Talk to us 01204 238 046

Public Procurement Bill - April 2023 update!

Written by

|

Oct 03, 2022

Following several months of negotiations, the Procurement Reform Bill has now been introduced in Parliament. Expected to go live in mid-2023, the bill now requires secondary legislation to bring certain elements and the wider plan into effect, after which it will also have to be granted Royal Assent. This Bill will reform the existing EU Procurement Rules, which, after Brexit, are no longer valid within the UK.

The Transforming Public Procurement programme aims to improve the regulation of public procurement in order to create a simpler and more flexible system for users. The changes created by this new bill will apply to the public sector as a whole; including central and local government and public sector organisations such as the NHS etc. These changes will be applied across England, Wales and Northern Ireland, however they will not affect Scotland, whose policies surrounding procurement legislation remain a devolved matter.

At around £300 billion, public procurement accounts for around a third of all public expenditure each year and is the largest area of public spending; thus a key area where getting the most for your money is critical. Value for money is a key driving factor for the changes to regulations, with new, more competitive, yet simplified procedures aimed at allowing government to spend more with SMEs.

Greater flexibility will allow buyers to have more opportunity to negotiate directly with suppliers by creating what is being called a “competitive flexible procedure”. This will ensure, for the first time, that contracting authorities can design a competition to best suit the particular needs of their contract and market. The Bill will enshrine into law the basic objectives of public procurement; delivering value for money, maximising public benefit and acting with integrity.

April 2023 updates

The Procurement Bill completed its passage through the Committee Stage in the House of Commons in February and will now progress to Report and then Third Reading. We are still awaiting a date for this next stage but anticipate this will be in May. You can view the Hansard records of the committee debates and the current version of the Bill (incorporating all amendments to date) here.

The final stage in the Bill’s Parliamentary journey is “consideration of amendments”, when it returns to the House of Lords. If the Lords disagrees with any Commons amendments, or makes alternative proposals, then the Bill is sent back to the Commons. The Bill might go back and forth between each House until both Houses reach agreement on the exact wording – this is known as ‘ping pong'. Soon after the Bill achieves Royal Assent - which we expect to be later this spring - work to finalise the secondary legislation (Statutory Instruments, or regulations) will take centre stage and will include a public consultation on the draft regulations.

We continue to engage with eProcurement systems providers to assist them to make the changes needed to support the new noticing regime. We recently shared further information on the content of the first batch of new notices that will soon be released to a test environment.

These are as follows:

  • Planned procurement notice - this will be used for above threshold procurements, giving suppliers advance notice of an upcoming procurement opportunity. If published between 40 days and a year ahead of the tender notice, this notice allows the contracting authority to reduce the tendering period (the length of time that suppliers have to submit tenders after the publication of the tender notice) from 25 days to 10 days. This is the equivalent of the current Prior Information Notice for reducing time limits.

  • Tender notice - this notice advertises a competitive contract opportunity, giving suppliers information on what is being procured and the value, to enable them to decide whether to submit a tender. For below threshold procurement opportunities, there is a simplified Tender notice with a reduced set of fields. This is equivalent to the current Contract notice in Find a Tender and the Opportunity notice on Contracts Finder.

  • Transparency notice - this notice advises the market that an above threshold direct award will be made, and what the justification is for that. This is equivalent to the current Voluntary Ex-Ante Transparency notice (VEAT).

  • Contract award notice - this notice must be published after the decision has been made to award an above threshold contract but that contract has not yet been signed. This notice begins the standstill period, if it applies, during which any challenges to the award can be made. There is no current equivalent.
Expected Regulation Changes

Whilst the Procurement Reform Bill has not yet been formally passed through Parliament, there are several areas where changes to procurement can be expected.

Transparency remains a key focus within this new Bill, with a single, central platform for all procurement information being a new initiative. This aims to ensure access for all and strengthen the new Procurement Review Unit’s ability to investigate concerns surrounding both transparency and contract awards. Featuring information for all tenders, including pipeline opportunities and spend, this single system will also have a dedicated area of the publication of Supplier performance, meaning that this could impact supplier references moving forward.

Terminology changes are also expected, with “Contract Notices” now being advertised as “Tender Notices”, and new notice types to cover the full life cycle of a contract. The Bill will also include provisions to exclude suppliers from defence and security tenders, should they be deemed to present a risk to national security.

Direct Awards of contracts could be possible, if seen to be “in the public interest” – however this may be a section of the Bill that faces some scrutiny.

The Procurement Reform Bill, whilst looking to overhaul public sector procurement, will still maintain compliance with international obligations, including the Agreement on Government Procurement from the World Trade Organisation, which guarantees British businesses access to £1.3 trillion in public sector procurement opportunities oversees.

How Could These Changes Affect Your Business?

At a glance, there are likely to be several changes which could become apparent to businesses once this Bill is formally accepted and written into law. Primarily, the overall look and feel of the tenders themselves could change somewhat, however, from the information available, it looks like many of the questions will remain the same.

Perhaps, most conveniently, there will now be a single registration service for supplier, a “one stop shop”, operating on a “tell us once” style system to avoid unnecessary administrative headaches with multiple portal spaces.

Maintaining quality of works will become an even greater focus, as it may now become much easier for contracting authorities to reject bids from suppliers who pose risks through threats such as poor previous performance. These incidents will become much more easily accessible for potential buyers to view, thus the need to provide exceptional service and value for money is even more critical.

The way businesses are alerted to upcoming tenders is likely to change too, with external platforms no longer being the space where contract notices are hosted. This may however provide the benefit of ease, with all opportunities being advertised in a single space for public sector procurement.

Buyers requesting the Most Economically Advantageous Tender (MEAT) will remain, however a renewed emphasis may be places on Most Advantageous Tenders (MATs) too, meaning buyers can set their priorities to other areas, such as innovation, when assessing a tender.

How can Thornton & Lowe support you to navigate these changes?

There are several areas where Thornton & Lowe can provide support to ensure you are in the best position to navigate any future changes to procurement regulations. These regulation changes are coming in to place to support SMEs, making tendering more accessible and simplifying existing systems.

We offer expert bid writing and bid training services, in order to support on both the writing of bids and upskilling your team to ensure they are ready to bid successfully. Understanding the latest advancements in procurement best practice could be the ideal way to begin preparations for the release of new opportunities. Equipping yourself and your team with this key knowledge will ensure you approach all new tenders with clarity and confidence moving forward.

Our team of highly experienced bid writers can assist you to complete tenders and ensure the key evidence you may require is in place. Thornton & Lowe can help you add significant value to your offering, showcasing your services to the best of your abilities in order to win work.

Speak with a Bid Writing expert today

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
Macduff Fishmarket Pier Repairs
UK Aberdeen Aberdeenshire Council

To carry out repairs to a collapsed section of stone masonry quay wall, below the fishmarket pier, with concrete bag work. It should be noted that access to the damaged section of wall is through a 600mm by 450mm manhole cover and that the area is only dry for a maximum of one to one and a half hours each side of a spring tide.

Value: 25000
Published: 2024-04-26
Deadline: 2024-05-10
25000 2024-04-26 2024-05-10
Pulse Oximetry Sensors [4827016]
UK Belfast Business Services Organisation Procurement and Logistics Service

In section I.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by BSO Procurement and Logistics Service on behalf of the participants listed in section 1.1.

Value:
Published: 2024-04-26
Deadline:
2024-04-26
EDR-23-005 Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions
UK Belfast the Education Authority

Tenderers should ensure they read and understand the documentation found in the CFT documents area of eTendersNI. . As a Public Sector Procurement organisation, EA must adhere to the Procurement Policy Notes, https://www.finance-ni.gov.uk/articles/procurement-policy-notes-ppns. . This tender includes requirements relating to Human Rights, Modern Slavery, Supply Chain Resilience and Social Value and all tenders must meet the requirements detailed in the tender documentation to be compliant. . EA reserves the right to: . 1. Not to award any contract as a result of the procurement process commenced by publication of this notice.. 2. To make whatever changes it may see fit to the content and structure of the tendering competition.. 3. To award (a) contract(s) in respect of any part(s) of the [services] covered by this notice..

Value:
Published: 2024-04-26
Deadline:
2024-04-26
IT Related Accessories and Parts (ITRAP)
UK Reading Southern Universities Purchasing Consortium (SUPC)

Value:
Published: 2024-04-26
Deadline:
2024-04-26
The Supply of Influenza Vaccines
UK Bristol Ministry of Defence

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Influenza Vaccines. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-04-25
Deadline:
2024-04-25
Proposed landlord gas safety records/checks to domestic properties at various locations in Central Belt, Scotland
UK Edinburgh Link Group Ltd

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=764894. 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.publiccontractsscotland.gov.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. (SC Ref:764894) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=764894

Value:
Published: 2024-04-25
Deadline:
2024-04-25
Disposable Cubicle, Shower and Window Curtains 2025
UK Sheffield NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during Autumn 2024. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission: - Employer’s Liability Insurance cover of £5m per claim in the name of the Applicant - Public Liability Insurance cover of £5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate - ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. - Declaration of Conformity and UKCA/CE Certification to demonstrate compliance to Medical Devices Regulations 2002 (if applicable). -BS 5867-2:2008 Type B or C flammability requirements. -ISO 20743:2013 (Assessment of Antibacterial Finished Products) or equivalent standard. The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts In addition, the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans’ (PPN 06/21) requiring all suppliers with new contracts for goods, services and/or works irrespective of value to publish a carbon reduction plan for their direct emissions. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN 02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the ‘Not Registered Yet’ link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on “SQs Open to All Suppliers” EXPRESSION OF INTEREST - Find "SQ_540" and click on the blue text. Select Express interest. If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com

Value:
Published: 2024-04-25
Deadline:
2024-04-25
Linn of Dee Fencing Works
UK Edinburgh National Trust for Scotland

This contract involves the replacement and re-alignment of the Linn of Dee strategic fence to bring this 33ha area of pinewood under favourable management to allow its recovery and expansion. This project will primarily replace and re-align the strategic fence shifting it south and west to capture the stand of pinewood and also to protect a total of 106ha of ground from deer impacts thus facilitating future natural regeneration establishment and recovery of the woodland and moorland ground flora.

Value:
Published: 2024-04-24
Deadline: 2024-05-28
2024-04-24 2024-05-28
HMPPS Managing Conflict & Violence Training
UK London Ministry of Justice

The MoJ would like providers to express their interest in this requirement by Friday 3rd May 2024 at 12.00 noon British Summer Time (Invites will be sent out later that day) by sending a message via our e-sourcing platform (Jaggaer):- https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Please include the following detail in your message; - Quoting Reference -HMPPS Managing Conflict and Violence 'PQQ_424' - Full name - Company/organisation name - Contact details (E-mail and phone number) All responders (With a limit of 3 attendees per providers) will receive an invite to the Teams event on Thursday 9th May 2024 for a session at 2pm for 1 hour. If you do have an account, please register on Jaggaer to create an account. If you have problems registering please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding and the Authority reserves the right at it's absolute discretion to amend it at the time of issue of any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Value:
Published: 2024-04-24
Deadline:
2024-04-24
ID 5230034 - DfE - SRC - Timber Supplies for the Northern Ireland Colleges of Further and Higher Education
UK Newry Southern Regional College

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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years..

Value:
Published: 2024-04-24
Deadline:
2024-04-24
CPT_24_08 Audit Data Extraction and Analysis Automation services
UK Victoria National Audit Office

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.The NAO considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any acceptance of organisations onto the DPS will be based solely on the criteria set out for the procurement documentation. The NAO would like to invite interested providers to attend a Virtual Q&A session taking place on Thursday 2nd May 2024 from 9.30 until 10.30am. The purpose of this Q&A session is to offer attendees the opportunity to raise clarifications on the Audit Automation and Analytics Services procurement process. If organisations are interested in attending the Virtual Market Engagement event, then send expressions of interest via email to nao.procurement@nao.org.uk by 12 noon on Tuesday 30th April 2024 The email will need to include your name, position, organisation and contact details alongside the names and positions of other colleagues wishing to attend. Further details will be made available nearer the time of the event. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Victoria:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./NZX324K636 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/NZX324K636 GO Reference: GO-2024424-PRO-25852278

Value:
Published: 2024-04-24
Deadline:
2024-04-24
DfI TRAM - Supply and Delivery of 4 no. Compact Wheeled Loaders
UK Belfast Department for Infrastructure

DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is. intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://. etendersni.gov.uk/epps/home.do. The successful contractor's performance on the contract will be regularly monitored. 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 the Department for. Infrastructure 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 Certificate of Unsatisfactory. Performance and the contract may be terminated. The issue of a Certificate 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 twelve months from the date of issue of the certificate.

Value:
Published: 2024-04-23
Deadline:
2024-04-23
External Audit
UK Manchester General Medical Council (GMC)

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=231834. 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:231834) Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=231834]]

Value:
Published: 2024-04-22
Deadline:
2024-04-22
Procurement of the Contractor to provide the High Commissioner’s Residence Redevelopment in Abuja, Nigeria
UK London Foreign Commonwealth and Development Office

FCDO is seeking feedback from the market on our procurement approach and wish to understand capacity and interest to provide the redevelopment of the High Commissioner’s Residence in Abuja, Nigeria. This notice is being published to advertise a forthcoming early market engagement event, which will be held between 22nd and 24th May 2024 at the British High Commission office. Organisations will be offered individual time slots with a 90 minute duration. These are available between the following times: • 22 May 2024: between 1pm and 5pm • 23 May 2024: between 9am and 5pm • 24 May 2024: between 9am and 5pm The event will be by appointment only. Potential contractors are kindly requested to provide the following information: • Confirmation that you would like to attend the event • Any times that you cannot make. Every effort will be made to accommodate specific requests but this cannot be guaranteed • Proposed attendees, including name and proposed role on the project • Full contact details for a single point of contact for follow up correspondence relating to the bidders conference (name, position in company, email address, phone number) • Any specific questions you’d like the team to consider ahead of the bidders conference? Contractors wishing to attend the forthcoming market engagement event should register their interest, and provide the requested information, by email Katherine.Joslin@fcdo.gov.uk no later than 03 May 2024 at 5pm (BST) In addition to the bidders conference, an Early Market Engagement Questionnaire has been prepared and issued with this notice. . Responses to the Early Market Engagement Questionnaire should be submitted on the FCDO e-tendering system Jaggaer through pqq_1624. Any questions relating to this early market engagement, should be sent via the Jaggaer messaging system for ppq_1624. Should you have any problems submitting your response and sending messages through Jaggaer please by email to Kathy Joslin, at Katherine.Joslin@fcdo.gov.uk. The contracting authority will consider the feedback received to help inform its procurement approach and further decision making. For the avoidance of doubt, this market approach is not part of a formal procurement process, and the contracting authority is not committing, at this stage, to carrying out such a process. The FCDO reserves the right to change the process at any stage and to undertake this procurement using alternative routes. Participation or non-participation in this market engagement exercise shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of this exercise shall place any supplier at an advantage in a potential procurement process. No formal assessment of capability or down selection of bidders will be carried out in relation to any responses received as a result of this. The requirement will be procured via the Foreign, Commonwealth and Development Office's e-procurement portal: https://fcdo.bravosolution.co.uk. Suppliers, not currently registered on the portal, who are interested in being considered for this opportunity must self-register on the site in order to participate — registration is free and instantaneous. Please note, the information contained within this Prior Information Notice (PIN) is subject to change.

Value:
Published: 2024-04-22
Deadline:
2024-04-22
Print and Digital Communications
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/c20c14f7-ecd2-495a-9b9c-a826bfda740f 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. For Lot 2 only, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Please refer to Attachment 2 How to Bid in the tender documents. 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. Bidders can bid for more than one Lot. However, a bidder cannot be awarded a Framework Contract for both Lots. Bidders may submit bids for both Lot 1 and Lot 2 but can only be awarded a framework contract for one Lot. If a Bidder is ranked in first position in Lot 1 based on their final score then the Bidder will be awarded the Lot 1 framework contract and cannot be awarded a Lot 2 framework contract. Please refer to Attachment 2 How to Bid for further details. Please note the contract period is for 48 months with a 3 month implementation period

Value:
Published: 2024-04-22
Deadline:
2024-04-22
Provision of Rhododendron ponticum control at Tayvallich, North Knapdale
UK Argyll Argyll and the Isles Coast and Countryside Trust (ACT)

A mandatory Bidders Day will be held at Tayvallich Village Hall, 1030 on Wednesday 8th May 2024. Bidders will need to register for attendance by emailing philippa@act-now.org.uk NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=764391. 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.publiccontractsscotland.gov.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. (SC Ref:764391)

Value:
Published: 2024-04-22
Deadline:
2024-04-22
Uniforms for Northern Ireland Fire and Rescue Service
UK Armagh Procurement and Logistics Service

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in section 1.1. The contracting authorities will identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the "lowest price/cost", once full compliance has been demonstrated with all of the elements of the. specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating quality, price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b.

Value:
Published: 2024-04-19
Deadline:
2024-04-19
Prior Information Notice  - Request for Information for Live Facial Recognition Software
UK Birmingham BlueLight Commercial Ltd

BlueLight Commercial are issuing this Prior Information Notice (PIN) as a Request for Information (RFI) to gather market intelligence/information, to gain a better understanding of the capacity of the market for Live Facial Recognition (LFR) Software to be used in policing across all forces in England and Wales. BlueLight Commercial are exploring future commercial options including a possible national framework for LFR, however for the purpose of this information request we require information for vehicle based mobile LFR software only. It is important to note that this PIN/RFI is not a call for competition and as such potential providers will need to express interest in any future tender opportunity once a contract notice is published in Find a Tender Service and on Contracts Finder. It should be noted that this PIN/RFI invites individuals and organisations to express an interest in this RFI exercise only, and it is NOT a pre-qualification questionnaire, and is NOT part of any pre-qualification or selection process. This PIN/RFI is intended as an awareness, communication, and information gathering exercise only to help inform a subsequent procurement exercise. An expression of interest in this RFI exercise is no indication of a commitment to participate in the RFI process nor does it infer any preferential or special status on those individuals and organisations who express an interest in the RFI exercise. BlueLight Commercial are utilising an electronic tendering portal (In-Tend) to manage this RFI and as such interested individuals and organisations will need to register on the portal to access the RFI documentation and return the completed RFI response document. Please note that it is free to register on In-Tend, which can be accessed via https://sell2.in-tend.co.uk/blpd/publictendersThe RFI documentation (Reference: BLC0168) will be accessible from 12:00 noon on Wednesday 18 April 2024 and completed RFI responses must be submitted by 4pm on Thursday 25th April 2024. A future procurement opportunity for Live Facial Recognition (LFR) Software could be published by BlueLight Commercial in August/September 2024.

Value:
Published: 2024-04-18
Deadline:
2024-04-18
Media Training Consultancy
UK Edinburgh Royal Botanic Garden Edinburgh

Training for a selection of colleagues at the Royal Botanic Garden Edinburgh will involve close consultation on the individual requirements of individuals, some of whom will have a background of media engagement and others will be relatively new to the experience. While the objective is to prepare all to represent the organisation through effective communications with the media and, therefore, the public, different levels of engagement is likely to be required. It is likely the training might need to be over two sessions.

Value:
Published: 2024-04-17
Deadline: 2024-05-01
2024-04-17 2024-05-01
ID 5168908 - DfC - Advertising and Related Services
UK BELFAST Department for Communities NI

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.. . 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. In no circumstances will the Authority be liable for any costs incurred by candidates. This project will be used to progress the Government’s wider social, economic and environmental objectives.

Value:
Published: 2024-04-17
Deadline:
2024-04-17
The Supply of Mixed PPE
UK Bristol Leidos Supply

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it intends to invite tenders for its supply and delivery of Mixed PPE.

Value:
Published: 2024-04-17
Deadline:
2024-04-17
ID 5279337 - DoJ - NIPS - Supply and Delivery of Mattresses
UK BELFAST The Northern Ireland Prison Service

Neither CPD nor the Northern Ireland Prison Service can 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: 2024-04-17
Deadline:
2024-04-17
ID 5264245 DfE - SRC - Tiling Supplies for the Southern Regional College
UK Craigavon Southern Regional College

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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 twelve months from the date of issue of the certificate.

Value:
Published: 2024-04-16
Deadline:
2024-04-16
Provision of IT Consultancy Services Framework
UK London Associated British Ports

Value: 1300000
Published: 2024-04-16
Deadline:
1300000 2024-04-16
Keystone IT Consultancy Support
UK Edinburgh Viewpoint Housing Association

IT support services for the Keystone asset management system

Value: 40000
Published: 2024-04-15
Deadline: 2024-04-30
40000 2024-04-15 2024-04-30
Supply and Delivery of Cables
UK Sheffield Glass Futures

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=231759. 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:231759)

Value:
Published: 2024-04-15
Deadline:
2024-04-15
DfE - Tourism NI - Concept Testing
UK BELFAST Department for the Economy - Tourism NI

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract, however, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. 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 Unsatisfactory Performance and the contract may be terminated. The issue of a 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 twelve months from the date of issue of the Notice.

Value:
Published: 2024-04-15
Deadline:
2024-04-15
Pre-Market Engagement Questionnaire for Monitoring Devices for Continuous Measurement of Blood Parameters During Extra Corporeal Circulation
UK Belfast Business Service Organisation Procurement and Logistics Service

This is a Prior Information Notice to seek engagement with the market place to ascertain functionality of Monitoring Devices for Continuous Measurement of Blood Parameters During Extra Corporeal Circulation for the Belfast Health & Social Care Trust. The Business Services Organisation, Procurement and Logistics Service on behalf of the Belfast Health and Social Care Trust, wish to engage with potential suppliers to obtain a market view of requirements through the completion of a Questionnaire. This questionnaire was previously published on the 14th February 2024, however further engagement with the market is required and Belfast Health and Social Care Trust would like to re-issue the questionnaire. There have been no amendments made to the Questionnaire since it was issued in February 2024.. Any interested suppliers are required to submit their response through the eTendersNI secure messaging area of this Call for Tender (CfT) Ref 5319164. All correspondence in relation to this Pre-Market Engagement exercise will be communicated via the eTendersNI secure messaging area. Suppliers will be required to submit their completed Questionnaire NO LATER THAN 3.00PM ON WEDNESDAY 15th May 2024. Suppliers should also note that any interest shown does not constitute a commitment to participate in any future tendering exercise.

Value:
Published: 2024-04-12
Deadline:
2024-04-12
Collection, Storage and Distribution for Victoria Pharmaceuticals [5290406]
UK Belfast Procurement and Logistics Service

The Contract Value in section II.1.5 has been calculated to include all extension options (including the further additional 18 months.. relating to Clause 2.3 of the SS17bc Commercial Conditions) and accounts for a potential increase in demand for the supply by 50.. percent. It is not a guarantee of uptake or minimum demand. In section I.2, it is stated that this procurement is a joint procedure and.. contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by.. BSO PaLS on behalf of the participants listed in section I.1.

Value:
Published: 2024-04-12
Deadline:
2024-04-12
Transport Commissioning IT Solution
UK Ellesmere Port Cheshire west and Chester Borough Council

Value:
Published: 2024-04-12
Deadline:
2024-04-12
ID 5087997 - DoJ - FSNI - Supply and Delivery of Laboratory Consumables
UK BELFAST Forensic Science Northern Ireland

The values stated represent an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.. Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.. 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 contract(s) in respect of any part(s) of the services covered by this notice; and (IV) to award contract(s) in stages.. and in no circumstances will the Authority be liable for any costs incurred by candidates..

Value:
Published: 2024-04-12
Deadline:
2024-04-12
Health & Vocational Rehabilitation Assessment
UK Paisley Renfrewshire Council

Renfrewshire Council requires a professional organisation to deliver Occupational Health and Vocational Rehabilitation Assessment with specialist health interventions delivered, where required to assist clients journey back to employment. Clients will be registered with Invest in Renfrewshire Employability Services and will receive this service as part of a package of support including a dedicated Client Management Case Worker and access to a range of training, work experience and subsidised employment opportunities.This service will provide a full Condition Management Programme and will be provided as part of a package of support for clients with a health-related condition looking to return to work. The service seeks to enhance this package of support by providing detailed assessment of clients’ health barriers and capability for work and to offer specialist health interventions.The successful provider will be required to provide a detailed report and action plan for up to 110 registered employability clients and provide additional health interventions for 100 of these clients. It is essential this is an individual-centred approach to supporting people with greater health needs. The service will coach individuals to better understand their conditions and develop self-management skills.

Value:
Published: 2024-04-12
Deadline: 2024-05-03
2024-04-12 2024-05-03
FLS-0071-FW Responsive Chainsaw Operations, Arboriculture Work & Dangerous Tree Surveys
UK Inverness Forestry and Land Scotland

Forestry & Land Scotland (FLS) has a requirement to let a Framework Agreement to external service providers for the provision of Responsive Chainsaw Operations, Arboriculture Work & Dangerous Tree Surveys.This framework shall cover chainsaw, arboriculture services and tree surveying including, tree felling, road line felling, clearing wind blow, tree surgery and many other related services. It will also include the facility for clearing up the site following chainsaw operations such as small machinery extraction, via tractor mounted winch, mini forwarder.This Framework is split into two different requirements: Lots 1-18 Responsive Chainsaw Operations and Lots 19-38 Arboriculture Work & Dangerous Tree Surveys.The Framework term is four (4) years with no option to extend.

Value:
Published: 2024-04-12
Deadline: 2024-05-17
2024-04-12 2024-05-17
Collection and Recycling of Organic Waste [4907292]
UK Ballymena Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland

In section I.2 it is stated that this is a joint procurement and Contract award is by a central purchasing body. This Contract is not a joint contract, it is a central purchasing body contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender(s) (MEAT) on the basis of Quality (Pass/Fail), Social Value 10% and Price 90% for each Section within each of the Lots, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. This tender contains 2 Lots with 6 Sections: Lot 1 contains 5 Sections, Lot 2 contains 1 Section. Tenderers can bid for either or both Lots. Within Lot 1, Tenderers can bid for one, more than one or all Sections. If submitting a bid for Lot 2, Tenderers must bid for Section 1. Tenderers who bid for more than one Section will have their bid per Section treated and evaluated as a separate bid as detailed within the Tender Evaluation Methodology and Marking Scheme SS20b (TEMMS). Each Section bid for must be bid for in its entirety otherwise the bid for that Section will fail and be rejected. Tenderers must submit a bid for all lines in the Section bid for, otherwise fail and elimination. Estimated value ranges are as follows: - . Lot 1 - Collection and Recycling of Organic Waste. Section 1 – Belfast Sector – 73 000 GBP to 1 015 000 GBP. Section 2 – Northern Sector – 26 000 GBP to 362 000 GBP. Section 3 – South Eastern Sector – 37 000 GBP to 519 000 GBP. Section 4 – Southern Sector – 33 000 GBP to 456 000 GBP. Section 5 – Western Sector – 15 000 GBP to 202 000 GBP. . Lot 2 - Collection and Recycling of Segregated Packaged Food Waste. Section 1 – Belfast Sector – 4 000 GBP to 53 000 GBP. These ranges show the potential values which have been calculated on the basis of a 60 month Contract with the option of extension period(s) of up to and including 36 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period. These ranges also include the potential values for a further period or periods, together totalling no more than 18 months in the circumstances described in Clause 2.3 of the Commercial Conditions of Contract for Services Contracts SS17ac. Under this Contract, the Contractor will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions will relate, in particular, to social considerations.

Value:
Published: 2024-04-11
Deadline:
2024-04-11
AMP8 Water Network Alliance
UK Cardiff Dwr Cymru Cyfyngedig

This Periodic Indicative Notice (PIN) does not constitute a call for competition to procure any works or repair services. This notice is issued solely for the purpose of undertaking market engagement to gauge capability and interest in the market to assist in our decision making prior to the commencement of the procurement process. Parties will not be prejudiced by any response or failure to respond to this request and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. If you have experience of any of the works / repair services as described above, we invite you to participate in our market engagement process by registering your interest via the emails below by 29th April 2024. amanda.edwards@dwrcymru.com / gareth.shaw@dwrcymru.com In response to enquiries, we will provide a copy of our Information Memorandum which includes further details on our programme opportunities and a short questionnaire which we will ask you to complete and return to us DCC envisage holding a series of one-to-one meetings in May/June to further discuss the content of your completed questionnaire, the timings of which will be mutually agreed, Please note, whilst information in this PIN and Information Memorandum describes DCC’s current view of how it is minded to proceed. Interested parties should note that the positions set out in this PIN, and any content within the Information Memorandum remain subject to change and will not necessarily reflect the position as at the issue of the Contract Notice. All responses will be carefully considered but will not bind DCC to any specific approach to procurement, nor will responses be treated as conveying any promise or commitment on the part of the respondent.

Value:
Published: 2024-04-11
Deadline:
2024-04-11
GLENCOE FOLK MUSEUM: PROPOSED EXTENSION, ALTERATIONS, AND UPGRADING
UK Glencoe Glencoe Folk Museum

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=763551. 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.publiccontractsscotland.gov.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. (SC Ref:763551)

Value:
Published: 2024-04-11
Deadline:
2024-04-11
Medical and Exemption Cards
UK Armagh Procurement and Logistics Service

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central Publishing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by Business Services Organisation Procurement and Logistics. Service on behalf of participants listed in section 1.1. The contracting authorities will identify the Most Economically Advantageous. Tender(s) (MEAT) on the basis of the "lowest price/cost", once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating quality, price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b.

Value:
Published: 2024-04-11
Deadline:
2024-04-11
INVITATION TO TENDER FOR THE PROVISION OF INTERNAL AUDIT SERVICE
UK Perth Caledonia Housing Association

Caledonia Housing Association Group invites tenders for the provision of internal audit services to the Group for an initial period of three years (with the option to extend for up to a further two years depending upon performance). Caledonia Housing Association was formed on 1st October 2011 by a merger of the former Servite and Perthshire Housing Associations The Group currently comprises Caledonia Housing Association, as the parent organisation, and Cordale Housing Association, which joined as a constitutional partner in 2014.The Group has grown over recent years through three transfers of engagement, acquiring the assets of the former Antonine, Bellsmyre, and Faifley housing associations in 2018, 2020 and 2022 respectively. It now operates in 8 local authority areas across Tayside, Fife, the Highlands, West and East Dunbartonshire owning over 5,700 properties for social rent, which generates a Group annual turnover of approximately GBP37 million for the 2022/23 financial year. The Group is classed as being a systemically important landlord by the Scottish Housing Regulator due to its size and development programmeThe Group is required to work within the regulatory framework set out by the Scottish Housing Regulator (2019). This includes a requirement to have an internal audit function. The responsibility for ensuring the Group meets the regulatory requirements rests with the Caledonia Housing Association Management Board, and the Cordale Housing Association Management Committee. The work of these two governing bodies is supported by a Group Audit and Risk Management Committee that has a specific role in developing and implementing comprehensive internal audit arrangements. Internal Audit is required to provide assurance to the governing bodies on the systems of internal controls for the Group across its full range of functions and activities.

Value: 125000
Published: 2024-04-11
Deadline: 2024-05-13
125000 2024-04-11 2024-05-13
Provision of an Independent Advocacy Service
UK Glenrothes Fife Council

This Contract is for the provision of an Independent Advocacy Service to adults and children/young people across Fife. The requirement will support Fife HSCP in achieving the priorities set out in the Advocacy Strategy (2023-26) and in Fife Health and Social Care Strategic Plan (2023-26). This contract will help ensure that NHS Fife, Fife Council & Fife Health and Social Care Partnership meet their statutory obligations. It will also provide advocacy for a wider group of vulnerable people.

Value: 1559460
Published: 2024-04-11
Deadline: 2024-05-10
1559460 2024-04-11 2024-05-10
Business Planning Support for Archaeology – Unearthing a Better Future
UK Dalkeith Archaeology Scotland

Archaeology Scotland wishes to commission a business planning consultant for the Archaeology – Unearthing a Better Future project. It is a NLHF supported project and designed to build greater resilience for Archaeology Scotland, our membership and the wider heritage sector through several organisational improvements and business planning processes, together which will support development of increased public benefit through the work we can deliver together

Value: 12000
Published: 2024-04-11
Deadline: 2024-04-26
12000 2024-04-11 2024-04-26
Evaluation Planning Support for Archaeology – Unearthing a Better Future
UK Dalkeith Archaeology Scotland

Archaeology Scotland wishes to commission an evaluation consultant for the Archaeology – Unearthing a Better Future project. It is a NLHF supported project and designed to build greater resilience for Archaeology Scotland, our membership and the wider heritage sector through several organisational improvements and business planning processes, together which will support development of increased public benefit through the work we can deliver together.

Value: 8000
Published: 2024-04-11
Deadline: 2024-04-26
8000 2024-04-11 2024-04-26
Design Services Support for Archaeology – Unearthing a Better Future
UK Dalkeith Archaeology Scotland

Archaeology Scotland wishes to commission Graphic Design services for the Archaeology – Unearthing a Better Future project. It is a NLHF supported project and designed to build greater resilience for Archaeology Scotland, our membership and the wider heritage sector through several organisational improvements and business planning processes, together which will support development of increased public benefit through the work we can deliver together.

Value: 8000
Published: 2024-04-11
Deadline: 2024-04-26
8000 2024-04-11 2024-04-26
IT Support Services Support for Archaeology – Unearthing a Better Future
UK Dalkeith Archaeology Scotland

Archaeology Scotland wishes to commission an IT consultant for the Archaeology - Unearthing a Better Future project. It is a NLHF supported project and designed to build greater resilience for Archaeology Scotland, our membership and the wider heritage sector through several organisational improvements and business planning processes, together which will support development of increased public benefit through the work we can deliver together.

Value: 10000
Published: 2024-04-11
Deadline: 2024-04-26
10000 2024-04-11 2024-04-26
Supply of PPE and Corporate Clothing
UK Neath Tai Tarian Ltd

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=140585. 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.sell2wales.gov.wales/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. Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are: It’s Tai Tarian’s intention that the delivery of the Contract assists in the achievement of their commitment towards community benefits as outlined in Tai Tarian’s Community Benefits Policy. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the Contract, if a Tenderer does not agree to this, then the Tenderer will be rejected. It is a contract condition that the Supplier delivers community benefits as part of this Contract. There are a variety of community benefit obligations outlined in the Contract and the Supplier must agree to deliver one or more. Tenderers must not outline the community benefit’s they are currently delivering for existing Clients. Tenderers must outline what they propose to offer for Tai Tarian if awarded the Contract. Delivery of community benefits through all spend is aligned with the Well-being of Future Generations Act Wales and delivers against its goals. All community benefit activities must take place within the Neath Port Talbot County Borough. (WA Ref:140585) The buyer considers that this contract is suitable for consortia.

Value:
Published: 2024-04-10
Deadline:
2024-04-10
HealthTrust Europe Framework Agreement for Enterprise Solutions for End-to-End ICT OEM Hardware and Software
UK Edgbaston, Birmingham HealthTrust Europe LLP (HTE) acting on behalf of the Mid and South Essex NHS Foundation Trust (“Authority/MSE”)

HTE is undertaking central purchasing body activities in carrying out this tender exercise by virtue of its partnership with MSE. Notwithstanding HTE's relationship with [MSE], it is HTE conducting this tender exercise and all enquiries should be directed to HTE as confirmed in Section 1 above. MSE and not HTE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this Agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the following entities in the UK (particularly those of a health and/or social care nature) are envisaged as Agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk) https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications To view the list use the downloadable spreadsheet. This list includes each organisation’s successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes. This Agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organization.

Value:
Published: 2024-04-10
Deadline:
2024-04-10
Soft Market Testing (SMT) - Secure Access Service Edge (SASE)
UK London City of London Corporation

This is a soft market testing exercise in relation to an upcoming requirement the City of London (CoL) has for a Secure Access Service Edge (SASE) solution. The soft market testing will involve the submission of the SMT questionnaire to be received by 12:00 on 24th April 2024 via the capitalesourcing portal (www.capitalesourcing.com). If your organisation would like to participate in this soft market testing exercise, it can do so by downloading, completing and returning the SMT Questionnaire which can be found on the City's eProcurement portal at: www.capitalesourcing.com, refer to the Reference number: prj_COL_23747 or pqq_COL_1943. The City will not be held accountable for any errors made by an organisation in submitting their applicable SMT Questionnaire(s). Participation or non-participation in the SMT shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of the SMT shall place any supplier at an advantage in a potential procurement process. Participants will not be prejudiced by any response or failure to respond to the SMT or failure to attend any follow up interviews that may be arranged at the absolute discretion of the City. Participation in this SMT will be at each organisation's own cost. No expense in responding to this SMT will be reimbursed by the City.

Value:
Published: 2024-04-10
Deadline:
2024-04-10
Provision of Dynamic Pressure Area Care Products and Associated Services
UK Ballymena Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland

In section I.2 it is stated that this procurement is a joint procedure and Contract award is by a Central Purchasing Body. This Contract is not a joint Contract, it is a Central Purchasing Body Contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The Contracting Authority will identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the ‘lowest price/cost’ submission(s), once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the Tender Documentation. This Tender contains 7 Lots, Tenderers can bid for one Lot, more than one Lot, or all Lots. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b. The value shown in II.1.5. shows the potential value which has been calculated on the basis of a 4 year contract plus an 18 month emergency extension including contingency for, potential increase in product/service requirement.

Value:
Published: 2024-04-10
Deadline:
2024-04-10
Electrical Services
UK Dumbarton Dunbritton Housing Association

Please ensure that you carefully read and understand the attached ITT and SPD Guidance and associated documents. It is critical that you follow the instructions provided and submit the evidence as requests. Please ensure that you use the PCS questions section for any queries you may have and we will respond accordingly. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=763300. 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.publiccontractsscotland.gov.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. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: As stated in the attached ITT and SPD Guidance and CB clause to be completed and returned. (SC Ref:763300)

Value:
Published: 2024-04-09
Deadline:
2024-04-09
Court Appointed Intermediary Services - Framework Re-Opening April 2024
UK London Ministry of Justice

Nothing in this notice shall generate any contractual obligations prior to the signature or execution of agreement or contracts following completion of the tender process. The MoJ reserves the right to reject all or any of the bids for the competition and not to appoint any potential provider, without any liability on its part. Transparency: HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding GBP 10 000 over the life of the contract are published online (http://www.contractsfinder.businesslink.gov.uk) for the general public. In the event a contract is awarded following a tendering exercise, the contract will be published on the contracts finder website, subject to the statutory grounds for redaction as set out in the Freedom of Information Act 2000. The MoJ 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 MoJ prior to submission. Only documentation relating to awarded contracts will be published. Key commercial interests, trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000 maybe redacted. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.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. Freedom of information (FOI) The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.

Value:
Published: 2024-04-09
Deadline:
2024-04-09
HMPPS Common Awarding Organisations
UK London Ministry of Justice

Award of contract: The Authority is not committed to any course of action as a result of this Contract Notice. It is not liable for any costs incurred in respect of expressing an interest or in tendering for this opportunity. The Authority reserves the right to abandon, rewind, pause or terminate the procurement and not to award one or more contract(s) at its own discretion. Nothing in this Contract Notice shall generate any contractual obligations prior to the signature of a Contract Important notice: This Contract Notice must be read in full together with the procurement documents being released for this procurement. Bidders are reminded that participation in this procurement will be subject to the conditions of participation set out in the procurement documents and the eSourcing Portal.

Value:
Published: 2024-04-09
Deadline:
2024-04-09
South Staffordshire College - IT Network Refresh Services - Lichfield Campus
UK Lichfield South Staffordshire College

Value:
Published: 2024-04-09
Deadline:
2024-04-09
IT ENTERPRISE SERVICE MODEL (ESM) MARKET ENGAGEMENT FOR SPECIALIST USER
UK BRISTOL Ministry of Defence

For visibility of the full PIN, please refer to notice reference: 431876/1341047 at www.contractsfinder.service.gov.uk

Value:
Published: 2024-04-08
Deadline:
2024-04-08
Framework Agreement for the supply of Contrast Media, Injectors and Associated Consumables 2024
UK Edgbaston, Birmingham HealthTrust Europe LLP (HTE) acting on behalf of

HTE is undertaking central purchasing body activities in carrying out this tender exercise by virtue of its partnership with MSE. Notwithstanding HTE's relationship with MSE, it is HTE conducting this tender exercise and all enquiries should be directed to HTE as confirmed in Section 1 above. MSE and not HTE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this Agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the following entities in the UK (particularly those of a health and/or social care nature) are envisaged as Agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk) To view the list use the downloadable spreadsheet. This list includes each organisation’s successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes. This Agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organization(s)

Value:
Published: 2024-04-08
Deadline:
2024-04-08
Hostile Environment First Aid Training (HEFAT)
UK London The British Broadcasting Corporation (BBC)

In the case of technology requirements, the BBC may involve its technology partner (Atos IT Solutions and Services Limited) to assist in the scoping and drafting of invitations to tender and/or the evaluation of tenders. However, the final decision as to which is the most economically advantageous (by reference to the award criteria) will be made by the BBC. The awarding authority reserves the right not to award a contract and to annul the procurement process at any stage. Tenders and all supporting documents must be priced in sterling and all payments will be made in sterling. The contract shall be subject to English law. The awarding authority does not bind itself to accept the lowest, or any tender and reserves the right to accept part of a tender unless the tenderer expressly stipulates otherwise in the tender document.

Value:
Published: 2024-04-08
Deadline:
2024-04-08
Provision of Modern Foreign Language (MFL) Teaching (GCU)
UK Glasgow Glasgow Caledonian University

Glasgow Caledonian University is seeking a Contractor(s) for the provision of Modern Foreign Language (MFL) Teaching. The University will offer Modern Foreign Language (MFL) teaching through:(i) the formal credit structure of the Bachelor of Arts with Honours in International Business with Languages (IBL) programme (two core languages per level, language choice set at year 1 in consultation with student and carried through to completion of programme);(ii) optional credit structure of the Bachelor of Arts with Honours in International Business (one language option per level); and(iii) Master of Urban Climate and Sustainability (Erasmus Mundus Joint Masters) programme (introductory level French, German or Spanish only).Students will participate in a range of levels of language learning including introductory, preliminary, intermediate, general, professional and advanced. Potential providers must be able to offer provision at these levels. It is anticipated that there will be student demand for modules in French, Spanish, German and Italian across the majority of all levels.

Value:
Published: 2024-04-05
Deadline: 2024-05-10
2024-04-05 2024-05-10
New Build Residential Construction
UK Paisley Scotland Excel

This framework is for new build construction of residential developments. It is anticipated that the majority of schemes under this framework will comprise properties for social rent, although councils may utilise the framework for other tenure, mixed tenureand any other residential schemes with particular requirements (e.g. care homes, supported living accommodation, student accommodation, temporary accommodation).

Value: 1500000000
Published: 2024-04-05
Deadline: 2024-05-13
1500000000 2024-04-05 2024-05-13
Police Officer Pay and Benefits Independent Review / Research
UK Glasgow Scottish Police Authority

Background to the requirement:A commitment was given as part of the 23/24 police officer pay agreement to progress independent research/review in relation to police officer pay and benefits. The Authority is required to tender this opportunity to appoint a suitably experienced and competent Contractor.Overview:The intention is not to provide explicit recommendations but to provide a shared evidence base to support collaborative working and collective bargaining with regards to future pay negotiationsThe review/research may inform but will not determine specific changes to pay and benefits in recognition that such changes would require to be agreed through collective bargainingWhilst the pay agreement provides high level direction for the scoping of the research it is essential that both sides work jointly with the independent organisation to determine and agree a more detailed scoping document prior to the research progressing.Submissions are welcome from organisations that feel they are only able to progress one stage of the research.

Value:
Published: 2024-04-04
Deadline: 2024-05-06
2024-04-04 2024-05-06
InTune Remediation Project Delivery Re-issue
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.Please note that this is a re-issue of the previous tender with revised timescales as the college looking to have the work completed by the end of June 2024 - not full roll out of windows 11, but process and build to start. This will allow us to prepare for our summer classroom rebuild in July/August 2024. If bidders consider that to ensure successful delivery of the project that it may run beyond this, then they are asked to justify why and also indicate the additional time needed.

Value:
Published: 2024-04-04
Deadline: 2024-04-16
2024-04-04 2024-04-16
Electrical Contractor Works
UK Maidstone Golding Homes Limited

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=231713. 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:231713)

Value:
Published: 2024-04-04
Deadline:
2024-04-04
R&M and Voids - Framework
UK Berwickshire Berwickshire Housing Association Ltd

The Framework is a multi-lotted trade specific to service the Associations Reactive Repairs & Maintenance and Voids to tenants and owners and may include Cyclical maintenance services, Medical Adaptations and adhoc major repairs works. The Framework will be for a period of 4 years; it will initially run for 24 months and then will have the option to extend for a further 2 single 12-month periods at The Association’s individual discretion.All lots may include cyclical maintenance works relevant to each trade lot.Lot 1 will cover the majority of voids but BHA reserve the right to use the trade lots for Minor Works required in Voids or if the Void performance in Lot 1 contractors don’t meet the MLAP from the KPIs.

Value: 6500000
Published: 2024-04-03
Deadline: 2024-05-03
6500000 2024-04-03 2024-05-03
LSL/MED/0154 - The Supply of Flaked Ice Machines
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Flaked Ice Making Machines Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-04-02
Deadline:
2024-04-02
Vehicle Charging Infrastructure Solutions (VCIS)
UK Liverpool Crown Commercial Service

This DPS has been extended for up to 24 months. The reasoning for this is continued demand for the products and services offered. The dynamic nature of the charging market means that further analysis is required prior to design and development of a replacement agreement. The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition. It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications. 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.

Value:
Published: 2024-04-02
Deadline:
2024-04-02
Two Storey Vocational Classroom Block At St Philip’s School
UK Surrey Orchard Hill College & Academy Trust

This tender is issued subject to funding which is to be provided by a third party body and relevant terms will apply in relation to the said funding. The contract and its award will be contingent on finalising and securing the relevant funding and agreement. See ITT and associated documentation for further details. 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=229400. 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. 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=231701. 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:231701)

Value:
Published: 2024-04-02
Deadline:
2024-04-02
The Supply of Future Maritime Operating Tables
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Future Maritime Operating Table. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-04-02
Deadline:
2024-04-02
LSL/MED/0154 - The Supply of Flaked Ice Machines
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Flaked Ice Making Machines Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-04-02
Deadline:
2024-04-02
The Supply of Future Maritime Operating Tables
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Future Maritime Operating Table. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-04-02
Deadline:
2024-04-02
The Supply of Future Maritime Operating Tables
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Future Maritime Operating Table. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-04-02
Deadline:
2024-04-02
LSL/MED/0154 - The Supply of Flaked Ice Machines
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Flaked Ice Making Machines Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-04-02
Deadline:
2024-04-02
DfI TRAM - Provision of Topographical Surveys Services for Roads and Rivers (2 Lots)
UK Belfast Department for Infrastructure

DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://.etendersni.gov.uk/epps/home.do. The successful contractor's performance on the contract will be regularly monitored. 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 the Department for Infrastructure 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 twelve months from the date of issue of the certificate.

Value:
Published: 2024-03-29
Deadline:
2024-03-29
Truro & Penwith Academy Trust - Provision of Multi Functional Devices
UK Truro Truro & Penwith Academy 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=231667. 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:231667)

Value:
Published: 2024-03-29
Deadline:
2024-03-29
Evacuated Blood Collection Systems and Urine Collection Systems
UK Derry Procurement and Logistics Service

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is. not a joint contract, it is a Central Purchasing Body Contract operated by BSO PaLS on behalf of the participants listed in section 1.1.

Value:
Published: 2024-03-29
Deadline:
2024-03-29
Truro & Penwith Academy Trust - Provision of Multi Functional Devices
UK Truro Truro & Penwith Academy 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=231667. 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:231667)

Value:
Published: 2024-03-29
Deadline:
2024-03-29
Truro & Penwith Academy Trust - Provision of Multi Functional Devices
UK Truro Truro & Penwith Academy 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=231667. 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:231667)

Value:
Published: 2024-03-29
Deadline:
2024-03-29
Truro & Penwith Academy Trust - Provision of Multi Functional Devices
UK Truro Truro & Penwith Academy 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=231667. 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:231667)

Value:
Published: 2024-03-29
Deadline:
2024-03-29
Provision of a Laboratories Managed Service
UK Bothwell NHS Lanarkshire

NHS Lanarkshire seeks to appoint a Managed Service Provider for the provision of a managed service to the laboratory services across NHS Lanarkshire incorporating four principle disciplines:1. Biochemistry;2. Cellular Pathology;3. Haematology;4. Microbiology.The requirement includes integrated IT solutions, major analysers, equipment, reagents and consumables to deliver the test repertoire for all laboratory disciplines. Bidders must be able to provide all aspects of the managed services. Including the provision of third-party instruments and/or services by subcontractors.The Boards laboratory services are provided from three acute hospital sites within the geographical area of Lanarkshire:1. University Hospital Hairmyres (UHH)2. University Hospital Monklands (UHM)3. University Hospital Wishaw (UHW)The objective of this Contract Notice is to invite potential managed service providers to respond to this opportunity to provide qualification information.

Value: 160000000
Published: 2024-03-28
Deadline: 2024-05-07
160000000 2024-03-28 2024-05-07
The Supply of Extracorporeal Shock Wave Therapy (ESWT) Machines
UK Bristol Leidos Supply

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it intends to invite tenders for its supply and delivery of Extracorporeal Shock Wave Therapy (ESWT) Machines.

Value:
Published: 2024-03-28
Deadline:
2024-03-28
ID 5114709 UREGNI - Provision of Internal Audit Services
UK BELFAST Utility Regulator

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 your performance does not improve to satisfactory levels within the. specified period, this can be considered grounds for.. termination of the contract at your. expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a. Notice.. of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt. of multiple Notices of Written Warning or a Notice. of. Unsatisfactory Performance may, in. accordance with The Public Contracts Regulations 2015 (as amended) be excluded from. future. public. procurement competitions for a period of up to three years. 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. In no circumstances will the Authority be liable for any costs incurred by. candidates.

Value:
Published: 2024-03-28
Deadline:
2024-03-28
Supply of Double-Glazed Sealed Units
UK Neath Tai Tarian Ltd

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=140321. 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.sell2wales.gov.wales/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. Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are: It’s Tai Tarian’s intention that the delivery of the Contract assists in the achievement of their commitment towards community benefits as outlined in Tai Tarian’s Community Benefits Policy. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the Contract, if a Tenderer does not agree to this, then the Tenderer will be rejected. It is a contract condition that the Supplier delivers community benefits as part of this Contract. There are a variety of community benefit obligations outlined in the Contract and the Supplier must agree to deliver one or more. Tenderers must not outline the community benefit’s they are currently delivering for existing Clients. Tenderers must outline what they propose to offer for Tai Tarian if awarded the Contract. Delivery of community benefits through all spend is aligned with the Well-being of Future Generations Act Wales and delivers against its goals. All community benefit activities must take place within the Neath Port Talbot County Borough. (WA Ref:140321)

Value:
Published: 2024-03-28
Deadline:
2024-03-28
Enrolment Support Services - International Students
UK University of Brighton

The University is seeking a third-party organisation to support the Application processing and conversion support for all overseas undergraduate and postgraduate applications. This is expected to include all undergraduate and postgraduate programmes that do not require an interview. Application processing includes: o Qualifying and processing student applications. Ensuring applications are completed correctly and fully with relevant accompanying documents included. Following-up on in-complete applications and tracking reasons for delays. o Matching eligibility of applicants against entry criteria and issuing offer letters to qualified applicants. o Updating applicant records on Brighton's admissions systems. o Consulting with the Brighton based team about borderline applications. o Supporting the CAS team with the delivery of pre-CAS interviews. o Reporting regularly on progress and working to agreed KPI's. It is expected that the conversion support services will work under the direction of the University of Brighton's Marketing & Recruitment Team and will include: o email marketing campaigns to applications at the enquiry stage that generate new applications. o email marketing campaigns at offer holder stage that drive conversion. o Undertake work to enhance offer to enrolment conversion rates. o Proactively develop initiatives to enhance and improve conversion. o Gain marketing intelligence through telephone campaigns e.g. reasons why students are accepting/declining their offer or other sentiments as required by the University. o Develop and execute an offer to enrolment phone call strategy that provides a high level of service and care to offer holders. Additional information: Is a Recurrent Procurement Type? : Yes

Value:
Published: 2024-03-28
Deadline:
2024-03-28
Department of Finance - Integr8 Programme - Integr8 Delivery Partner
UK Belfast Department of Finance

The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue. The Buyer reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders; and/or to down-select Economic Operators following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Buyer (however, they may be subject to clarification, if required, at the Buyer's absolute discretion). The Buyer reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process or negotiation process. The Buyer does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly, of any amendments made to the procurement documents by the Buyer at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Buyer. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Buyer reserves the right to change any or all of them.

Value:
Published: 2024-03-28
Deadline:
2024-03-28
DfI TRAM – Supply and Delivery of 6 no. six inch, Towable, Diesel Powered, Automatic Priming, Silenced Canopy Type Centrifugal Pumps.
UK Belfast Department for Infrastructure

DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is. intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://. etendersni.gov.uk/epps/home.do The successful contractor's performance on the contract will be regularly monitored. 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 the Department for. Infrastructure 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 Certificate of Unsatisfactory. Performance and the contract may be terminated. The issue of a Certificate 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 twelve months from the date of issue of the certificate.

Value:
Published: 2024-03-28
Deadline:
2024-03-28
CAT-23-006 Fresh Poultry and Poultry Products
UK Belfast the Education Authority

This Contract will be established by the Education Authority (“EA”) and is open to the EA, including NI educational bodies as follows,. and at some point, during the life of the Contract these bodies may wish to utilise the agreement and should have access, at any point,. with the permission of EA. This Contract is not intended to replace any current agreements that participating or non-participating. institutions may already have in place.. . https://www.education-ni.gov.uk/services/schools-plus. Primary and Post Primary schools. under the control of the EA. Catholic Maintained Schools. Independent Schools in NI. Irish Medium Schools in NI, both Controlled and,. Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), school meals kitchens on-site at all of. these schools, and Controlled Youth Centres.. https://www.nidirect.gov.uk/contacts/further-education-fe-colleges. Further Education. Colleges in NI. https://www.nicie.org/parents/school-finder/. Grant Controlled Integrated Education Schools in NI. https://www.isc.co.uk/. schools/northern-ireland/. Independent School in NI. EA Teachers’ and Educational Centres. Council for the Curriculum, Examination and. Assessment NI (CCEA) . Armagh Observatory and Planetarium. Middletown Centre for Autism. Controlled Schools Support Council (CSSC).. Northern Ireland Council for Integrated Education (NICIE). . . Tenderers should ensure they read and understand the documentation. found in the CFT documents area of eTendersNI. . As a Public Sector Procurement organisation, EA must adhere to the Procurement. Policy Notes, https://www.finance-ni.gov.uk/articles/procurement-policy-notes-ppns.. . This tender includes requirements relating to. Human Rights, Modern Slavery, Supply Chain Resilience and Social Value and all tenders must meet the requirements detailed in the. tender documentation to be compliant. . EA reserves the right to: 1. Not to award any contract as a result of the procurement process. commenced by publication of this notice. 2. To make whatever changes it may see fit to the content and structure of the tendering. competition.. 3. To award (a) contract(s) in respect of any part(s) of the supplies covered by this notice.

Value:
Published: 2024-03-28
Deadline:
2024-03-28
IVF Media [4838305]
UK Belfast Procurement and Logistics Service

In section I.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by BSO PaLS on behalf of the participants listed in section 1.1

Value:
Published: 2024-03-28
Deadline:
2024-03-28
Batchen Lane Car Park Phase 2
UK Elgin Moray Council

In 2021 the asphalt surface of Level 2 & 4 of Batchen Lane car park was removed and replaced with a surface waterproofing system (Decseal). Due to poor surface preparation and installation a full replacement of level two and four, split level and ramps leading to it is required. In 2023 the waterproofing to level 2 and the exit ramp was replaced.This project will require the surfacing of level 4; including the ramps and mezzanine floor leading up to it, to be replaced. The surface water drainage and expansion joints will also require renewal.

Value: 250000
Published: 2024-03-28
Deadline: 2024-04-26
250000 2024-03-28 2024-04-26
Cloch Housing Association - Replacement of Existing Lift Installation at 58 Regent Street Greenock
UK Greenock Cloch Housing Association Ltd

The existing installation consists of one 8 person, 630kg electric traction passenger lift servingfour floors with a single entrance having a power operated, side opening door arrangement.The proposed works includes for the removal of the existing lift installation and for themanufacture, site erection, commissioning, certifying and maintenance for 1 year followingpractical completion of one machine-room-less, AC gearless traction passenger lift packageincorporating VVVF drive system complete with all facilities required by this specification.Inclusion shall be made for all necessary control wiring including trailing flexes and theContractor shall liaise with the manufacturer and establish the precise requirements for sameto ensure compatibility between components.Inclusion shall also be made for all necessary attendant trades’ works and the Contractor shallbe responsible for the appropriate co-ordination and site management of any sub-contractorsengaged in this respect.The Contractor shall submit a programme to the Engineer for comment and agreement prior tocommencing site activities. Activities considered noisy or of nuisance, e.g. drilling, hammeringand large deliveries, shall only be undertaken during periods agreed with the Purchaser.It is essential that a site presence is evident throughout the working week and accordingly it isa requirement that, as a minimum, 8 hours per day are worked each Monday to Thursday and6 hours on Fridays.It is a fundamental requirement that the existing lift shall not be taken out of service until all keyelements of the new plant are in the Contractor’s possession.Prior to submitting their offer, firms Tendering shall undertake all necessary site inspections &evaluation of prevailing site conditions and/or restrictions to ensure that their Tender takes fullaccount of same and to verify the feasibility of the proposed works as Specified. In undertakingsuch inspection firms tendering shall provide their own labour and equipment. For inspection ofthe landing entrances and well this inspection shall be undertaken at a time to be agreed withthe Purchaser. The safety of building users shall be protected at all times.The Contractor shall submit a programme to the Engineer for comment and agreement prior tocommencing site activities. Activities considered noisy or of nuisance, e.g. drilling, hammeringand large deliveries, shall only be undertaken during periods agreed with the Purchaser.A complete survey of the existing installation shall be carried out by the Contractor upon theirappointment to verify the viability of installing the proposed equipment and to agree the finalsizing of such items. The Contractor shall provide all necessary details to suppliers to satisfythemselves of the suitability and compatibility of specified components in meeting thisSpecification and the design intent.Inclusion shall be made for all necessary components and labour, specified or otherwise, toprovide a complete and working installation meeting this Specification and the design intent.The Contractor shall establish the capacity of the existing sub main cable and earthingarrangement, switch gear and distribution arrangement serving the lift plant room and, takingaccount of the new lift equipment being installed, shall confirm to the Engineer that thisproposed arrangement can be accommodated.At all times working areas shall be kept clean, tidy and free from debris during the works andany redundant materials or packaging shall be removed on a daily basis.On completion of the works The Contractor shall provide test records, certificates of complianceand manuals and the works shall not be taken over until these have been delivered.

Value: 100000
Published: 2024-03-27
Deadline: 2024-04-24
100000 2024-03-27 2024-04-24
G&R/CEN/Property Asset IT Software Soft Market Testing
UK BRISTOL Bristol City Council

Value:
Published: 2024-03-27
Deadline:
2024-03-27
Flexible Framework for Services linked to Scottish Attainment Challenge (SAC) and Pupil Equity Fund (PEF) - Entry Point 3
UK Motherwell North Lanarkshire Council

The Council have already established a Flexible Framework (https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP460524)for services linked to Scottish Attainment Challenge and Pupil Equity Fund..This notice is for Entry Point 3, which is applicable for any potential Provider and/or setting that is not already on the Framework..The original Framework was set up for 4 years, with included annual entry points to allow new Providers to apply to join the Framework, this would enable the Council to maintain capacity and choice..Key objectives of Scottish Attainment Challenge is to provide opportunities for local authorities in addressing the poverty related attainment gap..The Pupil Equity funding is additional funding allocated directly to schools with objective to allow flexibility within a local context for schools to target interventions aimed at closing the poverty related attainment gap..It is envisaged that Service Providers appointed to this Flexible Framework will support these objectives. The resultant services will be made available to Primary, Secondary and Additional Support Needs schools within NLC.

Value:
Published: 2024-03-27
Deadline: 2024-04-30
2024-03-27 2024-04-30
Proposed electrical installations condition reports (EICRs), mains isolators installations and ad-hoc electrical repairs
UK Edinburgh Link Group Ltd

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=762179. 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.publiccontractsscotland.gov.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. (SC Ref:762179) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=762179

Value:
Published: 2024-03-27
Deadline:
2024-03-27
Nature Restoration Fund (NRF) interim evaluation
UK Edinburgh Scottish Government

The Scottish Government (SG), on behalf of the Scottish Ministers, wishes to commission research that will conclude an interim evaluation of the Nature Restoration Fund (NRF). This research is being commissioned to understand the NRF in terms of outputs and outcomes that it has achieved so far, and how these relate to broader policy priorities and desired impacts in the area of biodiversity, including those in the Scottish Biodiversity Strategy (SBS).

Value:
Published: 2024-03-26
Deadline: 2024-04-23
2024-03-26 2024-04-23
DfC - National Museums NI - Market Research and Insight Services
UK BELFAST National Museums Northern Ireland

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 construction and procurement delivery. (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period,. this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu. of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple. Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as. amended), be excluded from future public procurement competitions for a period of up to three years.

Value:
Published: 2024-03-26
Deadline:
2024-03-26
The Supply of Physiotherapy and Rehabilitation Consumables
UK Bristol Leidos Supply

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it intends to invite tenders for its supply and delivery of Physiotherapy and Rehabilitation consumables.

Value:
Published: 2024-03-25
Deadline:
2024-03-25
Umbraco content management system
UK Kirkcaldy NHS Fife

The nhsfife.org website was redeveloped in 2020 using the Umbraco content management system (CMS) (now version 13). We are now looking for a digital agency to continue to support and securely host the website, ensuring 24/7 availability and resilience.The website has developed over time to house functionality such as an online prospectus and an environment to host projects web pages with a bespoke look and feel. Additionally, the same instance of Umbraco hosts https://www.fifehealthandsocialcare.orgAdditionally, we are looking for the successful supplier to deliver up to 30 days of development time to ensure the website can continue to evolve with technological developments and also deliver an excellent user experience. We expect this development time to be flexible in that it may be under or over the 30 days per annum and we'd expect to be billed accordingly by the agreed rate.The digital agency may also be expected to deliver specific "call off" projects outwith, and in addition to, the above arrangement.

Value:
Published: 2024-03-22
Deadline: 2024-04-08
2024-03-22 2024-04-08
ID 5303017 DfI - Supply of Traffic Data Management System
UK BELFAST The Department for Infrastructure

The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue. The Authority expressly reserves the rights; not to award any contract as a result of the procurement process commenced by publication of this notice; to make whatever changes it may see fit to the content and structure of the tendering Competition; to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.

Value:
Published: 2024-03-22
Deadline:
2024-03-22
BMS, Bureau Service and Planned Preventative Maintenance (PPM)
UK Paisley Renfrewshire Council

The Contract is for a Contractor to provide a Building Management System (BMS) and Bureau Service, condition surveys, integration of existing systems with the Councils IT network, creation of an energy dashboard, creation of floorplans, janitorial training, new BMS installs, installation of temperature sensors and installation of thermostatic radiator valves.

Value:
Published: 2024-03-22
Deadline: 2024-04-23
2024-03-22 2024-04-23
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
Sport Educator Framework
UK Glasgow The Scottish Sports Council trading as sportscotland

sportscotland is seeking to establish a Sport Educator Framework of suitably qualified sport educators with learning design and delivery experience. It is anticipated that the contract will commence in July 2024 for a period of two years with the option to extend for two periods of up to twelve months each.

Value:
Published: 2024-03-21
Deadline: 2024-04-24
2024-03-21 2024-04-24
ID 4923404 - DAERA - CAFRE - Farming for the Generations
UK Antrim College of Agriculture Food Rural Enterprise CAFRE

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 Unsatisfactory Performance and their place on the contract may be terminated. The issue of a 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 twelve months from the date of issue of the Notice.

Value:
Published: 2024-03-21
Deadline:
2024-03-21
Customer Data Platform (CDP)
UK London The British Broadcasting Corporation (BBC)

In the case of technology requirements, the BBC may involve its technology partner (Atos IT Solutions and Services Limited) to assist in the scoping and drafting of invitations to tender and/or the evaluation of tenders. However, the final decision as to which is the most economically advantageous (by reference to the award criteria) will be made by the BBC. The awarding authority reserves the right not to award a contract and to annul the procurement process at any stage. Tenders and all supporting documents must be priced in sterling and all payments will be made in sterling. The contract shall be subject to English law. The awarding authority does not bind itself to accept the lowest, or any tender and reserves the right to accept part of a tender unless the tenderer expressly stipulates otherwise in the tender document.

Value:
Published: 2024-03-21
Deadline:
2024-03-21
ESCP Europe Business School - Facilities Management
UK London ESCP Europe Business School

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=231632. 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:231632)

Value:
Published: 2024-03-21
Deadline:
2024-03-21
Your Alerts:

Related articles...

Made by Statuo