risk in key areas; <br/>• Collaborative development of KPIs that are to be adopted during Stage Two; <br/>• Provide proposals for value engineering and optimisation where possible; <br/>• Deliver project ambitions for carbon emissions and sustainability goals; <br/>• Plan to prepare and commence works on site as soon as DCO is granted and FBC is approved; <br/>• Take ownership of the existing relationship and negotiations with utility providers and undertake any necessary service diversion works necessary prior to Stage Two subject to funding approval; <br/>• Any potential enabling works such as site clearance, site possession and security; <br/>• Work collaboratively with the Client’s design team for assurance on design activities. <br/><br/>Stage Two – Construction works:<br/><br/>• Site mobilisation; <br/>• Early works not completed in Stage One such as site clearance, site possession and security; <br/>• Construction phase; <br/>• Maintenance of the planted landscape elements; <br/>• Reporting, health & safety file, O&M and handover at completion. <br/><br/>The Stage One contract shall be awarded to the successful bidder from this procurement process. Award of the Stage Two contract shall be subject to a number of success criteria that shall be defined in the Invitation to Tender (ITT). The intention is to award t

Value: 500000000
Published: 2024-01-28
Deadline: 2024-03-22
500000000 2024-01-28 2024-03-22
Northgate Arena Leisure Centre Refurbishment - 2024
UK Ellesmere Port Cheshire West and Chester Borough Council

A wholly new changing village, gym and several new studio spaces will transform the bulk of the building, with upgrades to the pool hall creating a refreshed new focal point for the building. Also, a new spa area.Back of house works are focused on regulatory & operationally necessary upgrades and to minimise the need for significant ongoing maintenance where possible. This includes a combination of upgrades and new systems, such as: pool filtration, drainage, heating and cooling, ventilation, access control/security, fire safety and audio-visual equipment

Value: 10000000
Published: 2024-01-28
Deadline: 2024-02-27
10000000 2024-01-28 2024-02-27
Provision of Security Services
UK MANCHESTER Greater Manchester Mental Health NHS Foundation Trust

Greater Manchester Mental Health NHS Foundation Trust currently delivers building security where that be, key holding, Lock/Unlock of buildings, Alarm response or man guarding to 17 buildings and services across greater Manchester. The current security service is subcontracted to 4 separate security suppliers. The goal for GMMH is to have 1 security subcontractor.The successful bidder will be expected to help the Trust achieve these goals throughout the duration of the contract by providing assurances through good practise and innovation which will allow the Trust to maximise efficiencies.

Value: 500000
Published: 2024-01-28
Deadline: 2024-02-26
500000 2024-01-28 2024-02-26
Procurement Frameworks for RBKC Housing Management - Fire Safety Works
UK London The Royal Borough of Kensington and Chelsea

The framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to: • Fire-stopping works• Loft and other compartmentation work.• Fire safety signage • Communal area decorations - flame retardant coating systems• Open Walkway, Weather and Security screen• Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant• FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens.• Communal Fire Door Sets / Front entrance fire doors • Other fire doors (e.g., services / cupboards doors)(Includes repair, inspection, and replacement)

Value: 75000000
Published: 2024-01-27
Deadline: 2024-03-07
75000000 2024-01-27 2024-03-07
Nuclear Security Capacity Building
UK London Department for Business, Energy & Industrial Strategy

The Contractor should take a strategic approach to increasing awareness of a number of key thematic areas in nuclear security. Examples of activities include subject specific workshops, facilitating and analysing results of security assessments and helping to deliver implementation plans, or delivering reports and presentations at international conferences.

Value: 3000000
Published: 2024-01-27
Deadline:
3000000 2024-01-27
3000000
UK London Department for Energy Security and Net Zero

The Contractor should take a strategic approach to increasing awareness of a number of key thematic areas in nuclear security. Examples of activities include subject specific workshops, facilitating and analysing results of security assessments and helping to deliver implementation plans, or delivering reports and presentations at international conferences.

Value: 3000000
Published: 2024-01-27
Deadline:
3000000 2024-01-27
Manned Guarding and CCTV Monitoring
UK Sale Rochdale Metropolitan Borough Council

To provide SIA qualified security guards (in both CCTV monitoring and door supervision) in order to provide security at Number One Riverside, Rochdale and Green Lane Depot, Heywood.It is the responsibility of the supplying company to ensure an appropriate person is responsible for ensuring the guard on duty is adequately trained on site procedures and the use of CCTV & Security equipment.KEY OBJECTIVES- To detect potential intruders on the site and around the perimeter of the premises.- To carry out regular site checks around the premises, parked vehicles and storage areas and provide records that these are carried out.- Monitor CCTV – deal with any incidents as appropriate- To ensure that the above objectives are achieved at best value to the CouncilFurther information around roles and responsibilities will be provided in the tender documents.

Value:
Published: 2024-01-25
Deadline: 2024-02-23
2024-01-25 2024-02-23
Tyres, Glass & Telematics
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

This Prior Information Notice is to signal an intention to commence market engagement with those within the Vehicle Tyres, Glass and Telematics markets. Crown Commercial Service intends to hold market engagement sessions with industry experts and suppliers interested in potentially bidding for the resulting framework contract on Thursday 7th March 2024 in Liverpool. If you are interested in attending a market engagement session please express your interest by emailing rm6353@crowncommercial.gov.uk . Further details will be provided to you. As well as discussing the new Framework, we will also have time to discuss the new Transforming Public Procurement regulations. Information on this can be found in this link. Your email must clearly state: the name of your organisation, and contact details for 22/12/2023, 08:41 Tyres, Glass & Telematics - Contracts Finder https://www.contractsfinder.service.gov.uk/Notice/a9eb91f0-56a0-4d17-833f-a2bcb13a7ac2 4/6 the individual(s) who will participating in the market engagement.Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 8 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement. [The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.] The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the RM6353 Schedule, "Security Requirement and Plan", to meet RM6353 requirements. This will be released at the ITT stage.

Value:
Published: 2024-01-25
Deadline:
2024-01-25
Nuclear Security Capacity Building
UK London Department for Business, Energy & Industrial Strategy

Value:
Published: 2024-01-25
Deadline:
2024-01-25
NHS SBS SECURITY SERVICES, CCTV, AND VSS FRAMEWORK (SBS10502)
UK Hertfordshire NHS Shared Business Services Limited

The value provided is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.

Value:
Published: 2024-01-25
Deadline:
2024-01-25
Provision of a Cloud-Based Legal Case Management System
UK Aylesbury Buckinghamshire Council

Buckinghamshire Council is looking to purchase a cloud based case management solution which will support the day to day running of Legal Services. A case management solution enables Legal Services to continue to carry out casework efficiently and electronically; have a fully electronic filing system; work remotely; provide legal advice; aids representation at court hearings and attendance at meetings for our internal and external clients. It also provides KPI data, client billing data and time recording functionality. A cloud based solution will improve efficiencies, assist with hybrid ways of working and assist with cyber security.

Value: 347000
Published: 2024-01-24
Deadline: 2024-02-23
347000 2024-01-24 2024-02-23
TC001 - Event Supplies & Services Flexible Purchasing System (FPS)
UK Bolton Bolton Council

Event Security and Stewarding

Value: 1042800
Published: 2024-01-24
Deadline: 2024-02-22
1042800 2024-01-24 2024-02-22
Lakeside - Security Services
UK PORTSMOUTH Portsmouth City Council

Lakeside North Harbour is a premium 130-acre business campus in Portsmouth and recent winner of the South Coast Property Workplace of the year award. Home to a variety of international and local companies, including Babcock, Wiggle, Lead Forensics, Markerstudy, Virgin Media and Handelsbanken: Lakeside North Harbour, offers a flexible working space with a range of office suites from 1,000 to 70,000 sq ft, in an impressive environment and boasting many amenities delivering unrivalled community and wellbeing in the perfect environment. Portsmouth City Council is seeking to appoint a security services supplier to provide services at Lakeside North Habour. The Supplier shall provide a service as required during the operational hours of the site. The Property will be open 365 days a year unless confirmed by the Facilities/Building Manager. The core office occupation hours are 0800 - 1700 Monday - Friday. Security services at Lakeside North Harbour include, but are not limited to: - Security Patrols - Post Room Duties - Loading Bay Management - CCTV monitoring - Key Holding - Alarm Monitoring- Lock and Unlock of Gates / Barriers/ Doors- Entrance Guarding - Car Park Management

Value: 3220000
Published: 2024-01-24
Deadline: 2024-02-22
3220000 2024-01-24 2024-02-22
23-T18 - Electronic Clinician & Learner Integrated Progression System for Education (ECLIPSE)
UK Bedford East of England Ambulance NHS Trust

The system can be an existing platform which can be modified to meet our unique needs or a custom-built application. The system will:System Environment, Security & Audit• Integrate into our Microsoft infrastructure along with internal SSO and external access for partner organisations• Be secure and meet all NHS secure standards• Be web-based and responsive to all mobile and desktop devices (iOS and Android)• Have the option for any administrative user to enter into an administrative graphical user interface• Enable the organisation to place individuals into groups which will enable group-based notifications and group-based allocation for administrative rights• Have a robust and detailed administrative rights and permissions control panel• Allow for the recording and audit of all changes that happen within the system from an automated level or a system user and administrator level. Reporting• Consist of a robust and flexible reporting tool which will enable the organisation to design reporting templates • Allow the organisation to assign automated or manual reporting to any reporting template and allow for the frequency of the report to be run if automated• Allow where any automated report is delivered to via email, to include multiple recipients• Allow for forecast reporting to take place based on certain data sets• Use data from our LMS to report on staff compliance and show this in a table or graph-based reportGeneral User / Administrator Environment• Have a graphical user interface with individual workforce user dashboards which will display a staff members’ personal development, tasks and notifications, current or historical• Have the facility for administrators to schedule two or three staff members together for a period of time, aligned to existing ambulance GRS shift planning software• Allow for individual user notifications• Enable the organisation to keep a record of interactions / file uploads for a member of staff which will be subject to access level restrictions• Enable the organisational supervisors / management to view and report on a users’ progress based on educational profiles, portfolios or tasks.• Allow for notifications to be pushed to smart devices such as an iPad• Allow the organisation to onboard external learners from partner organisations, hold those learners in a ‘holding’ database to allow for certain administrative tasks to take place, before merging over into a ‘live’ database• Allow the organisation to onboard external learners though a password protected webpage.• Allow the system administrators to edit certain text information points on the ‘onboarding’ webpage. • Integrate using an API to the DVLA for automatic driving license checks. Furthermore, produce reporting and notifications based on set criteria within a DVLA automatic driving licence check.• Display all statutory and mandatory compliance e-learning and continuing professional development, both completed or not completed on our internal LMS to the user via their dashboard.• Allow the user to reflect on any mandatory or LMS e-learning componentWorkforce Development• Allow the creation of electronic forms to be used throughout the system• Allow the creation of static and dynamic educational or continuing professional development portfolios• Enable the organisation to assign tasks to a user – re-occurring or one time only, also assigning a time frame for task completion.• Enable the creation and assignment of educational and development profiles for staff to complete• Allow the onboarding of internal and external learners via a secure webpageI

Value: 1000000
Published: 2024-01-20
Deadline: 2024-02-05
1000000 2024-01-20 2024-02-05
Corporate Communications Support Services
UK Warrington Sellafield Ltd

Sellafield Ltd is looking to procure Corporate Communications Support for services for the NDA Estate, Participating Entities are listed below:<br/>• Sellafield Ltd<br/>• NDA Corporate Centre<br/>• Magnox & Dounreay<br/>• LLWR & RWM (Trading as NWS)<br/>• INS & DRS (Trading as NTS)<br/>• NNL<br/>• Great British Nuclear<br/><br/>Estimated annual spend: £1.375m/annum for a duration of 3+1 years.<br/><br/>Our main driver is that we require a supplier that is able to respond quickly covering any aspect of the scope identified below often under very tight timescales (sometimes within hours). A lot of the work placed tends to be small value packages of work but large volume and for up to 10 different Participating Entities.<br/><br/>SCOPE: Main focus of services -<br/>OUTPUTS<br/>• Graphic design – provision of a graphic design service to help deliver the scope of work.<br/>• Multi-media campaigns - Development and execution of multi-media communication/marketing campaigns which consider, but are not limited to, social media, publications, exhibitions, displays and conferences. All materials must be delivered in formats that work in both print and digital platforms, in relation to digital communications and accessibility.<br/><br/>• Strategic communication support – provision of support to the development of communication strategies as required. Previous examples have included support to the development of social media strategies.<br/>• Brand management - The management and ongoing evolution of the existing client(s) brands, ensuring that guidelines are reviewed and updated as appropriate and that all materials produced are in line with agreed brand guidelines.<br/><br/>• Photography - The provision of public relations photography services, including aerial photography. Files delivered to the relevant PEs in accordance with the required standard (currently - raw file, art worked/postproduction files in low and high resolution).<br/><br/>• Video production - including storyboard development, filming (including art direction) and postproduction, with final files compatible with all broadcast and digital platforms. All rushes to be submitted to the relevant PEs.<br/><br/>• Animations – including storyboard development, art direction, and production, with final files compatible with all broadcast and digital platforms.<br/><br/>• Template production and maintenance - the development, delivery and testing of functional document templates, including ongoing maintenance and support.<br/><br/>• Exhibitions – the development and production of materials to support PE presence at exhibitions and conferences. This will include, but is not limited to, exhibition stands, virtual exhibition content, corporate literature, and branded goods. It also includes the development of exhibition material for display inside our facilities and offices. The scope also includes the maintenance and development of the Sellafield Story exhibition at The Beacon Museum, Whitehaven.<br/><br/>Other services needed as part of delivering the scope above:<br/>• The management of key interfaces including web hosting providers, information security teams and existing IT providers.<br/><br/>• The execution of feedback and evaluation activities to measure the effectiveness of specific communication tactics and the success of the overall strategy, building in improvements as appropriate. This evaluation could include, but not be limited to, annual stakeholder surveys and community polling.<br/><br/>The following is an illustration of the types of work to be performed under this agreement. A large proportion of the work is reactive work packages, often lots of small value packages of work:<br/><br/>• Production of corporate publications i

Value: 5500000
Published: 2024-01-20
Deadline: 2024-02-23
5500000 2024-01-20 2024-02-23
Software as a Service (SAAS) Solution for the Digitisation of Registration and Continuous Professional Development (CPD) processes
UK London General Dental Council

The GDC is looking to procure a Software as a Services (SAAS). The solution must be ‘out of the box’ which can be configured to meet our specific requirements and can integrate with our CRM system.The Supplier will be required to deliver the following high-level requirement as part of their solution:- Implementation plan; project management and quality assurance arrangements.- Design, configuration, approach, and planning.- Security plan.- Testing and Acceptance plan (including User Acceptance Testing, system, interface, and regression testing). - Training and skills transfer. Training will be required for different types of users (to be agreed with the GDC); this will include and not be limited to tailored standard operating procedures designed for GDC users. - Data migration and integration to the existing GDC CRM.- Continuing assistance for users during initial period of go-live operation (such as on-site support for a period immediately following initial operational running down to telephone support for a further period).- Support/maintenance and enhancement Services as part of the Contract.

Value: 2300000
Published: 2024-01-20
Deadline: 2024-03-04
2300000 2024-01-20 2024-03-04
Fire and Security Systems Maintenance and Repair Services
UK Inverness Highlands and Islands Enterprise

Highlands and Islands Enterprise (HIE) require a Supplier to provide maintenance and repair services of fire and intruder alarms, emergency lighting installations, CCTV systems and access control systems for buildings within the Inverness Campus (both owned by HIE and/or co-owned by HIE and the University of the Highlands and Islands (UHI), the common areas of the Campus (which are the responsibility of the Inverness Campus Owners Association), area office properties occupied by HIE staff and various commercial properties.It is expected that these services will be required from 1st April 2024 for an initial period of 2 years, with HIE having the option to extend for a period or periods together not exceeding 2 years following the Initial Term (extensions expected to be taken up on a yearly basis i.e. a 2+1+1 year contract).

Value:
Published: 2024-01-19
Deadline: 2024-02-13
2024-01-19 2024-02-13
Architect Lead Design Team for the New Development of Leighton Hospital Campus
UK Crewe Mid Cheshire Hospitals NHS Foundation Trust

Mid Cheshire Hospitals NHS Foundation Trust (MCHFT) (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement of Architect Lead Design Team Services for the New Development of Leighton Hospital Campus. <br/><br/>This procurement will be run via a Restricted Procedure under the Public Contracts Regulations 2015 ("PCR").<br/><br/>MCHFT is in the initial stages of a new project to construct a new hospital, which will replace the existing Leighton Hospital which is affected by Reinforced Autoclaved Aerated Concreate (RAAC) throughout circa 80.00% of its buildings. The vision for the project is to design and build a new state of the art hospital that will play a vital role at the heart of the community, placing digital innovation at the forefront of health services designed to tackle inequalities and meet the needs of a growing and ageing population. The ambition is that this project will transform the quality of healthcare for the people of Cheshire and across the Northwest of England.<br/><br/>At the centre of the programme will be the “hospital 2.0” concept, a vision for how hospital schemes can be delivered with greater efficiency and reduced cost. An integrated systems approach will provide “optimised, standardised and repeatable solutions for scheme development, design, construction, and operation. <br/><br/>The purpose of this procurement exercise is to appoint an Architect Lead Design Team (including Mechanical, Electrical, Structural, Master-planning (This is site wide, rather than the master-planning associated with just the hospital buildings), BIM support, Sustainability (including BNG)) to provide services covering RIBA Stages 2 to 3. For the purposes of this tender, it should be assumed that the successful practice will not novate over to a contractor team but instead be invited to remain with the trust in an advisory capacity through the build phases.<br/><br/>The Authority is seeking interest from consultants who will provide the service of an Architect who will also act as the lead design coordinator of an Architect-Led Design Team (ALDT), including Wayfinding, Digital Architect, and the below services:<br/><br/>Core Architectural Services, Lead Design Coordinator and the below specialisms:<br/>• Digital Architect<br/>• Daylight/Sunlight<br/>• Wind<br/>• Landscaping<br/>• Catering<br/>• Waste and Logistics<br/>• Lighting<br/>• Acoustics<br/>• Inclusive Design<br/>• Façade Access<br/>• Façade Engineering<br/><br/>Core Mechanical, Electrical and Plumbing (MEP) Engineering Services and the below specialisms:<br/>• BREEAM<br/>• Digital infrastructure around Biodiversity net gain<br/>• Net Zero Carbon<br/>• IT and AV<br/>• Lifts<br/>• Security<br/>• Fire Engineering<br/><br/>Core Civil and Structural (C&S) Engineering Services and the below specialism:<br/>• Transport Planning<br/><br/>Please note that Principal Designer services are to be provided by others and not by the Architect Lead Design Team.<br/><br/>The Authority reserves the right to extend the contract for the Architect Lead Design Team beyond RIBA stage 3 without the need for a further procurement exercise but through way of novation. In exercising its discretion to extend, the Authority will consider the successful bidder’s performance up to the point it is considering any extension and weather any benefit to the overall programme to extending with the current supplier outweighs any potential benefit in carrying out a further procurement exercise.<br/><br/>The contract will include the NEC4 Professional Service Contract (PSR) set out in Annex A1. It is vital that the bidder review these carefully and take account of all information such as key performance i

Value: 4000000
Published: 2024-01-19
Deadline: 2024-02-16
4000000 2024-01-19 2024-02-16
GMCA 880 Greater Manchester Residents’ Surveys Service
UK Manchester Greater Manchester Combined Authority

GMCA is seeking an experienced supplier with the expertise and capacity to deliver its Residents' Survey service.Since December 2020, we have been collecting regular insight from the people of Greater Manchester about their attitudes, behaviours and experiences of living in our city region – in the context initially of the Covid-19 (coronavirus) pandemic and subsequently of our Greater Manchester Strategy ambitions.We would like to build on the work that has happened to date, adding value to the current research, whilst helping to develop a clear narrative around the views and attitudes of people in Greater Manchester, as time progresses.Over the last two years we’ve gathered extensive insight on people’s attitudes and behaviours to topics such as food security, the cost of living crisis, digital inclusion and good work and homes.To inform and evaluate delivery of our current Greater Manchester Strategy and support its ongoing evolution and development, we intend to continue to gather resident insight on key city region priorities.This will help us to design, tailor, target and evaluate policy interventions and communications and engagement approaches, and monitor the impact of these actions over a period of time.It will also help us to track our impact on communities over time, so that we can be accountable for the additional powers we have in Greater Manchester as part of our devolution deal with government.

Value:
Published: 2024-01-19
Deadline: 2024-02-28
2024-01-19 2024-02-28
Collection and Boarding of Seized and Dangerous Dogs BCH
UK Martlesham Heath 7 Force Commercial Services

The Police and Crime Commissioner for Bedfordshire , The Police and Crime Commissioner for Cambridgeshire , The Police and Crime Commissioner for Hertfordshire have a requirement for the collection and Kennelling of Dangerous Dogs seized by Police under the Dangerous Dogs Act 1991 (or other legislation) from a police station or other locations within the Bedfordshire, Cambridgeshire and Hertfordshire Police Districts.<br/>The kennel facility must have appropriate security measures in place and meet the requirements as outlined in the contract specification. The supplier will need to meet relevant legislation and hold relevant licencing to collect, and kennel seized dogs. Fully licenced under the Boarding Establishment Act 1963 and Dangerous Dogs Act 1991.<br/>The service must be provided 7 days a week, 365 days per annum (366 days per leap year)<br/>Please see the Procurement documents for full requirement details.

Value: 470000
Published: 2024-01-17
Deadline: 2024-02-14
470000 2024-01-17 2024-02-14
Security Services
UK ASHFORD Ashford Borough Council

Ashford Borough Council is looking to procure a contractor for; Locking/unlocking of multiple gates, Gate Keeper Duties on behalf of our Safety and Wellbeing Team and out of hours cover for the Neighbourhood Services Team, on behalf of our Housing Team.

Value: 239000
Published: 2024-01-14
Deadline: 2024-02-12
239000 2024-01-14 2024-02-12
Bucksburn Depot - Perimeter Security Fence & Gate (8326)
UK Aberdeen Aberdeen City Council

The works comprise removal of the existing perimeter anti-intruder fence and gate and their replacement with new materials. The works also include the replacement of the existing double gate automation kit. The security of the perimeter is to be maintained during the works including overnight.

Value:
Published: 2024-01-12
Deadline: 2024-02-02
2024-01-12 2024-02-02
Managed IT and Cyber Security Services
UK London The Education and Training Foundation

ETF are looking for a Managed Service Provider to act as a strategic partner and to supply and deliver a fully managed IT support and service desk, managed cyber security and monitoring, and network and physical infrastructure support and maintenance.

Value: 316667
Published: 2024-01-12
Deadline: 2024-02-23
316667 2024-01-12 2024-02-23
Tullos Primary School Window Replacements Phase 1 (8282)
UK Aberdeen Aberdeen City Council

The works comprise the removal of existing glazed curtain walling, windows and external doors and their replacement with new into the existing structural openings. Existing steel mullions, columns and transoms are to be retained. The works include new window ingoes, cills and heads; new curtains and blinds; alterations to ventilation ductwork with new plenums and connections to the new curtain walling louvres; the removal and reinstatement of suspended ceilings to allow access to the ductwork; the removal and replacement of two existing external water stand pipe taps with new; associated works to the existing door security contacts. The Contractor is also responsible for any scaffold or access platform design including the structural integrity of any existing floors or external ground that the scaffold may be built up off. Tullos School is Category B Listed.

Value:
Published: 2024-01-12
Deadline: 2024-02-02
2024-01-12 2024-02-02
PURCH2301 PROVISION OF A FRAMEWORK FOR PEST CONTROL SERVICES
UK Glasgow University of Glasgow

PURCH2301 PROVISION OF A FRAMEWORK FOR PEST CONTROL SERVICESSITE VISIT: 23 January 2024 - Please contact Tom Miller on email tom.miller@glasgow.ac.uk before any site visit to allow security access and to confirm attendance. Max 2 attendees.The University of Glasgow would like to appoint a supplier for a period of Three years with the option to extend for a further 12 month period, for their requirements of providing a preventive maintenance programme of services to cover a variety of its buildings, including but not limited to, Teaching and Learning facilities, Halls of Residence, Administration departments, Catering facilities, the University chapel, our Visitor Centre and our Hunterian Museum & Art Gallery. There are also areas that provide services to the buildings such as plant rooms and water tank rooms, which would be within scope.Please refer to PURCH2301 Invitation to Tender Goods or Services document for additional information.

Value:
Published: 2024-01-11
Deadline: 2024-02-09
2024-01-11 2024-02-09
C-UAS Security Briefs PIN
UK Bristol Ministry of Defence

Value:
Published: 2024-01-11
Deadline:
2024-01-11
SSC - BSTC002 - Inspection, Servicing and Maintenance of Drains and Pumps, Fire Fighting Equipment, Fire Suppression Systems and Security Systems
UK Southend on Sea Southend City Council

Lot 1 is for the appointment of an experience drainage contractor for the provision of cyclical planned maintenance, responsive repairs and maintenance to drainage systems and water/sewage pumps at Southend City Council's Public Buildings/Premises and Delegated Properties (i.e. Schools and Community Buildings) under a JCT Measured Term Contract 2016 Edition. The Council are seeking to appoint one contractor for this Lot.

Value: 1176000
Published: 2024-01-08
Deadline: 2024-02-06
1176000 2024-01-08 2024-02-06
The Provision of Security Guarding Services to the Pakistan Network: the British High Commission in Islamabad, the British Deputy High Commission in Karachi and the British Office in Lahore
UK London Foreign Commonwealth and Development Office

The Authority is re-tendering the contract for The Provision of Security Guarding Services to the Pakistan Network. The contract will have a duration of three (3) years: the initial contract period is anticipated to begin on 1 October 2024 and expire on 30 September 2027. The contract may be extended by a further two (2) years, in yearly increments; the maximum contract duration will therefore be five (5) years. The Authority is seeking to appoint an experienced and competent contractor to provide security guarding services to the Pakistan Network: the British High Commission in Islamabad, the British Deputy High Commission in Karachi and the British Office in Lahore. The appointed contractor will deliver the safety and security of Authority Personnel and others for whom the Authority accepts a duty of care in Pakistan.

Value:
Published: 2024-01-07
Deadline: 2024-02-05
2024-01-07 2024-02-05
Security Contract for Key holding, Response and/or Static Guarding
UK Swindon Security Contract for Key holding, Response and/or Static Guarding

Contract to cover key holding, response, patrols and static manned guarding services to various English Heritage sites

Value: 11250000
Published: 2024-01-07
Deadline: 2024-02-06
11250000 2024-01-07 2024-02-06
CS0422FOP(e) Framework of Providers – Specialist Services for Disabled Children Young People and their Families
UK Matlock Derbyshire County Council

Lot A One-to-One SupportEvaluation CriteriaQuality criterion - Name: Quality / Weighting: 75Quality criterion - Name: Supplier Information Security / Weighting: 5Price - Weighting: 20

Value:
Published: 2024-01-05
Deadline:
2024-01-05
Fuel Poverty Modelling
NUTS: UK UK Department for Energy Security & Net Zero

The Department for Energy Security & Net Zero (DESNZ) are looking for the provision of annualmodelling of the fuel poverty status of households using the secondary modelling of income,energy efficiency and energy costs for households taking part in the English Housing Survey(EHS) survey.The work will be used to identify households in fuel poverty under the Low Income Low EnergyEfficiency and 10% affordability metrics, together with calculation of the fuel poverty gap. Themodel needs to capture the impact of established and temporary policy effects.Three key outputs required for the fuel poverty modelling:• A fuel poverty dataset: with raw EHS and fuel poverty inputs data, as well as new modelledvariables.• Documentation of quality assurance processes and assumptions logs used in the modelling.• A methodology report outlining the key steps and processes used to model fuel poverty,including key assumptions and models used.

Value:
Published: 2024-01-05
Deadline: 2024-02-07
2024-01-05 2024-02-07
Water Wastewater and Ancillary Services 3
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/d9de5972-5841-4607-a8b7-40c3fcd25592 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Minimum standards of reliability: CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20,000,000 GBP. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

Value:
Published: 2024-01-05
Deadline:
2024-01-05
Security Contract for Key holding, Response and/or Static Guarding
UK Swindon Security Contract for Key holding, Response and/or Static Guarding

Value:
Published: 2024-01-05
Deadline:
2024-01-05
The Provision of Security Guarding Services to the Pakistan Network: the British High Commission in Islamabad, the British Deputy High Commission in Karachi and the British Office in Lahore
UK London Foreign Commonwealth and Development Office

In order to participate and gain access to the PQQ documents, potential suppliers should access the FCDO’s e-procurement portal, JAGGAER ONE, available via the below link. URL: https://fcdo.bravosolution.co.uk/web/login.html Once logged in, search for project reference 10009/PQQ 1545 If a potential supplier is not registered on the portal, click the link above (or copy and paste the link into your web browser) to be taken to the home page. Click the “Click here to register!” button, and follow the on-screen instructions to complete registration. Registration takes approximately 5 minutes and is free of charge. Two-Factor Authentication (2FA) Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER ONE, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER ONE.

Value:
Published: 2024-01-05
Deadline:
2024-01-05
DDaT23365 Overall Redesign and Implementation of Our Network (ORION) Integrator
UK SWINDON UNITED KINGDON RESEARCH AND INNOVATION

The Science and Technology Facilities Council (STFC) (UK Research and Innovation) is starting a project for a fresh design from the ground up, for all STFC sites across the Digital Infrastructure managed network architecture, cabling, switching, routing, and security. The redesigned architecture should take into account the needs of the next 5-10 years and be flexible enough to grow for years beyond that.STFC wish to work with a partner to:• Define a 15+ year network architecture for STFC based on cutting edge network concepts which will last well beyond a single hardware refresh cycle.• Create both high-level and low-level designs for the migration of the STFC networks into the new architecture. The high-level tasks will be:o STFC and partner to complete HLD.o Partner to introduce vendors to STFC, who will visit STFC to propose how their technologies would address the HLD.o STFC to sign off the HLD solution.o Partner designs the low-level design for the solution.o STFC goes out to market to purchase the solution products on a framework. Procurement of hardware out of scope of this tender.• Run a proof of concept (POC).• Identify the hardware required to deliver the network to STFC.• Take a lead in rolling out the approved logical and physical design.• Work with STFC during the first hardware lifecycle to support the new network infrastructure. Full details of the current STFC network are provided in the supporting procurement documentation.

Value: 1500000
Published: 2023-12-23
Deadline: 2024-01-22
1500000 2023-12-23 2024-01-22
Access Control
UK Aberdeen Aberdeen Sports Village Limited

The provider must supply a proposal for high-security access control solutions that will be situated at the Sports and Aquatics entrances of the building.This proposal must include a high security access control system comprised of gates, readers, panels, an intelligent event system, intercom and other items deemed necessary or appropriate.

Value:
Published: 2023-12-23
Deadline: 2024-01-25
2023-12-23 2024-01-25
SSE Distribution Marine Survey DPS
UK Perth Scottish Hydro Electric Power Distribution plc

High Level Project Summary Scottish Hydro Electric Power Distribution plc (SHEPD) owns and maintains the electricity distribution network in the North of Scotland and Scottish Islands comprising of overhead lines, underground cables and submarine electricity cables. SHEPD are responsible for the maintenance, repair and replacement of submarine cables in order to maintain security of supply to customers. As part of SHEPD’s RIIO ED2 price control period, the team plan to deliver end-to-end cable inspections on 71 submarine cables within the SHEPD license area. The total length of cable to be inspected is approximately 310km, split over a number of inspection campaigns spread across the price control period of 2024 to 2027. These inspections are required to inform future intervention strategies, by understanding cable condition as well as confirming the latest cable position on the seabed. These works shall be undertaken in compliance with the latest inspection specification which satisfies Marine Scotland requirements. The 71 submarine cables which require inspection

Value: 20000000
Published: 2023-12-23
Deadline: 2028-12-31
20000000 2023-12-23 2028-12-31
Your Alerts:

Related articles...

Made by Statuo