Talk to us 01204 238 046

IT Tenders

With the increasing development of technologies and innovative solutions the IT industry continues to evolve and be critical to businesses across all sectors. This presents huge opportunities for those that provide IT services and have a specialist knowledge to offer. With digital transformation, from website development to cyber security, at the top of business agenda's it's important to be aware of IT tenders available. Most importantly, to plan and prepare to maximise your chances of securing the work.

Get in touch with
our experts

IT

How to win IT tenders

The procurement of IT services is varied in requirements, and as such there are numerous elements of what win contracts in this sector.

For Network Connectivity, for example, buyers look for expertise and be that either public or enterprise level. For public sector especially, having a solid customer base to demonstrate capabilities is key.

Buyers who require services such as Cloud, SaaS, PaaS are also reliant on ensuring capabilities and experience, however for these services, price is also a factor.

A common barrier is ensuring the technical ability and expertise is portrayed within the response and that all technical elements are answered in a succinct manner to the requirement. It's important to consider the audience, and their level of technical language. From our experience in winning tenders within the IT sector, quality, along with demonstration of technical expertise and the ability to provide a technical overview in an easy to read manner are key themes for success.


Get bid support

What do IT tenders cover?

Typical services that are included within IT tenders are;

Network Services
Datacentre Hosting
Cloud Services
Network Connectivity
Network Infrastructure and Support
Network Equipment
ICT Managed Service
NOC Services
Telecomms Services
Managed IT Services
WiFi Upgrade / Refresh
Maintenance and Support Services
I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

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

Get notifications of Future Tenders of this type

Tender Value Published Deadline
Framework Agreement for Major Construction Works
UK Gloucester Gloucestershire County Council

Gloucestershire County Council (GCC) is seeking expressions of interest from suitably qualified contractors to join a four year framework agreement for delivery of major contracts/project within the council. The framework agreement will be divided into two lots based on value.Lot 1 - £150,000 - £649,999Lot 2 - £650 and aboveTenderers can bid for one or both lot, provided they pass the requirement for either one or both lots.Under the Framework Agreement the Authority and other Users will have the option to call-off contracts with framework contractors as and when works are required, via direct award using rotation call off process or via a mini competition as desired by the users. All requirement with a value over the PCR threshold for works (£5,336,937 (inclusive of VAT), will have to be via a mini competition. Bidders should note that, under the Framework Agreement, neither the Authority nor any other User shall be under any obligation to call-off contracts with framework contractors. However, where call off value exceeds the PCR threshold for works, it must be a mini competition, and this is applicable for all framework users.The framework will have an estimated total value of £140m over the four-year term of the agreement.Indicative annual spend per lot:Lot 1 – Estimated Value over Framework Term £5m to £21mLot 2 – Estimated Value over Framework Term £50m to £117m

Value:
Published: 2023-09-26
Deadline: 2023-10-27
2023-09-26 2023-10-27
National Framework for Decarbonisation Solutions
UK Kingston upon Hull Kingston upon Hull City Council

For the provision of Decarbonisation works packages, up to £1,000,000. Contractors to provide a complete business solution for the Client Organisation. Accreditations maybe required from the Client Organisation within the Further Competition requirement, for example PAS2038 for commercial buildings, but not limited to this. For larger scale projects, it will be expected that the Contractor would need to engage with a Consultant on the Professional Services Framework Agreement. Contractors will be able to bring in supply chain partners to help deliver the requirements for Client Organisation and act as a single point of contact for the Client Organisation. The full project requirements and scope would be agreed through the Direct Award or Further Competition Process.

Value: 1560000000
Published: 2023-09-26
Deadline: 2023-10-23
1560000000 2023-09-26 2023-10-23
National Framework for Decarbonisation Solutions - Health Sector
UK London Great Ormond Street Hospital for Children NHS Foundation Trust

For the provision of Decarbonisation works packages up to £1,000,000. Contractors to provide a complete business solution for the Client Organisation. Accreditations maybe required from the Client Organisation within the Further Competition requirement, for example PAS2038 for commercial buildings, but not limited to this. For larger scale projects, it will be expected that the Contractor would need to engage with a Consultant on the Professional Services Framework Agreement. Contractors will be able to bring in supply chain partners to help deliver the requirements for Client Organisation and act as a single point of contact for the Client Organisation. The full project requirements and scope would be agreed through the Direct Award or Further Competition Process.

Value: 1560000000
Published: 2023-09-26
Deadline: 2023-10-23
1560000000 2023-09-26 2023-10-23
Tender for Arboriculture Services
UK SOUTHEND-ON-SEA Southend-on-Sea City Council

Southend-on-Sea City Council (the Council) are seeking tender responses as part of a competitive procurement process to appoint a qualified Contractor in the re-tendering of the Council's Arboriculture Services Contract. Southend-on-Sea is well known for its parks and gardens. Trees are important to the City's residents whether the trees are growing in parks or in streets. Maintenance of the street scene in general is a key corporate priority for the Council. The related contract, and the appointed Contractor, will play an important part in ensuring the successful delivery of this key priority, by undertaking arboricultural services on the Council's behalf. For this reason, it is imperative all tree work undertaken by the appointed Contractor is carried out by experienced and skilled staff to the standards specified in the Tender Documents.For the avoidance of doubt, all perspective tenderers are advised that there is an incumbent Contractor, and it is believed that TUPE will apply. One of the minimum requirements of the procurement process is requesting the TUPE information from the Council. The full details of how to do this are provided in the Tender Documents.The Tender Documents can be accessed via:https://procurement.southend.gov.uk/southend/portal.nsf/index.htmThe deadline for receipt of clarification requests relating to the Tender Documents: 14:00 Friday 27th October 2023The deadline for submission of Tender Responses is: 14:00 Tuesday 14th November 2023The Minimum Level Requirements of the procurement process are covered in detail in the Tender Documents provided. This includes, but is not limited to, detail on TUPE Requirements, a Tenderer's ability, Financial Standing, Insurance and mandatory service requirements. Mandatory service requirements include, but are not limited to, Permits and Licences required for working on the Highway, the contract's timeframes and response times, as well as the confirmed standards for the related tree work. In regard to the evaluation the elements which are "scored" or "pass / fail" are fully explained within the documentation provided as part of the procurement process.The proposed duration of the initial contract period is 5 years 2 months, with a possible extension of a further 2 years (or any part thereof).

Value:
Published: 2023-09-26
Deadline: 2023-11-14
2023-09-26 2023-11-14
Technical Architecture Consultancy Services
UK London National Employment Savings Trust (NEST)

Nest is searching for a supplier to enter into a Framework Agreement for technical consultancy support for the implementation and delivery of changes to the Nest scheme administration and related services.The scheme administration services allow Employers to enrol their workers into the nest pension scheme and then make contributions to their accounts. Nest has been operational since 2012 and has already enrolled over 12 million members.Nest has recently contracted with a scheme administration provider to transform the services which will include a significant change to the way the services are delivered and the underlying technical platform. This will enable Nest and the Scheme Administrator to better serve our customers.Nest expects to select an expert resource that will have experience across Technical Architecture, Service Operation and DevSecOps methodologies and tools in a Cloud Based environment. It is Nest’s preference that that majority of the services are delivered by a single resource and supported by a wider team for more specific service outputs.

Value: 624000
Published: 2023-09-26
Deadline: 2023-10-23
624000 2023-09-26 2023-10-23
SOL - Long Term Care at Home and Sitting Services
UK Solihull Solihull Metropolitan Borough Council

Lot 1 - Long Term Care at Home Long Term Care at Home (Lot 1) aim to allow people who use the service to live as independently as possible in their own homes and to sign-post people to other services where needed. The service provided should help to delay and reduce the need for additional long term care through a focus on promoting wellbeing and independence. It should safeguard adults, protecting them from avoidable harm. Care and support should be delivered in line with the person’s wishes, as best as it can be. The care and support delivered should meet the person’s cultural needs and maintain their dignity and respect. The expected outputs of the Service are that the chosen Providers will: Respond to all appropriate referrals in their prescribed zone Support individuals in line with their care and support plan and how they wish to be supported Support individuals to maintain and maximise independence as far as possible Deliver safe, quality and compliant care and support to individuals

Value: 159000000
Published: 2023-09-26
Deadline: 2023-11-03
159000000 2023-09-26 2023-11-03
Provision of Catering and Retail Services at Malone House
UK Belfast Belfast City Council

Located in the south of Belfast, Malone House is an 1820s mansion. It is apopular venue for weddings and social functions with 4 rooms available, thelargest having a seated dining capacity for 120 people. A range of meetings andWedding Celebratory events are held each year. The retail element of MaloneHouse includes a 26 seat Malone Room Café/Bar and 40 seat Restaurant.

Value: 2175000
Published: 2023-09-26
Deadline:
2175000 2023-09-26
Leisure Management System
UK Stroud Stroud District Council

Stroud District Council currently manages one leisure centre, The Pulse in Dursley. From Q4 2024 the Council will take on the operation of a second leisure centre in the region, Stratford Park, in Stroud which is currently managed by Everyone Active.Both centres currently use old, but different, versions of the Gladstone leisure management system. The Council now seeks a single integrated solution for both sites to replace the current systems. Our intention is to first replace the system at The Pulse on 1st April 2024 and then implement the system in Stratford Park in Q4 2024.It is anticipated that the implementation of the new system will improve the customer experience by providing an online self-service portal facilitating joining, bookings, payment administration (including direct debit management), account management, and will permit access to these facilities using a range of devices including smartphones.

Value: 250000
Published: 2023-09-26
Deadline: 2023-10-23
250000 2023-09-26 2023-10-23
Camden’s Residential Children’s Home for Children Looked After
UK London London Borough of Camden

This tender falls under the Light Touch Regime of the Public Contract Regulations 2015. This allows the Council to design its own procedure provided that it:• Compiles with the principles of equal treatment and transparency.• Carries out the procedure in conformity with the information included, and• Sets time limits that are reasonable and proportionate.A one-stage process will be used where suppliers are required to submit responses to both Selection Criteria (assessing technical capacity and experience) and Award Criteria (assessing proposals for delivering the service).Suppliers must pass all pass/fail Selection Criteria including project specific questions to have their Award Criteria Assessed.As stated above the London Borough of Camden is seeking to procure a service for an 8 bed Residential Children’s Home for Children Looked After aged between 12 and 17 years old.The children and young people are ‘Looked After’ by the Council in line with the requirements of the Children Act 1989 and the Children Act 2004. The service will also accommodate Asylum Separated Children who approach the local authority in line with our duties.For more information and to access the documents needed to submit a tender please logon to Procontract at the address given in this notice.

Value: 4800000
Published: 2023-09-26
Deadline: 2023-10-31
4800000 2023-09-26 2023-10-31
PRN2451 Bishop Street, Londonderry/Derry (Houses) – Completion Contract Requirement
UK Belfast Choice Housing

Choice Housing Ireland Limited wishes to appoint a Main Contractor to complete the construction of eight No. 3 person two bedroom new build social housing units at Bishop Street, Londonderry/Derry. The wider scheme of 64 units commenced in 2019 and included the eight units that are the subject of this competition. Eight units were omitted from the original contract for statutory reasons and this issue has now been resolved. The Association intend to appoint a new Main Contractor to complete these units which are currently at advanced sub-structure stage. It is anticipated that works will commence within the current financial year i.e. before the end of March 2024 and works will benefit from pre-existing planning permission.

Value: 900000
Published: 2023-09-26
Deadline: 2023-10-13
900000 2023-09-26 2023-10-13
T1023 - Understanding Society Wave 16: Blood Sample Analysis
UK Colchester University of Essex

Understanding Society: the UK Household Longitudinal Study (UKHLS) is a longitudinal social survey of households and individuals living in the UK. For Understanding Society, data collection began in January 2009 and participants are interviewed annually. In the second and third waves (2010-12) a wide range of objective health measures were collected by a nurse, including venous blood samples from which we produced a range of analytes, extracted DNA and produced genetic and epigenetic data. This data has been extensively used by the public health and social science research communities. This contract covers a wave of bio-data collection at Wave 16 (2024-26), with the emphasis being on participants collecting samples/measurements themselves. The survey is designed and managed by the Institute for Social and Economic Research (ISER) at the University of Essex.At Wave 16 of Understanding Society (2024-2026) we are planning to collect a range of biomarkers. This includes asking participants for their permission to send them a kit to enable them to collect a capillary blood sample and return it to a laboratory for analysis, with some results being fed-back to participants (HDL, HbA1c, Total Cholesterol), others provided to the research community and blood stored for future use.Collection of the capillary blood sample should enable measurement of analytes that overlap with those collected at Waves 2 and 3 from venous blood.The successful contractor will be responsible for kit fulfilment, sample analysis, reporting, aliquoting and short term storage of blood samples.

Value: 900000
Published: 2023-09-26
Deadline: 2023-10-26
900000 2023-09-26 2023-10-26
NHSGGC Overdose Response and Assertive Outreach Service
UK Glasgow NHS Greater Glasgow and Clyde

NHSGGC seeks to commission a supplier to deliver an overdose response and assertive outreach service.The Service commissioned for NHSGGC will operate 7 days offering extended support (beyond statutory services to 10pm) to those who experience a near fatal overdose and may be disengaging from services. It will provide rapid support to those in crisis, to prevent an escalation of needs that may require emergency care, hospital admission, or an urgent housing or other intervention. Staff will rapidly and assertively reengage/engage people with mainstream services using agreed fast track referral processes and accessing same/next day prescribing.The commissioned service will be a low-threshold drug and alcohol service based on an assertive outreach model that works in partnership with mainstream statutory and third-sector organisations.The service will operate with a mix-skilled staff team to identify, respond and engage with individuals as close to the crisis point as possible. It will provide a fast, short, and focused response to Near-Fatal Overdose (NFO) in 24/48 hours, delivering harm reduction intervention, including Injecting Equipment Provision (IEP), Naloxone kit, Overdose Awareness and links with mainstream services, statutory and third-sector organisations.

Value: 720000
Published: 2023-09-26
Deadline: 2023-10-24
720000 2023-09-26 2023-10-24
Invitation to Tender for Case Management Solution (CMS)
UK Bridgend Public Services Ombudsman for Wales

Please note Appendix 2 is available in English only. 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=135100. 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. (WA Ref:135100)

Value:
Published: 2023-09-26
Deadline:
2023-09-26
GSS23743: UK Research and Innovation (UKRI) - Antibodies Framework
UK SWINDON UK Research and Innovation

The Terms and Conditions for this requirement are available to view on Contracts Finder www.contractsfinder.service.gov.uk it is to be noted that there is no commitment at this stage that the above mentioned opportunity will proceed in its current format.

Value:
Published: 2023-09-26
Deadline:
2023-09-26
DfC - Sport NI - Provision of Insurance and Brokerage Services (ID 4898348)
UK BELFAST DfC - Sport NI

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: 2023-09-26
Deadline:
2023-09-26
Coastal Radar Data Integration
UK London Home Office

The Joint Maritime Security Centre would like to engage suppliers to assess the interest and capability of the market to meet the requirement. It is important to note that this PIN is not a call for competition and as such potential providers will need to express an interest in any future tender opportunity once a notice is published in Contracts Finder. It should also be noted that this PIN invites individuals and organisations to express an interest in this market engagement exercise only, and it is NOT a pre-qualification questionnaire, and is NOT part of any pre-qualification or selection process. 1. To express an interest, participants must first be registered on the Home Office e-Sourcing Portal. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the 'Register Here' link . Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. 2. Once registered on the Home Office e-Sourcing Portal, potential suppliers, who believe they are able to offer the required services, are requested to send an expression of interest to Daren Mills, Home Office Commercial at daren.mills1@homeoffice.gov.uk by 13th October 2023. The subject title of the email should read Coastal Radar Data Integration - Expression of Interest, and the email should confirm your organisation's name, Jaggaer registration number, one contact name, one e-mail address and one telephone number. These contact details must be those used to register on the Home Office e-Sourcing Portal. Once the above two steps are completed, invitations will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA). The current expected date for the Virtual Engagement Event/Industry Day is 18th October 2023. The Authority has determined that the likely procurement route will be via a further competition using the Crown Commercial Service Space Enabled and Geospatial Services RM6235 Dynamic Purchasing System https://www.crowncommercial.gov.uk/agreements/RM6235 , so any potential bidders will need to be registered on this Dynamic Purchasing System when the Authority commences their shortlisting/tendering process, potentially in December 2023/January 2024.

Value:
Published: 2023-09-26
Deadline:
2023-09-26
GSS23744 - UK Research and Innovation: Molecular Biology and Laboratory Chemicals Framework
UK SWINDON UK Research and Innovation

The Terms and Conditions and a Draft Specification for this requirement are available to view on Contracts Finder www.contractsfinder.service.gov.uk It is to be noted that there is no commitment at this stage that the above mentioned opportunity will proceed in its current format.

Value:
Published: 2023-09-26
Deadline:
2023-09-26
DoJ - Cost of Adverse Childhood Experiences (ACEs) NI
UK Belfast Department of Justice

Neither CPD nor the Department of Justice can provide any guarantee as to the level of business under this contract. The estimated contract value is a broad estimate only, and includes additional quantum for unforeseen demand. The estimate is 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: 2023-09-25
Deadline:
2023-09-25
DFC 5011589 Historic Environment Division Specialist Conservation Advisory Services Framework Agreement 2023
UK BELFAST Department for Communities, Historic Environment Division

CPD, in its capacity as a Central Purchasing Body, is managing this procurement procedure on behalf of the Contracting Authority which. is The Department for Communities Historic Environment Division. The Contracting Authority expressly reserves the right:. i. not to. award any framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the. procurement at any stage; and. ii. to make whatever changes it may see fit to the content and structure of the tendering competition.. and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates. Any expenditure, work. or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this. procurement process.. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no. guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a. contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that. they fully understand and accept this position.. VI.4)

Value:
Published: 2023-09-25
Deadline:
2023-09-25
Child and Adolescent Mental Health Services (CAMHS) Dynamic Purchasing System (DPS)
UK Trentham North Staffordshire Combined Healthcare NHS Trust

North Staffordshire Combined Healthcare NHS Trust (NSCHT) has created a dynamic purchasing system (DPS) and invites applications from suitably experienced organisations who wish to be considered for selection to qualify for the provision of Child and Adolescent Mental Health Services (CAMHS).The purpose of issuing a new Contract Notice is to Inform the market of the re-opening of the DPS for qualification.North Staffordshire Combined Healthcare NHS Trust (NSCHT) is committed to delivering high quality mental health care to the Children and Young People (CYP) of North Staffordshire and Stoke-on-Trent, in line with the NHS Five Year Forward View, Integrated Care System Partnership working, the NHS Long Term Plan and intelligence around the needs of the local population. It is recognised that some CYP are more vulnerable andsusceptible to poor mental ill health. There are estimated to be around 10,400 CYP in Staffordshire and 3,700 in Stoke-on-Trent aged 5-16 with a mental health disorder.The DPS provides for a full range of different Child and Adolescent Mental Health Services covering the areas of North Staffordshire and Stoke on Trent. The DPS offers different delivery modalities including face to face, digital and a blended approach.This DPS service specification (Stage 1) seeks to provide an overview of the future scope of the DPS for qualification purposes. NSCHT aims to use the DPS to procure CAMHS services that will enhance existing delivery and work intuitively with the Trust's provision.All future service specifications and provision under the DPS (Stage 2) will be expected to:• Operate across the 0-25-year spectrum, in line with detailed specification requirements, most of the activity is expected to be within the 0-18-year spectrum.• Take a multi-disciplinary team (MDT) approach to care and support for service users, as appropriate.• Take a strengths-based and trauma informed approach to care/support that has an outcome focus.• Use agreed and appropriate outcome measure tools.• Provide timely, high quality and accessible services for children and young people and their families/carers.Whilst there will not be specified lots, interested organisations will be required to indicate their area(s) of expertise and delivery modalities as part of the qualification process. This will form the basis of shortlisting bidders in future for specified requirements under the DPS (stage 2).The DPS went live February 2023 and shall be live for a period of 5 years from this date. The DPS shall remain open over this period for new organisations to complete the registration process and join. Once appointed all eligible/capable providers shall be invited into requests for quotations as and when requirements become available. NHS Standard Terms and Conditions shall apply. The DPS shall remain open to reasonable modification for innovative practices being introduced by bidders and changes within the healthcare system throughout the life of the DPS.Applicants should register there interest to join the DPS via the MLCSU Atamis eTendering System https://atamis-1928.my.site.com/s/Welcome.

Value: 5000000
Published: 2023-09-22
Deadline: 2027-11-01
5000000 2023-09-22 2027-11-01
Care and Repair Service September 23
UK Knowsley Knowsley Council

Home Improvement Agencies (HIAs) help elderly people, people with disabilities and othervulnerable people make adaptations to the homes they own. A Home Improvement Agencywill give information, advice and support to homeowners who need repairs or improvementsto their homes, or the assistance of a handyperson for decorating or gardening. The HIA willassess the homeowner’s needs and advise on practical, financial and legal matters related toadapting the home, repairing or insulating it. The main purpose of HIA is to help vulnerablepeople continue to live as independently as possible in their own homes for as long aspossible through prevention and early intervention services.There is provision to extend the contract for up to 36 months in aggregate

Value: 1915000
Published: 2023-09-22
Deadline: 2023-10-10
1915000 2023-09-22 2023-10-10
The Supply of Waterproof Socks
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 of Waterproof Socks. 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: 2023-09-22
Deadline:
2023-09-22
Great British Nuclear (GBN) Workplace Pension Scheme
UK London Great British Nuclear ("GBN")

If you wish to participate and view the procurement documentation, please register on the Jaggaer eSourcing Portal. Following registration, potential bidders will be granted access to redacted procurement documentation. Full procurement documentation will be made available to potential bidders on completion and return of a signed Non-Disclosure Agreement (NDA). The NDA document will be made available via the Jaggaer eSourcing Portal. Potential bidders are requested to read the procurement documentation in full. All queries should be submitted via the Jaggaer eSourcing Portal. GBN will not contact bidders through any other route. Tenders or requests to participate must be submitted electronically via: https://beisgroup.ukp.app.jaggaer.com/ GBN is not committed to any course of action because of this notice. It is not liable for any costs incurred including in respect of expressing an interest or in tendering for this opportunity. GBN reserves the right to abandon or terminate the procurement (or any part of it) at its own discretion. Important note: This Contract Notice must be read in full. Suppliers are reminded that participation in this procurement will be subject to the terms and conditions set out in the procurement documents and the Jaggaer eSourcing Portal. Great British Nuclear is a trading name of British Nuclear Fuels Limited, a company registered in England and Wales with registered number: 05027024. Registered office address: 1 Victoria Street, London, England, SW1H 0ET.

Value:
Published: 2023-09-22
Deadline:
2023-09-22
Professional Services Framework (Construction Programme)
UK Glasgow Offshore Renewable Energy Catapult

Establishment of a single supplier Professional Services Framework for ORE Catapult's Construction Programme.The Consultant will act as the lead consultant and will assemble a professional team to undertake the services relating to the Project. It is envisaged the team will comprise of the following disciples (but not limited to), reporting to the OREC Project Programme Manager and OREC Governance Board as required:• Project Manager;• Quantity Surveyor/Cost Manager;• Architect;• Civil Engineering;• Structural Engineer;• Building Services / M&E Engineer;• Building Surveyor;• CDM Coordinator and;• Lead Consultant.

Value:
Published: 2023-09-22
Deadline: 2023-10-20
2023-09-22 2023-10-20
Evaluation of Food Law Rating System
UK Aberdeen Food Standards Scotland (FSS)

Food Standards Scotland (FSS) wish to commission an evaluation of the Food Law Rating System (FLRS). The evaluation will explore both the impact and the process of FLRS, considering capacity to apply the scheme, how it has affected business compliance and barriers and successes of its implementation. The findings from the evaluation will inform an ongoing piece of work at FSS which seeks to rebuild the food law enforcement delivery model in Scotland. FSS have an array of evidence collected during the lifetime of the scheme, and have pre-established contacts with those who currently deliver the scheme. FSS will work collaboratively with a Supplier to develop the evaluation, but require a Supplier to lead on the data collection and analysis.

Value:
Published: 2023-09-21
Deadline: 2023-10-24
2023-09-21 2023-10-24
NIPS - Supply and Delivery of Inmates Clothing
UK BELFAST The Northern Ireland Prison Service

Since this is a demand-led requirement, neither CPD nor Northern Ireland Prison Service can provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof for additional potential users. 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 contracts 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 tenderers.

Value:
Published: 2023-09-21
Deadline:
2023-09-21
DoF – Collaborative arrangement – Supply and delivery of garage sundries (ID 4670174)
UK BELFAST Department of Finance

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: 2023-09-21
Deadline:
2023-09-21
NIPS - Supply and Delivery of Inmates Clothing
UK BELFAST The Northern Ireland Prison Service

Since this is a demand-led requirement, neither CPD nor Northern Ireland Prison Service can provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof for additional potential users. 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 contracts 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 tenderers.

Value:
Published: 2023-09-21
Deadline:
2023-09-21
NIPS - Supply and Delivery of Inmates Clothing
UK BELFAST The Northern Ireland Prison Service

Since this is a demand-led requirement, neither CPD nor Northern Ireland Prison Service can provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof for additional potential users. 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 contracts 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 tenderers.

Value:
Published: 2023-09-21
Deadline:
2023-09-21
Places for People Electrical Testing and Repairs
UK London Places for People Group Limited

Under the Public Services (Social Value) Act 2012 the contracting authority must consider: (a)How what is proposed to be procured might improve the economic, social and environmental well being of the area where it exercises its functions; and (b)How, in conducting the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter of the framework agreement has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents. For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2023-09-20
Deadline:
2023-09-20
GB-Edinburgh: Solarisation and Major Refurbishment of Hyskeir Lighthouse 2024 to 2025
United Kingdom UK-Edinburgh Northern Lighthouse Board

This tender is for the solarisation and major refurbishment of Hyskeir Lighthouse. Hyskeir lighthouse is situated on a flat low-lying island approximately five miles southwest of Canna and eight miles west of the Island of Rum in the Inner Hebrides at Latitude 56° 58.139'N, Longitude 006° 40.835'W. The painted white stone tower stands 39 metres high at an elevation of 41 metres above sea level. Works shall be carried out in two phases, the first phase works will commence in April 2024 with completion required by October 2024. Second phase works will commence April 2025 with completion required by October 2025. Due to the remote location of the site, all materials, equipment, tools, water, and fuel required to complete the works shall be transported to Hyskeir by ship and helicopter for commencement of the first phase of the works, in April 2024. On completion of the first phase of the works the during October 2024, the ship and helicopter shall return to remove all redundant equipment and waste. At the start of the second phase of the works, in April 2025, the ship and helicopter will return to land the camp and any additional materials, equipment, and tools required to complete the works. On completion of the work, during October 2025, the ship and helicopter shall return for a final visit to clear the site and return equipment, materials, tools, and waste to NLB Oban base for uplift by the contractor. The contractor must ensure all required materials, equipment and tools are delivered to NLB Oban Base in adequate time with detailed loading lists provided in advance of ship and helicopter operations in accordance with specific instructions. The contractor must provide boat transport for their own personnel for the duration of the works. Any boat used must be certified compliant with the MCA Code of Practice for the Safety of Small Boats and Pilot Boats, preferred category four as a minimum. Copies of certifications shall be sought prior to work commencement. Capability to carry out a full Asbestos Refurbishment / Demolition Survey on all buildings prior to the commencement of any work shall be required as part of the tender submission. It is a mandatory requirement for the submission of a tender to attend a site visit. An initial site visit date has been arranged for Wednesday 27-September-2023. An additional site visit date will be arranged on request should this date be unsuitable. Interested parties should confirm attendance of the site visit on registering interest for this requirement. Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Value: 1000000
Published: 2023-09-20
Deadline:
1000000 2023-09-20
Target 190plus Synthetic Environment for the Design & Test of Signalling Solutions (Phase 2 & 3)
UK London Network Rail Infrastructure Ltd

The railway faces a major industry challenge, where the cost and volume of future signalling renewals is unsustainable. Over the next 15 years there is a need to deliver an increase of over 50% of the signalling renewals work at half the current price to achieve a sustainable, affordable railway that can meet customer needs and expectations.Britain must have a reliable, high performing railway that’s fit for the future, delivers financial value and provides operational performance in a safe and sustainable way. To reduce costs and increase access on the railway we are creating new ways of working and introducing new technology. The use of digital technology will improve the services to freight and passenger customers, causing less delays due to signalling failure and track closures for access to complete repairs and providing the opportunity for more trains to run where needed.We’re working across Industry to build a new approach for balancing research and development and engineering solutions with the needs of end users and customers.Target 190plus is a Network Rail Research & Development (R&D) programme that looks at the sustainability of the signalling systems on the network and the challenges these bring to the rail industry. It has the aim to reduce the current whole life cost of signalling from a unit rate of £419,000 to the required £190,000 by 2029 to enable the ETCS Long Term Deployment Plan to be achieved.Synthetic Environment is 1 of 29 projects, the programme will use to reduce costs, improve services for passengers and increase safety by automating signalling design processes, standardising system architectures, implementing faster renewals planning and introducing offsite testing and validation processes.Synthetic Environment Phase 1: concerned the development of detailed requirements for the SE, completed.This procurement event will seek a suitable supplier to deliver Phase 2 and 3 of theSynthetic Environment Project:Phase 2: Development of a Minimum Viable Product (MVP) for SE and shadow mode runningPhase 3: Full SE capable of delivering all the foreseen technologyand scope options for F-CCS projectsDetailed requirements within the published tender documents.

Value: 10000000
Published: 2023-09-19
Deadline: 2023-10-16
10000000 2023-09-19 2023-10-16
Framework for Council House Delivery Programme
UK DURHAM Durham County Council

There remains a need for more affordable homes across County Durham and on the 12th July 2023 Durham County Council Cabinet agreed an updated business plan for the Council House Delivery Programme.The delivery of affordable housing to meet needs is a corporate priority and is identified in the Council Plan (2022-26) as part of the 'Our Communities' priority where it is stated: 'We want to provide a range of new housing to meet the needs and aspirations of our residents ... We aim to deliver more affordable housing'. Our People priority area sets out that 'People will be supported to live independently for as long as possible by delivering more homes to meet the needs of older and disabled people' A key performance indicator of the Council Plan is to increase the net delivery of affordable homes in line with the identified need. Furthermore, the County Durham Housing Strategy (2019) seeks to maximise the delivery of affordable housing.The market has been unable to deliver the number of affordable housing numbers required to meet the identified need of 836 affordable houses per year. In the five years between 2017/18 and 2021/22, the number of new affordable homes delivered (2,647) fell 36.7% short of the number needed (4,180). The failure to deliver the number of affordable homes required is adding pressure to the Council's Temporary Accommodation budget. In demographic terms, the population of County Durham is ageing and over the next few decades, there will be a 'demographic shift' with the number (and proportion) of older people increasing. Population projections for County Durham indicate that from 2016 to 2035 the number of people aged over 65 will increase from 105,200 to 146,300 (a 39% increase) and those aged 75 and over will increase from 45,700 to 75,700 (a 65.6% increase). As most older people usually live in small households, mainly as couples and single people, a minimum of 90% of household growth over the County Durham Plan period (2016-35) will be in households aged over 65.Homes will be developed to meet general affordable needs, including for families and couples, helping to tackle homelessness and bring down the cost of temporary accommodation. Bungalows will also be built to meet the needs of older people within our communities.The Council House Delivery Programme would therefore serve to introduce an additional supply route for the provision of affordable homes in the County.To ensure that any houses developed will serve to meet the requirements of occupants with differing needs including older or disabled people, all homes will be built to M4(2) adaptable and accessible standard. These properties allow adaptations to meet the changing needs of tenants over time. The Framework will be let as a sole supplier agreement with a number one ranked contractor, with two further contractors held in reserve. The number one placed contractor will have first discussion over any subsequent scheme. The Council, however, reserves the right to engage with the second-place contractor and then the third - place Contractor on the framework in order to price up an individual scheme or to conduct a Further Competition from the Framework at its sole discretion and as outlined in the framework agreement - call-off section. This would only be invoked where there were concerns regarding the delivery of the programme by the first placed contractor in relation to performance, timeliness, efficiency, effectiveness, quality, or cost.Following the Tender process, the main Contractor will enter into a PCSA for the First Project which will be Greenwood Avenue and Portland Avenue and will work with the Council and their Technical Advisor, Identity Consult, to develop a contract sums within the Council's budget. These contract sums will utilise any costs fixed during this tender process. Future sites will follow the same process but with the inflation mechanism set out in

Value:
Published: 2023-09-19
Deadline: 2023-10-18
2023-09-19 2023-10-18
Wynyard Bus Service
UK Darlington Tees Valley Combined Authority

Wynyard is a largely growing employment base for multiple businesses, including Amazon. It is the intention that the service would connect residents to employment opportunities and also encourage existing employees across the area to use sustainable transport.

Value: 700000
Published: 2023-09-19
Deadline: 2023-10-20
700000 2023-09-19 2023-10-20
The Provision of a Planned & Reactive Maintenance Service for Mechanical Services (including ventilation and air conditioning)
UK Aylesbury Buckinghamshire Council

Buckinghamshire Council is seeking an experienced supplier to deliver its Planned and Reactive Maintenance Service for Mechanical Services, including ventilation and air conditioning systems.This service includes the provision and management of the following elements:o Planned and preventative maintenance (PPM) to all of its scheduled serviceable assets (as listed in the individual site schedules).o Reactive maintenance to its estate’s scheduled serviceable assets.o Statutory compliance of all its scheduled serviceable assets.o Potential additional ad-hoc requests to carry out minor capital project works up to a value of circa £20,000. NB: These works are not guaranteed to the Service Provider.o Single Point of Contact and Emergency 24/7 Call Out FacilityMaintenance is defined as: ‘the combination of all technical and associated administrative actions intended to retain an item in, or restore to, a state in which it can perform its required function’The Service Providers will also need to effectively manage the environmental impact of their repairs and maintenance service to support the Council’s sustainable philosophy for building management.The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate, County Parks Estate.The Council requires a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term.All Service Providers must be registered with the appropriate confederation or association related to the respective trades involved. In addition, suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.The contract start date is anticipated to be 1st April 2024. The term will be for three years with the option for up to 2 further extensions of up to 12 months each.TUPE may apply to this contract.

Value: 8350000
Published: 2023-09-19
Deadline: 2023-10-27
8350000 2023-09-19 2023-10-27
23029 Cambridgeshire County Council Security Services Framework
UK Huntingdon Cambridgeshire County Council

Cambridgeshire County Council (CCC) wishes to invite tenders for the supply of Security Services. The Authority’s non-school properties, sites and land assets require a mix of electronic security control using intruder alarm and CCTV systems and a human security element via manned guarding services. The Council’s non-school properties, sites, land assets require a mix of electronic security control using intruder alarm and CCTV systems and a human security element via manned guarding services. The intruder alarm systems protect our buildings and sites overnight and over weekends and the CCTV systems add coverage outside working hours, but additionally add security 24/7/365, with recordings stored to help us investigate and eliminate anti-social behaviour against property, staff and visiting public. At the time of writing, we manage intruder alarm systems across 79 sites and CCTV systems across 35 sites. The number of CCTV systems are increasing as (a) the libraries Open Access project (un-manned libraries) moves forward and (b) as Security Risk Assessments as a result of anti-social behaviour dictate that these systems would be beneficial. The electronic systems onsite signal an activation to a monitoring station and the security provider’s 24/7 Control Room then despatches a security guard to site to act upon findings. In addition to the electronic security systems, manned guarding functions include: keyholding for all buildings, alarm response, patrols, locking and unlocking services and boarding up services. The security guards can call out the Authority’s maintenance contractor as required for any major building issues outside working hours. The Authority proposes to enter into a framework agreement for an initial period of 36 months with a single provider, with 2 options to extend for a further 12 months, making 60 months in total (3+1+1 years).The value of this contract is currently approximately £330,000 p.a., but as buildings are added or removed from the estate, this will fluctuate. It is difficult to predict the exact value of this contract as the Authority’s property portfolios are likely to vary over the contract term, but it is estimated that the total value will not be less £1.25m or greater than £2m. The stated upper value of £2m is by no means guaranteed, and only represents the headroom we need to allow should additional public bodies within Cambridgeshire wish to use this contract. Bidders are strongly advised to concentrate on the lower end of the stated range of value of £2m rather than the upper value when choosing whether and how to bid for this opportunity. If the estate reduces, the costs for the general security contract will mirror that reduction. Bidders are required to submit a Social Value proposal via the Social Value Portal (full instructions can be found within the ITT document).The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner.Potential Providers will need to register an account via the "Procontract Portal" at https://procontract.due-north.com/Register before being able to view the full tender details.In order to access the tender documentation, click "Find Opportunities", then on the drop-down menu, filter by "Cambridgeshire Public Services" by clicking on "Update" to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.

Value: 2000000
Published: 2023-09-19
Deadline: 2023-10-23
2000000 2023-09-19 2023-10-23
East Cleveland to Teesport - Service 102
UK Darlington Tees Valley Combined Authority

The Teesport site is a largely growing employment base for multiple businesses, including PD ports, Tesco and Asda warehouses. It is the intention that the service will connect residents of East Cleveland to employment opportunities and also encourage existing employees to use sustainable transport.In addition to this, the service will provide links to key employment sites at Wilton International, British Steel, and has the potential to serve Teesworks (when the Park and Ride site is complete).

Value: 700000
Published: 2023-09-19
Deadline: 2023-10-20
700000 2023-09-19 2023-10-20
Catering Tender for St Barts CoE MAT & Elston Hall Learning Trust
UK South Croydon Auditel UK 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=230303. 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:230303)

Value:
Published: 2023-09-19
Deadline:
2023-09-19
Supply of Equipment and Space Layout Design Service for Westminster Public Mortuary
UK London Westminster City Council

This Prior Information Notice is to provide advance information to the market in anticipation of the formal tender being made live during the month of October 2023, for an accelerated open procedure procurement exercise. Westminster Public Mortuary will be undergoing refurbishment works in 2024 which will involve the supply of new body stores (fridge, freezers and dual fridge/freezers), downdraft tables, post-mortem tables, and ancillary equipment. We would request that in addition to the supply of equipment, the manufacturer would provide a design service and propose layouts for inclusion in a set of Employer’s Requirements documents to instruct our main contractor. This opportunity and all associated procurement documents will be accessible via the contracting authority's e-sourcing portal; www.capitalesourcing.com. To express your interest via the portal, please register, click the following link, enter your Username and Password: https://www.capitalesourcing.com/web/login.shtml, and complete the on-line Expressions of Interest Questionnaire Reference: itt_WCC_17522 - Westminster Public Mortuary – Supply of Equipment and Layout Design Service Expressions of Interest. If you are not registered on Westminster City Council's capitalEsourcing e-tendering portal, but would like to express an interest, please visit the above mentioned address and follow the on-screen registration instructions. If you require any assistance registering on the portal, please contact the capitalEsourcing helpdesk on 0800 069 8630. Any questions regarding the procurement must be submitted in writing via the e-sourcing Portal (“the Portal”). All potential providers are reminded that the contracting authority is not bound to award any contract as a result of this prior information notice or does it promise any volume guarantees as a result of this notice. All potential candidates must accept all the terms of the contract for your tender to be accepted.

Value:
Published: 2023-09-18
Deadline:
2023-09-18
Commercial Laundry Equipment and Maintenance
UK Preston Places For People

Places for People Group are seeking to appoint a sole supplier of commercial laundry equipment and maintenance services and as such, wish to form a contract which will be utilised and owned by Places for People Group. It is intended that this contract will be used to meet the needs of Places for People Group and their Group subsidiaries for commercial laundry assets (including servicing and maintenance aspects).The successful supplier will need to be able to provide a national service and supply across all UK postcodes for all of the services of a commercial laundry equipment provider across the below streams:•Commercial Washing Equipment •Commercial Dryer Equipment•Duct Cleaning (a standard service to applicable equipment)•Commercial Laundry payment systems•Commercial Laundry asset management (including a customer portal asset interfaces)•Commercial Laundry equipment servicing •Commercial Laundry equipment consultancy (new/existing sites)•Commercial Laundry equipment project management (including the project management of existing assets and associated contracts)This supplier either directly or via their fully managed supply chain partners will provide a one stop shop for all the commercial laundry equipment streams outlined in this; and the accompanying tender documents. Places for People Group’s current estate of Commercial Laundry Equipment and Services is with several different suppliers across the UK. This estate has grown and expanded through individual site level requirements over many years. The consequence of this is that the Group now have several suppliers to manage, a multitude of contract agreements per site/asset with numerous variances in components and contract terms such as (not limited to), contract start/end dates, notice durations etc.The aim of this procurement is to work with the successful supplier to manage this commodity area in a holistic and strategic way. The successful supplier will need to consider the role of gaining our existing estate of equipment, including the need to exit existing contract agreements with other incumbent suppliers. Working under either a Master Operating Lease Agreement for lease options or Main terms and Conditions for outright purchases. For all sites across Places for People Group, the full estate of assets will be managed tactically to enable many advantages for example, the ability to redeploy assets from one site to another. This procurement is being undertaken by Places for People Group the contracting authority for itself and as lead authority for the benefit of other organisations that will be set out in the contract notice. Places for People Group have identified their requirements for commercial laundry equipment and associated services, encompassing the needs of Places for People Group properties and all other Group companies (including future acquisitions). Places for People Group proposes to establish a sound and stable relationship with the supplier to undertake provision of the Goods and Services for a duration of 5 years with an option to extend for a further 5 years based on satisfactory performance against the agreed SLA/KPI’s. The service and performance will be reviewed every 12 months as a minimum.

Value: 450000
Published: 2023-09-16
Deadline: 2023-10-19
450000 2023-09-16 2023-10-19
Invitation to Tender for the provision of Housing-Related Floating Support Service and/or Accommodation Based Housing-Related Support Service. LOT 1 &/or LOT 2
UK Hereford Herefordshire Council

This tender relates to support services for vulnerable adults and young people, it consists of two lots. A single contract will be awarded for each service lot. However, tenders will be welcomed from provider partnerships, consortiums or those involving sub-contracting, as well as from individual providers.LOT 1The overall purpose of the service is to provide supported accommodation for vulnerable adults over the age of 18 years, who are at risk of homelessness or who are homeless. People accommodated may have experienced trauma and/or adverse childhood experiences and will often have multiple and complex vulnerabilities

Value:
Published: 2023-09-16
Deadline: 2023-10-16
2023-09-16 2023-10-16
LFRS Crewing Management System
UK LEICESTER Leicestershire Fire and Rescue Service

It is vital that LFRS works with a viable and credible supplier who has the track record, and professional discretion to deliver the required solution and services which will enable LFRS to meet its current and future goals and business needs.Leicestershire Fire and Rescue Service is using regulation 29 of the Public Contracts Regulation 2015, Competitive procedure with negotiation. Suppliers can respond to our call for competition and request to participate by completing the pre-qualification questionnaire. LFRS will apply the minimum requirements to assess the information provided and select the providers suitable for the next stage. Only those economic operators invited may submit an initial tender which will be assessed against the contract award criteria and shall be the basis for the subsequent negotiations.The procedure may be completed in successive stages in order to reduce the number of potential solutions by applying the particular award criteria.The selection of the successful bidder will be based on final tenders and all bidders will be advised of our award decision.All correspondence must be in written format and sent to ictprocurement@leics-fire.gov.uk. All requests for clarification will be logged and responses issued to all providers.Valid responses to this call for competition and any subsequent invitation to tender must contain all of the information and documentation requested and be submitted by the closing date. Responses may be rejected if the required information and documentation is not given at the time of submission. It is the provider's responsibility to ensure their response arrives by the closing date.Timeline15 September 2023: Call for Competition issued.27 September 2023: Closing date by which suppliers can request clarifications regarding the Call for Competition.29 September 2023: LFRS will respond to all clarifications requested on time.6 October 2023: Closing date by which suppliers can request to participate by completing the pre-qualification questionnaire.W/c 9 October 2023: LFRS will confirm to suppliers if they are invited to tender.TCB: Closing date by which invited suppliers can submit their tender.November 2023: Contract Award Notice issued.January 2024: Target contract commencement date.

Value: 400000
Published: 2023-09-16
Deadline: 2023-10-06
400000 2023-09-16 2023-10-06
GIRI Training Commission 2
UK Peterborough Construction Industry Training Board

The GIRI (Get It Right Initiative) Training commission is to support and enable around three to four employers to become GIRI Approved Training Providers thus equipping appropriate internal trainers with the skills, knowledge and tools to deliver GIRI accredited training to approximately 2,500 individuals within their own workforce and supply chain. The commission will also provide an opportunity to generate and collect evidence of the benefits of the training in terms of the impact on the productivity and cost and frequency of error on projects and organisations. GIRIs accredited training scheme directly targets the root causes of error and empowers companies, project teams, and individuals to get it right first time. GIRI courses enable employees to develop the right skills to collaboratively understand, pre-empt and avoid error in their daily work. The three streams of training are: 1) Leadership training - Strategies to eliminate error, for leaders of organisations and leaders of construction projects 2) Training across interfaces - Techniques to avoid interface errors in design and construction, for managers and designers 3) Supervisory and management skills - Supervision and planning skills to prevent errors during construction, for site supervisors and managers.

Value: 338000
Published: 2023-09-16
Deadline: 2023-11-10
338000 2023-09-16 2023-11-10
Interactive Exercise Tool For Businesses (ACT in a BOX)
UK LONDON Metropolitan Police Service

The scope of this tender process is the development and build of a CT exercising tool/product for business. NaCTSO also wish to incorporate a period of consultation and exploration before development, alongside a period of technical support post launch.The product will be in a click-through/linear format, similar to a facilitated e-Learning course. It must be clearly structured, easy to navigate and complete in a classroom setting in order to facilitate group discussion and communication. Minimal equipment and knowledge will be required to ensure accessibility and understanding amongst businesses of all sizes. Some branching of content will be required to meet the needs of small/micro, medium and larger businesses/corporates respectively, such as changes in terminology and suitable responses (e.g. reporting an incident to a duty manager versus a dedicated security control room).

Value:
Published: 2023-09-16
Deadline: 2023-09-29
2023-09-16 2023-09-29
GSS23564: UK Research and Innovation - Oligonucleotide Synthesis and Nucleic Acid Sequencing Services Framework
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 (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. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2023-09-15
Deadline:
2023-09-15
Servicing and Repairs of Fire Alarms, Emergency Lighting, Smoke Ventilation Systems AND Automatic Windows and Doors 2024
UK Pontypool Melin Homes Limited

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=134816. 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: Melin Homes Sustainable Communities Fund 14.1 It is Melin Homes' responsibility to deliver and report on Welsh procurement, supply-chain opportunities, resource and waste, targeted recruitment and training (TR&T) and community donations, to enable us to monitor our economic and environmental impact in Wales. Therefore, activities will support this based on the minimum guidelines of 0.5% of the contract value will be payable by the contractor/supplier. Invoicing for the Sustainable Communities Fund sum will be subject to VAT and invoices raised at time agreed at purchase/pre contract. (WA Ref:134816)

Value:
Published: 2023-09-15
Deadline:
2023-09-15
AFBI - Provision of Field Surveyors for the DAERA NI Countryside Survey
UK BELFAST Agri-Food and Biosciences Institute NI

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: 2023-09-15
Deadline:
2023-09-15
North Tyneside, Northumberland and Gateshead Type 2 Diabetes Structured Education Service
UK North Shields The North East and North Cumbria Integrated Care System (ICS)

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS North East and North Cumbria (NHS NENC) Integrated Care Board (ICB) (the Contracting Authority) who are undertaking a procurement to commission Structured Education for People Living with Type 2 Diabetes under The NHS Standard Contract 2023/24 Particulars (Shorter Form), NHS Standard Contract 2023/24 Service Conditions (Shorter Form), NHS Standard Contract 2023/24 General Conditions (Shorter Form); or any edition or subsequent revisions.The contract term is for an initial period of 5 years commencing on 01 April 24, with an option to extend up to a further 2 years at the discretion of the Contracting Authority and subject to satisfactory contractual and financial performance.The closing date for submission of tenders is by 12 noon on 16 October 2023.Additional informationFirstly, the Contracting Authority anticipates that the "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may not apply to this contract. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.Secondly, previous publication concerning this procedure publication reference 2022/S 000-021913.NECS is utilising an electronic tendering tool to manage this tender exercise and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including ITT submissions, will be conducted via Atamis: https://health-family.force.com/s/WelcomeIf you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register.If you have not already done so you should now register as a Supplier on the shared system. You can register here: https://health-family.force.com/s/Welcome It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. If you find that you need any advice or support in registering please contact the Atamis helpdesk using the following details:Phone: 0800 9956035E-mail: support-health@atamis.co.ukOpening times 8am - 6pmAn Atamis Supplier guide can be accessed by clicking on this link:https://atamis-1928.my.salesforce.com/sfc/p/#0O000000rwim/a/4J000000kGJV/E7G8dJZW6I6OBziP9VjNLKQhD5jze8lO9f26f9NNk48 PLEASE NOTE: You may be asked if you wish to merge your account with an existing organisation. This is based on a number of criteria including the domain name of your email address, so please ensure that you do register with your official work email address.Legal, economic, financial, and technical informationConditions for participationObjective rules and criteria for participation Under the Public Services (Social Value) Act 2012, Contracting Authorities must consider: (a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and (b) How, in conducting the process of procurement, they might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and environmental well-being". The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in acc

Value:
Published: 2023-09-15
Deadline: 2023-10-16
2023-09-15 2023-10-16
Automated Large-Scale Ultra-Low Temperature Biological Sample Archive
UK Stockport UK Biobank Ltd

UKB is seeking a supplier that can provide a new Archive (taking responsibility for design, manufacture, installation, testing, commissioning and training), the provision of related IT systems, maintenance and other support services.The Archive will be installed on the ground floor of a new UKB facility in the City of Manchester, UK (the ‘Facility’). Main construction will start in early 2024, and UKB and the Archive supplier will have early access to the ground floor for installation of the Archive in April 2025. Facility practical completion is planned by early 2026. The Archive will need to satisfy Factory and Site Acceptance Tests, including Installation Qualification, Operational Qualification and Performance Qualification (as set out in the contract provided as part of the procurement documents). The Supplier will take responsibility for the successful integration of the Archive to the Facility. The Archive may consist of one or more separate modules, and such modules may be delivered in phases. Following satisfaction of Operational Qualification, UKB will load 11 million samples from its existing facility and be responsible for the operation of the Archive.Funding to support purchase of the Archive and development of the Facility has been budgeted by UKRI, and announced by both UKRI, and HM Treasury. Release of funding will be subject to approval of a full business case by HM Treasury, expected in December 2023.The Archive must have sufficient capacity to accommodate 20 million samples (with expansion to 30 million samples if required by UKB during the contract) and design requirements will include spatial efficiency, fit with the Facility design, sample storage temperatures and environmental efficiency. The Archive must be electrically cooled to preserve samples at ultra-low temperature and ultra-dry humidity (minus 80 degrees C) with dual redundancy, with backup cooling provided by a supply of liquid nitrogen. The Archive must use 96-position SBS-format racks, be compatible with UKB’s current and future labware and have resilient robotic automation for picking and returning samples and sufficient throughput to meet UKB’s sample processing requirements (retrievals of up to 500,000+ samples combined with smaller requests, daily loading of new samples, return of retrieved samples after laboratory processing and consolidation (defragmentation) of empty spaces). The Archive will need to be capable of handling biological samples that have a thin layer of frosting or more significant icing that may obscure barcodes, and raised septum seal bungs.The IT system (all hardware, software and management components required to support the operation and management of the Archive) must be provided by the supplier. The system requirements include the ability to maintain an accurate inventory of labware (and therefore samples) stored at all times; functionality for operation and management of the Archive by UKB laboratory and facilities staff; be highly configurable by UKB (e.g. role-based access to data and functionality; logging; and alerts); and support integration with UKB’s laboratory information and other systems programmatically through, for example, secure API based services.The supplier will be required to provide ongoing support services including on-site engineering support personnel to respond to Archive errors, faults and failures; supply of spares to ensure the Archive remains operational and meets UKB’s requirements, some of which must be stored on-site at UKB’s premises; remote monitoring of the Archive by the supplier to support timely notification to UKB of errors or failures; maintenance and support of the IT system including application of hardware and software patches and updates and preventative maintenance; and initial and ongoing training of UKB personnel.Further details are set out in the Specification provided as part of the procurement documents.

Value:
Published: 2023-09-15
Deadline: 2023-10-16
2023-09-15 2023-10-16
FM Review and Tender Consultant
UK London Natural History Museum

The Natural History Museum wishes to secure the services of an FM consultant to assist with the process of tendering for new Facilities Management contracts. This consultant will be required to: undertake a review of existing FM services, develop a procurement and contract strategy and lead the re-tender process.Extensive consultation and approval of the project process is required at all stakeholder levels at an early stage. It is recognised that external professional consultancy services should assist the Museum in delivering a best fit, value for money and market analysed contract supportive of the following objectives: strong partnership and innovation; enhanced supplier performance; strategic alignment through the supply chain; flexibility built in; effective KPIs and SLAs; use of data and data capture to reduce the carbon intensity of the estate as it develops.

Value: 120000
Published: 2023-09-15
Deadline: 2023-10-19
120000 2023-09-15 2023-10-19
English Heritage: The Connectivity Programme - LAN Improvements.
UK Swindon English Heritage Trust

In anticipation of the SD-WAN deployment within 2024, we find it imperative to modernise the LAN hardware and cabling systems across 42 of our sites. This tender document serves as a formal invitation to potential contractors to undertake the role in the renovation and installation of historic site network cabinets and associated cabling infrastructure.

Value: 300000
Published: 2023-09-14
Deadline: 2023-10-13
300000 2023-09-14 2023-10-13
CHIC Cleaning - Dynamic Purchasing System [DPS]
UK Birmingham Communities and Housing Investment Consortium Limited (CHIC)

Category 1: Office/Commercial/Education/Blue Light site cleaning. Including but not limited to all internals, IT equipment/desk space, lifts (floors and walls), stairwells, carpets/flooring, deep cleans, exterior cladding, signage, balconies, lower roof space, fascia and window cleaning (interior and exterior).Contracts awarded under this DPS Category may include a mix of the listed options, therefore applications to participate are welcomed from Suppliers that do not provide all of the services stated. Estimated total value of contracts to be awarded under this Category during the 60 month period is £15,000,000.

Value: 75000000
Published: 2023-09-14
Deadline: 2027-08-13
75000000 2023-09-14 2027-08-13
Young People Substance Use Prevention and Treatment Services
UK Preston Lancashire County Council

Lancashire County Council (LCC) wishes to procure aa strategic partner to deliver Substance Misuse prevention and treatment service to Children and Young People across the county. This service is funded by Public Health Service in Lancashire.The Provider will be required to deliver Substance Misuse prevention and treatment service to Children and Young People.The service is aimed to deliver prevention, treatment and deliver positive outcomes focussed interventions. As a result, it seeks to empower the successful Provider to use evidence-based practice to innovate and develop staff to deliver a fit for purpose service for our children and young people, families, and communities. The Authority understands that substance use patterns are constantly changing, the successful provider must be sensitive to the evolving nature of substance use and develop effective, sustainable, and timely responses based on evidenced need.

Value: 8467501
Published: 2023-09-14
Deadline: 2023-10-16
8467501 2023-09-14 2023-10-16
Collection and consolidation of British Horserace Betting Data
UK LONDON Horserace Betting Levy Board

Three-year contract for the collection, anonymisation and amalgamation of race by race turnover and gross win betting data for all races taking place in Great Britain, for provision (at race by race level) to the Horserace Betting Levy Board and participating bookmakers. The successful bidder must be able to demonstrate, based on relevant previous experience, the ability and resource capacity to source and then accurately, securely and quickly process around one million items of commercially sensitive data per annum, comprising twelve monthly data feeds. The data will be provided by a number of separate betting operators: thus, the successful bidder must also be able to prove the ability to deal with multiple sources of input during a single process, as well as liaising successfully with multiple organisations; including, where needed, fast and accurate resolution of any data quality issues. Good relationship management with the participating betting operators, who provide the data voluntarily, will be essential.The data is commercially sensitive and will be used across a range of areas, making both data security and accuracy paramount; the successful bidder must thus also be able to demonstrate robust digital security, including secure methods of data transfer and data handling, and data quality assurance procedures. Given the confidential nature of the data being processed, the successful bidder will need to have demonstrated that it is Cyber Essentials Plus (or higher) qualified. Additionally, the successful bidder will need to operate, as an organisation, under non-disclosure agreements with both the Horserace Betting Levy Board and participating bookmakers. The collection of race by race data from betting operators, and the provision of that data in anonymised and amalgamated form to the Horserace Betting Levy Board, will occur monthly in the first instance, though more frequent data collection and provision may be needed by exception. The successful bidder will need to demonstrate the resource capacity to cope with this circumstance. The data supplied by betting operators will comprise, at a minimum, race identifiers; digital, retail and total betting turnover data; and digital, retail and total gross win data. This information will need to be amalgamated with a separate data set, provided by the Horserace Betting Levy Board, comprising further race by race details, including, but not limited to, race code, type and distance.Race by race betting data should be collected from the betting operators by the end of the third working day of each month. The Horserace Betting Levy Board will provide a partial racing data set to the successful bidder by the first working day of each month, to enable sense checking of the betting data, followed by a full racing data set, for amalgamation with the betting data, on or around the 8th of the month. The successful bidder would be expected to provide the full data set to the Horserace Betting Levy Board within three working days of receipt of the full racing data set.A high level of data quality is essential and the data supplied by the successful bidder to the Horserace Betting Levy Board, which will be shared onwards with participating betting operators, will be subject to review upon receipt. The Horserace Betting Levy Board may ask questions relating to the data supplied and, if necessary, request a review meeting. The successful bidder must be able to demonstrate robust data quality procedures, including strong internal verification processes and comparison of contemporary and historic trends when assessing the betting data prior to provision; and also the resource capacity to deal with any resulting questions.The duration of the contract is three years.Tenders should be submitted to dcpt@hblb.org.uk

Value:
Published: 2023-09-14
Deadline: 2023-10-15
2023-09-14 2023-10-15
Primary Care Medical Services for St Thomas Road Surgery, Derby City
UK Derby NHS Derby & Derbyshire Integrated Care Board

St Thomas Road Surgery primary care services is currently being delivered via a caretaker contract which will cease on 31st March 2024. The Commissioner is exploring an alternative contracting model to ensure that patients have good access to primary care services and for interested providers to demonstrate their commitment to quality and safe patient care and are operationally resilient to overcome the current challenges faced in general practice. The ICB has therefore decided the most appropriate way to achieve this aim is to offer this practice as a branch surgery with patient list to GMS/PMS providers, thus retaining the current premises with the patent list transferring to the successful bidder. Please note practices outside the Derbyshire area will need to ensure they have their home ICB’s support for this opportunity. As a branch of the successful bidder’s existing GMS/PMS contract, the annual contract value represented by the branch surgery will be circa £417,852 per annum (excluding VAT) this is based on global sum of £102.28 x 4,085.37 weighted list as of 1 July 2023. Please note this figure is excluding Out of Hours (OOH) deduction at 4.75% and payments for Enhanced Services, PCN Engagement and QOF. <br/><br/>St Thomas Road Surgery provides services to a diverse population in a deprived area of Derby. The surgery has a raw patient list size of 4,781 (weighted 4,085.37) as of 1 July 2023. The ICB requires the services to be delivered from the current surgery premises located at Lister House Building, 207 St Thomas Road, Derby, DE23 8RJ. The premises lease is due to end on 24 March 2029, the new provider will be expected to enter into a new lease agreement with the landlord.<br/><br/>The caretaker provider has employed new staff directly under their existing GMS contract to support services at St Thomas Road Surgery due to the difficulty in employing staff on a short-term fixed contract. The incumbent provider has confirmed that TUPE will not apply and therefore no TUPE information has been provided for the existing service. Please note that the Bidder takes full responsibility to satisfy themselves as to whether TUPE will apply to the Contract.<br/><br/>St Thomas Road Surgery currently hold the contract for the Asylum Contingency Hotel which is due to expire on 31 March 2024, and it is anticipated this will continue beyond 1st April 2024. The practice provides medical care services to circa 250 service users in 3 Derby City Hotels (Midland Hotel Station Road, Midland Hotel London Road, and Mercure Hotel Newton Solney). The residents are registered with St Thomas Road Surgery and included within the patient list size. The ICB are looking for providers who can mobilise within 2 months of contract award (scheduled for 24th January 2024 to commence contract 1st April 2024).<br/><br/>The Contracting Authority will be using an eTendering system for this procurement exercise. Further information and the ITT documentation can be found via the ‘Live Opportunities’ list on the e-tendering system at the following link: <br/><br/>https://health-familycontractsearch.secure.force.com/? searchtype=Projects <br/><br/>You can also register your interest via this page. <br/><br/>You can search for the opportunity by entering the following contract reference: C123499: Primary Care Medical Services for St Thomas Road Surgery, Derby City.<br/><br/>Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations. <br/><br/>Please see published procurement documentation for further details.

Value:
Published: 2023-09-14
Deadline: 2023-10-11
2023-09-14 2023-10-11
Laboratory Information Management Systems (LIMS) for Histocompatibility and Immunogenetics
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

The Welsh Histocompatibility and Immunogenetics Service requires replacement of its existing ‘end of life’ legacy IT applications / infrastructure to enable the laboratory to modernise its services and improve quality and efficiency.The procurement and implementation of a commercial “off-the-shelf” H&I-specific LIMS solution is the recommended option to enable the laboratory to modernise its workflows, comply with data security requirements and quality standards and deliver the above activities efficiently.

Value:
Published: 2023-09-14
Deadline: 2023-10-16
2023-09-14 2023-10-16
Civil Service Jobs Platform
UK LONDON Cabinet Office

The procurement is for the provision of the Civil Service Jobs PlatformThe Civil Service Jobs digital platform (Applicant Tracking System or ATS) is the principal digital recruitment platform for:the Government Recruitment Service (GRS), our central operational recruitment service and its customers;Government departments who use GRS services; andDepartments who don't use GRS services, but subscribe to Civil Service Jobs Government-affiliated non-departmental public bodies and Arm's Length Bodies.Civil Service Jobs enables candidates to apply for jobs and vacancy holders to manage recruitment from advert to job offer. It is integral to cross-government recruitment activity; delivering 70% of Civil Service recruitment, with 100% of roles advertised through CS Jobs and 211 organisations using the service.Government People Group (GPG) will replace the current platform to align with, and deliver, key cross-government strategies, including the Declaration on Government Reform and the Civil Service Diversity and Inclusion Strategy 22-25.We want the next generation of Civil Service Jobs to resolve some of our biggest recruitment challenges: improving time to hire, standardising much of our recruitment processes, and giving our users a more intuitive user experience. This is a great opportunity for innovative companies to bid for a chance to work with us to help achieve these objectives.The Authority is looking for proposals to respond to this significant platform opportunity.Further details of the Authority's requirements are set out in the procurement documents.

Value: 20000000
Published: 2023-09-14
Deadline: 2023-10-13
20000000 2023-09-14 2023-10-13
Molendinar Park Housing Association - Landscape Maintenance 2024 - 2027
UK Glasgow Molendinar Park Housing Association

It is Molendinar Park Housing Associations' intention to enter into a contract with a main contractor from 1st April 2024 to 31st March 2027 to deliver their routine open space maintenance, associated reactive repair work and bulk uplift to hard and soft landscaped areas owned by the Association.

Value: 300000
Published: 2023-09-14
Deadline: 2023-10-31
300000 2023-09-14 2023-10-31
Employment Support (Multiple Barriers)
UK Weston-super-Mare North Somerset Council

The contract is a broad programme of employment support funded through the government’s UK Shared Prosperity Fund. It is designed to boost the development of core skills including support for disadvantaged people to access the skills they need, and to support adults to progress within their workplace.

Value: 287000
Published: 2023-09-14
Deadline: 2023-10-23
287000 2023-09-14 2023-10-23
Supply and Installation of Roofs & Solar Panels
UK Swindon Swindon Borough Council

The Supply and Installation of New Roofs and Solar PanelsSwindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of the supply and installation of new roofs and solar panels.Project DescriptionSwindon Borough Council [SBC] has a housing stock of around 10,500 homes, which it manages in the capacity of a social landlord. It consists of a range of different dwellings and also includes high and medium rise blocks, sheltered and other types of housing schemes and construction types, which includes sheltered and non-sheltered housing unitsA contract for the replacement of roofs and installation of solar panels is to be awarded for a term of up to five years and the successful contractor will undertake planned programmes of work using a JCT Measured Term Contract.The initial contract term will be for 36 months with an option to extend for a further 24 months (1 periods of 24 months) for a potential total contract term of 5 years as stated in the ITT documents. Estimated contract spend is between £4,250,000.00 and £4,500,000.00 across the initial 3 year contract term and between £7,000,000.00 and £7,500,000.00 across the potential total 5 year contract term.Full details relating to the Works are provided in the tender documents.To participate, Suppliers will need to Register as a Supplier with ProContract, www.supplyingthesouthwest.org.uk, then Register an Interest before obtaining access to the tender documents. In the event of difficulties registering as a supplier, please refer to the System Administrator Proactis support team ProContractSuppliers@proactis.comTender clarifications to be submitted in writing via Messaging in ProContract tender portal by 5th October 2023 15:00 hrs UK Local time. The Council’s responses to these clarification questions will be issued periodically on the ProContract tender portal.Tender Responses are required to be submitted no later than 12th October 2023, 15:00 hrs UK Local time via ProContract tender portal - https://www.supplyingthesouthwest.org.uk/Please note that this project has been advertised on Find a Tender Service (FTS) Contract Notice/Contracts Finder/ other web portals, however, Supplying the South West Portal, https://www.supplyingthesouthwest.org.uk/ is the only portal that includes all the relevant documents required to respond to this opportunity, bearing Project Id: DN689418No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.

Value:
Published: 2023-09-14
Deadline: 2023-10-12
2023-09-14 2023-10-12
Provision of Promotional Merchandise
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: 2023-09-14
Deadline:
2023-09-14
POCT Benchtop Blood Gas Analysis
UK Derry Procurement and Logistics Service

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

Value:
Published: 2023-09-14
Deadline:
2023-09-14
WCC - Dynamic Purchasing System (DPS) for the Provision of a Passenger Transport Service using a Taxi or a Private Hire Car
UK Warwick Warwickshire County Council

Operators/Suppliers accepted onto Warwickshire County Council's Passenger Transport Service using a Taxi or Private Hire Car Dynamic Purchasing System (DPS) will be offered the opportunity to tender for home to school taxi routes as and when they arise.The required vehicle size for this contract is no more than 8 seats. Passenger assistants may be required on some routes. Training for staff will be required on all routes (please refer to DPS agreement for training requirements).The Council's transport requirements will only be offered to those Operators/Suppliers who have applied to join and been accepted onto the Authorities DPS for taxi and private hire car services. The County Council will also require that all due diligence checks have been completed and are satisfactory. The DPS will comprise of a list of pre-approved operators who will then have the opportunity to tender for business opportunities as they arise. Once a Operator/Supplier has successfully completed their application to the DPS, Operators/Suppliers will be advised of the opportunities available as and when they arise. Operators/Suppliers can then choose whether they want to bid for the requirement or not (it is not compulsory to bid for every opportunity offered, and all Operators/Suppliers within the DPS approved Supplier list will be informed of the opportunity, but can choose whether or not to bid on an individual basis).It is anticipated that the DPS will run for an initial period of seven (7) years from commencement, but Contracts let under the DPS can extend beyond this period. Call-Off Contracts will vary in length.Tender opportunities are likely to be offered either via an electronic auction (e-auction) exercise or via an electronic quote mechanism (mini-competition) using the online portal (CSW-Jets).Whilst the value is stated at £190,000,000, this is an anticipated value based on a forecast for the current financial year. The estimated value (excluding VAT) of this DPS over the initial 7 year period is expected to be in the region of £140,000,000.

Value: 190000000
Published: 2023-09-14
Deadline: 2030-10-15
190000000 2023-09-14 2030-10-15
ID 4935732 - PSNI - Estate Clinical and Hygienic Waste Management Services
UK Belfast Police Service of Northern Ireland

The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.

Value:
Published: 2023-09-13
Deadline:
2023-09-13
Recruitment for Preferred Supplier List - IS Roles
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=230280. 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:230280) Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=230280]]

Value:
Published: 2023-09-13
Deadline:
2023-09-13
Prisoner Education Services Panel (Inc. Core Education)
UK London Ministry of Justice

The Core Education Services procurement is part of a broader programme to transform prison education. Separate procurements will be run for Careers, Information, Advice and Guidance services, Screening and Assessment Tools, Common Awarding Organisations. Award of contract: The Authority is not committed to any course of action as a result of this Contract Notice. It is not liable for any costs incurred in respect of expressing an interest or in tendering for this opportunity. The Authority reserves the right to abandon, rewind, pause or terminate the procurement and not to award one or more contract(s) at its own discretion. Nothing in this Contract Notice shall generate any contractual obligations prior to the signature of a Contract Important notice: This Contract Notice must be read in full together with the procurement documents being released for this procurement. Bidders are reminded that participation in this procurement will be subject to the conditions of participation set out in the procurement documents and the eSourcing Portal.

Value:
Published: 2023-09-13
Deadline:
2023-09-13
Trauma Informed Talking Therapy Service for North West prisons
NUTS: UKD UK NHS England North West

The service is to be provided at the following sites:• HMP Altcourse;• HMP Buckley Hall;• HMP Forest Bank;• HMP Garth; • HMP Haverigg; • HMP Hindley; • HMP Kirkham; • HMP Lancaster Farms; • HMP Liverpool; • HMP Manchester;• HMP Preston; • HMP Risley; • HMP Styal;• HMP Thorn Cross; and • HMP Wymott.The contract term is for an initial period of 5 years commencing on 01 April 2024, with an option to extend for a further 2 years at the discretion of the Contracting Authority and subject to satisfactory contractual and financial performance.Please note that caveat responses will be considered as non-acceptance of this requirement.The closing date for submission of tenders is by 12:00 noon on 12 October 2023.Additional informationThe "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE)[may apply to this contract. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.Previous publication concerning this procedure publication reference 2023/S 000-016231.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:Support-health@Atamis.co.uk or phone number 0800 9956035 The helpdesk is open Monday - Friday between 9am - 5.30pmTender documentation will be available on the e-tendering site from 11 September 2023.

Value: 3675000
Published: 2023-09-12
Deadline: 2023-10-12
3675000 2023-09-12 2023-10-12
Green Heat Expert Support (GHES) Framework
UK Glasgow Scottish Enterprise

The purpose of this ITT is to appoint a single supplier to deliver a Green Heat Expert Support Framework (GHES) Product. It is a one lot framework to engage with Scottish companies who are creating new products, services and / or diversifying into Green Heat. We are targeting companies at the early stages of their Green Heat journey and envisage working with a range of company types and sizes from differing sectors, as set out below.This contract is with Scottish Enterprise (SE), Highlands and Islands Enterprise (HIE) and South of Scotland Enterprise (SoSE). SE are the lead partner.

Value: 61500
Published: 2023-09-11
Deadline: 2023-10-17
61500 2023-09-11 2023-10-17
Provision of Public Transport Contracts
UK SHETLAND ZetTrans - Zetland Transport Partnership

The SPD and the supporting information detailed in the Contract Notice must be fully completed and returned. The Contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts. 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=744386. 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:744386)

Value:
Published: 2023-09-11
Deadline:
2023-09-11
Architectural & Project Management Services
UK Hertfordshire Broxbourne Big Local

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=230176. 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:230176)

Value:
Published: 2023-09-11
Deadline:
2023-09-11
Void & Decant property Repairs and Refurbishment / Planned Maintenance
UK Wrexham Wrexham County Borough Council

Wrexham County Borough Council is seeking to establish a single Lot Framework Agreement for the refurbishment of vacant Council owned dwellings (voids) together with planned internal and external property maintenance. Typically the Council has 670 properties a year that would be covered by this Framework, with work packages varying in price from 1,000 to 40,000 GBP, although values may be higher for properties requiring major refurbishment.There will also be a requirement to carry out repair work as and when required. It is anticipated that planned maintenance and repairs will equate to 10% of the annual turnover.

Value:
Published: 2023-09-11
Deadline: 2023-10-20
2023-09-11 2023-10-20
University of St Andrews: Insurance Broker Services
UK Guardbridge University of St Andrews

Insurance Broker Services for the University of St Andrews.The broker will be responsible for advice on insurance strategic direction, programme placement, negotiating wordings and extensions, being aware of market options, handling and monitoring completion of day to day queries, ensuring a satisfactory tripartite relationship with underwriters, advising on overseas exposures, facilitating claims handling on certain classes, acting as arbiter and point of escalation for claims on other classes, and providing a point of referral for property loss control advice to market norms, including accompanying insurer risk control surveys.Where we have existing in-house capability, we expect the broker to augment that capability and present it to the market.The broker will be responsible for issue of satisfactory policy wordings, negotiating suitable terms and conditions within those wordings, checking those wordings, and issuing statutory and other certificates on a timely basis.Please see tender documents for full details.

Value: 1500000
Published: 2023-09-09
Deadline: 2023-10-31
1500000 2023-09-09 2023-10-31
Paisley Museum Re-imagined(PMR): Audio Visual & Information Communication Technology Systems Integration Contract
UK Paisley Renfrewshire Council

Renfrewshire Council is using the above GPA Open Procedure in accordance with the Public Contract (Scotland) Regulations 2015 and the Council's Standing Orders relating to Contracts to procure the turnkey services of an Audio Visual Integrator (AVI) to undertake the supply, delivery, install and integration of the audio visual and information communication technology systems for the Paisley Museum Re-imagined project.The aim of the Paisley Museum Re-Imagined Project (PMR) is to create a visitor experience of international quality, through the redevelopment of Paisley Museum. This is the signature project of Paisley’s regeneration which tells the inspirational stories of Paisley, its heritage and its pattern.The transformation of the Museum is underpinned by a series of high-level strategic aims that will turn it into a:-Leading European Museum — telling the story of Paisley as a pattern and a town.-Visitor destination drawing its audience from Scotland, UK and overseas.- institution for learning, skills development, innovation and research.- Community resource at the heart of Paisley’s local life.The Council is seeking to employ turnkey services from an experienced specialist AV/ICT supplier and integrator [AVI] skilled in the delivery of high-standard solutions at competitive rates.The AV/ICT systems to be provided at Paisley Museum comprise high standard video, audio, lighting, and interactive elements that combine to deliver an exemplary visitor experience, within the context of a long-established municipal museum. The standard of system integration shall reflect the status and quality of Paisley Museum’s operation overall.Full details on the Contract requirements are detailed in the ITT and Scope of Services documents contained in the Suppliers Attachment Area on the PCS-t system.

Value: 450000
Published: 2023-09-09
Deadline: 2023-10-10
450000 2023-09-09 2023-10-10
Invitation to Tender for Financial Audit Services - Northern Ireland Audit Office
UK Belfast Northern Ireland Audit Office

Provision of the Audit of IT Shared Services in central government in Northern Ireland

Value: 1640000
Published: 2023-09-09
Deadline: 2023-10-09
1640000 2023-09-09 2023-10-09
Grove Learning Trust - ICT Managed Service
UK Swindon Grove Learning Trust

Grove Learning Trust (GLT) is based in Swindon. The Trust currently encompasses 5 schools and circa 1400 pupils.Like many Trusts, GLT have brought together a group of schools all of which originally had their own ICT strategies, technologies, support arrangements, finances, teaching and learning approaches using ICT etc., so from a Trust perspective GLT 'inherited' a number of 'ICT islands'. Progress has been made to begin to join up but it is acknowledged that a more strategic approach is required to enable ICT to support teaching, learning, administration and management on a trust wide basis. GLT was established in 2019 and has a considered growth strategy. In summary the Trust may encompass 6-10 schools over the next 5 years.We are proud of our strong vision, centred around high quality collaboration, a sharp focus on school improvement, innovative staff training and active connections with like-minded schools, academies and trusts in our local area. Our team strongly believes that our focus and drive will enable Grove Learning Trust to thrive and be successful as a family of schools to which schools and their communities are proud to belong.Our Vision:Creating Remarkable FuturesWe will achieve this for all the schools in our trust by:• Creating an environment where everyone feels proud to belong and can be themselves• Enabling families to access outstanding provision with seamless and effective transition from one stage to the next• Championing and nurturing children so that they are confident and independent citizens• Planning and delivering an engaging and wide curriculum so that life opportunities are broadened• Supporting children and adults, through active school-to-school connections, exemplary teaching and professional development, to be aspirational and lifelong learners• Encouraging our community of schools to enjoy a safe and sustainable environment, treading softly and mindfully to protect the Earth for centuries to come• Engaging with communities collaboratively, promoting collective responsibility for inclusive and outward facing relationships, eradicating isolation in whatever form it exists• Sharing successes and helping each other to realise that learning has no limitsFor the purposes of this shortlisting stage bidders should assume that the Stage 2 ITT will include, but is not be limited to;• strategic advice and direction to the Trust regarding ICT• a 42 week core service, incorporating on-site staff/visits as necessary • Service desk • local staffing that bidders deem necessary to deliver the SLA• responsibility for design, specification, installation, and management of all ICT infrastructure• supply of goods and services based on an agreed Best Value (BV) approach• management of all ICT against an agreed SLA• management of 3rd parties• relevant monitoring, management, patching and reporting• training - technical and curriculum as necessary• expectation that the provider will drive innovation• risk registers and inventory management• collective partnership targets aligned to the Trusts objectives• in school support for the integration and upgrade of the connectivity, communications and security infrastructure Bidders should note the following:• The Trust will provide a standard contract as part of the ITT Pack• There is no requirement for TUPE from existing suppliers.

Value: 1920000
Published: 2023-09-09
Deadline: 2023-10-06
1920000 2023-09-09 2023-10-06
Payment Acceptance 2
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

Lot 1 Payment Acceptance Services will allow Customers to accept payment through face to face or unattended POS terminals like car parking machines. It also facilitates payment via alternative payment methods over the phone and the internet. and allows Customers full range of services including optional services such as PISP (payments, authenticated and paid directly out of a persons or businesses bank account, using faster payment instead of a debit or credit card). Suppliers shall be able to supply a minimum of 2 out of the 3 mandatory services (Acquiring, Gateway & APM and/or Merchant Equipment Services) to tender for this lot.The full requirements for lot 1 are set out in Framework Schedule 1 (Specification) of the ITT.

Value: 1200000000
Published: 2023-09-09
Deadline: 2023-10-09
1200000000 2023-09-09 2023-10-09
P23-008 Framework Agreement for the Provision of IT Security (Penetration) Testing
UK Glasgow Skills Development Scotland Co. Limited

This opportunity is for the establishment of a Framework Agreement for the provision of IT Security (Penetration) Testing Services to Skills Development Scotland (SDS), Scottish Enterprise (SE), Highlands and Islands Enterprise (HIE), South of Scotland Enterprise (SOSE) and Enterprise Information Systems (EIS).The scope of the tendered services covers provision of security testing services which will require a supplier to identify, test for and exploit vulnerabilities (only where specifically required and agreed), confirm security controls are effective and recommend remedial actions to any vulnerability or weakness found.

Value: 288000
Published: 2023-09-09
Deadline: 2023-10-13
288000 2023-09-09 2023-10-13
Agora Learning Partnership - ICT Managed Service
UK Watford Agora Learning Partnership

The Agora learning Partnership (Agora) encompasses 9 primary schools and circa 2,693 pupils in Hertfordshire.The Agora Learning Partnership (formerly the Herts for Learning Multi Academy Trust) is an inclusive, collaborative and forward looking Trust where we all work together, learn together and succeed together in order to give all of the children in our academies the best possible education and learning opportunities.The nine schools who currently belong to our Partnership benefit greatly from working collaboratively, providing help and support to one another. The relationship between the schools and the Executive Team and Trustees is also deemed to be a strength of the organisation and the support offered by the Executive Team is very much personalised to the individual needs of our schools. However, this only enhances the provision at our schools, whilst enabling them to maintain their individual identities and the autonomy to deliver a curriculum that reflects their school communities and the needs of the children and young people that they serve; we believe this is the only way to achieve the very best educational standards within our schools and across our Trust - high standards that we continually strive for.Throughout our Partnership, we believe success is measured by the number of children and young people who feel happy, safe and able to flourish, in order that they can reach their full potential educationally and in all other aspects of school and life. As a result, we place children and young people at the heart of all the work that we do and the decisions that we make.This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully outsourced managed service. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the ICT contract. Any additional schools will co-terminate to the end same end date of the initial contract.Further details regarding bid timescales are noted below but in terms of the managed service this is advertised as a 60 month contract with a maximum 5 year managed service with start and end dates as follows: Service start date - 1st April 2024 Service end date - 31st March 2029The new Managed Service Provider may also be required to deliver a range of technology and change management projects. The companies identified from these shortlisting questions to receive the ITT for the Managed Service will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but is not be limited to;• strategic advice and direction to the Trust regarding ICT• a 42 week core service, incorporating on-site staff/visits as necessary • Service desk • local staffing that bidders deem necessary to deliver the SLA• responsibility for design, specification, installation, and management of all ICT infrastructure• supply of goods and services based on an agreed Best Value approach• management of all ICT against an agreed SLA• management of 3rd parties• relevant monitoring, management, patching and reporting• training - technical and curriculum as necessary• risk registers and inventory management• collective partnership targets aligned to the Trusts objectivesBidders should note the following:• The Trust will provide a standard contract as part of the ITT Pack• It is not expected there may be a requirement for TUPE

Value: 2100000
Published: 2023-09-09
Deadline: 2023-10-06
2100000 2023-09-09 2023-10-06
Supply, Servicing and Maintenance of Uninterruptable Power Supply Units
UK Lincoln University of Lincoln

The University are looking for a Supplier that will provide the University with UPS equipment, that the will conduct physical checks/inspections and make recommendations to improve the University’s UPS provision. All of the University’s UPS’s and battery equipment will be subject to the physical maintenance assessment checks (annual service visits), which shall be conducted every 12 months and not exceeding. The purpose of the maintenance visit is to check and assess the condition of existing equipment, and highlight any actions required to keep the equipment in a fully functioning state, without introducing any risk to the University.The University has invested heavily in its IT power infrastructure over the last 10 years, installing fully managed UPS and PDU solutions, bypass switches and by monitoring IT spaces with network-based monitoring appliances.The campuses include over 30 buildings, with over 95% including IT infrastructure. Currently the University has over 100 UPS (uninterruptible power supply) installations, over 140 PDUs (power distribution unit) and circa 25 environmental and security monitoring appliances. The University is committed to providing UPS cover for a minimum of one hour in most of its buildings, to guarantee continual IT provision for most power supply incidents.This contract will cover the supply, the maintenance, the servicing, installation, upgrading, consulting and remote support for all of the University's UPS requirements, including, but not limited to: UPS devices, batteries, battery packs/shelf, peripherals/consumables, racks, bypass panels, transfer switches, surveillance monitoring equipment, device and surveillance pack licences, annual software support etc.

Value: 1400000
Published: 2023-09-09
Deadline: 2023-10-11
1400000 2023-09-09 2023-10-11
Sites of Special Scientific Interest (SSSI) Monitoring Framework
UK London NATURAL ENGLAND (Defra Network eTendering Portal)

Natural England SSSI Monitoring Aims<br/><br/>Monitoring and evaluation of SSSIs is an important aspect of Natural England's work on protected sites as it enables us to understand the impacts of management and other pressures on the notified features. We have moved to a Whole Feature Assessment (WFA) approach, aligning with all other UK Statutory Nature Conservation bodies, to obtain feature-scale data and understand the bigger picture. We will still be able to report at the unit scale to support conversations with land managers. <br/><br/>Interim targets of the Environmental Improvement Plan (EIP) published in January include the delivery of an up-to-date condition assessment for every SSSI (feature) by the beginning of 2028. <br/><br/>SSSI Monitoring Programme <br/><br/>Monitoring and evaluation of SSSIs is an important aspect of Natural England's overall monitoring programme. It provides evidence that helps us deliver our statutory functions for SSSIs and other designated sites. We use this evidence to advise land managers, partners and stakeholders, and help them sustain SSSIs in favourable condition, or restore those in unfavourable condition. We are reforming these processes to obtain feature-scale data and understand the bigger picture. The SSSI Monitoring and Evaluation Programme tackles the decline in SSSI monitoring frequency in recent years and our SSSI evidence base. It aims to provide robust evidence to support site management, local nature recovery projects, and national policy delivery and reporting.

Value: 4900000
Published: 2023-09-09
Deadline: 2023-10-23
4900000 2023-09-09 2023-10-23
Water Systems Compliance
UK Glasgow NHS Greater Glasgow and Clyde

NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor (s) to undertake water systems compliance services thoughout various locations across the Board Inlcuding:Thermostatic Mixing Valve / Tap Service & MaintenanceShower Head / Hose DisinfectionShower Head / Hose Replacement ServiceSupply, Installation and Servicing of Point of Use FiltersTemperature Recording and ReportingCold Water Storage Tank InspectionsWater Quality Monitoring and ReportingManagement and Flushing of Little Used OutletsCold Water Storage Tank Cleaning & DisinfectionNOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=722952.The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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. 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=725442.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:725442)

Value: 5100000
Published: 2023-09-08
Deadline: 2023-10-27
5100000 2023-09-08 2023-10-27
AC1739 Healthwatch and Service User Engagement
UK Trowbridge Wiltshire Council

The main aims and objectives of Healthwatch Wiltshire are:• To enable the residents of Wiltshire to share their views and concerns about their local health and social care services and understand that their contribution will help to build a picture of where services are doing well and where they can be improved• To encourage and support people and groups to share their views about services; listen to people’s needs and experiences of services• To give authoritative, evidence-based feedback to organisations responsible for commissioning or delivering local health and social care services• To fulfil its statutory duties and functions, holding providers and commissioners of health and social care services to account• To act as a local consumer champion, representing the collective voice of Service Users, patients, carers and the public through its statutory seat on the Health and Wellbeing Board and proving robust challenge and scrutiny in the interests of its members and residents of Wiltshire.• To work with Commissioners in Health and Social care on agreed priority projects• To build upon and utilise existing networks, knowledge, skills and services in support of Healthwatch Wiltshire rather than duplicate what is already in place• To alert Healthwatch England, and/or CQC where appropriate, to concerns about specific care providers, health or social care matters• To be inclusive and reflect the diversity of the community it serves• To be ensure that it is a well-known name in Wiltshire, and residents are aware of its purpose.• To provide ease of access for residents of Wiltshire in order for them to raise concerns or issues about local health and social care services at anytime

Value:
Published: 2023-09-08
Deadline: 2023-10-09
2023-09-08 2023-10-09
SHSCT - Framework For Building Maintenance And Minor Works Including Community Aids and Adaptations (2023)
UK Craigavon Southern Health and Social Care Trust

The project is for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

Value: 42000000
Published: 2023-09-08
Deadline: 2023-10-18
42000000 2023-09-08 2023-10-18
Payment Acceptance 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/a5c0ff45-1e9f-4815-948f-53e0a8b77915 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: 2023-09-08
Deadline:
2023-09-08
Cyclical Decorations and associated works
UK Cannings Hill, Devizes Aster Group

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=230194. 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:230194)

Value:
Published: 2023-09-08
Deadline:
2023-09-08
PHW-ITT-54351 - IT Relocation Project
UK St Asaph NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

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=134660 (WA Ref:134660) The buyer considers that this contract is suitable for consortia.

Value:
Published: 2023-09-08
Deadline:
2023-09-08
P23-008 Framework Agreement for the Provision of IT Security (Penetration) Testing
UK Glasgow Skills Development Scotland Co. Limited

Skills Development Scotland has a requirement to establish a framework agreement for the provision of security testing services to Skills Development Scotland (SDS), Scottish Enterprise (SE), Highlands and Islands Enterprise (HIE), South of Scotland Enterprise (SOSE) and Enterprise Information Systems (EIS).

Value: 288000
Published: 2023-09-08
Deadline: 2023-10-13
288000 2023-09-08 2023-10-13
PHW-ITT-54351 - IT Relocation Project
UK St Asaph NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

As part of the development of a national centre of excellence for precision healthcare, the PHW Pathogen Genomics Unit and its associated computational infrastructure will be relocating from its current location to a new facility in the North of Cardiff.This tender is to solicit quotes for the move of computational infrastructure (servers, storage, JBODs, tape libraries and UPSes) from their current location, in three separate places in Cardiff, to their new facility at the Cardiff Edge science park.

Value: 50000
Published: 2023-09-08
Deadline: 2023-09-22
50000 2023-09-08 2023-09-22
Safeguarding Support for Covid-19 Inquiry
UK Liverpool Minister for the Cabinet Office (The Covid Inquiry) acting through Crown Commercial Service

Lot 1 will include the following:● Digital service offering● Website with easy to navigate, downloadable psychoeducation materials including advice, self-guided resources. ● Stories of courage and hope from people impacted by Covid ● Text based support service available to anyone who needs it● Triaging - the digital service provider would triage clients according to need. Pathways into Tier 2 would be swift and robust.The full requirements for Lot 1 are set out in Contract Schedule 2 (Specification) of the ITT

Value: 7645650
Published: 2023-09-08
Deadline: 2023-10-05
7645650 2023-09-08 2023-10-05
Rebecca Adlington Leisure Centre, Mansfield - Roof refurbishment
UK Nottinghamshire Nottinghamshire County Council

The decision has been taken for the consideration of the wholesale replacement of the single ply membrane and insulation across the whole roof scape. Due to the ongoing water penetration and fabric damage it was advised that these roofing works be pulled forward from 2029 to 2023/24 to minimise future damage to the fabric of the building. Due to the scale of the roofing works required (i.e. when roof work involves significant renovation and is more than 50% of the total roof area), the roofing works specification will also need to be scaled up to comply with current building regulations and will need Building Regulations approval.Whilst replacing the roof covering the existing air handling units and ducting, which currently sit on the roof (in roof areas D & G – see drawing 001), need to be removed to allow the roof works to take place. Technical advice has provided the recommendation that the air handling plant should also be replaced at the same time as the roofing works (i.e. once the roofing works have taken place). The air handling plant (to both the changing rooms and gym plant) were due to be replaced, as identified on the above condition survey report, in 2029. Therefore the best approach was to pull both the roof and AHU replacement schemes forward to take place together in 2023/24.

Value:
Published: 2023-09-08
Deadline: 2023-10-09
2023-09-08 2023-10-09
Locality and Intensive Family Support Services
UK Glasgow Glasgow City Council

Providers of the Locality and Intensive Family Support Services will support the aims and objectives of the Services by:- Providing holistic, nurturing and relationship-based family support, where every child and young person is supported to achieve their full potential by adopting a strengths-based and rights-enabling approach that focuses on individual and family assets.- Supporting meaningful partnership working and collaborative problem solving by seeing families as experts in their own lives.- Listening to what families are saying, what they say they need and how they want to achieve it, and work in partnership with them to identify supports and solutions that can help.- Working with children, young people, their parents, brothers and sisters, and wider family members as appropriate, to provide practical and emotional support. This will include tailored intervention with holistic, wraparound scaffolding and provision of timely, responsive, and flexible supports to meet the individual needs of the whole family.- Committing to tackling financial exclusion and viewing families’ pressures and stressors through a poverty and trauma-informed lens, contributing to reducing social inequalities and helping families to connect with supports within their neighbourhoods.- Building on individual and family community networks, supporting long-term resilience and meaningful change to improve wellbeing and deliver positive, lasting outcomes for families that will allow them to confidently move on from the service.- Being empathic and enabling, by asking, ‘What will it take to keep this family together?’ and ‘What can I do to support this family today?’- Providing support to every child, young person, and family to help them contribute positively to their communities throughout their lives.- Continuing to develop the service collaboratively with stakeholders and in particular by embedding the successful elements of the current service into a model of practice.This framework contract is expected to run for four (4) years, commencing 28/06/2024 and ending on 27/06/2028. The council will have an option to extend the contract for a period of two (2) years and then also a further one (1) year, up to 27/06/2031. Extensions will be exercised by the Council serving notice to extend on the Bidder in accordance with the Council’s Terms and Conditions. The Contract Value is estimated for the maximum contract period, including extensions, of up to 7 years.Bidders can bid for 1 lot, multiple lots or all lots.

Value: 50042440
Published: 2023-09-08
Deadline: 2023-10-18
50042440 2023-09-08 2023-10-18
ID 4860538 - DoJ – YJA - Provision of Healthcare/Nursing Services for Woodlands Juvenile Justice Centre
UK BELFAST The Department of Justice - Youth Justice Agency

Woodlands Juvenile Justice Centre is part of the Youth Justice Agency for Northern Ireland and is the only custodial facility for children and young people remanded or sentenced by the courts. Woodlands has been designed as a centre of excellence within a secure environment, offering a wide range of services and support to help prevent young people from re-offending. It provides a safe, secure and stimulating environment for up to 48 boys and girls between the ages of 10 and 17. It also operates as a place of safety with respect to the Police and Criminal Evidence Order. The children and young people cared for within secure environments are often some of society’s most vulnerable. These are young people with high levels of complex needs, who become completely dependent on the system and those professionals who work within it. The YJA wish to engage a contractor to supply registered nurses for the provision of Nursing to staff the Healthcare department at the Juvenile Justice Centre (JJC). The Contract will be for an initial period of one year, with the option to extend for a further one year period. Please refer to the Specification for full details of the requirements.

Value: 500000
Published: 2023-09-08
Deadline: 2023-09-29
500000 2023-09-08 2023-09-29
Hard Facilities Maintenance at the National Gallery and National Portrait Gallery
UK London The Board of Trustees of the National Gallery

The National Gallery and National Portrait Gallery are seeking a company that can work in collaboration with their in-house Estates and Facilities Management teams and other service partners to support the operation of our respective Galleries.The contract will cover all Hard/Technical/Fabric FM services to the respective institutions. The contract duration will be 5 years, with the option of two further +1 year extensions. Services are to commence in early February 2024.It is envisaged that a single service provider will be appointed by both organisations, operating two separate contracts beneath a single management structure. The key factors for successful delivery of this contract are: •Technical engineering excellence to maintain correct environmental conditions across the galleries at all times to maintain the Collections. •Supporting an exceptional visitor experience, with particular attention to safety and comfort•Understanding the requirements, needs and preferences of a prestigious culture/heritage or similar institution.•Understanding the challenges and constraints of a public body•Able to operate in an environment with high footfall and long opening hours (including evening and out-of-hours events)

Value: 23000000
Published: 2023-09-07
Deadline: 2023-10-06
23000000 2023-09-07 2023-10-06
Housing Stock Condition Surveys
UK Paisley Renfrewshire Council

Renfrewshire Council require to appoint a single contractor to undertake Housing Stock Condition Surveys for approximately 12,200 dwellings, circa 1150 lockups and 60 laundrette blocks. Due to the volume of dwellings requiring a survey, it is anticipated that the appointed supplier will carry out approximately 20% of the surveys, both internal and external, in each contractual year. Stock data will be provided to the Council in an agreed format. The data provided will include an up-to-date estimated schedule of rates for replacement costs to assist in profiling and analysing future spend. Energy Performance Certificate's may be requested as part of surveys as and when required.,

Value:
Published: 2023-09-07
Deadline: 2023-10-09
2023-09-07 2023-10-09
Pathways to Adulthood 2024
UK Weston-super-Mare North Somerset Council

North Somerset Council is looking for a suitably qualified provider to deliver a Pathways to Adulthood Service and short breaks to young adults aged 14-25 years with multiple or profound disabilities, Special Educational Needs (SEND) and/or complex needs, which is a much-needed resource utilised by both Adults and Children’s Directorate (the Location, Pizey Avenue in Clevedon, North Somerset). The service focuses on delivering outcomes which support individuals in reaching their optimum independence and improve the readiness for transition into the most appropriate and cost-effective forms of support as adults. The aim is to reduce the reliance on long term residential care or similar placements and allows individuals to remain with families for longer. This is the only service that provides dedicated short breaks and pathways to independence in the North Somerset area. It is of critical importance to the young people who attend and their families, and in the delivery of statutory functions.

Value: 4372291
Published: 2023-09-07
Deadline: 2023-10-06
4372291 2023-09-07 2023-10-06
Flexible Framework: Individual Care and Support for Children and Young People
UK Blackpool Blackpool Council

The Council has a requirement for an Individual Care and Support model which will deliver good quality, flexible and responsive support to service users. To achieve this we also need to ensure we have providers who are suitably experienced and capable to deliver the service in line with the new specification. The Council has established a flexible framework for providers who can deliver one, or more, of the types of care and support packages required. Experience of Children and Young People with Special Educational Needs and / or Disabilities is essential for organisations who wish to deliver support for Children. A thorough understanding of the sensory, emotional and behavioural needs of children who have a diagnosis of ASD, ADHD, GDD and other disabilities is essential.The Flexible Framework is divided into lots based on categories of services/specialisms. Bidders may apply for one or more lots and the Authority will appoint bidders to all lots they have bid for successfully. There is no restriction on the numbers of bidders to be accepted onto each lot of the Flexible Framework. Bidders who pass the exclusion and selection criteria AND achieve an overall score of 60% or over will be eligible to join the Flexible Framework and awarded a Contract under the relevant lots that they have applied for.This flexible framework has been re-opened to competition under this opportunity. In the previous exercise (see 2023/S 000-001921) there was a third lot, but this has been withdrawn as no longer required.There is no guarantee of business, including number of hours/levels of work, or duration of care packages to be awarded under the flexible framework. Any work allocated under the framework will be on a spot purchase basis. Demand for this service is unpredictable and can fluctuate between low level support and intensive and challenging packages of care. Currently there are c250 hrs per week of unmet need which will be allocated to providers successful in joining the framework.The Authority is seeking responsive providers who are committed to working in Blackpool and helping us by picking up packages of care when they are needed. Packages of care will be allocated either via direct award or mini-competition. The Authority also reserves the right to re-open competition in the future to add new providers to the Flexible Framework on an ad-hoc basis. Inactive providers may be removed from the Flexible Framework.The Authority will set the price for service delivery within the terms of the Contract based on an hourly rate for lot 1 and 2.There are no requirements for agencies to register with Ofsted or CQC if they provide services to support children with disabilities in the community or in their own homes, unless they provide personal care. Such services are often called befriending or sitting services. However, any form of care or supervision provided for children on a frequent, intensive, or overnight basis, or personal care is regulated activity under the 2006 Act. . It is anticipated that the contract term will be from 01 December 2023 to 31 March 2026, with the option to extend incrementally for a period of 2 + 2 years (subject to contract review and budget availability). Please note this opportunity is being conducted under the requirements of the Light Touch Regime and therefore we have designed a flexible framework as allowed under the requirements. Any published framework value is an estimate. For the purposes of the procurement exercise we are advertising this as an above threshold tender; however we do not expect the value of all work awarded under the flexible framework across the whole duration to exceed £1.1m. Bidders should note that the level of work awarded under this framework is likely to be lower in value. As an indicator, current level of need across all provision of the type required is c10,000 hours per annum.

Value:
Published: 2023-09-07
Deadline: 2023-10-06
2023-09-07 2023-10-06
JHG Scaffolding Contract (Lot 1 North, Lot 2 Tameside)
UK Ashton-under-Lyne Jigsaw Homes Group

The service provider shall be required to have the skills, knowledge, experience and qualifications necessary to deliver an effective scaffolding contract, report on the findings and recommend all appropriate actions and produce a completion certificate to properties owned and managed by Jigsaw Homes Group (JHG) including;- communal (& public) areas to residential properties;- JHG owned commercial properties;- new build properties (from developer handover onwards);- Any other buildings for which JHG have a responsibility for.This service is currently managed by several contractors throughout the North and Tameside regions. It is our intention to split into four Lots. The first, Lot 1 – North which covers parts of Lancashire, Cheshire, Manchester & Merseyside and second, Lot 2- Tameside area. Bidders can apply for either Lots or both Lots.The initial contract is for two years with an option to extend for a further two years on a year by year basis. The group has approx. 35,000 properties across all regions.JHG intends to enter into a Responsive Works Contract and upon success of the initial two years it is our intention to extend the contract on a year on year basis for a further two years. The approximate number of scaffold works on average per annum is as follows;Lot 1 - JHG North – 1,100 No per AnnumLot 2 – JHG Tameside – 1,400 per AnnumThe successful Contractor(s) will be expected to mobilise to our timescale and be operational by April 2024, please refer to Section 1.10 the Tender Process Summary below for more details.The initial contract period, runs until 31st March 2026 and if successful a further two years extended on a year on year based on performance and by mutual agreement.

Value: 1000000
Published: 2023-09-07
Deadline: 2023-10-09
1000000 2023-09-07 2023-10-09
DfE - Renewable Electricity Team - Renewable Electricity Support Scheme Design
UK BELFAST DfE: The Renewable Electricity Team RET

DfE - Renewable Electricity Team wishes to appoint a “Contractor” who will be responsible for delivering the three key outcomes set out in the specification in order to support DfE in meeting its Energy Strategy Climate Change Act (Northern Ireland) 2022 ambitions. The 3 outcomes include developing a high-level support scheme design, Conducting quantitative modelling exercises and a financial impact assessment. It is anticipated this contract will commence early October 2023 and initially run for 12 months. The Accelerated Open Procedure has been chosen as there is an urgent requirement for the service to be set up. The Executive’s new Energy Strategy - Path to Net Zero Energy was published in December 2021, followed by the Energy Strategy Action Plan in March 2023. Action point 7 of the plan commits the Department for the Economy to publishing the final design of renewable electricity support by the end of the year, along with a pathway and timeline for the support being in place. Delivery of the support scheme design for Northern Ireland cannot occur without a solid evidence base to support policy decisions. There is therefore a need for timely and relevant expert advice in order to shape an incentive scheme to meet current and anticipated levels of demand in Northern Ireland in this new decade and beyond. In order to meet the target set by the 2023 Energy Strategy Action Plan the Renewable Electricity Team requires urgent consultancy support to be completed by early December 2023 at the latest.

Value: 200000
Published: 2023-09-07
Deadline: 2023-09-27
200000 2023-09-07 2023-09-27
Orthoses Products and Provision of Orthotic Service
UK Ballymena Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland

In section I.2 it is stated that this procurement is a joint procedure and Contract award is by a Central Purchasing Body. This Contract is not a joint Contract, it is a Central Purchasing. Body Contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The Contracting Authority will identify the. Most Economically Advantageous Tender(s) (MEAT) on the basis of the ‘lowest price/cost’ submission(s), once full compliance has been demonstrated with all of the elements of the. specification and any other requirements as listed in the Tender Documentation. This Tender contains 5 Lots, Tenderers can bid for one Lot, more than one Lot, or all Lots. Details of the. evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b. The value shown in II.1.5. shows the potential value which has been calculated on the basis of a 5 year contract with the option of extension period(s) of up to and including 36 months, contingency for,. potential increase in product/service requirements and potential extension for procurement exercises during the Contract period.

Value:
Published: 2023-09-07
Deadline:
2023-09-07
ID 4860538 - DoJ – YJA - Provision of Healthcare/Nursing Services for Woodlands Juvenile Justice Centre
UK BELFAST The Department of Justice - Youth Justice Agency

This competition is for Schedule 3 Social and Other Specific Services of the Public Contracts. Regulations. 2015. Regulations 5(1) (d) and 74 to 76 are applicable.. Neither CPD nor the Department of Justice can provide any guarantee as to the level of business under this contract. The estimated. contract value is a broad estimate only; it includes additional quantum for unforeseen demand and to future proof. The estimate is 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: 2023-09-07
Deadline:
2023-09-07
Your Alerts:
IT

Why use Thornton and Lowe for IT tenders

With our experience in winning prestigious IT contracts in both public and enterprise sectors, we have the expertise to understand the buyer’s exact requirements and form win themes to ensure success.

We have an average win rate of 80% in this sector for our clients, so with our experience and understanding we can help you find and win IT tenders for your business.

Get bid support

Where to find IT tenders?

Having a good level of knowledge of the opportunities available can be difficult to keep track of, with both large and small tenders from across the UK. Some of the key frameworks within the IT sector include;

  • CCS’ Network Services, Technology Services, Technology Products, G-Cloud, Digital Outcomes and Specialists, Education Technology, HSCN and Traffic Management Technology frameworks
  • YPO ICT framework
  • Scottish Government Cloud Framework
  • Scottish Government ICT Framework
  • JANET framework
  • JISC framework
  • Cyber Security Services

With the use of our Tender Pipeline software, below, you can search for LIVE IT tenders. To receive notifications of tenders tailored to you sign up today.


Push your business to the next level.
Win more IT contracts.

Get bid support

Made by Statuo