|
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 |
|
|
Bus Substitution Framework (Railway Closures)
UK
Belfast
Translink
Additional Info. Suppliers reading this notice should understand that - . 1. This notice is to advise of an upcoming procurement exercise and does not indicate the start of a procurement exercise. 2. This document is not a tender specification nor request for quotation. . 3. Please note, progress in the project will be subject to the availability and timing of funding.. If this requirement is given financial approval, it will be tendered under the Utilities Contracts. Regulations 2016. Any documents, discussions, presentations, demonstrations, or clarifications submitted for this PIN Notice will not be considered as any part of the. tender exercise. If Translink does decide to proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process. 4. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be construed as implying a commitment by. Translink to place any Contract, now or in the future with any participating supplier in respect of the requirement under consideration. 5. Translink takes no responsibility for any actions or decisions taken, costs incurred, or commitments made by interested parties in responding to this notice.
Value: |
|
Published: |
2024-03-21 |
Deadline: |
|
|
|
2024-03-21 |
|
|
Digital Transformation Strategic Partner
UK
Carmarthen
Hywel Dda University Local Health Board
The Contracting Authority will not accept completed Pre Qualification Questionnaires after the stated closing date.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
The Contracting Authority reserves the right to increase the number of responses selected for an invitation to participate in the tender in the circumstances set out in the PQQ.
All documents to be priced in sterling and all payments made in sterling. The tendering process may be undertaken in part via electronic means using the e-tendering system.
It is proposed to run a restricted tender procedure with a Pre Qualification Questionnaire (PQQ). To complete your response, please access the PQQ via the Bravo ETenderWales portal where you will find the PQQ and the tender documentation, reference–Project Ref 55613 PQQ Ref 33516 Digital Transition Strategic Partner as per the instructions below. Register your company on the eSourcing portal(this is only required once).
Browse to the eSourcing portal: https://etenderwales.bravosolution.co.uk/ and click the link to register — Accept the terms and conditions and click "continue" — Enter your correct business and user details — Note the username you chose and click "save" when complete — You will shortly receive an email with your unique password (please keep this secure). 2.Express an Interest in the tender — Log in to the portal with the username/password — Click the "PQQs/ITTs open to all" suppliers" link.(these are pre-qualification questionnaires or invitations to tender open to any registered supplier)—Click on the relevant PQQ/ITT to access the content— Click the "express interest" button at the top of the page — This will move the PQQ/ITT in to your "my PQQs/myITTs" page.(this is a secure area reserved for your projects only)—You can now access any attachments by clicking "buyer attachments "in the "PQQ/ITT details" box 3. Responding to the tender —Click "my response "under "PQQ/ITT details", you can choose to "create response "or to "decline to respond"(please give a reason if declining)—You can now use the "messages" function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the on screen instructions to complete the PQQ/ITT—There may be a mixture of online & offline actions for you to perform(there is detailed online help available)You must then submit your reply using the "submit response" button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering helpdesk.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=138926
(WA Ref:138926)
Value: |
|
Published: |
2024-03-20 |
Deadline: |
|
|
|
2024-03-20 |
|
|
ID 4789374 DoF - DSO Legal Services Framework
UK
BELFAST
Departmental Solicitor's Office
The overall estimated value of the framework agreement over 4 years is anticipated to be £1,333,333. To ensure the framework is future proofed a higher estimate is included to ensure cover. . Also this is a demand driven requirement and therefore it would be difficult to provide a breakdown per lot. .. . Suppliers not delivering. on contract requirements is. a serious matter. It means the public purse is not getting what it is paying for. If a Supplier 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 Supplier 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. . The Framework Agreement is being let by Departmental Solicitor's Office on behalf of Government Departments and Agencies. The list of Government Departments and Agencies are included within the tender document - Annex A of the Specification.
Value: |
|
Published: |
2024-03-20 |
Deadline: |
|
|
|
2024-03-20 |
|
|
Level 5 Diploma in Education and Training training
UK
London
Ministry of Justice
The MoJ would like providers to express their interest in this requirement by 5th April 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 - Level 5 Diploma in Education and Training Reference 'PQQ_419'
- 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 Tuesday 9th April 2024 at 10am.
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: |
2024-03-20 |
Deadline: |
|
|
|
2024-03-20 |
|
|
1800000.0
UK
London
Department for Energy Security & Net Zero
DO NOT APPLY DIRECTLY TO BUYER
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract 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 procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
About UK Shared Business Services
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.
Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
Value: |
|
Published: |
2024-03-20 |
Deadline: |
|
|
|
2024-03-20 |
|
|
Barnet Primary schools Catering Tender
UK
Leicester
Educo
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=231605.
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:231605)
Value: |
|
Published: |
2024-03-19 |
Deadline: |
|
|
|
2024-03-19 |
|
|
Market Engagement Event: TransPennine Route Upgrade, Project W2BC, ES5-8 Civils and Station Strategy, Market Engagement Event
UK
London
Network Rail Infrastructure Ltd
Network Rail is committed to ensuring fairness, openness, and transparency. In addition, we encourage the participation of Small Medium Enterprises, commonly known as SMEs.
All information provided on Network Rail's current thinking as part of the market engagement exercise (including the contents of this notice and the Request for Information) should be considered indicative in nature and no overall decision on the delivery model has yet been made.
The market engagement exercise is not a formal request for expressions of interest. Participation or non-participation in this exercise will not confer any advantage or disadvantage on any person in respect of any future competitive procurement process. However, the results of the market engagement exercise (including written responses and any clarification questions or meetings) may
be used to shape and refine the delivery model before any formal competitive procurement process is launched.
Respondents should note that information provided in response to the market engagement exercise may (at Network Rail's discretion) be disclosed by Network Rail to its directly appointed advisers and consultants (all of whom are subject to obligations of confidentiality as part of their appointment). The information provided in responses may also be disclosed, in a suitably summarised and
anonymised form, to other stakeholders and to other interested persons. Notwithstanding that, where any response (or any part of it) is genuinely commercially sensitive, the respondent should make this clear, and Network Rail will not include that in any wider publication (beyond its directly appointed advisers and consultants).
Network Rail is not obliged to respond to any correspondence related to the market engagement exercise. Direct or indirect canvassing of Network Rail (or any person connected with it) by any person concerning the market engagement exercise, or any attempt to procure information outside of the defined process is discouraged and may (in certain circumstances) require the disqualification of the relevant person(s) from participation in any future competitive procurement process.
Any costs of participation in this market engagement exercise will be borne by the respondent. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016.
All information provided by Network Rail during this market engagement exercise is at an early stage of development, is not intended by Network Rail to create any contract or other commitment and is not intended by Network Rail to be otherwise relied on by any person to any extent. Network Rail shall have no liability for any losses incurred by any person as a result any such reliance.
As a reminder, this is not a call for competition.
Value: |
|
Published: |
2024-03-19 |
Deadline: |
|
|
|
2024-03-19 |
|
|
FRAMEWORK AGREEMENT FOR THE SUPPLY OF RECYCLED DOMESTIC FURNITURE AND STARTER PACK GOODS
UK
Forfar
Angus Council
The requirement is for the supply and delivery of a range of basic recycled furniture and ‘starter pack goods’. It is estimated the scheme will assist around 350 households per annum within Angus.Type of goods to be supplied – a selection from the following items:- Single bed (Frame & Mattress / Frame only / Mattress only)- Double bed (Frame & Mattress / Frame only / Mattress only)- Bedroom wardrobe- Bedroom drawers- Double Sofa- 2 piece suite- 3 piece suite- Oven/Hob, Microwave Oven, etc.- Cutlery, crockery, pots and pans etc.- Double Duvet plus cover- Single Duvet plus cover
Value: |
108000 |
Published: |
2024-03-19 |
Deadline: |
2024-04-18 |
|
108000 |
2024-03-19 |
2024-04-18 |
|
Provision of Global Estate Asset Valuation Services - Middle East and North Africa
UK
London
Foreign Commonwealth and Development Office
The FCDO reserves the right to run further market engagement with suppliers who have expressed an interest in this project. Participation or non-participation in this market engagement exercise shall not prevent any supplier from 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.
The requirement will be procured via the Foreign, Commonwealth and Development Office’s e-procurement portal: Foreign Commonwealth & Development Office eSourcing Portal (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 to participate. Registration is free and instantaneous. Suppliers already registered on the site will not need to re-register but will need to complete the full suite of tender documents once issued to be considered for the opportunity.
Value: |
|
Published: |
2024-03-18 |
Deadline: |
|
|
|
2024-03-18 |
|
|
Media Monitoring Service
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=231593.
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:231593)
Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=231593]]
Value: |
|
Published: |
2024-03-18 |
Deadline: |
|
|
|
2024-03-18 |
|
|
Eden Housing Association - EICR 2024
UK
PENRITH
Eden Housing Association Ltd
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231592.
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:231592)
Value: |
|
Published: |
2024-03-18 |
Deadline: |
|
|
|
2024-03-18 |
|
|
MTC for Re-Roofing, Re-Rendering & Energy Efficiency Works including EES:ABS HO RF 23 052
UK
Motherwell
North Lanarkshire Council
Planned re-roofing, re-rendering & energy efficiency works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied.-All Lots may be subject to Scottish Government Funding (EES:ABS) and the candidate will be responsible for securing the participation of private owners and subsequent agreements to any project works.-Works within this tender as a minimum requirement candidates are expected to have an ECO partner, such as a utility company, to maximise this funding opportunity.-Works will also include photovoltaic installations; mechanical ventilation; electrical upgrade works; and smoke detection.-Contractors Design and associated elements, including but not limited to the following:- External wall insulation (EWI) and associated works;- Roof structural integrity;- Metal roofing systems;- GRP canopies,- Rooflights,- PV and associated electrical systems,- Chimney demolitions-Additional details provided under II.2.4 Description of the Procurement and Additional Information Document for PCS II.2.4 attached separately.-It is anticipated that the Council will award one contractor to each Lot for this proposed contract.-Candidates can bid for all Lots, however, they can only be successful in one Lot. Lots will be evaluated in numerical order (lot 1, then Lot 2, then Lot 3). In the event that a Candidate bids for more than one Lot, then should they be successful in the first Lot they had bid for, they will be excluded from the next Lot they bid for and so on.-Candidates are restricted to utilising sub-contractors for up to a maximum percentage of 50% of any Contract Works across all Lots.-The deadline for submission of Candidate's clarifications is Wednesday 10th April 2024 at 12.00 noon.-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.
Value: |
99000000 |
Published: |
2024-03-15 |
Deadline: |
2024-04-17 |
|
99000000 |
2024-03-15 |
2024-04-17 |
|
Print Marketplace 2
UK
Liverpool
The Minister for the Cabinet Office acting through Crown Commercial Service
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/971b3774-18c5-4c13-9010-23f1486de8ee
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business.
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
Please note that following the award of the framework contract there will be a non-trading mobilisation implementation period until the 15th December 2024. The 16th December 2024 is when provision of the RM6371 Print Marketplace 2 is expected to go live (start).
Please note the contract period is for 48 months with a 6 month implementation period.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
Value: |
|
Published: |
2024-03-15 |
Deadline: |
|
|
|
2024-03-15 |
|
|
Academies for Character & Excellence Provision of Catering Services
UK
Totnes
Academies for Character and Excellence
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=231369.
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:231369)
Value: |
|
Published: |
2024-03-15 |
Deadline: |
|
|
|
2024-03-15 |
|
|
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
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: |
2024-03-15 |
Deadline: |
|
|
|
2024-03-15 |
|
|
ID 5149265 - SEUPB - Procurement of Delivery Partner for Investment Areas 1.2 and 6.2 of PEACEPLUS
UK
BELFAST
Special EU Programmes Body SEUPB
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: |
2024-03-14 |
Deadline: |
|
|
|
2024-03-14 |
|
|
The Supply of Sunscreen
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 Sunscreen. 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: |
2024-03-14 |
Deadline: |
|
|
|
2024-03-14 |
|
|
FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority
UK
Belfast
the Education Authority
This Framework Agreement will be established on behalf of EA, 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), and Controlled Youth Centres. https:// www.education-ni.gov.uk/services/schools-plus Further Education Colleges in NI https://www.nidirect.gov.uk/contacts/further-educationfe-colleges Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI. https://www.isc.co.uk/schools/northern-ireland/. Libraries NI. https://www.librariesni.org.uk/Libraries/. 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) who may also use this Framework. A further competition may be commissioned during the Framework Agreement term for additional Paper Hygiene Products. Any further mini competitions for Competed Goods will be run with all Contractors appointed to the Framework Agreement irrespective of the Lot they are awarded. (Unless otherwise excluded through poor performance). Once awarded, the Competed Goods shall form part of the Standard Goods which the successful Framework Agreement Provider is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement. The Successful Contractor(s) performance on this Framework Agreement will be managed as per the specification and regularly monitored (see Procurement Guidance Note. 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on Framework agreement requirements is a serious matter. It means the public purse is not getting value for money. If a Contractor fails to reach satisfactory levels of performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of performance, the matter will be escalated to senior management within the Education Authority (EA) 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 which may result in the termination of the Framework Agreement. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by the EA. The EA are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The EA has included Social Considerations Clauses within the Framework. These can be found at Point 19 Social Value Considerations of document 2. FMM-23-007 Specification Schedule. The Authority cannot give any commitment as to the usage, volume, or value of products required under this Contract. Any levels, or aggregate values of goods, referred to are indicative only and shall not be binding on the Client. 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 goods or supplies 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: |
2024-03-13 |
Deadline: |
|
|
|
2024-03-13 |
|
|
The Supply and Delivery of Building Supplies for the Northern Ireland Colleges of Further and Higher Education
UK
Newry
Southern Regional College SRC
The successful Contractor’s performance will be managed as per the specification and 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
Value: |
|
Published: |
2024-03-13 |
Deadline: |
|
|
|
2024-03-13 |
|
|
Maintenance of Warehouse Equipment [4884115]
UK
Ballymena
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 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 price 90% and quality - Social Value 10%, 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 price and compliance are provided as part of the tender evaluation methodology and marking scheme (TEMMS) (SS20b).
Value: |
|
Published: |
2024-03-13 |
Deadline: |
|
|
|
2024-03-13 |
|
|
Heavy-Duty Vehicle Electric Charging Solutions
UK
Belfast
Translink
Suppliers registering their interest in participating in this exercise should note that:. . 1. This Notice is to initiate a market engagement and information gathering exercise and does not indicate the start of a procurement exercise. It is instead intended to act as an informal market research document providing a brief synopsis of Translink’s future requirements. This document is not intended to provide a definitive list of requirements. . 2. We intend to invite interested suppliers to present to a range of Translink personnel and discuss Heavy-Duty Vehicle Electric Charging Solutions each can offer.. . 3. This document is not a tender specification nor request for quotation. Translink is merely investigating market opportunities at this stage without entering into any contractual or financial commitments.. . 4. Please note, progress in the project will be subject to the availability and timing of funding. If this requirement is given financial approval, it will be tendered under the Utilities Contracts Regulations 2016. Any documents, discussions, presentations, demonstrations, or clarifications submitted for this Market Research will not be considered as any part of the tender exercise. If Translink does decide to proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process.. . 5. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be construed as implying a commitment by Translink to place any Contract, now or in the future with any participating supplier in respect of the requirement under consideration.. . 6. Translink takes no responsibility for any actions or decisions taken, costs incurred, or commitments made by interested parties in responding to this notice or by being involved in any subsequent discussions in this market engagement and information gathering exercise.. . 7. At this stage it is not possible to give an accurate timeframe for this requirement..
Value: |
|
Published: |
2024-03-13 |
Deadline: |
|
|
|
2024-03-13 |
|
|
Tender for provision of a Short Stay Break Service, for Children and Young People from aged 7 years old up to and including 17 years old, who are experiencing difficulties, which may be putting them at risk of family and / or placement breakdown who are actively involved with the Western Health and Social Care Trust. [5287765]
UK
Londonderry
Western Health and Social Care Trust
In section I.2, it is stated that this procurement is a joint procurement. This is not a joint procurement - it was operated by Western Health and Social Care Trust for the Western Health and Social Care Trust..
Value: |
|
Published: |
2024-03-13 |
Deadline: |
|
|
|
2024-03-13 |
|
|
Commercial Catering Equipment
UK
Antrim
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” 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. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b).
Value: |
|
Published: |
2024-03-12 |
Deadline: |
|
|
|
2024-03-12 |
|
|
South Staffordshire College - IT Network Refresh Services - Lichfield Campus
UK
Lichfield
South Staffordshire College
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
Value: |
|
Published: |
2024-03-12 |
Deadline: |
|
|
|
2024-03-12 |
|
|
Commercial Catering Equipment
UK
Antrim
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” 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. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b).
Value: |
|
Published: |
2024-03-12 |
Deadline: |
|
|
|
2024-03-12 |
|
|
Shirley High School - IT Support Services
UK
Croydon
Shirley High School
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
Value: |
|
Published: |
2024-03-12 |
Deadline: |
|
|
|
2024-03-12 |
|
|
Supply of Biofuel for the Industrial Fuel Switching Programme
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=231504.
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:231504)
Value: |
|
Published: |
2024-03-12 |
Deadline: |
|
|
|
2024-03-12 |
|
|
The Supply of Boot Gaiters - Half
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 Boot Gaiters - Half.
Value: |
|
Published: |
2024-03-12 |
Deadline: |
|
|
|
2024-03-12 |
|
|
Commercial Catering Equipment
UK
Antrim
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” 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. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b).
Value: |
|
Published: |
2024-03-12 |
Deadline: |
|
|
|
2024-03-12 |
|
|
The Supply of Medical Devices Decontamination (MDDC)
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 MDDC. 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: |
2024-03-11 |
Deadline: |
|
|
|
2024-03-11 |
|
|
IPCU Leverndale Options Appraisal
UK
Glasgow
NHS Greater Glasgow and Clyde
We require a lead consultant to produce an options appraisal study on the existing Ward 1 – IPCU at Leverndale Hospital. Lead consultant needs to have experience in designing for this patient group. Lead consultant will undertake Principal Designer role and manage any other required consultants under this appointment. The Board will not make individual appointments with each component member of the team, it will be the Lead Consultant's responsibility to prepare a comprehensive team submission, including costs, for each discipline of the team by stage as well as a schedule of hourly rates.A Cost Consultant will be appointed separately and directly by NHSGG&C.
Value: |
|
Published: |
2024-03-11 |
Deadline: |
2024-04-05 |
|
|
2024-03-11 |
2024-04-05 |
|
Barnet & Lewisham Primary Schools Cleaning Tender
UK
Leicester
Educo
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=231503.
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:231503)
Value: |
|
Published: |
2024-03-08 |
Deadline: |
|
|
|
2024-03-08 |
|
|
GSS24061 - Travel Assistance Centre
UK
SWINDON
UK Research and Innovation
DO NOT APPLY DIRECTLY TO BUYER
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract 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 procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
About UK Shared Business Services
UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.
Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
For full details of our partner base please review the following link:
https://www.uksbs.co.uk/clients/
Value: |
|
Published: |
2024-03-08 |
Deadline: |
|
|
|
2024-03-08 |
|
|
DoJ - Compensation Services - Provision of Loss Adjusting Services
UK
BELFAST
Department of Justice
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 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. 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: |
2024-03-08 |
Deadline: |
|
|
|
2024-03-08 |
|
|
Courier and Transportation Services for Category B (UN3373) Biological Substances and Specimens
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 "Best Price-Quality Ratio", 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: |
2024-03-08 |
Deadline: |
|
|
|
2024-03-08 |
|
|
Granton Primary school Catering Tender
UK
Leicester
Educo
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=231421.
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:231421)
Value: |
|
Published: |
2024-03-07 |
Deadline: |
|
|
|
2024-03-07 |
|
|
Supply of Methane Suppressing Feed Products
UK
London
Defra Network eTendering Portal
Please note that this Prior Information Notice (PIN) is not a call for competition and as such you will need to express your interest in any potential future tender opportunity once the contract notice is published in Find a Tender and on Contract Finder.<br/><br/>It should also be noted that this PIN invites individuals and organisations to express an interest only, and it is NOT a pre-qualification questionnaire, and is NOT part of any pre-qualification or selection process.<br/><br/>Those wishing to register their interest should contact Louise Moizer (louise.moizer@defra.gov.uk), ideally by the end of May to inform our strategy development.
Value: |
|
Published: |
2024-03-07 |
Deadline: |
|
|
|
2024-03-07 |
|
|
Cambridgeshire County Council CORE Project Augmented Reality Visitor Experience
UK
Huntingdon
Cambridgeshire County Council
The AR experience will form part of the Cambridgeshire Open RAN Ecosystem (CORE) project that is funded by the Department for Science Innovation and Technology (DSIT) and being delivered by a number of commercial and academic partners in collaboration with Cambridgeshire County Council as the Project Lead. The primary purpose of the CORE project is to deploy and demonstrate the capabilities of Open RAN technology within a standalone 5G network in High Demand Density locations.The Authority, as part of the CORE project, require a bespoke venue specific Augmented Reality (AR) experience to be delivered and deployed at the Cambridge Corn Exchange that will run over the 5G Open RAN network that is being developed by the CORE project. The AR experience has a dual purpose within the project to firstly test the capabilities of a 5G Open RAN network utilising the data intensive/low latency requirements of AR technology and secondly to demonstrate how 5G Open RAN technology can support innovative technologies to generate new opportunities for a local economy.In order for the AR experience to demonstrate value to the local economy it is essential that the experience is bespoke to the venue. The AR experience will need to be designed, developed and deployed in collaboration with Cambridge City Council who own and run the venue. It will also be vital for the successful bidder to work with the already assigned technical partners to ensure that the AR hardware/experience is successfully integrated/deployed on the 5G network and to support the testing/optimisation of the network capabilities through the use of the AR experience.The theme of the AR experience will be to celebrate the Cambridge Corn Exchange entering its 150th year.Output requirements include the following:• A bespoke AR experience that will help celebrate the 150th anniversary of the Cambridge Corn Exchange. Deployable on the main ground floor (the venue layout can be found in appendix 1) by end December 2024.• Easily deployable and removable experience that can be set-up, run and removed within a day. The experience will run on dates/times to be agreed by Cambridge City Council that fit in-between the other planned events at the venue.• Integration of the AR experience hardware on to the 5G network that is being developed.• Verbal and/or written data/reports on the performance of the AR experience in different operational environments and advice on how to utilise the experience to support testing.• Maintenance and operational support of the AR experience must be included for the duration of the contract.• AR capable hardware to deliver the experience.The testing of the 5G Open RAN network capabilities utilising the AR experience is a key outcome of the procurement. The ability to support the integration of the AR hardware on to the network and scale up and down the number of devices/data download and upload will play a key component in understanding the network and its ability to optimise in different scenarios.The Supplier will need to be able to articulate how AR hardware can be operated over a 5G network, this may vary from device to device, and provide guidance on how AR experience can be used to test the capabilities of the network. The supplier will additionally need experience of commercialising an AR experience.With this in mind, the successful bidder must be able to demonstrate the following:• Experience of the technical requirements and processes of integrating various AR capable hardware on to a 5G network including upload, download & latency requirements.• Experience of supporting the testing of 5G networks capabilities utilising AR hardware. Previous working or reporting on government funded R&D projects would be an advantage.• Examples of working on previous bespoke AR content creation and the processes that were followed to create the exp
Value: |
499357 |
Published: |
2024-03-06 |
Deadline: |
2024-04-09 |
|
499357 |
2024-03-06 |
2024-04-09 |
|
Formal Training for Country Based Staff on English Language and IT Skills for Professional Development
UK
London
Foreign Commonwealth and Development Office
A 5-7 month course of language training which will comprise an average of 60-90 minutes facilitated delivery per week. The provider may flex this to 120-180 minutes per week depending on their delivery style
Value: |
|
Published: |
2024-03-06 |
Deadline: |
2024-03-22 |
|
|
2024-03-06 |
2024-03-22 |
|
Provision of Mechanical and Electrical Maintenance Services
UK
Elland
South Pennine Academies
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=231491.
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:231491)
Value: |
|
Published: |
2024-03-06 |
Deadline: |
|
|
|
2024-03-06 |
|
|
The Supply of Berets
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 Berets.
Value: |
|
Published: |
2024-03-06 |
Deadline: |
|
|
|
2024-03-06 |
|
|
T1-7265 Thanet District Council Repairs, Voids, Planned and Compliance Works and SHDF Carbon Works
UK
Margate
Thanet District Council
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=231427.
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:231427)
Value: |
|
Published: |
2024-03-06 |
Deadline: |
|
|
|
2024-03-06 |
|
|
CEFAS24-18 ITT for technical advisory services on Sustainable Financing in Belize for the Ocean Country Partnership Programme (OCPP)
UK
Lowestoft
Centre for Environment, Fisheries and Aquaculture Science
The Ocean Country Partnership Programme (OCPP) is funded through UK Official Development Assistance (ODA) as part of the UK’s Blue Planet Fund (BPF). The BPF is the UK’s £500 million programme supporting developing countries to protect the marine environment and reduce poverty. Through the OCPP, the UK government partners with ODA-eligible countries to deliver tangible and positive impacts on the livelihoods of coastal communities that depend on healthy marine ecosystems. The OCPP aims to strengthen marine science expertise, develop science-based policy and management tools, and create educational resources for coastal communities under three main objectives described in terms of marine pollution, sustainable seafood, and marine biodiversity.<br/>OCPP supports activities in partnership with country governments, including Belize, that are directed towards capacity building for marine science in local institutions, organisations, and communities.<br/><br/>An essential part of this work is ensuring key activities such as Belize’s public water quality testing labs, marine ecosystem monitoring, and disease surveillance in aquatic fisheries, have resilient funding models. These funding models are essential to contribute to the long-term sustainability of Belize’s marine environment, for the benefits of its people and their livelihoods, in accordance with OCPP outcomes.<br/><br/>There are a wide range of sustainable finance mechanisms that could be used to support the transition of funding from the BPF through OCPP and other programmes, to longer-term funding models. This can include use of blended finance models that can attract further funding as they mature.<br/><br/>Cefas requires services to identify and develop locally relevant sustainable financing mechanisms that could be used to support the legacy of the OCPP objectives, to equip communities to manage marine pollution, biodiversity, and sustainable seafood and thus improve health and livelihoods.<br/><br/>The Supplier will be expected to engage with different Ministries and stakeholders in Belize, to gauge risk appetite and level of support for the proposed outcomes of this Contract. It is vital that cultural considerations are at the heart of all engagement.
Value: |
175000 |
Published: |
2024-03-06 |
Deadline: |
2024-04-09 |
|
175000 |
2024-03-06 |
2024-04-09 |
|
Transportation and Processing of Residential Dry Mixed Recyclables
UK
Cardiff
Cardiff Council
The Council operates an MRF facility in Cardiff which processes approx. 35,000 tonnes of Dry Mixed Recyclate (DMR) per year, however due to limitations of the facility it requires a third party to collect and transport any excess DMR to a facility to be sorted and recycled on its behalf.
Value: |
616200 |
Published: |
2024-03-06 |
Deadline: |
2024-04-11 |
|
616200 |
2024-03-06 |
2024-04-11 |
|
Rope Access- Buildings Inspection Surveys and Repairs
UK
Glasgow
The Wheatley Housing Group Limited
The service provider will be expected to deliver a programme of planned high level tactile inspections of its multi storey blocks, using the rope access method (Mast Climbers or Cradles are not an option). We may also require the service provider to carry out drone survey inspections and thermal imagery inspections upon request. Service providers must be able to provide this requirement should it be necessary.The Landlord survey inspections will be carried out annually on a percentage of blocks on a rolling program basis over 5 years. Service Providers must be able to carry out a minimum of 27 block inspections per annum. Flexibility of approach will be a requirement by the service provider. Prioritisation of blocks and the frequency of the inspection regime for individual blocks will be agreed between Wheatley Group and the appointed service provider in line with Wheatley Group business needs throughout the contract period.Certain key triggers could determine frequency, including but not limited to:Height of blocks e.g. Number of storeysLocation e.g. Exposed locationKnown condition e.g. localised blemishes, staining, weatheringIdentified issue(s) after inspection e.g. required maintenance etcThe survey and inspection, including high resolution digital photographs, has to cover the external envelope and external fabric of blocks including but not limited to;External Wall Insulation (EWI)Rain Screen Cladding (RSC)Other wall finishesRoofingLightning ProtectionPlant, tank, lift motor rooms and drying areas (housing -where situated on roof of MSF)Roof Edge, Parapet walls and cappingExposed areas of the structureWalkways and screens; floors, walls, ceiling, balustrades, frames (considered open to the outside elements)Windows and DoorsExpansion JointsStructural openingsSealantsBalconies; external enclosures, floors, walls, ceiling, balustrades, framesFlashingsCanopiesExternal ground floor including bin areas, bulk areas, office areasRepairs WorkThe service provider will be expected to deliver a programme of planned repairs work.This will include but not limited to:Breaking out and repairing concrete.Cutting out and repairing renderPainting of external renderInstallation of render boardsMortar and sealant repairsResecuring metal/capping at high level
Value: |
1500000 |
Published: |
2024-03-06 |
Deadline: |
2024-04-08 |
|
1500000 |
2024-03-06 |
2024-04-08 |
|
RAD/118 - CONSTRUCTION PROJECT AT BLACKS GATE, BELFAST: FINISHING CONTRACT #2.
UK
Holywood
Radius Homes Ltd
The contract, Blacks Gate Finishing Contract No.2 (BGFC2), is for the completion of 94 no. units on a partially completed, 244-unit, housing development. 107 units have been handed over to date with 43 being completed as part of Blacks Gate Finishing Contract No.1 (BGFC1). The 94 no. units will be completed as a standalone phase separate from the other units and FC1. The 94 no. units, in varying stages of completion, comprise of a mix of 75no. houses 14no. apartments, 3no. wheelchair bungalows, 1no. wheelchair apartment and 1 small community hub. The houses are a mix of 2 or 3 story units with a range of balconies and dormers across several units. It is anticipated that the contract will be awarded in late Summer 2024, with a 11-month contract (5 no. sections) period to completion. No more than 20 no. dwellings will be handed over to the Employer in any one section.
Value: |
7000000 |
Published: |
2024-03-06 |
Deadline: |
2024-04-11 |
|
7000000 |
2024-03-06 |
2024-04-11 |
|
SC230253 - Minerals and Waste Planning Policy
UK
Maidstone
Kent County Council
Kent County Council (the Council) is seeking specialist professional planning support across both the Kent Mineral and Waste Local Plan (KMWLP) and Planning Application Group (PAG) both of which are statutory work areas, for a 3 year + 1 year extension option for the period from 21 October 2024 onwards.There is an ongoing statutory requirement for review of the KMWLP to assess whether the plan needs updating, and a requirement for monitoring and assessment. We are required to review the KMWLP every 5 years. This is to ensure that the policies remain relevant, conform to national policy and guidance and satisfactorily address the needs of the local community. The 5-year review commenced in 2021 and identified the need for a number of changes to reflect changes in national and local policy and guidance since 2016. These include changes to the National Planning Policy Framework, government policy on climate change, protection and enhancement of the natural environment and achievement of a circular economy.The core of the work requirement will focus on Mineral and Waste Planning Policy, which would be for at least 80% of the overall work requirement. The remaining requirement is the periodic need for professional planning resources in the County Matter (Minerals and Waste) team within the PAG to support the delivery of statutory duties in relation to Development Management including support for Development Consent Order Proposals. This element of the work is called off when it is required and is not guaranteed to be required but will be allowed for within the scope.There is a need to maintain some flexibility in relation to the programme, quantity, balance and pattern of work. For this reason, before the start of each new year the Council would wish to review the likely work programme for local plan and other work in advance.
Value: |
|
Published: |
2024-03-06 |
Deadline: |
2024-04-03 |
|
|
2024-03-06 |
2024-04-03 |
|
UKRI-3340 Evaluation of Convergent Screen Technologies And performance in Realtime (CoSTAR)
UK
Swindon
UK Research & Innovation
The United Kingdom Research and Innovation (UKRI) through its component research council, the Arts and Humanities Research Council (AHRC) is seeking an evaluator to undertake an independent impact and process evaluation of the Convergent Screen Technologies And performance in Realtime (CoSTAR) programme. CoSTAR is an ambitious and novel investment. It is also AHRC's first major infrastructure investment. High quality robust monitoring and evaluation is therefore essential – both to ensure the successful delivery of this programme and to improve AHRC's internal capabilities to deliver future programmesThis requirement is intended to provide a comprehensive and accurate evaluation of the initial impact of the CoSTAR infrastructure on the research, development and application of advanced technologies in the screen and performance industries, and on the wider creative technology ecosystem. It will also evaluate the processes used to commission and deliver the CoSTAR programme.The evaluation will comprise of the following:Establishment of an evaluation frameworkProcess evaluation Impact evaluation including: Baseline report. Mid-term report End of Funding Review Post-Evaluation Review The contract will be up to 9 years in duration and have a maximum value range of up to £1,000,000.00.Further details are in the tender pack on Delta e-sourcing portal.
Value: |
1000000 |
Published: |
2024-03-06 |
Deadline: |
2024-04-25 |
|
1000000 |
2024-03-06 |
2024-04-25 |
|
UKRI-3760 UKATC Listed Buildings Window Refurbishment
UK
Swindon
UK Research and Innovation
The UKATC is looking to carry out glazing replacement and window refurbishment to c.107 windows in three of its category B and C listed buildings at the Royal Observatory Edinburgh. Existing glazing is to be replaced with slimline double glazing, and all sash, case and frames are to be inspected and refurbished, as required, to allow free and easy use of the windows. A full, detailed, specification is provided along with previous survey information, drawings and condition report which are included in the tender pack. The work is due to be completed by 31st March 2025.Site Tour: UKATC will be holding a site tour for this requirement. It is strongly recommended that potential suppliers attend the site tour at Edinburgh in order to gain complete clarity of the requirements and environment you would be working in. A site tour will be held on Thursday 21st of March 2024 at 10:00hrs (UK time) and will last approx. 1-2 hours. Two attendees from each supplier organisation are permitted to attend a site tour at UKATC, Edinburgh. To book on to the site tour, please submit the names, email addresses and vehicle registration numbers of those attending via the message function on the Delta eSourcing Portal. Please confirm your attendance no later than 48 hours before the scheduled visit. The estimated value of the opportunity is estimated at between £660,000.00 to £710,000.00 GBP excluding VAT.
Value: |
710000 |
Published: |
2024-03-06 |
Deadline: |
2024-04-12 |
|
710000 |
2024-03-06 |
2024-04-12 |
|
Formal Training for Country Based Staff on English Language and IT Skills for Professional Development
UK
London
Foreign Commonwealth and Development Office
Value: |
|
Published: |
2024-03-05 |
Deadline: |
|
|
|
2024-03-05 |
|
|
Provision of Professional Estates Consultancy Services
UK
Inverness
University of the Highlands and Islands
The Academic Partners of the University of the Highlands and Islands wish to set up a Framework Agreement for the Provision of Professional Estates Consultancy Services. The Framework Agreement is split into two (2) Lots:Lot 1 - General Project Management and Estates Consultancy ServicesLot 2 – Property Consultancy ServicesFor the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are not obligated to use the Framework Agreement.- UHI Argyll- UHI Executive Office- UHI Inverness- UHI Moray- UHI North, West and Hebrides- UHI Perth- Highland Theological College- Sabhal Mòr Ostaig- Scottish Association for Marine Science
Value: |
|
Published: |
2024-03-05 |
Deadline: |
2024-04-25 |
|
|
2024-03-05 |
2024-04-25 |
|
Supply and Implementation of a Tanium Endpoint Management Solution
UK
Birmingham
University Hospitals Birmingham NHS Foundation Trust
The Authority is seeking a partner to implement and deploy Tanium’s cloud-based end point management solution across its infrastructure and software to provide real-time endpoint management, linear workflow chain architecture, automate operations from discovery to management, and resolve vulnerabilities that could be exploited.<br/><br/>The selected partner will be responsible for the deployment, configuration, and optimisation of Tanium's endpoint management platform across our infrastructure to enhance our organisation's security, visibility, and IT management capabilities, as well as educating and supporting all teams that will be utilising the solution. The partner will be committed to enabling UHB to reach its goals of maximising its cyber posture and meeting its contractual requirements and new challenges in an environment of teamwork, joint participation, flexibility, innovation, and open communications. In this spirit of partnership, UHB and its service provider will study the current ways of service delivery and operation to enhance current practices and support processes and systems. Such a partnership will allow UHB to reach higher levels of quality and service delivery for its patients and the care that it delivers to the wider population.
Value: |
|
Published: |
2024-03-05 |
Deadline: |
2024-04-09 |
|
|
2024-03-05 |
2024-04-09 |
|
Music Hub Customer Relationship Management System
UK
Norwich
Norfolk County Council
The Power of Music: A National Plan for Music Education (NPME) outlines a bold vision for music education in England - that all children and young people should be able to create music, learn a musical instrument, make music with others, learn to sing, and progress their interests and talents as far as they would like. Partnership between the broad range of services, organisations, and educators that are relevant to the musical lives of children and young people is essential if this is to be achieved. The work of Norfolk County Council’s Music Service and the opportunities being created through the current Norfolk Music Hub structure for a diverse range of children and young people, including those with SEND and from our more disadvantaged communities, fully supports our shared ambition for all children and young people to Flourish. Given the demonstrable positive impact that engagement in music has for individuals, it is also in line with Norfolk’s Health and Wellbeing Strategy and its priorities to drive integration, prioritise prevention, address inequalities, and enable resilient communities. Therefore, Norfolk County Council intend to procure a Music Hub Customer Relationship Management system to support the breadth and diversity of offer with adaptability for future requirements should these become required.
Value: |
|
Published: |
2024-03-05 |
Deadline: |
2024-04-05 |
|
|
2024-03-05 |
2024-04-05 |
|
Provision of Security Guarding Services for SONI Ltd
UK
Belfast
SONI Ltd
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231447.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:231447)
Value: |
|
Published: |
2024-03-05 |
Deadline: |
|
|
|
2024-03-05 |
|
|
Total Waste Management & Technical Services
UK
Birchwood, Warrington
Procurement for Housing
This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website :
http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
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=230580.
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:230580)
Value: |
|
Published: |
2024-03-05 |
Deadline: |
|
|
|
2024-03-05 |
|
|
NICS Provision of Security and Ancillary Services 2024
UK
Belfast
Department for Communities
CPD, the Department for Communities, and the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services, cannot provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only; they include additional quantum for unforeseen demand and to future proof. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a Contractor should the actual demand be less than that. stated.. . Contract monitoring: the successful Contractor(s) performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice. . . The Authority expressly reserves the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice and (iv) to award contract(s) in stages. And under no circumstances will the Authority be liable for any costs incurred by Candidates.
Value: |
|
Published: |
2024-03-05 |
Deadline: |
|
|
|
2024-03-05 |
|
|
WCC - Container provision, haulage and reprocessing of Wood Waste from Warwickshire Household Waste Recycling Centres
UK
WARWICK
Warwickshire County Council
It is the responsibility of Warwickshire County Council, as the Waste Disposal Authority to provide HWRCs for members of the public. The Waste Collection Authorities in Warwickshire are as follows: Warwick District Council, Stratford-on-Avon District Council, North Warwickshire Borough Council, Nuneaton and Bedworth Borough Council, Rugby Borough Council.The waste from the HWRCs needs to be managed safely and in line with the waste hierarchy. The Council manages 8 of its HWRCs in-house and must have contracts in place for the reuse, recycling, recovery or disposal of waste materials brought to the site by the public or traders. One of the waste materials the Council needs to have a contract for is Wood Waste. In 2022/23 the amount of Wood Waste arising from all 9 Warwickshire HWRCs was approximately 8,000 tonnes (approximately 6,500 tonnes was from 8 of the Warwickshire operated HWRCs and approximately 1,500 was from Judkins HWRC. Wood Waste arising from Judkins HWRC located in Nuneaton, is operated by FCC Environment Limited ("FCC") and the reprocessing may or may not be included in the contract at the discretion of FCC and consent of the Council. If it is included, they do no require the provision of containers or haulage.
Value: |
2000000 |
Published: |
2024-03-05 |
Deadline: |
2024-04-08 |
|
2000000 |
2024-03-05 |
2024-04-08 |
|
Universal Family Behaviour Change Programme
UK
WINCHESTER
Hampshire County Council
The delivery of an innovative pilot programme, to support families with children aged 2-12 to make sustainable changes to their behaviours, lifestyles, and home environments, with the aim of promoting healthy weight. It will be a preventive Universal Family Behaviour Change service, to provide a focused, small-stepped intervention that supports families to kickstart behaviour change by setting, achieving, and sustaining their own goals.
Value: |
325225 |
Published: |
2024-03-05 |
Deadline: |
2024-04-04 |
|
325225 |
2024-03-05 |
2024-04-04 |
|
Residential Construction Framework Agreement
UK
Warrrington
Procurement for Housing
This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website :
http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
.
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=230796.
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=231371.
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:231371)
Value: |
|
Published: |
2024-03-04 |
Deadline: |
|
|
|
2024-03-04 |
|
|
P5939 - Harriott Apsley & Pattison House (HAP) Regeneration Scheme
UK
London
Tower Hamlets
Price is not the only award criterion and all criteria are stated only in the procurement documents. In addition, suppliers are to note that the Council requires the successful contractor to deliver Social Value as added value to the community. Details of the Council's Social Value priorities are provided in the tender documents.
This procurement will be managed electronically via the London Tender Portal. To participate in the procurement, participants shall first be registered on the e-tendering suite. If bidders have not yet registered on the e-tendering suite, this can be done online at https://procontract.due-north.com/register.
Note: registration may take some time, so please ensure that you allow a sufficient amount of time to register. Full instructions can be found at https://supplierhelp.due-north.com/
Once you have registered on the e-Tendering Suite, a registered user can express an interest for a specific procurement. This is done by looking at the opportunities sections. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Tendering Suite you will have access to London Tenders ePortal email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note, it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing Suite please contact Proactis Helpdesk Freephone: 0330 005 0352.
Value: |
|
Published: |
2024-03-04 |
Deadline: |
|
|
|
2024-03-04 |
|
|
PSNI - Provision of Laundry Services for Custody Suites
UK
Belfast
Police Service of Northern Ireland
The successful Supplier's performance on the contract will be regularly monitored. Suppliers 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 the contract may be terminated. The Authority expressly reserves the rights not to award any contract as a result of the procurement process commenced by publication of this notice.
Value: |
|
Published: |
2024-03-04 |
Deadline: |
|
|
|
2024-03-04 |
|
|
Patient Advocacy Services
UK
Sheffield
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")
NOE CPC are seeking engagement with providers of Advocacy Services to the NHS with a view to help inform the outputs of a future procurement of a framework agreement for these and other aligned services. <br/><br/>Everyone has a legal right to advocacy and public authorities are responsible for arranging independent advocacy services to assist people making or intending to make complaints, effectively supporting individuals during assessments, care planning, safeguarding and reviews and collaborating with families, friends, carers, commissioners and providers. <br/><br/>Our intention at present is to award a multi-lotted framework agreement, for the services detailed below: <br/><br/>• Independent advocates for patients using social care services (as per the Care Act 2014 and the Care and Support statutory guidance)<br/><br/>• Independent mental capacity advocates (as per the Mental Capacity Act 2005 and its Code of Practice)<br/><br/>• Independent mental health advocates (as per the Mental Health Act 1983 and its Code of Practice)<br/><br/>• Advocacy for Adult Secure Services <br/>Secure services provide treatment for adults aged 18-years and over with mental disorders, these include mental illness (MI), personality disorder (PD) and neurodevelopmental disorders (NDD) including learning disabilities (LD) and autism. There are three levels of secure services with specific criteria for each, High, Medium and Low.<br/><br/>• Advocacy for Children and Young People <br/>While it is anticipated that this procedure is for children and young people making or intending to make a complaint, it covers representations which are not complaints. For example, children and young people should be able to secure the support of an advocate in putting forward <br/>representations for a change to be made in the service they receive, or the establishment they live in, without this having to be framed first as a specific complaint.<br/><br/>• Advocacy for Women’s’ Health <br/>Although women in the UK on average live longer than men, women spend a significantly greater proportion of their lives in ill health and disability when compared with men. <br/><br/>Not enough focus is placed on women-specific issues like miscarriage or menopause, and women are under-represented when it comes to important clinical trials. <br/><br/>There are also far too many cases where women’s voices have not been listened to; the responses to the Women’s Health Strategy for England from the Department of Health & Social Care found 84% of respondents felt that this was the case.<br/><br/>We are in the very early stages of consideration of this agreement, and would welcome feedback from the providers of these services as to the merits of this approach, including any perceived barriers to engagement with such a process, whether the services included are sufficiently extensive/comprehensive or whether there are any other elements we should be looking to include. <br/><br/>All information received at this stage will of course be handled confidentially, with a view to informing our next steps and the ultimate outputs from this agreement. Further engagement may take place following the responses to this PIN, prior to the commencement of a competitive process. <br/><br/>Interested providers are asked to register on the portal and express their interest via project C251453 Patient Advocacy Services and entering any feedback via the response envelope within the project.<br/><br/>The Atamis portal can be accessed at: <br/>https://health-family.force.com/s/Welcome <br/><br/>It is free to register on the portal. Should you have any queries, or encounter any problems with the portal; these should be raised via the Atamis helpdesk at:<br/><br/>Support-health@Atamis.co.uk or phone number 0800 9956035 <br/>The helpdesk is open Monday – Friday between 9am – 5.30pm<br/><br/>Expressions of Interest must be submitted by 12 noon on Friday 5 April 2024.
Value: |
|
Published: |
2024-03-04 |
Deadline: |
|
|
|
2024-03-04 |
|
|
Audience Services
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: |
2024-03-04 |
Deadline: |
|
|
|
2024-03-04 |
|
|
Ex-post evaluation of the Scottish Rural Development Programme (SRDP) 2014-2020
UK
Edinburgh
Scottish Government
IntroductionThe Scottish Government (SG), on behalf of the Scottish Ministers, wishes to commission an ex-post evaluation of the Scottish Rural Development Programme (SRDP) 2014-2020. The evaluation will cover the programme period from 26 May 2015 to 31 December 2023 (the final date for eligibility of expenditure incurred and paid). The ex-post evaluation forms part of the formal programme closure progress.The SRDP 2014-2020 delivered Pillar 2 of the EU Common Agricultural Policy (CAP) and funded economic, environmental and social measures for the benefit of rural Scotland.This specification sets out the aims of the project and the tasks required of the contractor. It also sets out the management arrangements and timescales.Background & ContextThe SRDP 2014-2020 is a programme of economic, environmental and social measures, based on six key EU themes (or 'Priorities'):- Priority 1 – fostering knowledge transfer, co-operation and innovation;- Priority 2 – enhancing competitiveness, promoting innovative technologies and sustainable management of forests;- Priority 3 – promoting food chain organisation & risk management;- Priority 4 – restoring, preserving & enhancing ecosystems;- Priority 5 – promoting resource efficiency & transition to low carbon economy;- Priority 6 – promoting social inclusion, poverty reduction and economic development.The SRDP for 2014 to 2020 was submitted for approval by the European Commission in October 2014 and approved on 26 May 2015 under Commission Decision C(2015)3489 with a budget of 1.3 billion GBP.The European Commission requires Member States or Regions to evaluate the assistance from the European Agricultural Fund for Rural Development (EAFRD) for the programming period 2014 to 2020. The Ex-Post Evaluation will seek to assess the impacts of the EAFRD funding and take stock of the results, achievements, impacts, efficiency and effectiveness of the programme.The Scottish Government’s Agriculture and Rural Economy Directorate is responsible for the SRDP; the Agriculture Policy Division is the Managing Authority and the Agricultural Delivery Division (SGRPID) is the paying agency.The key purpose of the SRDP 2014-2020 is to help achieve sustainable economic growth in Scotland’s rural areas and the priorities remains broadly the same as the previous programme. The main priorities are:- Enhancing the rural economy;- Supporting agricultural and forestry businesses;- Protecting and improving the natural environment;- Addressing the impact of climate change; and- Supporting rural communities.The SRDP was structured according to the EAFRD intervention logic and included six Priorities under which a total of 14 Measures, as well as the Technical Assistance Measure, were implemented. Annex A outlines the delivery mechanisms and the Scottish Rural Network.
Value: |
|
Published: |
2024-03-04 |
Deadline: |
2024-04-02 |
|
|
2024-03-04 |
2024-04-02 |
|
Managed Language Service
UK
Warrington
Warrington Borough Council
Warrington Borough Council is seeking tenders from suitably qualified organisations to provide a managed language service. Due to the increasingly diverse population it is anticipated that demand will continue to rise however it is not possible to predict future volumes of service as it provided on a case by case basis.
Value: |
|
Published: |
2024-03-02 |
Deadline: |
2024-04-05 |
|
|
2024-03-02 |
2024-04-05 |
|
https://litmustms.co.uk/respond/Z6QAT27TM
UK
West Sussex
Felpham Community College
The SchoolFelpham Community College in West Sussex, is a large local authority maintained secondary school with sixth form for 1,600 students and 170 staff. The school premises consist of range of buildings built in the 1970s (South & North Blocks). These buildings were added to in 1996 with the construction of the main block and then the science block in 2003. The media centre was added in 2006 and a new PE changing block was constructed in 2010. The latest addition to the school premises was the Blake Building, a three-storey teaching block, which was completed in 2019.The tenderThe tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities for this school. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff at the school.The basis and rationale that the client requires the successful contractor to operate to at all times, is being able to provide a School that is fit for purpose and that the contractor is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleaning is as detailed within the tender specification.The contract being tendered is from 1st August 2024 to 31st July 2027 with an option to extend for up to a further two years at the discretion of the client. The contract will be fixed price in nature, with the contractor invoicing the client for one-twelfth of the annual cost on a monthly basis. It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BICSc standards being achieved, as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.Contract value:The annual contract value is circa £210,807The value of the new contract is circa £1,054,035 (Current annual contract cost, multiplied by the maximum 5 year term of the contract)Other notes:•Please be advised that this contract will be let on a 3 year + 2 years basis.•Please be advised that there are two current cleaning staff in the LGPS •Please be advised that the cleaning service is currently contracted to Churchill Contract Services•Please be advised that the School has a minimum requirement for a contractor’s employers liability/ public liability and professional indemnity insurance of £10m•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m•The winning bidder is required to pay the Litmus tender fee of £5,600 plus VAT, directly to the Litmus Partnership, upon contract award See the SQ Document for further information.
Value: |
1054035 |
Published: |
2024-03-02 |
Deadline: |
2024-03-20 |
|
1054035 |
2024-03-02 |
2024-03-20 |
|
STC1177 - Provision of Specialist Lift Consultancy Services
UK
London
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (actin
A non-exhaustive list of the services required to be delivered under the contract are summarised below:• Produce lift technical design briefs and design requirements for the Authority’s Lift projects, as well as work collaboratively with Lift delivery teams and prioritise the works on health and safety and business continuity objectives (as set out within the procurement documents). • Review and develop existing lift modernisation scope documents. • Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications. • Provide a technical design review of the proposals from Lift Delivery teams and monitor their work – this shall also include undertaking site inspections and witnessing.• Review lift traffic analysis from previous studies and project consultants and where necessary undertake new traffic analysis and propose optimum lift design strategy for the population and use patterns of the Parliamentary Estate.• Carry out whole of life costing with the view of ensuring that value for money is achieved by taking a holistic approach to design the lifts in relation to each other, traffic flow, building occupants, logistics, fire evacuation strategy, access control and security strategy, environment and sustainability, heritage and conservation and user priorities. • Undertake annual audits of the Authority’s Planned Preventative and Re-active Maintenance Contractor’s performance.The appointed Consultant’s staff shall have completed EOR/202 ‘Working Safely in an engineering environment – basic lift safety’, as required by BS7255 Safe Working on Lifts.The Authority reserves its position as to whether it will (or will not) enter into contractual arrangements. Subsequently, the publication of the procurement documents in no way commits the Authority to enter into any contractual relationship with the Tenderers or any other party.The Authority reserves the right to:- cancel, postpone, suspend or abort the selection and evaluation process at any stage of this procurement in its entirety;- vary the project timetable or procurement process, including without limitation, to introduce further submission requirements; and- amend, vary or digress from the process set out in the procurement documents. In the event of any change to the process, the Authority will inform all Tenderers of the change.The Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The information and/or documents for this opportunity are available on https://in-tendhost.co.uk/parliamentuk/aspx/Home Interested organisations must register on this site to respond. The use of the In-tend e-tendering portal is compulsory and will be the main means of communication and exchange of documents between the Authority and prospective Tenderers, although the Authority reserves the right at its sole discretion to communicate and/or exchange documents by other means.
Value: |
500000 |
Published: |
2024-03-02 |
Deadline: |
2024-04-19 |
|
500000 |
2024-03-02 |
2024-04-19 |
|
Felpham Community College ~ Catering Tender
UK
West Sussex
Felpham Community College
The SchoolFelpham Community College in West Sussex, is a large local authority maintained secondary school with sixth form for 1,600 students 170 staff. The current service provides food at breakfast (8:00am to 8:30am), morning break (10:30am to 10:50am), and lunch (12:30pm to 13:05pm). There are currently three outlets where staff and students can purchase hot and cold food. They are the main hall, external catering pod on the Blake and Earnest Joyce playgrounds.The tenderThe tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities at this school, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The school would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st August 2024 to 31st July 2027 with the option to extend for up to a further two years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful contractor offering the school a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the school for the duration of this contract.The school year at all schools is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the school, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged with a margin attached and hospitality will be charged based on consumption and at net food cost.Whilst the school prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.The school expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The school expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters. The school believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning.As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding funding improvements as part of the Contractor’s tender submission would be welcomed. Please see SQ Document for more information.
Value: |
1475635 |
Published: |
2024-03-02 |
Deadline: |
2024-03-20 |
|
1475635 |
2024-03-02 |
2024-03-20 |
|
HVAC Maintenance and Repair Contract
UK
Sunderland
Gentoo Group
Gentoo has a number of offices, depots and blocks within the boundaries of Sunderland, Houghton, Hetton and Washington – Tyne and Wear. Many of these premises have heating ventilation and cooling (HVAC) systems installed within them. The Group is currently seeking to procure a Contractor to deliver preventative maintenance services to all of those systems. This will be undertaken by carrying out regular inspections of all equipment in a planned manner, identifying current or potential future issues and then carrying out any necessary repairs to ensure the systems continue to operate effectively. In addition to the above, the Provider will also be required to attend and rectify the systems as and when they fail to operate effectively or break down completely. This work is responsive, and will be required to be completed within pre-set timeframes. Effectively, this tender is to procure Providers to control all maintenance and repair works required to these systems. It is the intention of Gentoo to appoint one Provider to deliver these works.
Value: |
141000 |
Published: |
2024-03-02 |
Deadline: |
2024-04-03 |
|
141000 |
2024-03-02 |
2024-04-03 |
|
RAD/099 - CONSTRUCTION PROJECT FOR SOCIAL HOUSING AT HANNAHSTOWN, BELFAST PH2.
UK
Holywood
Radius Housing
The proposed construction works contract is for a residential development of 260 social housing units on a greenfield site on the Glen Road, Hannahstown, Belfast that includes a housing mix of 176 homes including split level units, 3 wheelchair accessible bungalows and 81 apartments within 9 blocks including 1 ‘Happi Principles’ block which includes additional communal spaces. The site also includes extensive landscaping, a children’s play park, amenity space and other ancillary works. The complexity of this development includes site clearance, site remodelling due to site topography, removal of contamination, areas of ground conditions utility alterations, all engineering service and detailed phasing requirements. It is expected ALL social housing units built under this contract will achieve Secured by Design and Lifetime Homes accreditation. All units will also be required to achieve EPC Rating ‘A’. The project will also be delivered to BIM Level 2. A Planning Application for the project was submitted to Belfast City Council on 20/01/2023 and was validated on 24/02/2023. Ref Number LA04/2023/2557/F. It is currently envisaged that planning approval will be obtained during 2024. The contract will be for approximately 56 months from date of award and is scheduled to start in Summer 2024 with the ITT documentation being issued in Q1 2024. A summary of the proposed project is provided in the table below: Time is to be of the essence in delivering the Works and any failure by the Contractor to comply with the time limits for commencing or completing the works shall be deemed to be a substantial failure by the Contractor to comply with the contract giving the Employer a right to terminate the contract.
Value: |
48000000 |
Published: |
2024-03-02 |
Deadline: |
2024-04-08 |
|
48000000 |
2024-03-02 |
2024-04-08 |
|
Framework Agreement for the Supply of Tarmacadam & Aggregates
UK
Swansea,
City & County of Swansea
The Swansea Council undertake maintenance and construction works.To facilitate these works it is necessary to procure materials and this tender is to facilitate the procurement of surfacing materials and dry stone products. Goods must be delivered at the address shown on the purchase order, free of charge and at the contractors own risk and in such quantities as specified on each order issued under the terms of the contract.All delivery drivers will be required to wear long sleeved high visibility vests or clothing Safety helmets and safety footwear, or they will be turned away. Due to the complexity and variation of requirements, we will at all times reserve the right to make the commercial decision to collect goods from any of the contracted supplier’s dependant of the location of works in relation to the supplier’s premises. This may result in goods being collected from the supplier who has not offered the lowest rate.
Value: |
4000000 |
Published: |
2024-03-01 |
Deadline: |
2024-04-01 |
|
4000000 |
2024-03-01 |
2024-04-01 |
|
Haulage and Processing of Green Waste On behalf of Monmouth County Council and Torfaen County Borough Council
UK
Usk
Monmouthshire County Council
Haulage and treatment of approximately 7,000 tonnes of garden waste per annum from 3 off Monmouthshire Household Waste Recycling Centres plus kerbside collected garden waste from residential properties. Approximately 5,000 tonnes of garden waste per annum for Torfaen. It is envisaged that the material will be composted through an ‘Open Windrow’ process in accordance with the PAS-100 Quality Protocol. The authority is looking for suitable delivery point(s) and/or processing facility within the County of Monmouthshire able to accept both bulked loads from 2 Waste Transfer Stations as well as material directly from Refuse Collection Vehicles (RCVs) if required.Lot 1 – Monmouthshire County CouncilLot 2 – Torfaen County Borough CouncilLot 3 – Monmouthshire County Council and Torfaen County Borough Council
Value: |
3000000 |
Published: |
2024-03-01 |
Deadline: |
2024-04-12 |
|
3000000 |
2024-03-01 |
2024-04-12 |
|
CA296 - Data & Architecture Specialist Resource Augmentation
UK
Belfast
Northern Ireland Electricity Networks Limited
NIE Networks intends to place a panel of up to five organisations on framework agreements for this Lot 1. It is envisaged to acquire experienced data specialists who can provide support and development services across the current data landscape and possible new data technology areas which may be implemented during the period of the framework agreement. The framework for this lot will be awarded for a period of 3 years, with the option to extend (entirely at the discretion of NIE Networks) for up to a further 2 periods of up to 2 years each. That is a possible 7 years in total (3 years, with optional 2 x 2-year extensions)
Value: |
13000000 |
Published: |
2024-03-01 |
Deadline: |
2024-04-03 |
|
13000000 |
2024-03-01 |
2024-04-03 |
|
Creative Leadership & Enterprise Centre (CLEC) Framework for the Provision of Programme Development and Delivery Resources
UK
Cardiff
Cardiff Metropolitan University
Cardiff Metropolitan University is seeking to establish a Framework Agreement with a small number of suitably skilled and experienced executive teaching specialists to assist the Creative Leadership and Enterprise Centre (CLEC) in the continued design and delivery of its executive leadership and business growth programmes.In utilising this framework agreement, we are seeking to appoint a pool of subject specialists to provide executive teaching, coaching and support services in a range of subject specialist lots to reflect leadership and business growth themes. The teaching will be required for existing externally and internally funded programmes and any future work programmes the CLEC team is successful in bidding for. As and when the executive teaching is required the CLEC team will “call off” from the framework and appoint supplier(s) to deliver the services for its customers.As part of this procurement exercise, the University has considered whether the role(s) being sought need to be considered for the purposes of employment status. The University appreciates that it may be engaging with agencies, training services, individuals or directly with Personal Service Companies (PSC). To be transparent, we have detailed within the tender document our status decisions for interested parties who may bid for this opportunity.
Value: |
|
Published: |
2024-03-01 |
Deadline: |
2024-04-03 |
|
|
2024-03-01 |
2024-04-03 |