|
ELAM Catering Services Tender
UK
London
East London Arts and Music
ELAM is a co-educational Secondary Academy in Bromley By Bow in the London Borough of Tower Hamlets. It has 298 students between the ages of 16 and 19 on roll and 40 teaching and support staff. There is one busy main restaurant with a modern, well equipped kitchen.The Academy is forging a bright new future with recently refurbished facilities and a newly appointed Principal, Matt Sheldon. The Academy Business Manager, Suzina Pir, is developing the services to reflect the high aspirations of the Principal and SLT; she is tendering their catering services to deliver the very best service for every student at the Academy. The contract start date is the 1st of September 2023 and this will be for an initial three-year period. There is an option for both parties to extend the contract for a further two years subject to client satisfaction and client agreement on budgets and service levels.
Value: |
250000 |
Published: |
2023-03-26 |
Deadline: |
2023-04-19 |
|
250000 |
2023-03-26 |
2023-04-19 |
|
Gigabit Infrastructure Subsidy Programme - Regional Supplier Contract - Nottinghamshire & West Lincolnshire
UK
London
Department for Digital, Culture, Media and Sport
BDUK intends to award a number of Regional Supplier Contracts over the life of the Gigabit Infrastructure Subsidy Programme. The UK Government has confirmed that approximately £5 billion will be allocated to target the final 20% (f20), the hardest to reach parts of the UK. BDUK will be targeting its market intervention in these areas of the UK via a programme to subsidise the design, build and operation of gigabit-capable Supplier networks providing long-term, sustainable availability of wholesale gigabit broadband services in the hardest to reach parts of the UK.<br/><br/>The Regional Supplier Contracts are intended to be for larger numbers of premises than those covered under contracts placed under the Gigabit Infrastructure Subsidy Dynamic Purchasing System: https://www.find-tender.service.gov.uk/Notice/013574-2021.<br/><br/>The focus of the Regional Supplier Contracts is to target the build of gigabit-capable broadband infrastructure in the final 20% (f20) of the country that is not commercially viable for the market to design, build and operate without government intervention. <br/><br/>This procurement is for the award of Regional Supplier Contract – Nottinghamshire & West Lincolnshire. This covers the geographic area of Derbyshire, Leicestershire, Lincolnshire, Nottinghamshire and South Yorkshire. It concerns the delivery of a gigabit-capable network for an estimated total number of 37,503 premises. BDUK intends to make available £58,609,000 of public funding available for this contract.<br/><br/>The estimated total number of premises indicated above comprises an Initial Scope for specified premises and a deferred list of premises (“Deferred Scope”) for further specified premises. The Deferred Scope will be authorised by BDUK after the contract's Effective Date in accordance with Clause 6 (Deferred Scope Authorisation) of the Regional Supplier Contract Terms and Conditions . The number of premises in the Deferred Scope may be subject to amendment prior to authorisation, in particular as a result of further reviews of the commercial viability of the premises. <br/><br/>Suppliers interested in this Regional Supplier Contract should submit a completed Standard Selection Questionnaire in order to be considered to be invited to tender. All suppliers meeting the selection criteria will be invited to tender. The selection criteria are set out in the procurement documents and are available at the address described in the additional information section.<br/><br/>The provision of subsidy will be provided in accordance with the UK subsidy control regime.
Value: |
58609000 |
Published: |
2023-03-25 |
Deadline: |
2023-05-03 |
|
58609000 |
2023-03-25 |
2023-05-03 |
|
Provision of Consultancy for Music Streaming Metadata
UK
Newport
Intellectual Property Office
ACCESS IPO eSoucing Portal (Welcome to the IPO Supplier Portal) here to bid:<br/><br/>https://atamis-2198.my.site.com/s/Welcome<br/><br/>The Intellectual Property Office (IPO) requires a Potential Provider to catalogue metadata flows within the music industry, map existing metadata flows, identify areas for improvement/metadata quality objectives and develop a plan for improvement, including identifying KPIs (Key Performance Indicators) for the IPO to monitor industry progress on metadata quality. <br/><br/>The Potential Provider will work with music industry experts to identify data sources and assemble existing metadata flows, map these data flows, and identify what steps are needed to improve these data flows. They will also identify KPIs that will measure any improvements made. <br/><br/>This work forms part of the government’s work on music metadata. Currently there are complexities in the current metadata landscape which mean it will often take 6-18 months for songwriters and publishers to be paid for the use of their works, if they are paid at all. Following a Department for Culture, Media, and Sport (DCMS) Select Committee inquiry, the government launched a comprehensive program of work aimed at improving the music streaming ecosystem for creators. The IPO is leading the government’s work on music metadata.
Value: |
|
Published: |
2023-03-25 |
Deadline: |
2023-04-26 |
|
|
2023-03-25 |
2023-04-26 |
|
NPCC Cybercrime Programme: Blockchain forensics investigation SaaS
UK
London
The Mayor and Commonalty and Citizens of the City of London
The City of London Police is looking to conduct a tender as part of the NPCC Cybercrime Programme for Blockchain forensic investigation software as a service (SaaS) to be used throughout the UK by police forces, ROCUs (Regional Organised Crime Units), the Serious Fraud Office (SFO) as well as other law enforcement agencies. This service should include a full blockchain forensic investigation capability as well as a blockchain identifier triage capability. The programme is looking for a service that evolves with the rapid innovation in this area to keep UK law enforcement at the cutting edge of blockchain investigation.The full blockchain forensic investigation capability should cluster addresses using proven heuristics, support all popular blockchains, tokens and non-fungible tokens, have industry leading attribution to known entities and support automated cross chain/asset tracing.The triage capability should cover a wide range of blockchains, tokens and NFTs. It should ingest a range of blockchain identifiers including but not limited to, addresses, transaction hashes, and extended public keys. It should use automated tracing across blockchains and tokens to producing a single comprehensive intelligence report that can inform investigative decisions.The initial contract period will be for 24 months.The City of London Police will require bidders to complete a Non-Disclosure Agreement before releasing confidential information relating to the tender.
Value: |
1800000 |
Published: |
2023-03-25 |
Deadline: |
2023-04-25 |
|
1800000 |
2023-03-25 |
2023-04-25 |
|
Sale and Marketing Void cleaning and Void reactive maintenance and minor repairs framework
UK
London
Notting Hill Genesis
Notting Hill Genesis currently have a portfolio of Show Homes and Marketing Suites of varying sizes and cleaning frequencies as well as number of void unsold properties. It is important to note that at times, sites for void cleaning will increase or decrease in small increments, NHG are looking to establish a multi supplier framework for the purpose of the void cleaning .The Framework will primarily be for the purpose of delivering Notting Hill Genesis’s above service requirements for our sales and Marketing team , and the The services required under call-off contracts will predominantly be at sites located in Greater London.
Value: |
1700000 |
Published: |
2023-03-25 |
Deadline: |
2023-06-02 |
|
1700000 |
2023-03-25 |
2023-06-02 |
|
Procurement for the provision of Primary Care Laboratory(s) to NHS England South West
UK
Leeds
NHS England South West Region
NHS England (South West Region) is procuring a Primary Care Laboratory ("the Lab"), within the South West region of NHS England. The Lab forms part of a wider Primary Care Digital Experience programme which aims "to transform the human experience of primary care processes, using digital technology and data", seeking to improve the staff and citizen experience of primary care, by testing solutions to the problems identified by the primary care workforce and citizens who interact with primary care. The Lab will be a physical space in which digital technology and digitally-enabled processes in General Practice (GP), Primary Care Networks(PCNs) and wider primary care services, such as dental practices, can be physically tested and piloted, without an impact on the already time and resource pressured primary care workforce. The Lab includes the configuration of a flexible and adaptable yet dedicated space, the provision of IT and 'office' hardware, and established IT software (Windows, Chrome/Edge), and resources (physical ,technical and human) to develop, test, refine, optimise and evaluate digital solutions. For the purposes of this project, 'flexible and adaptable space' means abuilding or area within a building allocated and protected specifically for this project, that can be reconfigured easily using various tools and props to provide different types of 'rooms' that simulate General Practice and wider primary care services. The Lab will form a 'sandbox' environment, in the South West region, in which tacit knowledge from both existing pockets of excellence and digital technology testing will create lessons learnt for best practice techniques of moving innovations into the primary care space. There is potential for more than one space in the South West region with a maximum of three partner organisations (suppliers)supplying a maximum of three labs. The Primary Care Laboratory will be hosted by the partner organisation (supplier) who will manage the physical infrastructure, and services to run and maintain the infrastructure. The intention is to award the contract early June 2023, with the Laboratory(s) operational by early autumn 2023.For the avoidance of doubt the maximum value of this procurement will be £1,850,000 exc. VAT or £2,220,000 inc. VAT to cover all 3 Lots.Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link:https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome)Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
Value: |
1850000 |
Published: |
2023-03-25 |
Deadline: |
2023-04-26 |
|
1850000 |
2023-03-25 |
2023-04-26 |
|
Catering Services for the Attigo Academy Trust
UK
Southend on sea
Attigo Academy Trust C/o SSC Partnership Limited
Open single stage procurement process. Tenders must be submitted in accordance with the ITT instructions. The instructions are designed to ensure that all tenders are treated equally and comply with all the legal requirements for public sector procurement. Failure to comply with these instructions and conditions may invalidate your tender.This ITT is presented in three parts. Part 1 provides information about the ITT; Part 2 provides information about the Specification and Part 3 provides Schedules for completion and return by Tenderers. It is the intent of the Trust to offer a good value meal service to pupils and staff. Within the constraints of the meal price the Tenderer shall be required to provide a good quality, nutritionally balanced meal for the children, through an efficient service with a good standard of presentation and a menu that meets the varying dietary needs of the nationalities of the children. Service should be personal and responsive at a Silver Food for Life standard. The Trust are dedicated to work with a catering provider to increase the staff meal uptake. A menu specially designed for staff meals would be welcomed. The Trust will use the catering provision for inset lunches and hospitality functions across the schools and require a provider that has the capacity and menu variety to accommodate this need.Cashless payment and pre ordering systems are used by the schools within the Trust. The Trust want to move to one integrated and simple system and will consider proposals from Tenderers. The Trust is keen to appoint a catering Company who can drive the services forward in an innovative and exciting manor.Tender submissions should clearly demonstrate:A thorough understanding of the Scope of WorkAbility to deliver the services required and have a flexible approachTechnical expertise and relevant experienceBest value for moneySuitability for the undertaking of the work.Procedures and practices which will be utilised to ensure quality and compliance with the specification.The Trust will sign a contract with the successful Company for a period of 36 months with the option to extend for up to a further 24 months. It is expected that the contract will commence 1st August 2023.
Value: |
|
Published: |
2023-03-24 |
Deadline: |
2023-04-25 |
|
|
2023-03-24 |
2023-04-25 |
|
Frederick Gough School ~ Catering Tender
UK
North Lincolnshire
Frederick Gough School
Frederick Gough School remains at the heart of the community that it serves. As a community School our main aim is to ensure that all our children leave as individuals who are academically successful, happy, sociable, well rounded, ready to succeed with their next steps in life and carry values to guide them throughout their lives. Learning is at the centre of all that we do and we are proud of the wonderful achievements of our children.Our school aspires to ensure that all students are able to achieve their full potential and the greatest access to a wide range of destinations by following a genuinely personalised curriculum facilitated by quality first teaching and learning.Our motto is “Try your best, be nice and you’ll do well” and this forms a strong foundation of expectation for pupils and staff alike in all they do.See SQ document for more information.
Value: |
1670000 |
Published: |
2023-03-24 |
Deadline: |
2023-06-16 |
|
1670000 |
2023-03-24 |
2023-06-16 |
|
Catering Services for Latymer All Saints Primary School
UK
Southend on sea
Latymer All Saints Primary School C/o SSC Partnership Limited
Open single stage procurement.Tenders must be submitted in accordance with the ITT instructions. The instructions are designed to ensure that all tenders are treated equally and comply with all the legal requirements for public sector procurement. Failure to comply with these instructions and conditions may invalidate your tender.This ITT is presented in three parts. Part 1 provides information about the ITT; Part 2 provides information about the Specification and Part 3 provides Schedules for completion and return by Tenderers. Tender submissions should clearly demonstrate:A thorough understanding of the Scope of WorkAbility to deliver the services required and have a flexible approachTechnical expertise and relevant experienceBest value for moneySuitability for the undertaking of the work.Procedures and practices which will be utilised to ensure quality and compliance with the specification.The school will sign a contract with the successful Company for a period of 36 months with the option to extend for up to a further 24 months. It is expected that the contract will commence June/ July 2023.
Value: |
|
Published: |
2023-03-24 |
Deadline: |
2023-04-25 |
|
|
2023-03-24 |
2023-04-25 |
|
HIV Support Services
UK
Ealing
London Borough of Ealing
London Borough of Ealing wishes to carry out market engagement with providers who are interested in tendering for a contract for the provision of HIV Support Services to commence from 1 April 2024. Provider are asked to register an interest on the London Tenders Portal and fill in a market engagement questionnaire at the links below. As part of the questionnaire providers will be asked if they wish to have an individual meeting with the Public Health Specialist lead for this service. Individual meetings are likely be on the 17th or 18th April 2023.https://forms.office.com/Pages/ResponsePage.aspx?id=Q4w6AYeCi0yHixMeMM258yr18p-24EtEgTV6UR8rX4lUM0kwRVc2TjRNVTROSU5XNU9MM1pBTEVJTS4uEaling spends circa £72,919 per annum on HIV Support Services. The Council is looking for excellent outcomes, efficiency, and innovation to make best use of this budget. It is anticipated that the contract will commence on 1st April 2024 and will be for three (3) years, with one possibility of a two (2) year extension, with a total value of £364,595 (if extension used)HIV support is different, but complementary to HIV treatment. This service will work in close collaboration with HIV treatment services, used by Ealing residents, especially at Ealing Hospital HIV treatment site. HIV support services are important, it is recognised that HIV support needs may not be fully addressed by mainstream services alone. There is a requirement for this service to implement best practice in HIV support service provision, tailored to local and induvial needs, providing a range of services, to provide holistic support for people living with HIV. Involving people in HIV support service design and co-production, at all stages, as standard practice, is key to ensuring services are relevant and meet diverse HIV needs in Ealing.The HIV support service will play a key role in the local HIV pathway. Effective partnership working across the local system is essential. There will be close collaboration with HIV treatment services used by Ealing residents, with a requirement to provide regular face-to-face service at the Ealing HIV treatment site, as well as group-based services and other services, to include peer support. The overall aim is to improve health and wellbeing and quality of live by supporting people with HIV to live healthy and productive lives, with additional individual support where there are vulnerabilities, such as when newly diagnosed, experiencing adverse life events, or feeling isolated. The service will be required to have clear pathways both into and out of the service and pro-actively promote the service amongst key partners and communities,Local priorities identified include a need for face-to-face support including, but not limited to, counselling and peer support, providing practical support in accessing welfare, benefits where there is hardship, reducing social isolation, holistic health improvement, including lifestyles, maintaining longer-term care, and working closely with the local HIV treatment site.This HIV support service will be an important resource for Ealing in improving health and wellbeing. It has a key role in improving wider awareness of HIV and in reducing stigma and discrimination surrounding HIV. The specification will reflect the evidence of best practice in HIV support services and the needs of people living with HIV, in Ealing. The service will deliver continuous service improvement, adapting services to changing local needs, circumstances, and priorities. Innovation and added value are welcome to improve outcomes for people living with HIV.London HIV Fast Track Cities CharterLondon is a HIV Fast track Cities, with commitment from London Councils, NHS England, Public Health England and the Mayor of London to lead the way on the international response to HIV https://fasttrackcities.london/HIV Support Service provision in Ealing contributes towards implementin
Value: |
|
Published: |
2023-03-24 |
Deadline: |
2023-06-15 |
|
|
2023-03-24 |
2023-06-15 |
|
DfE - Provision of Electricity and Gas Wayleave Officers
UK
BELFAST
Department for the Economy
The Department for the Economy DfE requires the establishment of a Framework with three suitable contractors it can call upon, as and when required, to act as Independent Wayleave Officer’s (IWOs). The IWOs will be required to manage an enquiry in accordance with the Department’s guidance. This will involve recording and critically evaluating the representations of the parties; scrutinise documents and maps; visit the site of the proposed electric or gas line; liaise with any other organisation or individuals who can provide information on relevant issues. The IWO submits a report of findings to the Department. The report must include a reasoned evidence-based recommendation on the application
Value: |
144000 |
Published: |
2023-03-24 |
Deadline: |
2023-04-27 |
|
144000 |
2023-03-24 |
2023-04-27 |
|
The Supply of Welders Helmets
UK
Bristol
Leidos Supply
In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it intends to invite tenders for its supply and delivery of Welders' Helmets.
Value: |
|
Published: |
2023-03-24 |
Deadline: |
|
|
|
2023-03-24 |
|
|
PR Marketing Services
UK
London
Department for Business & Trade
Pre-Market Engagement is due to take place on 21st April 2023. Timing and further details of the event are to be confirmed. If you are interested in attending, please contact commercialmarevents@trade.gov.uk.
To go out to tender, it is anticipated DBT will lean on the Crown Commercial Service (CCS) Communications Marketplace to access the market and select the suppliers that correspond to the required criteria (PR Marketing Services).
Registration to CCS Communications Marketplace is MANDATORY to be able to involve your agency further in the process.
• Go to CCS website, and select RM6124 as the framework agreement - or follow this link: https://www.crowncommercial.gov.uk/agreements/RM6124
• Click on "description" and click on "apply to join"- or follow this link: https://supplierregistration.cabinetoffice.gov.uk/dps#research
• Follow the registration process as detailed under the Communications Marketplace.
Value: |
|
Published: |
2023-03-24 |
Deadline: |
|
|
|
2023-03-24 |
|
|
Postal Services and Solutions
UK
Liverpool
The Minister for the Cabinet Office acting through Crown Commercial Service
As part of this contract notice the following documents can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/b739c57d-6a23-4153-97ae-68e8595c753c
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
PLEASE NOTE:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
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: |
2023-03-24 |
Deadline: |
|
|
|
2023-03-24 |
|
|
Supply and Distribution of Groceries and Provisions
UK
Coventry
The Romero Catholic Academy
The framework is being delivered through The Romero Catholic Academy and its partners Dukefield Foodservice Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Foodservice Ltd are acting as agents of The Romero Catholic Academy in the development and ongoing contract management of this framework. The contracting authority will be usingan eTendering system to conduct the procurement exercise.To access the procurement
documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The Romero Catholic Academy expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the Contracting Authority's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Value: |
|
Published: |
2023-03-24 |
Deadline: |
|
|
|
2023-03-24 |
|
|
Gigabit Infrastructure Subsidy Programme - Regional Supplier Contract - Leicestershire and Warwickshire
UK
London
Department for Digital, Culture, Media and Sport
This procurement is for the award of a Regional Supplier Contract in the Leicestershire and Warwickshire regions. This is part of the Gigabit Infrastructure Subsidy programme.<br/><br/>The Gigabit Infrastructure Subsidy programme is a government programme aimed to support the build of gigabit-capable broadband infrastructure in the areas of the UK which are unlikely to attract commercial investment for gigabit-capable broadband infrastructure within a reasonable timeframe, if at all, referred to as the final 20% (f20). Building Digital UK (BDUK, part of DCMS) will be targeting its market intervention in these areas of the UK via this subsidy award programme, to subsidise the build of gigabit-capable networks providing long-term, sustainable availability of wholesale gigabit broadband services in the hardest to reach parts of the UK. The Gigabit Infrastructure Subsidy programme builds on the success of existing programmes being delivered by BDUK to deliver gigabit-capable networks across the UK. It is envisaged this programme will last for up to 9 years and award contracts throughout that period. <br/><br/>This procurement is for delivery of a gigabit-capable network in Leicestershire and Warwickshire which is aimed at covering approximately 45,424 of premises.
Value: |
71540000 |
Published: |
2023-03-24 |
Deadline: |
2023-04-28 |
|
71540000 |
2023-03-24 |
2023-04-28 |
|
Anglian Leaning Trust ~ Cleaning Tender
UK
Cambridge
Anglian Learning Trust
Anglian Learning is a growing Multi Academy Trust operating in Cambridgeshire, west Suffolk and North Essex, formed in 2016. The Trust currently comprises 6 secondary schools and 9 primary schools, with all schools requiring a 1st January 2024 cleaning contract start. The Trust expects to grow during the period of this contract, including the opening of a new primary school in Waterbeach, currently scheduled for September 2024.Our members share the firm belief that successful learning communities are underpinned by ambitious vision, trust and strong inspirational leadership at all levels of the organisation; that excellence is not simply defined by Ofsted grades and league table positions; and that education can play a transformational role in the lives of children and the success and wellbeing of our wider society.Through membership of Anglian Learning, these goals are achieved by working with like-minded schools, leaders, teachers and all staff who are prepared to share responsibility, through support and challenge, to ensure that all our academies can offer an excellent education to all pupils, whatever their background and starting pointPlease find the list of current schools within the Trust below:Secondary Schools:•Bassingbourn Village College•Bottisham Village College•Sawston Village College•Joyce Frankland Academy Newport•Linton Village College•The Netherhall School and Oakes Sixth Form College Primary Schools:•Bottisham Community Primary School•Fen Ditton Primary School•Stapleford Community Primary School•Linton Heights Junior School•The Pines Primary School •Howard Primary Academy•Meadow Primary School•Icknield Primary School•Marleigh Primary SchoolThe tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities for each school in the Trust. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff at all schools.The basis and rationale that the Client requires the successful contractor to operate to at all times, is being able to provide schools that are fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleans and standards achieved are as detailed within the Tender Specification.The contract being tendered is from 1st January 2024 to 31st December 2026 with an option to extend for up to a further 2 years at the discretion of the client. The contract will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis. It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BICSc standards being achieved, as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.The annual value of the new contract is circa £6.2million.See SQ document for further information.
Value: |
6230000 |
Published: |
2023-03-23 |
Deadline: |
2023-04-28 |
|
6230000 |
2023-03-23 |
2023-04-28 |
|
Leisure Services Management Under A Leisure Operating Contract
UK
LONDON
London Borough of Newham
The London Borough of Newham (the "Council") is inviting tenders for its Leisure Services Management Contract. The contract is for 10 years with the option to extend by a further 5 years. This is an invitation to tender. Any interested organisation/consortium with relevant experience may submit an Initial Tender in response to this contract notice.Leisure services offer a huge opportunity to improve the health and wellbeing of the Council's residents.The Council's Health and Wellbeing Strategy, "50 Steps to a Healthier Borough", outlines the ambitions of the Council and its partners to improve the health of residents. This includes the recognition of the importance that physical activity has in supporting an individual's overall health and mental wellbeing, as well as the positive impact on supporting wider health inequalities.The delivery and management of leisure services has been redesigned to reflect the current landscape in the borough, including the impact that Covid-19 has had on residents' health and wellbeing. The redesigned provision reflects a borough which supports and nurtures our young people and families and a service that will be required to work with a range of partners to provide an offer that supports the needs of all residents. To achieve this, a renewed focus and approach to the delivery and management of leisure services is required. This approach alongside the Council's strategic approach through 50 Steps to a Healthier Borough, Community Wealth Building, Towards a Better Newham, Climate Now and Tackling Racism, Inequality and Disproportionality supports broader outcomes for Newham residents including:• Fewer inactive people• Better physical and mental health • Inclusive and suitable opportunities for all • Social connectedness• Apprenticeships and local employment The Council's vision, aspirations and ambitions will play a leading role throughout the proposed procurement process to identify a leisure partner whose capabilities, track record and goals match our own.During the term of the contract, the Council may activate "Work Package 2" as described in the procurement documents which will require the successful provider to develop, organise, promote and deliver a programme for weight management and movement. Referrals would most typically come via GPs, but referrals should be accepted from other health and care professionals. It is currently unknown whether funding will be available in the future for Work Package 2 but in the event it is activated, the contract will be varied to include this work package.If, during the procurement process and prior to the submission of Final Tenders, there is an event or series of events that results in an estimated reduction in turnover of 133½ % or increase in cost of working of 133½ % from that stated in the initial Pricing Schedule submitted with the Bidders' Initial Tenders. (Increase in cost of working shall mean any additional expense you necessarily and reasonably incur solely to prevent or limit a reduction in turnover), then the Authority may consider temporary adjustments which it shall communicate to the Bidders, in order to allow the procurement to continue.This procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (service providers).The contract is to commence on or around 1st April 2024 and will be for ten (10) years with an optional extension of five (5) years.
Value: |
|
Published: |
2023-03-23 |
Deadline: |
2023-05-10 |
|
|
2023-03-23 |
2023-05-10 |
|
Office Supplies for Authority Locations on the Isle of Wight
UK
Newport
Isle of Wight Council
The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Office Supplies for Authority Locations on the Isle of Wight.This procurement follows the OPEN PROCEDURE under the Public Contract Regulations 2015.The Authority requires the provision of office supplies to 20 Location points across the Isle of Wight (note – this number may increase/decrease over the term of the contract). To be ordered online using an agreed Core List of items, as well as other available products (non-core). The Location list is shown in Specification Document Annex 1 and the Core List is shown in Specification Document Annex 2.The Authority is seeking one supplier for the provision of the office supplies contract.In line with the Authority’s Climate and Environment Strategy (2021-2040), it is aiming to:• Reduce single-use items across all Authority activities by at least 80% by 2030;• Reduce carbon footprint from office waste by 85% in order to help the Authority reach net carbon zero by 2030.The Authority expects the supplier to support these aims in the provision of office supplies contract.The term of the contract shall be 3 July 2023 until 2 July 2026 with the option to extend for up to a further 12 months at the sole discretion of the Authority.Please note that this is a non-exclusive contract and no guarantees of value or volume of spend.The closing date for receipt of Tenders is 14:00Hrs on 27 April 2023.
Value: |
184000 |
Published: |
2023-03-23 |
Deadline: |
2023-04-27 |
|
184000 |
2023-03-23 |
2023-04-27 |
|
DN Colleges -ITT for Provision of E-Portfolio Learner Management System
UK
Doncaster
Doncaster College
The enclosed invitation to tender provides information for consideration with respect to DN Colleges Group contract for E-Portfolio Learner Management System.A specification has been provided for the tenderers reference. It is important that the tenderer provides an honest response to each of the items listed within the specification along with comments on how the system can undertake each itemFull details can be found in the enclosed documentation
Value: |
|
Published: |
2023-03-23 |
Deadline: |
2023-04-24 |
|
|
2023-03-23 |
2023-04-24 |
|
Civil Enforcement Services
UK
Reading
Reading Borough Council
Short description: RBC is seeking responses from suitably qualified and experienced suppliers who can provide a full on-street and off-street Parking Civil Enforcement Service, to support RBC deliver its parking enforcement activities under the Traffic Management Act 2004.The scope of this service includes:• The provision of an appropriate solution, including staffing and associated equipment, to deliver civil enforcement services for all of RBC’s on-street and off-street parking enforcement activities, across Reading Borough.• The management and operation of the Penalty Charge Notice software, provided by the IT Services Supplier, for use on handheld devices, or other such items, provided by RBC and any third-party Suppliers.• Provision of a cash collection service from the P&D machines.• Maintenance of RBC’s current Pay & Display machines, including managing the supply and installation of new P&D machines.• At RBC’s discretion, undertaking the administration of the processing of PCNs and some permit management activities.• At RBC’s discretion, the undertaking of additional services including but not limited to the provision and operation of ANPR based enforcement activities and the clamping or removal of vehicles parked in contravention.The full specification is provided in the tender document set.The estimated value of this contract is in the region of £1.5million per year. Therefore, the estimated value of the initial contract period is £6million and the estimated value of the total contract period (including all extensions) is £15million. In the event that the contract is used to deliver additional parking services, the estimated value of the contract could increase by a further £200,000 per year for vehicle clamping and removal services, and by a further £90,000 per year for additional parking administration services.
Value: |
20500000 |
Published: |
2023-03-23 |
Deadline: |
2023-04-28 |
|
20500000 |
2023-03-23 |
2023-04-28 |
|
North Northamptonshire Council - Residential and Nursing Care Home Services (DPS)
UK
Kettering
North Northamptonshire Council
North Northamptonshire Council is reopening this tender for the provision of residential and/or nursing care for people aged predominantly 65 years and over. Individuals placed by the Council will be ordinarily resident within the North Northamptonshire and meet the admission criteria for people requiring residential, nursing or respite care.The Service will be required to provide regulated accommodation, care, support and meaningful activity to those people for whom it is not appropriate, either in the short or longer term, to live in their own homes.The Service will be delivered in a way that ensure Individuals are at the heart of service delivery by maximising their ability and opportunity to live as independently as possible through the provision of good quality care and compliance with regulatory care standards.For Providers who are currently in a contract or out of contract with NNC and agree to be appointed to the DPS, NNC will review and uplift their weekly care package cost in line with the new contracted expected to pay rate set out in the DPS. On appointment to the DPS, any existing agreements or arrangements covering the same scope as the DPS, will be extinguished and superseded by the DPS.The Council proposes to enter into one (1) Contract for an initial period of 48 months with the preferred Potential Supplier, with an option to extend for 12 months, making 60 months in total.The light touch regime (LTR) applies to the Services under this DPS, as per Public Contracts Regulations 2015.
Value: |
23568000 |
Published: |
2023-03-23 |
Deadline: |
2023-04-14 |
|
23568000 |
2023-03-23 |
2023-04-14 |
|
Provision of Technology Enabled Care Services
UK
Preston
Lancashire County Council
Lancashire County Council intends to transform its traditional, reactive, telecare response service into a technology enabled care service, fit for the digital future. It is an ambitious commission that will introduce new and innovative technologies and digital approaches which enhance the experience and the outcomes for local people. This commission will significantly widen the scope of the current telecare service to become all age, preventive, proactive and fully integrated with the falls lifting service and the Lancashire and South Cumbria shared care record.The Provider will deliver each of the following core service elements:1. Assessment;2. Procurement, purchase and lease of TEC equipment;3. Installation, maintenance, repair, equipment collection and recycle;4. Continuous innovation and service development;5. Training and awareness raising for social care and health practitioners;6. TEC monitoring;7. A mobile responder service;8. A falls lifting service; and9. Data collection and analysis.The Provider will work in partnership with the Commissioners to ensure the new service is embedded in practice. They will deliver training, raise awareness and employ Digital Ambassadors to enable the uptake of new technologies. Please refer to specification for full requirements of the service.The indicative total value of Services includes £658,000 per annum which is funded in total by the Integrated Care Board (ICB) to fund the Falls Lifting service element of this TEC Service Contract across Lancashire, Blackburn with Darwen and South Cumbria. The Authority has received formal confirmation of funding for this element of the service for the first 18 months of the contract to 31st March 2025 (£987,000), however it is the intention of the ICB to receive formal confirmation of further funding for the remaining years of the contract (to November 2028, plus option for a further 2 years to November 2030). The Authority is not in a position to confirm the funding for the remaining years beyond March 2025. Following receipt of confirmation of further funding, no changes will be made to the Specification, only a continuation of Services.
Value: |
56000000 |
Published: |
2023-03-23 |
Deadline: |
2023-04-21 |
|
56000000 |
2023-03-23 |
2023-04-21 |
|
NHS 24 - Strategic Partner supporting the Digital Transformation Strategy and Infrastructure Refresh.
UK
Glasgow
NHS 24
Objectives:It is NHS 24’s objective to replace the existing CRM and telephony system with a new, reliable and flexible infrastructure platform which can act as an enabler to deliver NHS 24’s strategic ambitions.The commercial discussions around the new infrastructure will be complex and detailed. Ensuring that NHS 24 achieves value for money is another key objective given the level of public money that will be invested and a full business case will be required.The existing telephony and CRM system has been in place for over a decade and during that time has been customised and adapted to meet various operational pressures. Unpicking the system and moving onto the replacement infrastructure will need to happen with no interruption to the 24/7 service. Ensuring a smooth exit process will be critical to the success of this work.The final key objective is around developing the digital and online services that NHS 24 offers incorporating. This would improve the patient journey and widen the choice and opportunities for accessing the care people need. An enormous amount of work is needed to develop the offering in this evolving and fast paced environment..Scope of Service:Focusing on the contact centre, a high level solution map of the requirements taken from the service has been developed. This solution agnostic view will form the basis of the requirements that the new set up will need to deliver. High level requirements have been gathered over the last few months however, no options appraisal or soft market testing has taken place. The solutions map highlights the interrelated nature of the current set up and it is anticipated there will be a need to integrate the replacement technologies..A Programme Director would be expected to run the programme and be responsible for the success of the implementation. They would sit on, and integrate with, the Executive Management Team, acting as a critical friend and driving the delivery of the programme. They would bring technical expertise and experience to liaise with potential suppliers, while being able to translate those discussions for the technical people highlighting the key risks and benefits. It is expected the Programme Director would agree the resource requirements from a mix of internal and external resources and develop the delivery plan as soon as possible..The ICT and Project Team are focused mainly on the business as usual work. It is anticipated that the digital transformation programme will come to dominate the work across the whole organisation as it moves towards the implementation phase. Developing the in-house teams and ensuring a comprehensive knowledge transfer is a key component of the tender..The scope of the work will cover evaluating the existing ICT hardware / infrastructure, software and ICT services that are mainly embedded within two managed service contracts that end October and November 2025. There are practical decisions required as to how best to provide those services going forward including which software is used, particularly, but not exclusively, for a CRM system and the infrastructure it sits on. The strategic partner will support NHS 24 through the end to end process from requirements gathering; developing the full business case; procurement; the end of our existing contract; to implementation and early life support of the new infrastructure. It is anticipated this will be completed by March 2026.
Value: |
1000000 |
Published: |
2023-03-23 |
Deadline: |
2023-04-17 |
|
1000000 |
2023-03-23 |
2023-04-17 |
|
NHS England South West - Plasma Exchange Service (PLEX) in Devon & Cornwall
UK
Bristol
NHS England
NHS England South West (NHSE SW) seeks Expressions of Interest (EOI) from providers who have the capability and capacity to deliver Plasma Exchange (PLEX) services in Devon and Cornwall. Plasma exchange is currently delivered in Devon and Cornwall on an ad-hoc basis. There is no existing substantive plasma exchange service within the area, so the provider would be expected to develop and mobilise all aspects of the service in collaboration with commissioners and key stakeholders. The service will complement the existing provision available in the rest of the South West region, ensuring more equitable access. This service supports the delivery of key services, particularly, but not limited to, neurology and haematology. Summary of Proposed ServiceThe service should use and maintain the Spectra Optia® Apherisis System (using a peripheral line) to deliver PLEX as a preferred treatment of some neurological and blood disorders, and to support patients who would otherwise access Intravenous Immunoglobulin (IVIG) supplies. IVIG has finite supplies, with providers often having to rationalise their own allocation. The Peninsula PLEX service is expected to facilitate both elective and non-elective access. The commissioner's preferred model of delivery is a roving service, as it is believed that this will be the most cost-effective option for delivering a service 24 hours per day, 7 days per week across the geographic area. This approach would need to be complemented by a fixed base for staff, to deliver inpatient activity, with road links to the hospital sites in the area. As part of a fixed base, a 3 or 4 chair site would need to be established, with administrative space, storeroom and a patient waiting area. However, other models of delivery would be considered. Where patients require time-critical treatment, this must be delivered in line with NICE guidance. The Peninsula Trusts are Royal Devon University Hospital NHS Foundation Trust (FT), University Hospital Plymouth NHS FT, Torbay and South Devon NHS FT, and Royal Cornwall NHS FT. The service will need to develop effective working relationships with each hospital to: • Ensure that plasma exchange can be delivered in partnership with expert clinicians in each Trust who oversee care of the patient and prescribing of plasma exchange products and fluids• Work with each Trust to identify the best way to deliver plasma exchange to inpatients - e.g. transporting the equipment and staffing to the patient's bedside• Work with each Trust to identify the best way to deliver plasma exchange to outpatients - e.g. delivering treatment within a mobile unit for patients distant from the fixed site and/or via chairs at a fixed siteThe service will also need to develop links with regional and national specialist centres, e.g. University Hospital Bristol and Weston NHS Foundation Trust as lead regional centre for Thrombotic Thrombocytopenic Purpura.Population NeedsThe Peninsula Sub-Regional Immunoglobulin Advisory Panel (SRIAP) is undertaking a retrospective review to understand cases that would have utilised the PLEX service had it been available. Some patients also receive treatment outside of the Peninsula, e.g. Bristol and Southampton.Service DevelopmentIt is anticipated that the use of Plasma Exchange will continue to increase, even as immunoglobulin supplies fluctuate. The Spectra Optia® Apherisis System also facilitates expansion of provision to other services, for example treatment for patients with sickle cell disease, where NHS England hold the commissioning responsibility. There are also studies that suggest that PLEX may be useful in the treatment of some cancers. NHS England reserves the right to incorporate this activity into this contract in the future if it deems it appropriate to do so.MobilisationAs this will be a new service,
Value: |
|
Published: |
2023-03-23 |
Deadline: |
|
|
|
2023-03-23 |
|
|
DfE - Provision of Electricity and Gas Wayleave Officers
UK
BELFAST
Department for the Economy
The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored .. Contractors... not delivering on contract......... requirements is a serious matter. It means the public purse is not getting what it is paying. for. If a... contractor fails to reach satisfactory......... levels of contract performance they will be given a specified time to improve. If,. after the... specified time, they still fail to reach.... satisfactory..... levels of contract performance, the matter will be escalated to senior. management... in CPD for further action. If this.. occurs and your performance does not improve to satisfactory levels within the specified. period, this... can be considered grounds for.. termination of the contract at your expense as provided for in the Conditions of Contract.. In lieu of... termination, CPD may issue a Notice.. of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt. of multiple... Notices of Written Warning or a Notice of.. Unsatisfactory Performance may, in accordance with The Public Contracts. Regulations 2015.. (as. amended) be excluded from future public.. procurement competitions for a period of up to three years.
Value: |
|
Published: |
2023-03-23 |
Deadline: |
|
|
|
2023-03-23 |
|
|
Supply of PPE Foul Wet Weather Clothing
UK
Bristol
Leidos Supply
In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it intends to invite tenders for its supply and delivery of PPE Foul Wet Weather Clothing.
Value: |
|
Published: |
2023-03-23 |
Deadline: |
|
|
|
2023-03-23 |
|
|
Care and Support Service at Reardon Court
UK
Enfield
London Borough of Enfield
This procurement process is being undertaken using the electronic tendering system ‘London Tenders Portal’ (url: https://www.londontenders.org/).
The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. Candidates ranked within the top 6 of the total scores (at the pre-selection stage) will be shortlisted for the second stage of the process, Invitation to Tender.
Regarding II.2.9 of this notice, Information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority’s Selection Questionnaire and its evaluation method for further information.
Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 24/04/2023 in order to participate. Registration is free.
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result.
Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
Value: |
|
Published: |
2023-03-23 |
Deadline: |
|
|
|
2023-03-23 |
|
|
Independent Advocacy Services
UK
Northampton
West Northamptonshire Council
The service will enable people who have substantial difficulty being involved in the key processes and interactions with the local authority to be supported in that involvement as fully as possible, and where necessary be represented by an advocate who speaks on their behalf. It will ensure that people’s wishes, feelings and needs are at the heart of the assessment, care planning and review processes and will focus on the presenting issue, be person-centered, delivered in line with relevant legislation and guidance and be resource and cost effective.
Value: |
443236 |
Published: |
2023-03-22 |
Deadline: |
2023-04-21 |
|
443236 |
2023-03-22 |
2023-04-21 |
|
Kingswood School ~ Cleaning Tender
UK
Bath
Kingswood School
The successful Supplier will be required to provide a comprehensive cleaning service to Kingswood School. Kingswood School is a co-educational, independent day and boarding school situated in Bath, Somerset. The School educates students from nine months to 18 years of age across two campuses:Kingswood Preparatory SchoolCollege RoadBathBA1 5SDKingswood School,Lansdown Road,Bath,BA1 5RGThe Prep School hosts 410 children including 85 FTE Nursery, while the Senior School caters for 890 students .More information about the school can be found on their website: https://www.kingswood.bath.sch.uk/ The cleaning service is largely managed by an inhouse team of Cleaning Operatives who will be expected to transfer under TUPE to the successful supplier. There are also two employees who are employed under a partially outsourced element of the current service.The scope of the contract covers the daily cleaning provision and porterage roles within both Prep and Senior Schools, plus the Sports Pavilion, as well as annual periodic cleaning. The School hosts a large number of commercial lettings for which the cleaning team will also be responsible for. Please be aware that the housekeeping of the boarding facilities will not form part of this contract. It is possible, however, that the contract will develop to include this requirement and various other services, such as consumables, laundry and washroom services.The contract will commence on 01 August 2023 for an initial period of three years, with the option to extend the contract for a further three 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract.The School is seeking a suitably experienced Contractor who has experience of working within the independent school sector or similar environment and is able to demonstrate the knowledge and understanding of contracts of this magnitude. Ideally the successful Supplier will have a strong operational base within Bath and the surrounding counties, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed.The requirement of the School is that the successful Contractor provides an expertly clean school that is fit for purpose at all times and has a keen eye for detail within all cleaning duties. High levels of cleanliness throughout the premises should provide facilities that promote the students’ learning experience.As part of that requirement the successful Supplier is to be proactive in the management of the contract with open lines of communication. A robust level of onsite and offsite management support must be provided by the successful Supplier to ensure that the guaranteed input hours and detailed specification is delivered on a consistent basis within the contract period. The successful contractor will be expected to put forward innovative proposals to develop the onsite service, utilising advancements in technology to provide a sustainable financial model. As well as making this contract more environmentally sensitive, working towards carbon neutrality by way of contract delivery, and also within the successful contractor’s organisation.The Supplier may be asked to undertake works not included in this Specification. Aside from the cost of materials, where possible additional works should be delivered within the hours of the existing cleaning operatives or, where necessary, provided by additional staff paid for on an agreed hourly basis or by a quoted fixed price.The contract will be fixed price in nature with the successful Supplier also guaranteeing the number of input hours to the contract as well as the quality of the cleaning provision. The current annual cost of cleaning is £412,700.00See SQ document for further information
Value: |
2476200 |
Published: |
2023-03-22 |
Deadline: |
2023-04-04 |
|
2476200 |
2023-03-22 |
2023-04-04 |
|
The Provision of The Scottish Household Survey and The Scottish Health Survey (2024)
UK
Glasgow
Scottish Government
The SHS was first commissioned in 1998, when devolution preparations had identified a need to improve information sources in Scotland. It has run every year since then, and provides critical information on the characteristics, attitudes and behaviours of the population (social survey), as well as the physical condition of dwellings (physical survey). It is used by the Scottish Government and external stakeholders to inform policy making, evaluation and spending decisions across a wide range of areas, including poverty, housing, transport, local government, public services, internet, sport, culture, natural environment, volunteering, social capital and justice. The survey underpins multiple published performance frameworks (including the National Performance Framework and the Local Government Benchmarking Framework), and enables the monitoring of progress against legislative targets (including fuel poverty and climate change).
Value: |
|
Published: |
2023-03-22 |
Deadline: |
2023-05-11 |
|
|
2023-03-22 |
2023-05-11 |
|
PR009 - Provision of Occupational Health Services
UK
Kennington, Ashford
Kent Community Health NHS Foundation Trust
Kent Community Health NHS Foundation Trust (the "Authority") is issuing this Invitation toTender ("ITT") in connection with the competitive procurement of Occupational HealthServices.The Trust is seeking a supplier to provide Occupational Health Services at the nominatedsites as per the specification document provided.The Authority has three (3) sites, and although they all have similar requirements, thecontractual relationships are similar, as are the outputs, the Authority has adopted a three(3) lot approach for this procurement.The Authority will enter into three (3) separate agreements. It is intended that each lot willbe awarded to the provider who achieves the overall highest score for quality and financialcosts for that lot.To register your interest and to download the tender documents, access the Due North e-tendering portal at www.lppsourcing.org ("the e-Tendering Portal").
Value: |
1575000 |
Published: |
2023-03-22 |
Deadline: |
2023-04-20 |
|
1575000 |
2023-03-22 |
2023-04-20 |
|
Appointment(s) of PR and Communications Agency
UK
Portsmouth
NMRN Operations
It is a Framework Agreement with Call-Off Contracts.All information regarding this contract is located on Contracts Finder Gov.UK website where the documentation is located.
Value: |
200000 |
Published: |
2023-03-22 |
Deadline: |
2023-04-21 |
|
200000 |
2023-03-22 |
2023-04-21 |
|
Aerospace Composite Tooling Suite
UK
Bristol
University of Bristol
The NCC require the design, manufacture and supply of a tool for a forming manufacturing process using dry fibre non-crimp fabric (NCF) of a complex aerospace component. The component is approximately 6000mm x 750mm and up to 20mm thick. It is expected that process development will be carried out on the same tooling for a smaller component.
Value: |
|
Published: |
2023-03-22 |
Deadline: |
2023-04-07 |
|
|
2023-03-22 |
2023-04-07 |
|
Enterprise Level Information Communication Technology (ICT) Solutions 2023 Digital Technology Framework Agreement (ComIT 3 – Complete IT 3)
UK
Edgbaston, Birmingham
HealthTrust Europe LLP (HTE) acting on behalf of the Mid and South Essex NHS Foundation Trust (“Auth
The annual spend through the existing ICT Solutions 2019 Framework Agreement is estimated to be £2,063,000,000.00 (based on spend data September 2019 - January 2023). The estimated spend for this Framework Agreement is £6,000,000,000.00 over the 4 year duration.TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this framework agreement and any resulting call-off contracts is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this framework agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE. SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION. This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs open to any registered supplier. Click on the relevant SQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the on-screen instructions to complete the SQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e Tendering Help Desk at help@bravosolution.co.uk. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the SQ on HTE's Bravo portal. Candidates must complete the Qualification & Technical Envelopes of the SQ in Bravo in full.
Value: |
6000000000 |
Published: |
2023-03-22 |
Deadline: |
2023-04-19 |
|
6000000000 |
2023-03-22 |
2023-04-19 |
|
FM1746 Biomass Service and Maintenance
UK
Trowbridge
Wiltshire Council
Wiltshire Council own and manage a portfolio of Biomass pellet boilers that serve a collection of Schools and Leisure Centres. There are eighteen installations comprising of twenty-nine boilers from varying manufacturers. The boilers provide space, water and swimming pool heating and are therefore integral to the operation of the council’s building estate.Wiltshire Council has a requirement for Biomass Servicing & Maintenance, and is therefore seeking quotations from suitably experienced and qualified Contractors to provide scheduled servicing and maintenance across the biomass portfolio including associated ancillary equipment and other miscellaneous equipment installed on Wiltshire Council controlled premises. This includes an annual Silo clean and biannual flue clean.The contractor is expected to ensure that the boiler systems are maintained in a safe condition, ensuring their continuous function, and preventing the risk of injury to any person or damage to any property. The Contractor shall also provide an emergency breakdown repair service (including out of hours response), and regular ash clearance from site.The contract will require the appointed company to have the skills and experience to work with all biomass boiler makes and models on the council’s portfolio (see below). Furthermore, they will have experience of maintaining biomass pellet boilers (not just chip boilers) and of working with commercial scale boilers in large, complex operational buildings.It is a requirement of the tender that the winning contractor be registered as a HETAS Approved Biomass Maintenance Scheme company.Well maintained biomass systems ensure the heating and continued operation of council facilities. They also ensure that the Renewable Heat Incentive subsidy is guaranteed and that the costs of maintaining and fuelling the boilers are therefore subsidised.Furthermore, well maintained boilers ensure that the associated emissions from burning biomass pellets are kept at regulated and compliant levels.The continued operation of efficient biomass boilers is, in fact, part of the agreed aims of the councils published Climate Strategy.A prompt and competent reactive maintenance service will ensure that a building remains open and usable and that any heating failures do not affect the operational capacity of the building.The list of boiler makes and models is as follows:Hargassner HSV 58Windhager BioWin 60Hargassner Eco PK 330Hargassner Eco-PK 225kWETA PC50Froling TX 200Remeha Gilles HPK- RA 75Hargassner HSV 200Hoval STU425Hargassner HSV 109Froling T4 pelletPelletfire PlusThe successful contractor must have a high degree of technical knowledge and expertise in the pellet boiler field and be able to respond within a sufficient timescale to emergency breakdown call outs. Specifically, it is expected that the contractor will seek to:• Raise the standard of maintenance to include proactive attention• Conform to manufacturers guidelines• Standardise cyclical maintenance activity• Increase standardisation of equipment and systems across the biomass portfolio• Purpose improvements and resilience of boilers in the biomass portfolio• Raise the level of compliance assurance within the biomass portfolio• Provide out of hours and reactive cover• Provide a detailed Planned Preventative Maintenance Schedule• Ensuring the service efficiency• Ensure an annual flue cleaning service• Ensure an annual pellet silo cleaning service• Ensure a regular ash disposal serviceThe council currently has 16 sites that are RHI accredited and the successful contractor is expected to have a thorough understanding of the requirements of the RHI scheme, particularly for a ‘complex’ system, in order to ensure that those boilers are ma
Value: |
|
Published: |
2023-03-22 |
Deadline: |
2023-05-04 |
|
|
2023-03-22 |
2023-05-04 |
|
WCC - Dynamic Purchasing System for Bus Transport Services
UK
Warwick
Warwickshire County Council
The Dynamic Purchasing System will be used for the provision of bus transport services for home to school and local bus services. Passenger assistants may be required on some routes.Once a Supplier has successfully completed their application to the DPS, operators will be advised of the opportunities available as and when they arise. Operators 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 within the DPS approved Supplier list will be informed of the opportunity, but can choose whether or not to bid on an individual basis).Tender opportunities are likely to be offered either via an electronic auction (e-auction) exercise or via an electronic quote mechanism (currently In-Tend).Estimated value excluding VAT: £95,000,000-£150,000,000. For information, the latest annual spend figure through the current DPS was circa £13.5m.
Value: |
150000000 |
Published: |
2023-03-22 |
Deadline: |
2030-03-17 |
|
150000000 |
2023-03-22 |
2030-03-17 |
|
Short Breaks for Adults with a Learning Disability and/or Autism (West)
UK
Carlisle
Cumbria County Council
A short break (sometimes referred to as respite) is a short term, temporary service for people who are usually supported in their own or the family home by a family member or friend who is not paid for their caring tasks. The short break is beneficial to both individuals and carers as it enables the carer to have a break from their caring responsibilities and enables the individual to have a break without the carer.Short breaks complement the range of services currently available to adults with a learning disability and or autism and carers and forms part of the range of options available to meet an individual’s assessed needs. Short breaks can have a significant impact on an individual’s independence and choice by contributing to the care and support elements which maintain people in their own homes and enable carers to continue caring.The aim of a short break is to enable personalised and quality informal care and support arrangements to be sustained.A key element of the short break offer is to support an individual to gain the skills they will need for greater independence. The required short break offer is not simply a passive one of care and support, the expectation is that the Service Provider will build the service on a progression model and actively support independence.The Council is seeking to develop a long-term strategic partnership with a provider/s that are:a) A sector leader in services supporting people with a learning disability and/or autismb) Has experience of providing accommodation based regulated short break servicesc) Has a deep understanding of the needs and wishes of people with a learning disability and/or autism (including those with high and additional needs and/or physical needs), access to significant expertise, and knowledge of evidence informed best practice.d) Has a reputable, responsive, and responsible employer committed to recruiting, developing, and retaining a high quality and diverse workforce.e) Values led with a mission, purpose, and ethos aligned to those of the wider council;f) Able to add value to provision to enrich the Service offer for people, through attracting additional external funding.g) Financially sustainable with robust governance and assurance arrangements.h) Are committed to developing positive partnerships at local, regional, and national level to benefit individuals.Although the Council will award the contract to a single provider, lead provider sub-contracting consortia bids are also welcomed.The Council is seeking to commission an accessible Short Breaks service that can provide personal care and support for people with a learning disability and/or autism in West Cumbria (Allerdale and Copeland)q.The service provider/s will be registered with the Care Quality Commission (CQC) to provide care and any subsequent regulatory body for a period of 12 months before the commencement of the contract and must maintain registration with a ‘Good’ rating throughout the duration of the contract. If the inspection records a ‘Requires improvement’ rating, the provider/s will need to complete and implement an improvement plan within an agreed timeframe in accordance with the Council’s relevant policy. The service provider/s will ensure that the service provision meets the requirements set out in the Health and Social Care Act 2008 and all subsequent regulations that may succeed the above.The service will support individuals with a range of needs, including those with a physical impairment and those that can exhibit behaviour that challenges how they are supported. Positive Behavioural Support, Active Support Models and Person-centred Planning must form an integral part of service provision and the basis for organising and providing support for the activities of daily living and skills development.The service will provide a level of support which is appropriate to
Value: |
729118 |
Published: |
2023-03-22 |
Deadline: |
2023-04-11 |
|
729118 |
2023-03-22 |
2023-04-11 |
|
SSD 23 09 Derbyshire Independent Living Service (Mental Health)
UK
Matlock
Derbyshire County Council
The Mental Health, Independent Living Service will provide outcomes focused low level housing related support to enable vulnerable people to develop the skills needed to gain and maintain a tenancy and live independently in the community.Housing related support consists of non-personal care-based support, to assist people to:• support people to remain independent in the community• support people to obtain, manage and maintain their accommodation to ensure it meets their care and support needs• provide appropriate information and advice to support people to make informed decisions about current and future needs• prevent or delay people’s health or social care needs from becoming more serious• reduce the likelihood of people being admitted to hospital or residential care and support hospital discharges• create social capital and enhance personal resilience• support people to ensure their income is maximised
Value: |
|
Published: |
2023-03-22 |
Deadline: |
2023-04-17 |
|
|
2023-03-22 |
2023-04-17 |
|
Aspire Learning Learning Trust Catering Tender
UK
Leicester
Educo
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=229009.
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:229009)
Value: |
|
Published: |
2023-03-22 |
Deadline: |
|
|
|
2023-03-22 |
|
|
T Level Professional Development - Future Delivery Options
UK
London
Department for Education
T Level Professional Development – Future Delivery Options (TLPD)
Early Supplier Engagement Notice (ESE)
To note: This ESE does not signify the commencement of any competitive process and does not constitute any commitment by the Department for Education (DfE). If DfE decides to commence any competitive process(es) as contemplated by this notice, a separate notice(s) will be published at the relevant time.
Purpose of this notice
The purpose of this ESE is to inform the market that DfE is considering its options for the continued provision of professional development support to Further Education (FE) providers who deliver T Level courses.
DfE is committed to the strategic aim of the T Level programme which offers students practical and knowledge-based learning at a school or college and on-the-job experience through an industry placement. To facilitate the roll out and delivery of T Level courses, DfE has funded a professional development programme (TLPD) which has prepared and improved the capability of providers and their teachers, leaders and staff to deliver T Level courses to students. The TLPD programme mainly provides support for new T Level providers but it also provides ongoing support for providers already delivering T Level courses.
The current TLPD programme for FE providers is delivered under contract until June 2024. DfE currently consider there will be a continuing need for a TLPD programme after this date to support the delivery of newly introduced T Levels and support current providers delivering additional T Level courses. It is anticipated that the current TLPD delivery requirements will continue for a minimum period of two years, before moving to a more self-sustaining system of professional development in the longer term.
How to engage
Initially DfE is asking interested organisations to complete a questionnaire to help develop an understanding of interest in delivering TLPD and delivery considerations. Please respond to the survey by 07 April 2023 (the survey will remain open after that date for more responses). Initial analysis of the responses to the questionnaire may lead further engagement via a webinar and/or short 1-2-1 discussions in the future.
To participate in this opportunity and respond to the questionnaire please register for an account and view the “current opportunities” page at Jaggaer https://education.app.jaggaer.com and search for: “Project_7403 T Level Professional Development – Future Delivery Options. All communications with DfE at this stage will be held via Jaggaer.
Once you have located Project_7403 please confirm your interest by selecting “Express Interest” to receive full access to the opportunity. All relevant documentation will be made available in the Data Room, accessed via the “Buyer Attachments” section, under “ITT Details.”
Further Information
The main purpose of the market engagement is to provide high level background information and to obtain the view from the market to enable DfE to develop future delivery options.
Value: |
|
Published: |
2023-03-22 |
Deadline: |
|
|
|
2023-03-22 |
|
|
ID 4629334 DfE - Consumer Council - Market Research Support
UK
BELFAST
Consumer Council Northern Ireland
The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract,.. however, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting.. Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses.. incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this.. procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the.. procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator.. shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed.. by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes.. specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to. change. any or. all of them. The successful contractor’s performance on the contract will be regularly monitored. Contractors not. delivering on. contract. requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails. to reach. satisfactory. levels of contract performance they will be given a specified time to improve. If, after the specified time, they still. fail to reach. satisfactory. levels of contract performance, the matter will be escalated to senior management in CPD for further action. If. this occurs. and their. performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of. grave. professional. misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated.. The. issue of a. Notice of unsatisfactory Performance will result in the contractor being excluded from all procurement competitions. being. undertaken. by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a. period of. twelve. months from the date of issue of the Notice..
Value: |
|
Published: |
2023-03-22 |
Deadline: |
|
|
|
2023-03-22 |
|
|
Microfibre Cleaning Systems
UK
Belfast
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). The value stated in II.1.5) is the lowest value in the following range for all Lots combined 3,361,732 - 5,042,598 GBP, which has been calculated to include all extension options and the highest value accounts for a potential increase in demand for the supplies by 50 percent. It is not a guarantee of uptake or minimum demand.
Value: |
|
Published: |
2023-03-22 |
Deadline: |
|
|
|
2023-03-22 |
|
|
LSL/MED/0144 - The Supply and support of ADEC DOU and X mind X-ray
UK
Bristol
Leidos Supply Limited
In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of LSL/MED/0144 - The Supply and support of ADEC DOU and X mind X-ray. 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: |
2023-03-21 |
Deadline: |
|
|
|
2023-03-21 |
|
|
DFI 4662795 Retail Assessments: Supermarket Off Crescent Link, Co. L’derry
UK
BELFAST
CPD - Construction Division
Due to nil tenders having been received for this competition, it is being cancelled. A new competition will be issued shortly, with amendments in line with feedback received from Post ITT Clarification No 1.
Value: |
|
Published: |
2023-03-21 |
Deadline: |
|
|
|
2023-03-21 |
|
|
CDS Co-operative Business Support Framework
UK
Glasgow
Scottish Enterprise
The purpose of this ITT is to appoint a multi supplier framework to enable access to experienced co-operative and community business advisors, as set out below, to Scottish Enterprise. It is anticipated that we will appoint up to 7 advisors to ensure that we have enough capacity and skills to meet the requirements across different co-operative business models.It is anticipated that the framework will start in early May 2023 for a period of 24 months, with the option to extend for a further 12 months if required
Value: |
165000 |
Published: |
2023-03-20 |
Deadline: |
2023-04-20 |
|
165000 |
2023-03-20 |
2023-04-20 |
|
Decarbonisation & Retrofit Framework
UK
Birchwood, Warrington
Procurement for Housing
This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website :
http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228954.
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:228954)
Value: |
|
Published: |
2023-03-20 |
Deadline: |
|
|
|
2023-03-20 |
|
|
Future Skills Programme
UK
London
Ministry of Justice
This requirement has been classified as being subject to the Light Touch Regime under the Public Contract Regulations 2015. Under the Light Touch Regime, the Authority is not obliged to observe the full requirements of the Regulations, including the detailed rules and timescales applicable to the procurement procedures covered by the Regulations. This is irrespective of the use of this standard notice (the Authority is unable to use the Light Touch Regime notice for technical compatibility reasons.
The Future Skills Programme (FSP) is separate to the HMP Academies project (procurement commenced early March 2023 https://www.find-tender.service.gov.uk/Notice/006583-2023 and Prisoner Education Service (PES) programme for which some suppliers may have already registered for market engagement. These programmes are separate but form part of our overarching ambition to ensure prisoners can access the skills and qualifications they need to get into employment on release.
The PES programme will deliver future Adult Prisoner Education Services (PES) in England. We have commenced Market Warming with a wide range of prospective suppliers, If you have not registered for PES market warming and next steps you can still obtain information - register here https://www.contractsfinder.service.gov.uk/Notice/a3b29677-949f-42c2-98be-250417ef9603 We anticipate commencing the Core Education procurement for PES this summer.
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: |
2023-03-20 |
Deadline: |
|
|
|
2023-03-20 |
|
|
Design, Supply, Installation & Commissioning of a MV Electrical Distribution System
UK
Sheffield
Glass Futures
NOTE: To register your interest in this notice and obtain any additional information please
visit the myTenders Web Site at
https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228920.
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 responses well in advance of the closing time to avoid any last minute problems.
(MT Ref:228920)
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=228920.
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:228920)
Value: |
|
Published: |
2023-03-20 |
Deadline: |
|
|
|
2023-03-20 |
|
|
Upgrading of Heating Controls at Various Falkirk Council Non-Housing Properties (VAR-8566)
UK
Falkirk
Falkirk Council
The works to 22Nr Falkirk Council properties comprise:1.The upgrade of existing Coster Control systems to Trend Controls, including the replacement of the BMS controllers at each location, with Trend Controllers, upgrade of sensors, integration of these systems and properties into the IQ Vision platform, upgrades/ re-programming of system software, provision of alarms and trend graphs for nominated services, provision of time schedules in accordance with FC requirements and the provision of graphics for each property in accordance with FC’s standards.2.The replacement of the remaining standalone controls packages with Trend Controls provision, existing packages extend to Priva, Siemens, Stafea etc, the provision of control new panels with separate power and control sections, new Trend BMS controllers, upgrade of sensors, upgrade and replacement of peripheral devices, the integration of these systems and properties into the IQ Vision platform, new system software, provision of alarms and trend graphs for nominated services, provision of time schedules in accordance with FC requirements and the provision of graphics for each property in accordance with FC’s standards.3.Replacement/alteration/reconnection of existing services ie heating, electrical, and domestic hot water controls as detailed within the project particulars.4.Re-use of the existing power cabling including reconnection and testing.5.Connections between the FC IT network and new control panels. Note new outlet dats points provided by RC.6.Works to controls and panels as per FC standard BeMS Controls Performance Specification.7.Seasonal commissioning as per FC standard BeMS Controls Performance Specification.8.BuildersworkMaking good areas where equipment removed.9.Operating and Maintenance information for the works.
Value: |
420000 |
Published: |
2023-03-17 |
Deadline: |
2023-04-11 |
|
420000 |
2023-03-17 |
2023-04-11 |
|
Supply, Implementation and Support of Health and Safety Management System for Ayrshire College
UK
Kilmarnock
Ayrshire College
Ayrshire College requires a comprehensive and integrated health and safety software solution to ensure that best practice is followed and legal requirements are met while encompassing functionality for use across the College’s multisite structure.1.The software must allow the Health, Safety and Wellbeing and Estates Teams to work effectively in real time, improving data visibility and ensuring a consistent approach to the measurement and benchmarking of risk assessments, policies and identifying and reporting on incidents, trends and gap analysis.2.The system should have the capability to record, review and report on all areas of Health, Safety and Wellbeing and Estates including Audits, Training, Investigations, Claims, Incidents/accidents and Near misses, Equipment and Inspection Checks. Unlimited user friendly access must be available for nominated employees of the college to update data and report simply and quickly.3.The system should have the ability to link to Training Records and Asset Register where applicable to capture data where an individual or equipment is involved. It is a further requirement of the system to link with associated training records and/or maintenance records or reviews.4.The system should have the capability to interface with the College’s existing systems such as iTrent – HR Management System
Value: |
88000 |
Published: |
2023-03-17 |
Deadline: |
2023-04-05 |
|
88000 |
2023-03-17 |
2023-04-05 |
|
Waste Data Solutions
UK
Stirling
Zero Waste Scotland Ltd
Zero Waste Scotland requires the provision of analytical services to support the delivery of updated national waste composition estimates of household (kerbside) waste composition; and a programme of household waste composition analysis at both the kerbside and at Household Waste and Recycling Centres (HWRC) it will also cover the requirement of any additional waste analysis that may come up within the duration of the contract.
Value: |
150000 |
Published: |
2023-03-17 |
Deadline: |
2023-04-17 |
|
150000 |
2023-03-17 |
2023-04-17 |
|
Enterprise Level Information Communication Technology (ICT) Solutions 2023 Digital Technology Framework Agreement (ComIT 3 – Complete IT 3)
UK
Edgbaston, Birmingham
HealthTrust Europe LLP (HTE) acting on behalf of the Mid and South Essex NHS Foundation Trust (“Authority/MSE”)
HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet in the weblink below are envisaged as framework agreement users: https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications
This list includes each organisation's successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisations.
Value: |
|
Published: |
2023-03-17 |
Deadline: |
|
|
|
2023-03-17 |
|
|
Pre-Operative Skin Preparation
UK
London
NHS Supply Chain
This is a Prior Information Notice only. Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd (SCCL) are commencing this tender exercise. However, please be advised that with effect from 1st May 2023, CPP LLP will no longer be acting as SCCL’s agent in relation to this procurement. Therefore, SCCL will execute the resultant framework agreement with successful bidders.
This PIN is intended to invite supplier engagement to further assist of the procurement and overall solution. It is anticipated that there will be supplier engagement which will cover the intended sourcing approach, regulatory compliance expectations within the ITT procedure and social value & carbon reduction plan requirements. To register an expression of interest for this tender opportunity please register on the Jaggaer eProcurement Portal https://nhssupplychain.app.jaggaer.com/ and express your interest in “SQ_351 - Expression Of Interest”.
Expressions of interest for the supplier engagement must be received by 13:00BST on 17 April 2023. The supplier engagement will take place in the form of a webinar and/or MS Teams Meetings and either will be arranged on or before the 20 April 2023. Supplier engagement will be carried out in accordance with Regulation 40 and 41 of the Public Contract Regulations 2015.
It is anticipated that the tender documents and Contract Notice will be published at the end of May 2023. It is intended that the Framework Agreement will be let for an initial term of 2 years, with optional extensions to not exceed a maximum 4 years overall.
Value: |
|
Published: |
2023-03-17 |
Deadline: |
|
|
|
2023-03-17 |
|
|
Procedure Packs
UK
London
NHS Supply Chain
This is a Prior Information Notice only. Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd (SCCL) are commencing this tender exercise. However, please be advised that with effect from 1st May 2023, CPP LLP will no longer be acting as SCCL’s agent in relation to this procurement. Therefore, SCCL will execute the resultant framework agreement with successful bidders.
This PIN is intended to invite supplier engagement to further assist of the procurement and overall solution. It is anticipated that there will be supplier engagement which will cover the intended sourcing approach, regulatory compliance expectations within the ITT procedure and social value & carbon reduction plan requirements. To register an expression of interest for this tender opportunity please register on the Jaggaer eProcurement Portal https://nhssupplychain.app.jaggaer.com/ and express your interest in “SQ_340 - Expression Of Interest”.
Expressions of interest for the supplier engagement must be received by 13:00BST on 17 April 2023. The supplier engagement will take place in the form of a webinar and/or MS Teams Meetings and either will be arranged on or before the 20 April 2023. Supplier engagement will be carried out in accordance with Regulation 40 and 41 of the Public Contract Regulations 2015.
It is anticipated that the tender documents and Contract Notice will be published at the end of May 2023. It is intended that the Framework Agreement will be let for an initial term of 2 years, with optional extensions to not exceed a maximum 4 years overall.
Although this PIN is not currently split into lots, the Authority reserves right to introduce a lot structure at the point of ITT publication.
Value: |
|
Published: |
2023-03-17 |
Deadline: |
|
|
|
2023-03-17 |
|
|
Supply and Distribution of Frozen Foods
UK
Coventry
The Romero Catholic Academy
The framework is being delivered through The Romero Catholic Academy and its partners
Dukefield Foodservice Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Foodservice Ltd are acting as agents of The Romero Catholic Academy in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The Romero Catholic Academy expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the Contracting Authority's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to
name any organisation that has been involved in these discussions and release any and all
specifications/discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all
Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of
participants to the framework:
Value: |
|
Published: |
2023-03-17 |
Deadline: |
|
|
|
2023-03-17 |
|
|
Distribution of Fruit and Vegetables under the School Fruit and Vegetable Scheme PIN 2024
UK
London
NHS Supply Chain
The School Fruit and Vegetable Scheme is a Government funded initiative that supplies a piece of fruit or
vegetable to all key stage 1 children (ages 4-7) in England each academic year. Currently over 16,520 primary schools (circa 2,200,000 children) take part in the scheme in England.
This framework is to establish distribution depots around the country that will undertake deliveries of nominated produce to schools.
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain: Food intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond to at the appropriate time.
Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of £18,975,000, a Framework Agreement is considered necessary to provide suitable requirements.
NHS Supply Chain: Food expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buying initiatives.
The contract will be between NHS Supply Chain: Food and the supplier, however:
1) NHS Supply Chain: Food;
2) Any NHS trust;
3) Any other NHS entity;
4) Any government department, agency or other statutory body; and/or
5) Any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the supplier for any of the supplies and/or services under the framework.
As part of its pre-tender strategy, NHS Supply Chain: Food would also like to engage with the suppliers of these products via a Request for Information (RFI). If you would like to complete the RFI document in respect of the services which are the subject of this procurement, then please follow the below instructions.
Applicants wishing to complete the RFI must register their expression of interest. The RFI document will then be sent via the Jaggaer Messages tab.
Registration:
1) Use URL https://nhssupplychain.app.jaggaer.com/web/login.html to access the NHS Supply Chain: Food e-Procurement Portal;
2) If not yet registered:
— click on the 'Register Here’ link to access the registration page,
Portal access:
If registration has been completed:
— login with URL https://nhssupplychain.app.jaggaer.com/web/login.html
— click on ‘SQs Open to All Suppliers’ to get into the main section of the system.
Expression of interest:
— On the left-hand side, click on the Globe Icon, and under Sourcing select Published Opportunities then Current Opportunities.
— express an interest by clicking on the 'Express Interest' button.
RFI sheet:
— the RFI sheet can be found under the Opportunity ‘Attachments’ section. The supplier must return a fully completed RFI sheet to NHS Supply Chain: Food through the Jaggaer messaging portal.
— applicants will then have 8 weeks from the dispatch of this notice to complete and return the request for information document.
Value: |
|
Published: |
2023-03-17 |
Deadline: |
|
|
|
2023-03-17 |
|
|
Supply of Fruit and Vegetables under the School Fruit and Vegetable Scheme PIN 2024
UK
London
NHS Supply Chain
The School Fruit and Vegetable Scheme is a Government funded initiative that supplies a piece of fruit or
vegetable to all key stage 1 children (ages 4-7) in England each academic year. Currently over 16,520 primary schools (circa 2,200,000 children) take part in the scheme in England.
This framework is to establish distribution depots around the country that will undertake deliveries of nominated produce to schools.
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain: Food intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond to at the appropriate time.
The Framework Agreement between NHS Supply Chain: Food and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not awarded to the Framework Agreement at its sole discretion.
Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of £18,975,000, a Framework Agreement is considered necessary to provide suitable requirements.
NHS Supply Chain: Food expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buying initiatives.
The contract will be between NHS Supply Chain: Food and the supplier, however:
1) NHS Supply Chain: Food;
2) Any NHS trust;
3) Any other NHS entity;
4) Any government department, agency or other statutory body; and/or
5) Any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the supplier for any of the supplies and/or services under the framework.
As detailed above, NHS Supply Chain: Food is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.
As part of its pre-tender strategy, NHS Supply Chain: Food would also like to engage with the suppliers of these products via a Request for Information (RFI). If you would like to complete the RFI document in respect of the products which are the subject of this procurement, then please follow the below instructions.
Applicants wishing to complete the RFI must register their expression of interest. The RFI document will then be sent via the Jaggaer Messages tab.
Registration:
1) Use URL https://nhssupplychain.app.jaggaer.com/web/login.html to access the NHS Supply Chain: Food e-Procurement Portal;
2) If not yet registered:
— click on the 'Register Here’ link to access the registration page,
Portal access:
If registration has been completed:
— login with URL https://nhssupplychain.app.jaggaer.com/web/login.html
— click on ‘SQs Open to All Suppliers’ to get into the main section of the system.
Expression of interest:
— On the left-hand side, click on the Globe Icon, and under Sourcing select Published Opportunities then Current Opportunities.
— express an interest by clicking on the 'Express Interest' button.
RFI sheet:
— the RFI sheet can be found under the Opportunity ‘Attachments’ section. The supplier must return a fully completed RFI sheet to NHS Supply Chain: Food through the Jaggaer messaging portal.
— applicants will then have 8 weeks from the dispatch of this notice to complete and return the request for information document.
Value: |
|
Published: |
2023-03-17 |
Deadline: |
|
|
|
2023-03-17 |
|
|
Framework Agreement for the Provision of Occupational Health Services to the named Academic Partners of the University of the Highlands and Islands
UK
Inverness
University of the Highlands and Islands
The named Academic Partners of the University of the Highlands and Islands wish to form a sole supplier Framework Agreement for the Provision of Occupational Health Services. For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are under no obligation to use the Framework.- UHI Executive Office- UHI Inverness- UHI Moray- UHI North Highland- UHI Outer Hebrides- UHI West Highland- Highland Theological College- Sabhal Mòr Ostaig- Scottish Association for Marine ScienceIt should be noted that UHI North Highland, UHI Outer Hebrides and UHI West Highland are expected to merge into one institution in the summer of 2023. In the event this merger takes place, the newly formed institution will have access to this contract.Each named Academic Partner may join the Framework Agreement at any time during the Framework Agreement, for some this will be when their existing supply Agreements expire; this means that from the beginning of the Framework Agreement, participation may be phased in.The Contractor shall be able to provide occupational health services in the following areas:- Management Referral- Health surveillance services /vocational screening- Immunisations Services- Physiotherapy Services- Telephone Advisory Service- Pre-Employment Assessment and Fitness for Employment- Assessments relating to reasonable adjustments- Preparation of Occupational Health policies, standards and procedures in liaison with clinical governance- Liaise with personnel of named Academic Partners and be present at meetings and events of requested- Specialist support services (including blood borne viruses, mental health (including early intervention) and drug/alcohol referrals and support, and as required, testing as part of ongoing programme)- In liaison with the Quality and Clinical Standards team ensure pathways and Clinical protocols for managing frequently occurring conditions e.g. stress, muscular-skeletal symptoms are deployed consistently- Deliver annual health promotion campaigns- Ongoing promotion of service availability to staffPlease note that the named Academic Partner may, at its own discretion, request the Contractor to provide additional, related services if required during the lifetime of the Framework Agreement.Appointments will be provided by telephone, video call or face to face.Face to face sessions shall either be provided at each of the main campuses between the office hours of 08:30 and 17:00 Monday to Friday, or alternatively, the Contractor shall be expected to have a provision local to the named Academic Partner that ensures that staff members accessing the service are not required to travel long distances for any appointments or consultations. For the purpose of clarification, service provision must be accessible via public transport and the journey must not exceed one (1) hour in duration.Video call or telephone sessions should only take place instead of a face-to-face appointment when this is deemed to be appropriate by the Contractor. Justification must be provided to the representative of the named Academic Partner, and agreement given by the relevant staff member whose appointment the decision relates to.It should be noted that the number of face-to-face appointments for Management Referral on an annual basis is anticipated to be very limited. A breakdown of historic face-to-face appointments is provided in the tender documentation. Although face-to-face service delivery is rarely required, it is crucial that it is available, in the event it is necessary.Additional detail regarding this requirement is contained within the Invitation to Tender document and as
Value: |
|
Published: |
2023-03-16 |
Deadline: |
2023-04-19 |
|
|
2023-03-16 |
2023-04-19 |
|
Western Riverside Waste Authority - Procurement of Legal Advice
UK
London
Western Riverside Waste Authority
The Authority wishes to appoint an external legal adviser to assist it in:- The management of its existing waste contract with Cory Environmental Limited that expires in 2032, this shall include work on a Residual Value agreement contained within the existing contract;- The development of a new waste strategy and the procurement of new waste management arrangements to be implemented post 2032;- The potential purchase of land for the development of a new waste transfer station with scope for over site development; and- Extracting best value from its land holdings generally.Advice and support will be expected to be provided on a range of subjects, potentially over the next decade.
Value: |
4000000 |
Published: |
2023-03-16 |
Deadline: |
2023-04-13 |
|
4000000 |
2023-03-16 |
2023-04-13 |
|
CWC23032 Provision of Management Services of Energy from Waste Plant
UK
Wolverhampton
Wolverhampton City Council
The Council is seeking a Supplier who shall be able to transfer and hold the Environmental Permit for the site and comply with the EA requirements, as well as provide the appropriate technical and competent management of the facility on a day-to-day basis.The council owns an operational purpose built Energy from Waste (EfW) plant located at Crown Street, Wolverhampton.The council requires the supplier to provide competent technical oversight and comprehensive Management services for the delivery of the daily operational supervision of the council’s Energy from Waste plant, which will include day to day responsibility for managing the council’s workforce at the plant.The Contractor will need to be able to transfer the Environmental Permit for the site and comply with the EA requirements, as well as provide the appropriate technical and competent management of the facility on a day to day basis.The estimated Annual value will be £7 Million with a total contract value (if extensions are made) will be £28 Million. Please note that this estimated figure is higher than the Council wishes to pay, but is needed to take into consideration any future increases due to inflation.The Supplier may agree with the Council during the term of the Contract to directly employ the dedicated labour force currently employed by the Council at the plant(‘Labour Transfer Agreement’). Negotiation of such a Labour Transfer Agreement is not an obligation upon either party. If such a Labour Transfer Agreement is made it will be made as a variation to this Contract.Please Note: If this option was taken during the contract period then the estimated value of the contract would be £8.9 million per annum, which is the figure that has been used for the estimated contract value advertised.This will be for an initial 2 (Two Year) period, with the option to extend for a further 2 (Two) x 1 (one) year periods.A bidders day has been included within the tendering process, to allow Interested organisations to view the Energy from Waste site. This will be held on Thursday 23rd March and any organisation wishing to attend should register their interest via the Due North messaging portal, by 12:00 Noon on 21st March 2023.
Value: |
|
Published: |
2023-03-16 |
Deadline: |
2023-04-14 |
|
|
2023-03-16 |
2023-04-14 |
|
Provision of Provision of Events Services Framework Agreement for NMIS Group and IBioIC
UK
Glasgow
University of Strathclyde
On behalf of the National Manufacturing Institute Scotland (NMIS) Group and the Industrial Biotechnology Innovation Centre (IBioIC), the University of Strathclyde is putting in place a multi-lot, multi-supplier Framework Agreement for Event Services.This framework will cover the following:- Fully Managed Events Service (NMIS)- Fully Managed Events Service (IBioIC)- Stand Design and Build- Event StagingIt should be noted whilst this framework is intended to be used primarily by NMIS Group and IBioIC, it will be available for other areas of the University to use if their requirements fit within the framework.
Value: |
1580000 |
Published: |
2023-03-16 |
Deadline: |
2023-04-17 |
|
1580000 |
2023-03-16 |
2023-04-17 |
|
GLENSHEE SNOWSPORTS TOILET REPLACEMENT
UK
Aberdeen
Aberdeenshire Council
Aberdeenshire Council require competitive tenders of suitably qualified contractors to complete the demolition of the existing toilet block and stairwell at Glenshee Ski Centre and replacement with a new facility. It comprises of an extension being built on to the existing Café which will house Thirteen WCs, a disabled WC, seven urinals, a shower and a disabled shower. The extension also includes a store/plant room to house new ground source heating boilers and new stairwell to upper floor accommodation. Bike racks with e-bike charging points will be installed in front of the new building, Facilities for the disposal of grey and black waste water from camper vans, will also be provided. The overall extension area is 345m2.
Value: |
750000 |
Published: |
2023-03-16 |
Deadline: |
2023-04-14 |
|
750000 |
2023-03-16 |
2023-04-14 |
|
The Provision of Green Waste Collection and Treatment Services
UK
Ebbw Vale
Blaenau Gwent County Borough Council
Blaenau Gwent County Borough Council (BGCBC), hereinafter referred to as the Authority, invites Tenders, in accordance with the Authority’s Requirements and subject to the attached terms and conditions to set up a contractual agreement for Green Waste treatment and associated transportation costs. The main aim of the contract is to manage green wastes in line with the waste hierarchy.At the conclusion of the procurement exercise, it is the Council’s intention to award a contract for an initial period of three (3) years with an option to extend for a further period of two (2) years, reviewable on an annual basis subject to performance and funding.
Value: |
400000 |
Published: |
2023-03-16 |
Deadline: |
2023-04-20 |
|
400000 |
2023-03-16 |
2023-04-20 |
|
HCC - 03/23 - The Provision of Camera Enforcement Services for Bus Lane and Moving Traffic Contraventions
UK
Hertford
Hertfordshire County Council
Hertfordshire County Council is currently out to procurement for Camera Enforcement Services for Bus Lane and Moving Traffic ContraventionsThe highway network provides one of the most important and valuable public facilities for Hertfordshire and it is continuously occupied for place, movement and asset management purposes. The competing and sometimes conflicting demands for use of the highway far outstrips its capacity and, therefore the network needs to be managed actively. In some cases, pro-active enforcement will be necessary to ensure that the local traffic management objectives are achieved.The Council is looking to undertake camera enforcement of bus lanes, bus gates and other moving traffic offences from early 2023. The necessary powers for unattended camera enforcement of bus lanes and gates were obtained in 2007 but enforcement is not currently undertaken. The Council is preparing to seek powers under Part 6 of the Traffic Management Act (2004) for the civil enforcement of other moving traffic offencesTo support this ambition the Council wants to procure an optimum service from a single end-to-end provider through a four-year contract, extendable to seven years.Please refer to Schedule 1 of the Contract- Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home This procurement is an open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 21st April 2023Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.The use of Lots has been considered for this procurement, but have not been used, because the Council requires an end to end’ holistic service from a single supplier, who will manage the internal interfaces or the supply chain themselves.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Please note the value referred to in II.2.6 below is the total value inclusive of any extension
Value: |
24000000 |
Published: |
2023-03-16 |
Deadline: |
2023-04-21 |
|
24000000 |
2023-03-16 |
2023-04-21 |
|
Tender for Office Supplies & Educational Furniture - The Active Learning Trust
UK
Chatteris
The Active Learning Trust
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228911.
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:228911)
Value: |
|
Published: |
2023-03-16 |
Deadline: |
|
|
|
2023-03-16 |
|
|
IG Support and Data Protection Officer Service to the Norfolk and Waveney GP Practices
UK
Norwich
NHS Norfolk & Waveney Integrated Care Board
NHS NWICB invite bids from suitably qualified suppliers to provide information governance advice and guidance support service, together with a named Data Protection Officer. <br/>The requirement will include:<br/>Data breaches<br/>• The provision of advice and/or support to practices on the investigation of possible information security breaches and incidents.<br/>• Advice on incident/breach assessment and reporting via the incident reporting tool within the DSPT to NHS England and reporting to the ICO (dependent upon severity of incident).<br/>• Advice on assessment and reporting via the incident reporting tool within the DSPT to NHS England and ICO (dependent upon nature and severity of the breach).<br/>• Advice on post-incident reviews and recommended actions for practice implementation.<br/>To lead or direct data breach reviews and investigations where highly specialist knowledge is required or complex multi–party issues are involved.<br/>Service Provider as data processor will:<br/>• To take action immediately following a data breach or a near miss, alerting promptly the practice as data controller and with a report made to the senior management within the ICB and the practice within 12 (working) hours of detection.<br/>• Report data breaches in line with NHS guidance (using the incident reporting tool within the DSPT) and legal requirements immediately following detection.<br/>• Provide a Lessons Learned Report (with relevant action plan as appropriate) to the ICB within 2 weeks of the recorded resolution of the incident.<br/>IG Policy Support <br/>• Support for the production and maintenance of local information governance policies and procedures for practices. Provision of advice and support to practices on approval, ratification and adoption of the policies for their organisation.<br/>Support for the Data Security and Protection Toolkit compliance<br/>• Provide advice and guidance to practices on how to complete the DSPT, including the collection and collation of evidence in support of DSPT submissions. Provide practices with evidence required for DSPT where this is held by the ICB or its commissioned IT providers.<br/>• Monitor DSPT compliance of practices and provide the ICB with details of any non-compliance with practice action plans.<br/>IG consultancy and support<br/>• Provision of advice, guidance and support on IG related issues, including existing operational processes and procedures or new business initiatives. Advice and guidance on personal data access (but not extending to legal advice). <br/>Data Protection Officer (DPO) Support<br/>Provision of advice, guidance and support on IG related issues including existing operational processes and procedures or new business initiatives to support practice designated Data Protection Officers including existing operational processes and procedures or new business initiatives. To include<br/>• Access for Practices during normal service hours to specialist qualified advice on GDPR matters.<br/>• Advice on compliance with GDPR obligations<br/>• Advice reflecting national guidance on GDPR compliance as it is published.<br/>• A review at least annually to identify and improve processes which have caused breaches or near misses, or which force staff to use workarounds which compromise data security. This may for example be a facilitated workshop at ICB level which would encourage shared learning.<br/>A Data Protection Officer will be available (in addition the DPO support service) for practices to designate as their Data Protection Officer. A named Data Protection Officer could be shared between several practices. Note: Practices may choose to make their own DPO arrangements at their own cost.<br/>• To act as the practice designated Data Protection Officer, providing:<br/>o Specialist qualified advice on UK
Value: |
360000 |
Published: |
2023-03-16 |
Deadline: |
2023-04-13 |
|
360000 |
2023-03-16 |
2023-04-13 |
|
Private Medical Insurance Brokerage Services
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=228963.
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:228963)
Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=228963]]
Value: |
|
Published: |
2023-03-16 |
Deadline: |
|
|
|
2023-03-16 |
|
|
DFE SERC - SUPPLY AND DELIVERY OF METAL AND WELDING MATERIALS
UK
Newtownards
South Eastern Regional College
The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored Contractors not delivering on contract......... requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory......... levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach.... satisfactory..... levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this... occurs. and 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 this Contract may... be terminated.. A central.. register.... of such Notices for supplies and services contracts will be maintained and published on the... CPD website. Any. contractor in.. receipt of a... Notice of Unsatisfactory Performance will be required to declare this in future tender... submissions for a. period of three.. years from the... date of issue of the Notice. It may also result in the contractor being excluded from... all procurement. competitions being.. undertaken by... Centres of Procurement Expertise on behalf of bodies covered by the Northern... Ireland Procurement. Policy.
Value: |
|
Published: |
2023-03-16 |
Deadline: |
|
|
|
2023-03-16 |
|
|
Provision of a Hosted HR System and Fully Managed Payroll Service
UK
Cranbrook
Ted Wragg Trust
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228908.
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:228908)
Value: |
|
Published: |
2023-03-16 |
Deadline: |
|
|
|
2023-03-16 |
|
|
RSPB Loch Leven - Sleeping Giants Path, Remedial Works
UK
Edinburgh
RSPB Scotland
In February 2021, a landslide (approx. 40m2) occurred on a steep section of the Sleeping Giants Path on RSPB land, following what appears to have been a build-up of water runoff from the higher sections of path. This contract is to undertake the remedial earthworks for that landslide including construction of a gabion wall to support and reinstate the failure. It also includes the reinstatement of drainage channels, installation of cross drains and culverts and resurfacing the path where necessary along its length on RSPB land.
Value: |
|
Published: |
2023-03-15 |
Deadline: |
2023-04-21 |
|
|
2023-03-15 |
2023-04-21 |
|
Framework Agreement for the Provision of Occupational Health Services to the named Academic Partners of the University of the Highlands and Islands
UK
Inverness
University of the Highlands and Islands
The named Academic Partners of the University of the Highlands and Islands wish to form a sole supplier Framework Agreement for the Provision of Occupational Health Services. For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are under no obligation to use the Framework.- UHI Executive Office- UHI Inverness- UHI Moray- UHI North Highland- UHI Outer Hebrides- UHI West Highland- Highland Theological College- Sabhal Mòr Ostaig- Scottish Association for Marine ScienceIt should be noted that UHI North Highland, UHI Outer Hebrides and UHI West Highland are expected to merge into one institution in the summer of 2023. In the event this merger takes place, the newly formed institution will have access to this contract.Each named Academic Partner may join the Framework Agreement at any time during the Framework Agreement, for some this will be when their existing supply Agreements expire; this means that from the beginning of the Framework Agreement, participation may be phased in.
Value: |
|
Published: |
2023-03-15 |
Deadline: |
2023-04-19 |
|
|
2023-03-15 |
2023-04-19 |
|
UKRI-2810 Landscaping Services Daresbury Laboratory
UK
Swindon
UK Research & Innovation
The aim of this procurement is for UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) to contract with a Service Provider to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Grounds maintenance across the STFC Daresbury Laboratory Estates. We are looking to contract with a specialist Grounds Maintenance Service Provider who has technical capability to deliver all aspects of the services. Preferably, they should have the direct in-house labour to be able to maintain the site areas.The estimated value of the opportunity is up to £620,000 excl. VAT across a potential 4 year term, broken down approximately as follows:Planned Preventative Maintenance: up to £30,000 per yearPlanned Preventative Maintenance on additional assets: £5,000 per year Reactive and Remedial Works: up to £70,000 per year Projects works: up to £50,000 per yearUKRI STFC will be holding a site tour for this requirement. It is strongly recommended that potential suppliers attend the site tour at Daresbury Laboratory in order to gain complete clarity of the requirements and environment you would be working in.A Site tour will be held on at 14:00 on Thursday 30th March 2023 and will last no more than 2 hours. Two attendees from each supplier organisation are permitted to attend a site tour at Daresbury Laboratory.To book on to the site tour, please submit the names, email addresses and vehicle registration numbers of those attending via the message function on the Delta eSourcing Portal, along with the date you wish to attend. Please confirm your attendance no later than Tuesday 28th March 2023.
Value: |
620000 |
Published: |
2023-03-15 |
Deadline: |
2023-04-19 |
|
620000 |
2023-03-15 |
2023-04-19 |
|
Design, Supply, Installation & Commissioning of a LV Electrical Distribution & Emergency Backup System
UK
Sheffield
Glass Futures
NOTE: To register your interest in this notice and obtain any additional information please
visit the myTenders Web Site at
https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228882.
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 responses well in advance of the closing time to avoid any last minute problems.
(MT Ref:228882)
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=228882.
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:228882)
Value: |
|
Published: |
2023-03-15 |
Deadline: |
|
|
|
2023-03-15 |
|
|
Lead Provider of Youth Services - Worcester City
UK
WORCESTER
Worcestershire County Council
A lead provider of youth services to work in partnership with youth service providers who are:• From the voluntary and community sector and other appropriate organisations that can evidence a track record of working with the target age range, as individuals and in groups.• Working in or able to work in or with local areas where young people in the district are more likely to experience poorer life outcomes or are part of minority groups. • Able to demonstrate that they have a record of delivering evidence-based approaches that support positive outcomes for young people's social and emotional learning.There is scope for these organisations to be innovative and try new and creative approaches to activity-based social and emotional learning, provided that it is openly accessible to young people in priority areas and there is a commitment to evaluate it, identify and measure outcomes and impact using evidence-based methods and tools.
Value: |
516000 |
Published: |
2023-03-15 |
Deadline: |
2023-04-28 |
|
516000 |
2023-03-15 |
2023-04-28 |
|
ID 4481944 - DOJ – FSNI - Supply, Delivery, Installation, Commissioning and Maintenance of a Benchtop Chemical Vapour (Disulfur dinitride - S2N2) Fingerprint Development System
UK
BELFAST
Department of Justice
Contract monitoring: the successful contractor’s performance on the contract will be. regularly monitored. Contractors not delivering on contract requirements is a serious matter.. It means the public purse is not getting what it is paying for. If a contractor fails to reach. satisfactory levels of contract performance they will be given a specified time to improve. If,. after the specified time, they still fail to reach satisfactory levels of contract performance,. the matter will be escalated to senior management in 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: |
2023-03-14 |
Deadline: |
|
|
|
2023-03-14 |
|
|
Adversary Simulation (Red / Purple Team Exercises)
UK
LONDON
NATIONAL GRID UK LIMITED
We use the Achilles Utilities Vendor Database (UVDB) when compiling lists of potential suppliers for our goods and services requirements. For the majority of our purchases, it is a condition of supplying to National Grid that suppliers are registered on the UVDB.
We expect to release the PQQ on Achilles at the beginning of April 2023. Please ensure you are registered on Achilles and visible under the UVDB code: 2.1.23 Cyber Security Consulting or Services in order to participate in this tender. The PQQ will not be available to suppliers who are not registered on Achilles under this code.
More information can be found at:
https://www.nationalgrid.com/suppliers/new-suppliers
https://www.achilles.com/community/uvdb/
Value: |
|
Published: |
2023-03-14 |
Deadline: |
|
|
|
2023-03-14 |
|
|
Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023
UK
LONDON
Transport for London
TfL is conducting this procurement pursuant to the PCR 2015.
TfL is conducting this procurement process to identify a Contractor for the Woolwich Ferry - Docking, Class Renewal, Maintenance and Repair 2023 in line with the processes and stages set out in the ITT. It is therefore important that Tenderers raise any queries regarding the ITT and accompanying volumes, including the Scope of Worksand the contract, with TfL as soon as practicable and in accordance with the proposed timetable for clarification questions set out in the instructions.
Tenderers are required to respond to all sections of the Capability Assessment and the ITT and must submit in accordance with the instructions within the ITT. Variants will not be accepted. Tenders must remain capable of acceptance in accordance with the ITT for a period of 6 months from the date stated in the ITT.
Each response must be submitted electronically via the e-Tendering portal
Information about authorised persons and opening procedure:
Tender Submissions will be checked initially for compliance with the ITT and for completeness. Clarification may be sought from Tenderers. TfL reserves the right to reject any Tenders that are not, upon receipt, compliant with, and in the format specified in the ITT. It is recommended that the Tenderer undertakes its own checks for content and compliance before submitting the Tender.
TfL reserves the right without notice to change the procurement process detailed in the ITT or to amend the information provided, including, but not limited to, changing the timetable, the scope and nature of the procurement and the procurement process. This will be subject to the normal rules of public law and transparency.
Moreover, TfL reserves the right to provide further information or to supplement and / or to amend the procurement process for the ITT. Tenderers enter this procurement process at their own risk. TfL shall not accept liability nor reimburse a tenderer for any costs or losses it incurs in relation to its participation in the procurement process, regardless of whether or not TfL has made changes to the procurement process.
TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise.
The Contracting Authority strongly encourages those interested in tendering to undertake their activities in line with Responsible Procurement principles. Further information on TfL's Responsible Procurement policies can be found on the following website: https://tfl.gov.uk/corporate/publications-and-reports/procurement-information.
The UK government has announced its commitment to greater data transparency. Accordingly, TfL reserves the right to publishing its tender documents, contracts and data from invoices received. In doing so, TfL may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004.
To request access to the procurement documents, please contact the person named in section I.1.
Further information on TfL may be found at www.tfl.gov.uk.
Value: |
|
Published: |
2023-03-14 |
Deadline: |
|
|
|
2023-03-14 |
|
|
Marine Subsea Survey DPS
UK
Glasgow
SSE plc
Scottish Hydro Electric Transmission PLC (“SHET”) is inviting interested parties to apply to join the Sub Sea Marine Survey Dynamic Purchasing System (DPS) which is being issued by SHET in connection with the DPS procurement process conducted in accordance with the Utilities Contracts (Scotland) Regulations 2016 in relation to HVDC Projects. SHET is seeking to appoint a number of specialists Subsea Marine Survey companies to the DPS who can offer some or all of the required services & equipment that goes into subsea marine surveying. Project Background "The British Energy Security Strategy set out the Government's ambition to connect up to 50GW of offshore generation to the electricity network by 2030. In response to this Ofgem have outlined a new Accelerated Strategic Transmission Investment (ASTI) framework. This sets out a streamlined approach to the regulatory approval and funding process to facilitate accelerated delivery by transmission owners. To support this ambition SHET are proposing to set up a Dynamic Purchasing System (DPS) for expected and future marine surveys. The project surveys SHET are looking to award through this DPS include: 1. Spittal to Peterhead 2GW HVDC Link - c. 200 km offshore cable route, landfall locations not yet determined 2. Beauly to Arnish 1.8GW HVDC Link - c. 75 km offshore cable, landfall locations Dundonnel, South of Ullapool and Arnish, Lewis These survey scopes are planned for execution in 2023. Offshore Grid - an offshore network of at least 3 cable routes connecting offshore platforms. The routes for these are to be determined but provisional distances are: 3. Fiddes to an offshore platform E1a location c. 100 km 4. Offshore Platform E1a to Offshore platform R4_1 c. 275 km 5. Offshore Platform R4_1 to Creyke Beck c. 200 km These survey scopes are planned for execution in 2024. Further survey scopes are expected with a minimum of 650km of geophysical and geotechnical survey being planned by SHET in support of the Holistic Network Design (HND). The lengths and co-ordinates will be confirmed in Stage 2 of the DPS process and upon the Company issuing an RFP/Call Off Scope of Work Documents to all suppliers appointed to the DPS. The DPS process is to establish market capability to carry out the required works within the time period indicated. It is SHET's intent to follow up Stage 1 of the DPS Application process with Stage 2 which is a tendering process with a view to award a Marine Seabed Survey contract for each project based on a detailed RFP/Call Off process. The survey scope of work covers geophysical, geotechnical, UXO, topographic and environmental sampling & testing. This DPS application sets out the information which is required by the SHET Evaluation Team in order to assess the suitability of potential Applicants in terms of their: • Knowledge and past experience on similar projects. • Available Resources and Capabilities. • Organisation, Economic, Legal and Financial standing; and • Health, Safety and Environment Standards. • Management and Quality Systems.
Value: |
120000000 |
Published: |
2023-03-14 |
Deadline: |
2031-03-14 |
|
120000000 |
2023-03-14 |
2031-03-14 |
|
Framework Agreement for the provision of Legal Services
UK
Edgbaston, Birmingham
HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")
Please provide a detailed description of the notice you are adding:Establishment of Legal Services 2023 Framework Agreement. Requires all awarded suppliers to be able to cover all mandatory specialisms of law as outlined below to the required standard:• Corporate• Healthcare including Mental Health Law• Commercial• Employment• Real Estate and Property Law• Cyber, Data Protection and Information Law• Finance• Environmental, Social and Governance (ESG)There are, in addition, a number of specialist areas of law which are deemed optional, please see below:• Procurement• Intellectual Property, IT, Telecoms, Media and eCommerce Law• International Law• Tax• Mergers & Acquisitions• Litigation, Dispute Resolution, Arbitration and Investigations• Education• Public Sector Law• Private Finance Initiatives (PFI) and Public Private Partnerships (PPP)• Immigration• Social Care• Child law• Charities LawWhich suppliers will be able to provide under the Framework Agreement providing they meet the minimum capability score.TERMS AND CONDITIONS/ACTIVITY BASED INCOME (ABI) The terms and conditions of this frameworkagreement and any resulting call-off contract is appended to the ITT. These terms include provisionsrequiring the payment by the supplier of an ABI management charge in consideration of the award of thisframework agreement, The management and administration by HTE of the overall contract structure andassociated documentation,as well as the requirement to submit regular management information to HTE.SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION This exercise will beconducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions ofinterest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Log into theportal with username/password. Click the SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs opento any registered supplier. Click on the relevant SQ/ITT to access the content. Click the Express Interestbutton at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access anyattachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the on screen instructions tocomplete the SQ/ITT. Submit your reply using the Submit Response button at the top of the page. If yourequire any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk. Sid4GovHTE utilises the sid4gov supplier information database. Candidates should register on sid4gov athttps://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile forpublication on the database. Candidates already registered on sid4gov must ensure information is up to date.Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk.Please note that sid4gov does not prepopulate any fields of the SQ on HTE's Bravo portal. Candidates mustcomplete the Qualification & Technical Envelopes of the SQ in Bravo in full.
Value: |
40000000 |
Published: |
2023-03-14 |
Deadline: |
2023-04-11 |
|
40000000 |
2023-03-14 |
2023-04-11 |
|
AFBI - Provision of Field Surveyors
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: |
2023-03-14 |
Deadline: |
|
|
|
2023-03-14 |
|
|
Over Skate Park
UK
Over
Over Parish Council
We are looking for an innovative design that makes good use of the space and available budget, and should be suitable for all ages. The new skate park should cater for skateboards, skaters, scooters and BMX with a mix of bowl and street features accessible to beginners, while providing come of interest to advanced users. The layout should provide enough distinction between seating and wheeled sports, age and ability to avoid user conflict, whilst maintaining good flow and transfers between different areas. The wheeled sports elements could be constructed from concrete or other suitable materials (not metal or wood) which could allow a variety of complementary materials (including recycled / sustainable products), colours, textures and appropriate drainage should be integrated into the design.The location of the playpark, near the skate park, should be considered within the design brief. An access path is required, to connect the skate park with the existing path network. Designs should be sensitive and appropriate for the local setting.It is important that the skate park and in particular, the shelter is designed so that antisocial behaviour is discouraged.The design for the skatepark must meet the current safety requirements and the cost of a RoSPA design stage review and post construction inspection for safety (it will be essential that construction passes this inspection to achieve practical completion), are to be included in the tender package cost. Any wheeled sports elements will meet the requirements of BS EN 14974:2019 Skateparks. Safety requirements and test methods.
Value: |
|
Published: |
2023-03-14 |
Deadline: |
|
|
|
2023-03-14 |
|
|
Salisbury Sq Development (SSD) Facade Consultancy Services
UK
London
City of London Corporation
The Employer has separately appointed other CMT members which are considered as part of the project wider CMT function including the following:• Primary CMT- Architectural/Civil & Structural/MEP• Specialist CMT – Security (incl. blast/ ballistics) consultant• Specialist CMT – Landscaping architect• Specialist CMT – Conservation architect for the Listed Building 2-7SC• Specialist CMT – Waterproofing concrete consultantOther than leading on technical coordination and interfaces that would be necessarily required between the relevant specialist CMT consultants and the primary CMT when performing the CMT duties, the specialist CMT - Facade consultant have neither contractual nor financial responsibilities for other CMT consultants.During Stage 5 the CMT would normally be expected to review the key documents only of the Contractor’s detailed design identified by each discipline (e.g. by a percentage of all design documents submitted by the Contractor no more than 25% generally based on best practice). It is up to the CMT disciplines to work out their own proposal and provide appropriate resources.The specialist CMT- Facade consultant is expected to provide appropriate resources required to cover the relevant period associated with façade works within the overall contract programme (May 2023 - September 2026) plus 12 months of soft landings period post practical completion.
Value: |
200000 |
Published: |
2023-03-14 |
Deadline: |
2023-04-12 |
|
200000 |
2023-03-14 |
2023-04-12 |
|
Cloch Housing Association - Two Year Framework Agreement for Void Property Works
UK
Greenock
Cloch Housing Association Ltd
Cloch Housing Association are seeking to establish a Two Year Framework Agreement with a maximum of four suitably experienced and qualified Service Providers for the provision of Void Property Works to residential dwellings. It is envisaged that the Framework Agreement will commence by Thursday 1st June 2023 and will operate for a maximum of two years (with the option of annual 12 month extensions up to a maximum of a further two years) and will be delivered throughout Inverclyde. The estimated value of the Two Year Framework Agreement is 800,000 GBP and the estimated annual value of each 12 month optional extension is 400,000 GBP. The total estimated value for the potential four year length of the Framework Agreement is 1,600,000 GBP (inclusive of the two twelve month optional extensions).It is the intention of Cloch Housing Association to hold a ‘Meet the Buyer and Contractors Workshop Event’ during the tender period. The Event will be fee of charge and shall provide an overview of the Framework Agreement requirements, Cloch Housing Association’s aspirations, a summary of the procurement process and in-depth information on how to complete the tender documents and submit a bid through the Contract Notice.The ‘Meet the Buyer and Contractors Workshop Event’ will be held at 10.00GMT on Thursday 23rd March 2023 at the Beacon Arts Centre, Custom House Quay, Greenock, PA15 1HJ.Interested parties are restricted to a maximum of 2 delegates from their organisation. To record your interest, please email the names of your organisations delegates to alan.shanks@ada-cc.co.uk no later than 12:00 noon GMT on Tuesday 21st March 2023. Places will be allocated on a first come first served basis and further information on the ‘Meet the Buyer and Contractors Workshop Event’ schedule will be issued to registered delegates in advance of the 23rd March 2023. In the event of over-subscription we may restrict attendance to a single delegate per organisation.
Value: |
1600000 |
Published: |
2023-03-14 |
Deadline: |
2023-04-13 |
|
1600000 |
2023-03-14 |
2023-04-13 |
|
EDC/2022/3646 ASh Tree Roadside Survey
UK
Kirkintilloch
East Dunbartonshire Council
The Authority wishes to establish a contract for the provision of qualified arborists or ecologists to undertake an audit of roadside trees in relation to Ash Dieback within the Local Authority Boundary area. For the purposes of the present work, East Dunbartonshire Council is looking to pursue a drive by audit in late Spring/Summer in relation to trees found along the road network. It is estimated this covers circa 523 kilometres of A, B, C and U roads.
Value: |
|
Published: |
2023-03-14 |
Deadline: |
2023-03-31 |
|
|
2023-03-14 |
2023-03-31 |
|
PRJ-1261-SEL-ICB Southwark Mental Health Supported Work Environment Service
UK
London
NEL Commissioning Support Unit
Service OverviewThe service will support Southwark residents with severe mental illness (SMI) and other long-term mental health needs by providing them help and encouragement in a supported work environment.The Service will provide support service users to• develop skills that are readily usable or transferable into their daily lives, and• prepare them for open employment or vocational pursuits as appropriate.The supported work environment will consist of social enterprises run by the provider with service users deployed directly within them to develop vocational skills. The provider will also run classroom-type sessions to develop service users’ IT and interpersonal skills relevant to a work environment.The service will seek to• Improve work skills and the disciplines associated with employment.• Improve social interaction skills in order to collaborate with others and relate to people appropriately in a working environment.• Increase confidence and independence, including moving to more independent living, and decision making.• Increase employment potential.• Improve mental well-being.• Make people less reliant on mental health services• Promote greater social inclusionThe service will provide structure and purpose to service users’ daily lives and contribute to wellbeing through enhanced self-esteem. The service will also offer opportunities for individuals to develop support networks and be a vehicle for peer support.It will enable service users to continue to live within the community and contribute to their recovery and reduce the risk of a relapse including the need to be re-admitted to acute hospital care. The support offered by the service will include monitoring service users’ mental and physical health and general quality of life.Applicant must meet this criterion to be taken forward in the procurement process.
Value: |
183934 |
Published: |
2023-03-14 |
Deadline: |
|
|
183934 |
2023-03-14 |
|
|
Framework Agreement for the provision of Legal Services
UK
Edgbaston, Birmingham
HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")
HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet of the following weblink are envisaged as framework agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk). This list includes each organisation's successors and assigns, any equivalent organisations and associated organisations created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisations.
Value: |
|
Published: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
Framework Agreement for the provision of Legal Services
UK
Edgbaston, Birmingham
HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")
HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet of the following weblink are envisaged as framework agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk). This list includes each organisation's successors and assigns, any equivalent organisations and associated organisations created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisations.
Value: |
|
Published: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
Design, Supply, Installation and Commissioning of a Rolled Flat Glass Annealing Lehr and Outfeed Equipment
UK
Sheffield
Glass Futures
NOTE: To register your interest in this notice and obtain any additional information please
visit the myTenders Web Site at
https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228907.
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 responses well in advance of the closing time to avoid any last minute problems.
(MT Ref:228907)
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=228907.
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:228907)
Value: |
|
Published: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
International Market Research Services - Lot 1 Mixed Methods and Lot 2 Online Panels
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: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
Framework Agreement for the provision of Legal Services
UK
Edgbaston, Birmingham
HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")
HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet of the following weblink are envisaged as framework agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk). This list includes each organisation's successors and assigns, any equivalent organisations and associated organisations created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisations.
Value: |
|
Published: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
DfI Roads Term Contract for School Safety, 20mph zone and Vehicle Activated Signs
UK
Belfast
Department for Infrastructure
DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://etendersni.gov.uk/epps/home.do. . The successful contractor's performance on the contract will be regularly monitored. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in the department for infrastructure for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory. Performance and the contract may be terminated. The issue of a certificate of unsatisfactory performance will result in the contractor being excluded from all procurement competitions being undertaken by centres of procurement expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of 12 months from the date of issue of the certificate.
Value: |
|
Published: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
DfI TRAM T-1123 Interim Term Contract for Asphalt Resurfacing – Phase 4
UK
Belfast
Department for Infrastructure
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises. (SMEs). The evaluation of submissions (PQQPs or TPs) will be based solely on the criteria set out for the procurement, and the contract. will be awarded on the basis stated in II.2.5). All documents will only be available on line through the eTendersNI portal: (1)If your. company is not already registered on eTendersNI you may do so through the eTendersNI portal https://etendersni.gov.uk/epps/. home.do — Select the “Register as a Supplier” link and follow the on screen instructions. 2) Expression of Interest and access to tender. documentation- You may “Express an Interest” in a project and access the tender documentation via the projects CfT Menu. If you require. assistance or help to navigate the site please consult the on-line help, or contact the eTendersNI help desk. The documents may be. downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the Contracting. Authority using the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2). The Contracting Authority is. utilising an electronic tendering system to manage this procurement and to communicate with Economic Operators. Accordingly, it is. intended that all communications with the Contracting Authority, including the accessing and submission of tender responses, will be. conducted via eTendersNI. Poor Performance. As part of its contract management procedures, the Contracting Authority and their CoPE. will use the Protocol for Managing Poor Supplier Performance contained in the Procurement documentation. The protocol sets out a. series of five escalating stages to enable Contracting Authorities and their CoPEs to manage poor performance by suppliers. At Stage 4, as. an alternative to terminating the contract, senior management in the Contracting Authority/CoPE can issue a Notice of Written Warning.. At Stage 5, as an alternative to terminating the contract, a notice of unsatisfactory performance can be issued to the Economic Operator.. These notices remain current for the period of time stated in the protocol and an Economic Operator must declare, in subsequent. procurement competitions, if it has received a current Notice of Written Warning or a current Notice of Unsatisfactory Performance. within 3 years of the TP Submission Deadline. If an Economic Operator has received more than one current Notice of Written Warning. the Contracting Authority/CoPE, at its discretion, can consider an Economic Operator’s exclusion from future procurement competitions,. being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a minimum period of 12 months.. If an Economic Operator is subject to a notice of unsatisfactory performance the Contracting Authority/CoPE, at its discretion, can. consider the Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the. Northern Ireland Public Procurement Policy, for a period of 3 years. List of public bodies to which NI public procurement policy applies Department of Finance-ni.gov.uk.
Value: |
|
Published: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
School catering - Symphony Learning Trust
UK
Leicester
Symphony Learning Trust
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228877.
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:228877)
Value: |
|
Published: |
2023-03-13 |
Deadline: |
|
|
|
2023-03-13 |
|
|
Mental Welfare Commission - Case Management System
UK
Edinburgh
Mental Welfare Commission
The Mental Welfare Commission (MWC) is an independent statutory body funded by Scottish Government and charged with protecting and promoting the human rights of people with mental illness, learning disabilities, dementia, and related conditions in Scotland. Its key role is to protect the welfare of people who are vulnerable through mental disorder and one of the ways we do this is to monitor the use of the Mental Health legislation. MWC receive all notifications of detentions and other associated orders for the MHA and all welfare guardianship applications – over 40,000 notifications or forms per year.The Commission’s powers and statutory duties are outlined in the following legislation:the Mental Health (Care and Treatment) (Scotland) Act 2003the Adults with Incapacity (Scotland) Act 2000the Criminal Procedures (Scotland) Act 1995We carry out our statutory duties by focussing on five key areas of work:Influencing and empoweringVisiting individualsMonitoring the lawInvestigation and caseworkInformation and adviceWhen someone is detained, they can be deprived of their liberty and treated without their consent. This care and treatment must be regulated carefully through legislation. As part of its monitoring of how the law is being used throughout Scotland the Commission receives over 40,000 notifications, forms, and associated paperwork each year for any of the followingDetentions and other associated orders for the MHA and CPSA,All welfare guardianship and intervention order applications,Treatment and compulsion orders under these actsDue to the diversity of the work carried out by the Commission, there is a wide range of stakeholders who contribute to the completion or processing of the forms e.g.Health boards (medical records)Health and social care partnerships, specifically social work departmentsMental Health Tribunal for Scotland (MHTS)CourtsSolicitorsOffice of the Public Guardianthe Service User ( we do not use the term “patient” as not everyone who uses the services of the Commission is a patient)The new system should enable:1.Support of all business processes which support the monitoring of the application of:The Mental Health (Care and Treatment) (Scotland) Act 2003 (MHA 2003)The Adults with Incapacity (Scotland) Act 2000 (AWIA 2000)The Criminal Procedures (Scotland) Act 19952.Processing forms and episodes for all mental health and incapacity legislationOpportunities for automation will be considered on a form-by-form basis, as long as it does not adversely impact project budget or timescales3.Future business process re-engineering e.g.Automation, where possible, of the handling and recording of contact made to and by the Commission e.g. email, Royal Mail, phone calls, visits, Advice Line.Automation, where possible, of the process for managing Designated Medical Practitioners (DMPs). Includes:Directory maintenanceAvailability monitoringManaging appointmentsPayment of feesWhere possible:Process automation for managing visits; and,Process automation for managing investigation4.Management of processes, tasks & resource allocationFor an individualFor a group of individualsFor the organisation5.Management Information reportingRegular & ad-hoc reportsOn screen and physical reports for MWC staff, managers and Executive Leadership Team.Reports for external publication on the MWC website6.Document storage & management of documentation relating to cases, visits, investigations stored On IMP database and In folders on the shared FS1 drive7.A comprehensive case management solution8. Migration of data from core IT system to the [New System], includes legacy data from v5,
Value: |
4000000 |
Published: |
2023-03-11 |
Deadline: |
2023-04-11 |
|
4000000 |
2023-03-11 |
2023-04-11 |
|
UKRI-2787 Fire Safety Maintenance, Reactive and Remedial works at STFC’s Daresbury Laboratory
UK
Swindon
UK Research & Innovation
This contract will cover Fire Safety maintenance, reactive and remedial works for the Daresbury Laboratory site in Warrington. The agreement shall be in place from 17th June 2023 for an initial period of 2 years until 16th June 2025, with two optional extensions of 1 year each after the initial 2 years (2+1+1). The estimated value of the opportunity is up to £760,000 excl. VAT across a potential 4 year term, broken down approximately as follows:Planned Preventative Maintenance: up to £25,000 per yearReactive and Remedial Works: up to £110,000 per year Estimate of new assets in new buildings/assets through contract term: £5,000 per year. Projects works: up to £50,000 per yearUKRI STFC will be holding a site tour for this requirement. It is strongly recommended that potential suppliers attend the site tour at Daresbury Laboratory in order to gain complete clarity of the requirements and environment you would be working in.A Site tour will be held on at 10.00am on Thursday 30th March 2023 and will last no more than 2 hours. Two attendees from each supplier organisation are permitted to attend a site tour at Daresbury Laboratory.To book on to the site tour, please submit the names, email addresses and vehicle registration numbers of those attending via the message function on the Delta eSourcing Portal, along with the date you wish to attend. Please confirm your attendance no later than Tuesday 28th March at 12:00pm.
Value: |
760000 |
Published: |
2023-03-11 |
Deadline: |
2023-04-19 |
|
760000 |
2023-03-11 |
2023-04-19 |
|
Market Engagement - Commercial Gas Maintenance Framework
UK
Newcastle upon Tyne
Home Group
Home Group are interested in talking to the supplier market to discuss our requirements for a Commercial Gas Service Contractor Framework to service a number of properties within the UK. It is anticipated that the Contractor(s) will support a number of functions, including servicing, conducting a responsive repair service, handling emergency and out of hour service requirements. In addition, Home Group may have requirements for new installations throughout the UK.
Value: |
|
Published: |
2023-03-11 |
Deadline: |
2023-03-24 |
|
|
2023-03-11 |
2023-03-24 |
|
Southside Housing Association - Height Safety Maintenance & Testing Services, Various Addresses, Glasgow South
UK
Glasgow
Southside Housing Association Ltd
It is Southside Housing Association’s intention to enter a contract for the Inspection and Testing of the Associations Height Safety Equipment all in accordance with BS EN795, BS 7883, BS EN 13374, BS EN 14122 as appropriate and in accordance with the manufacturer’s recommendations. The services will be required at all sites identified within the Asset Register.
Value: |
|
Published: |
2023-03-10 |
Deadline: |
2023-04-10 |
|
|
2023-03-10 |
2023-04-10 |
|
Flexible Framework for Provision of Non Traditional Respite entry point 2, North Lanarkshire
UK
Motherwell
North Lanarkshire Council
North Lanarkshire Council (the “Council”) have established a Flexible Framework with external providers ("Contractors") for the provision of non traditional respite..The approach to this procurement is in accordance with Regulation 74 (Social and Other Specific Services). The maximum Framework duration was set at ten (10) years..A flexible approach to the operation of this Framework continues to apply. The Council will have annual published entry points for additional Contractors to apply to join the Framework on the same terms as original Framework. This notice relates to entry point 2..It is anticipated that full retendering will only be necessary when there is a significant change to the requirements.
Value: |
4000000 |
Published: |
2023-03-10 |
Deadline: |
2023-03-31 |
|
4000000 |
2023-03-10 |
2023-03-31 |
|
Myton School ~ Cleaning Tender
UK
Warwickshire
Myton School
The successful Supplier will be required to provide a comprehensive cleaning service to Myton School.Myton School is a large secondary school of circa 1,700 students within Warwick. During the duration of the contract, it is expected that this number will increase with the opening of a new building, currently under construction, that is due for completion during the summer of this year. The contract will commence on 01 January 2024 for an initial period of three years, with the option to extend the contract for a further two 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract, without the right to extend beyond the full five years.The scope of the contract covers all of the cleaning provision within the school and also for the new sixth form building. This includes term time daily cleaning, plus a number of weeks for holiday and periodic cleaning during non-term time to provide a deeper clean of the school and its buildings to ensure they are suitably prepared for the beginning of each academic term.The School is seeking a suitably experienced contractor who has current experience of working within the education sector, to demonstrate the knowledge and understanding of contracts of a similar size and nature. Ideally the successful Supplier will have a strong operational base within the Midlands, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.The requirement of the School is that the successful Supplier provides a clean and functioning premises, as per the specification, that is fit for purpose at all times through delivering the guaranteed level of input hours. As part of that requirement the successful Supplier is to be proactive in the management of the contract with open lines of communication. That communication must include frequent and proactively provided management information.TUPE is expected to apply and it is possible that some employees may be members of the Local Government Pension Scheme (LGPS) and therefore the successful Supplier would be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme. A robust level of onsite and offsite management support must be provided by the successful Supplier to ensure that the detailed specification is delivered on a consistent basis within the contract period. The Supplier may be asked to undertake works not included in this Specification. Aside from the cost of materials, where possible additional works should be delivered within the hours of the existing cleaning operatives or, where necessary, provided by additional staff paid for on an agreed hourly basis or by a quoted fixed price.The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within Myton School on the contract performance.The contract will be fixed price in nature with the successful Supplier also guaranteeing the number of input hours to the contract as well as the quality of the cleaning provision. Financial constraints affecting all schools mean that a robust and cost-effective solution must be provided.See SQ document for further details.
Value: |
987200 |
Published: |
2023-03-10 |
Deadline: |
2023-05-05 |
|
987200 |
2023-03-10 |
2023-05-05 |