|
SOFT MARKET TEST - Provision of Catering Services
United Kingdom
Manchester
ONWARD GROUP LIMITED
Onward Homes Specialist Living Team manage 4 Housing with Care schemes with onsite catering provision in Liverpool, Manchester, Stalybridge and Hattersley. Additionally, we have a catering provision within the May Logan Centre in Liverpool. Onward is exploring opportunities for a catering business (with the necessary insurance and health and safety & food hygiene certificates in place) to take on the management and delivery of a café/meal service at these sites.
Further details can be found within the attached Soft Market Testing document. We would like to engage the market to better inform the procurement strategy.
Value: |
|
Published: |
2023-09-26 |
Deadline: |
|
|
|
2023-09-26 |
|
|
UK
London
Foreign Commonwealth and Development Office
Provision of Medical Aid Insurance for British Embassy Kinshasa, DRC.
Value: |
|
Published: |
2023-09-26 |
Deadline: |
2023-10-19 |
|
|
2023-09-26 |
2023-10-19 |
|
PS23289 - Electricity Safety Quality and Continuity regulations (ESQCR) Referrals
Swindon
BEIS
The final date and time for the submission of bids is Thursday 19 October 2023 at 11:00am.
DO NOT apply directly to the buyer.
All tender information MUST be submitted through the Jaggaer eSourcing Portal.
Brief Description of Requirement
Distribution Network Operator (DNO) engineers discovered an illegal connection supplying a customer. No resolution was reached between the DNO and the customer, so the supply was disconnected for safety. A charge notice was provided for reconnection of a legitimate supply.
The customer disputed that it was an illegal connection and made a Referral to the Secretary of State for Business Energy and Industrial Strategy (now Secretary of State for the Department for Energy Security and Net Zero) who will now appoint a suitably qualified person to make a decision on the dispute as set out in Electricity Safety, Quality and Continuity Regulation (ESQCR).
The suitably qualified person will investigate the dispute and produce a report, detailing their decision.
Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.
This contract will be awarded based on the evaluation criteria as set out in the [RFI - RFQ / ITQ / RFP] document.
How to Apply
UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.
To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.
If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.
Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number PS23289.
Additional information:
DO NOT APPLY DIRECTLY TO BUYER
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
About UK Shared Business Services
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.
Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx
Value: |
|
Published: |
2023-09-21 |
Deadline: |
|
|
|
2023-09-21 |
|
|
Provision of Medical Aid Insurance for British Embassy Kinshasa, DRC.
United Kingdom
London
Foreign Commonwealth and Development Office
Provision of Medical Aid Insurance for British Embassy Kinshasa, DRC.
Value: |
|
Published: |
2023-09-21 |
Deadline: |
|
|
|
2023-09-21 |
|
|
Provision of Masterplanning and Workplace Consultancy Services for British Embassy, Dubai
British Oversea Territories
Greater London
Foreign Commonwealth and Development Office
The British Embassy Dubai Office in the United Arab Emitates is to be re-developed to provide a fit for purpose office that meets the long term requirements of the FCDO.
The FCDO has an upcoming requirement for Masterplanning and Workplace Consultancy Services. The consultancy team appointed will be required provide a robust RIBA Stage 1 Project Brief with an agreed Master Plan which is informed by workplace review that shapes and refines our existing Schedule of Requirements (SoR).
FCDO issues this Suitability Assessment Questionnaire for the procurement of Masterplanning and Workplace Consultancy Services for British Embassy, Dubai, United Arab Emirates.
The Authority requires the information sought in this Suitability Assessment from each Potential Supplier that wishes to proceed further in tendering for this project.
The purpose of this Suitability Assessment is to assess Potential Suppliers against the minimum standards of suitability, capability, legal status or financial standing to deliver this project prior to Invitation to Tender. All Potential Suppliers who meet the minimum requirements of this project, will be invited to tender for the project.
Please note this contract is reserved for SMEs and therefore only SME's will be eligible to bid for this opportunity. Small and Medium sized Enterprise (SME) are defined as Any business with fewer than 250 employees and either an annual turnover below £45m or a total balance sheet less than £40m.
The ITT will be issued via the Foreign, Commonwealth and Development Office's e-procurement portal: https://fcdo.bravosolution.co.uk. Suppliers, not currently registered on the portal, who are interested in being considered for this opportunity must self-register on the site in order to participate at tender stage - registration is free and instantaneous. Suppliers already registered on FCDO/Jaggaer will not need to re-register, but will need to complete the full suite of tender documents once issued to be considered for the opportunity.
Additional information:
Please refer to the Suitability Assessment Questionnaire attached to this notice for more information and details on how to submit your response.
Value: |
|
Published: |
2023-09-21 |
Deadline: |
|
|
|
2023-09-21 |
|
|
Network Rail Insurance Programme Market Engagement Event
UK
London
Network Rail Infrastructure Ltd
This Prior Information Notice (PIN) is for the provision of Network Rail's insurance programme, this excludes insurance brokerage services and claims handling services.
Insurers must be a Financial Conduct Authority (FCA) regulated body to write the class of insurance as set out/described in the lot section of this PIN.
Network Rail and Network Rail's appointed insurance brokers Willis Towers Watson (WTW) will be hosting a market engagement event on the 16 October 2023 at 10:00am to be held virtually via Microsoft Teams.
Eligible insurers who express an interest to attend will receive an invite from WTW.
Please contact Samantha Dew via email: samantha.dew@wtwco.com to express your interest to attend this market engagement event.
In addition to the market engagement event Network Rail and WTW would like interested insurers to complete the market engagement questionnaire which will assist Network Rail in understanding the current insurance market. The questionnaire is available in the link below. The deadline for responses for the questionnaire is 06 October 2023 only.
https://forms.office.com/e/3DF2G35cfS
Value: |
|
Published: |
2023-09-20 |
Deadline: |
|
|
|
2023-09-20 |
|
|
Insurance Advice in Connection with an IAE Claim
British Oversea Territories
London
Ofgem
Ofgem require insurance expertise to provide urgent and crucial advice in respect of matters in connection with the offshore transmission insurance market to be determined in relation to any claim for a revenue adjustment claim (an "IAE claim") from an Offshore Transmission Owner ("OFTO"). To make a determination, Ofgem require expert advice on various questions relating to insurance issues pertinent to making this decision. The questions will focus on whether OFTO could have secured LEG3/06 or equivalent insurance protection (defined later in this section) in the worldwide insurance market.
The OFTO Licence provides the OFTO with a revenue stream in respect of the offshore transmission system for up to 25 years. That revenue stream includes mechanisms which adjust the OFTO's revenue for certain 'pass-through' items, under Amended Standard Condition E12-J3: Restriction of Transmission Revenue: Allowed Pass-through Items (the Condition). The IAE is one such revenue adjustment mechanism for costs and expenses that have arisen during the revenue term, for example, due to fault or failure of the system (subject to defined pre-requisites), or at the Authority's discretion.
Further information can be found in the attached document 2023-100 ITT.
Value: |
25000 |
Published: |
2023-09-18 |
Deadline: |
|
|
25000 |
2023-09-18 |
|
|
Provision of Training Services - Fitness to Practise roles
United Kingdom
LONDON
NURSING AND MIDWIFERY COUNCIL
NMC are seeking a trainer ('the supplier') experienced in working as a panel member or legal assessor and/or experience in providing training to panel members, tribunal members, or members of other quasi-judicial settings, and legal assessors.
If you wish to take part, your organisation needs to be registered to our e-sourcing portal, Atamis: https://nmcprocurementportal.force.com/s/Welcome
You will be able to access the full details of the contract opportunity and submit your Quotation under following tender: C1285 - Provision of Training Services - Fitness to Practice Roles
Value: |
50000 |
Published: |
2023-09-18 |
Deadline: |
|
|
50000 |
2023-09-18 |
|
|
Catering Services - Central Criminal Court
United Kingdom
London
City of London Corporation
The Central Criminal Court (CCC) also known as The Old Bailey, a prestigious building within the City of London and is probably the most famous criminal court in the world. It has been London's principal criminal court for centuries. The building itself, built on the site of the old Newgate Gaol, was originally constructed, and completed in 1907 with additional courts being built and added in 1972 housing 18 court rooms. It hears cases submitted to it from the Greater London area, but also includes cases from all over England and Wales. Customers of the catering services include members of the public on jury service, Sheriffs, Judges, Court Staff other members of the legal profession, Police Officers, invited guests as well as City of London employees. Potentially there could be up to 2000 people within the Old Bailey at any one time, although the daily average attendance is varied and dependent on activity within the Courts.
The Catering provided at the CCC remains varied and is as follows:
- Sheriff and Judges lunches.
- Juror's lunches - vending machine available for after 2pm.
- Barrister's Breakfast and Lunch cafeteria style catering.
- Public cafeteria style catering - vending machine available for after 2pm.
- Event catering opportunities throughout the year.
Value: |
100000 |
Published: |
2023-09-14 |
Deadline: |
|
|
100000 |
2023-09-14 |
|
|
Invitation to Tender- Building Capability in Product Safety, Legal Metrology and Construction Products in Local Authority Regulatory Services
UK
London
Department for Business and Trade
Value: |
|
Published: |
2023-09-14 |
Deadline: |
|
|
|
2023-09-14 |
|
|
Invitation to Tender Building Capability in Product Safety, Legal Metrology and Construction Products in Local Authority Regulatory Services
United Kingdom
London
Department for International Trade
The Office for Product Safety & Standards (OPSS) was established by the Department for Business and Trade (DBT) Strategy in 2018 and is the national regulator for product safety, legal metrology and construction products.
Our purpose is to protect people and places from product-related harm, ensuring consumers and businesses can buy and sell products with confidence
Local Authority Regulatory Services (LARS1) also have statutory obligations for the delivery of regulation with regard to product safety, legal metrology and construction products.
As national regulator for Product Safety and Legal Metrology, OPSS provides national capacity and supports local authority enforcement and coordination of national and local regulation. As the national regulator for Construction Products, it is building the national regulator function and establishing local authority capability.
The requirement is for Development and delivery of a specialist annual Learning & Development (L & D) programme in accordance with a detailed specification including, sourcing trainers, development of specialist technical course resources, all course administration including booking venues and delegate management.
To register for this opportunity and submit a bid, please sign up to our procurement platform Jaggaer: https://uktrade.app.jaggaer.com/web/login.html. The ITT reference number for this opportunity is itt_511. If you have any issues signing up to the platform, please contact Cara Jenkins (cara.jenkins@businessandtrade.gov.uk).
Value: |
750000 |
Published: |
2023-09-14 |
Deadline: |
|
|
750000 |
2023-09-14 |
|
|
Procurement of the Standard Civil Contract 2024 including Housing Loss Prevention Advice Service (HLPAS) from 1 September 2024
United Kingdom
London
The Legal Aid Agency
The Legal Aid Agency ("LAA") is inviting Tenders to deliver the publicly funded civil legal aid services, to commence on 1 September 2024 under the 2024 Standard Civil Contract ("2024 Contract") in the following Categories of Law:
· Family;
· Housing and Debt and Welfare Benefits;
· Immigration and Asylum (including work at Immigration Removal Centres (IRCs));
· Mental Health;
· Community Care;
· Claims Against Public Authorities;
· Clinical Negligence;
· Public Law;
· Family Mediation;
· Education; and
· Discrimination.
Alongside tenders for the above Categories of Law, applicants may also tender for HLPAS, commencing on 1 September 2024. HLPAS will be delivered in 106 HLPAS Areas across England and Wales. Successful Applicants will be required to hold a 2024 Contract which includes a specific authorisation to conduct Housing and Debt Contract Work i.e. the delivery of legal aid advice on Housing & Debt matters that are not covered by HLPAS. Applicants must therefore tender for and subsequently obtain and hold a 2024 Contract for the delivery of Housing and Debt work at each Office from which they are bidding to deliver HLPAS.
Applicants must review the following documents which set out the complete rules of the 2024 procurement process and should be read in the following order:
- Selection Questionnaire Invitation to Tender (SQ ITT);
- Award ITT;
- Category-Specific Information;
- HLPAS ITT (to tender for HLPAS work);
- HLPAS Specific Information document (to tender for HLPAS work);
- 2024 Contract; and
- Frequently Asked Questions
All Tenders must be completed and submitted using the eTendering system. The eTendering system can be accessed either through a link on the tender pages (https://www.gov.uk/government/publications/civil-2024-contract-procurement-process) of the LAA website or directly at https://legalaid.bravosolution.co.uk
Late submissions will not be considered under any circumstances.
It is the Applicant's sole responsibility to ensure that it submits a Complete Tender before the Tender Deadline.
It is the Applicant's sole responsibility to ensure its Tender has been correctly completed to fully and properly represents its tender for the 2024 Contract.
Value: |
|
Published: |
2023-09-13 |
Deadline: |
|
|
|
2023-09-13 |
|
|
Reinstatement of Permeable Access Road & Associated Ancillary Works at Phillimore Allotments, Radlett
RADLETT
Aldenham Parish Council
The object of the contract is to remove the existing track from Gills Hill Lane up to the entrance to the allotment site on Phillimore Recreation Ground, reduce the height of the road and reinstate the surface at this lower level. All copies of the tender document are available in the Dropbox Link below (or via the website www.aldenham-pc.gov.uk comprising the following:
1. Part 1 Tender Document comprising Project Preliminaries
2. Part 2 Tender Sum Analysis
3. Part 3 Form of Tender / Bona Fide Tender
4. Appendix A Tender Drawings & Specifications
5. Appendix B Tender Evaluation Matrix
The above documentation can be downloaded from the following WE transfer link valid for the next 7 days:
https://we.tl/t-qzZ3NJ7OcT
We would draw your attention to the correct and full completion of the Tender Sum Analysis & Form of Tender. Failure to do so may result in an invalid tender, as detailed in the preliminaries.
We also request as part of your tender submission information on how you would manage the project and your approach to matters as identified within Table 2 of the Tender Evaluation matrix together with insurance details.
Please note that two alternative tenders are required, firstly based on a 6 week programme as specified, and an alternative based on the contractor's preferred programme if applicable. Please can you also confirm your availability to commence works if you are successful on the date specified within the preliminaries.
Please contact ourselves in the first instance to arrange to carry out an inspection of the project site. On no account can site visits be undertaken without prior arrangement and attendance without the Parish Council. Queries relating to the tender documents should be directed to ourselves in the first instance.
Value: |
25000 |
Published: |
2023-09-13 |
Deadline: |
|
|
25000 |
2023-09-13 |
|
|
Provision of Insurance and related services to Hyde Housing Association and subsidiaries
London
Hyde Housing Association Ltd
A programme of General (non-life) insurance and related services for Hyde Housing Association and subsidiaries. The programme will require Insurance and related services for risks that may include but not be limited to: property damage and business interruption, employers, public, products and property owners liability, business combined/office, money, all risks, computer, contract works, group personal accident, professional indemnity, employment practices liability, Motor, Engineering Insurance and Inspection, Cyber, Terrorism, Directors & Officers, Fidelity Guarantee/ Crime. This list is to be decided at the sole discretion of Hyde Housing Association and subsidiaries
Value: |
|
Published: |
2023-09-08 |
Deadline: |
|
|
|
2023-09-08 |
|
|
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom
London
London Borough of Haringey - Parks and Leisure
Ian Williams. DPS1 1086. HIGHWAYS INSURANCE WORK (6 trees) This opportunity has been distributed on adamprocure.co.uk
Value: |
|
Published: |
2023-09-08 |
Deadline: |
|
|
|
2023-09-08 |
|
|
Provision of Insurance and related services to Hyde Housing Association and Subsidiaries
UK
London
Hyde Housing Association Ltd
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff
Value: |
|
Published: |
2023-09-08 |
Deadline: |
|
|
|
2023-09-08 |
|
|
Regional Care Co-operatives Delivery Partner
UK
London
Department for Education
Policy Background
In February 2023, the Department for Education published a vision to transform children’s social care: Stable Homes, Built on Love: Implementation Strategy and Consultation. This strategy set out proposals for reform in response to recommendations from the Independent Review of Children’s Social Care (2022), the Child Safeguarding Practice Panel review into the murders of Arthur Labinjo-Hughes and Star Hobson (2022) and the Competition and Markets Authority’s market study into children’s social care provision (2022).
The strategy set out 6 pillars of reform, backed by £200 million of additional investment. The pillars of reform are:
1. Family Help provides the right support at the right time so that children can thrive with their families.
2. A decisive multi-agency child protection system.
3. Unlocking the potential of family networks.
4. Putting love, relationships and a stable home at the heart of being a child in care.
5. A valued, supported and highly skilled social worker for every child who needs one.
6. A system that continuously learns and improves and makes better use of evidence and data.
As part of pillar 4, the strategy committed to testing a regional model for planning, commissioning and delivering children’s social care placements, called Regional Care Co-operatives (RCCs). The government’s long-term vision for RCCs is that they will:
• Plan, commission and deliver all children’s care placements, across fostering, children’s homes and secure homes.
• Improve forecasting of demand leading to better informed plans; enabling areas to ensure there are sufficient placements and support available to meet the needs of children who are in care.
• Gain economies of scale, in particular around placements for children and young people with multiple complex needs and in negotiations with providers, to ensure that every pound spent makes the biggest impact possible for children.
• Have greater collaboration with health and justice commissioners to improve services for children in care.
• Reform foster parent recruitment and retention and, where necessary, create new forms of care to meet local need so that more children in care can stay in family environments and closer to home.
RCCs are part of a broader package of measures to transform the care placement market, including:
• Investing £259 million to support areas to maintain capacity and expand provision in both secure and open children’s homes.
• Investing £27m to recruit and retain more foster carers.
• Implementing the CMA recommendations on:
o providing national forecasting, procurement, and market shaping support;
o introducing a financial oversight regime; and
o reforming standards of care.
• Considering changes to ensure that planning requirements, or local interpretation of them, are not a barrier to the creation of more homes for children.
Stable Homes, Built on Love set out that the Department would set up two RCC pathfinders over this Spending Review period to test a new regional approach to providing homes for looked after children, within the current legal framework, ahead of bringing forward legislation when parliamentary time allows.
The Department will work with local authorities and other key stakeholders to co-design the pathfinders, with a view to rolling out after evaluating the best approach in conjunction with the sector. Both a delivery partner and evaluation partner will be procured to support this work.
Value: |
|
Published: |
2023-09-06 |
Deadline: |
|
|
|
2023-09-06 |
|
|
Non-Invasive Ventilation, Sleep Therapy (CPAP) and Sleep Monitoring (Diagnostics)
UK
London
NHS Supply Chain
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.
• ISO 9001:2015 accredited by United Kingdom Accreditation or equivalent externally accredited and up-to-date quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution, and customer service. If such certificates are not in the name of the Applicant, then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
• Public Liability Insurance cover of £5m per claim in the name of the Applicant
• Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate
• Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
• MHRA Registration number.
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvalue-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the RFI document in respect of the products which are the subject of this procurement, then please follow the below instructions.
REGISTRATION
1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.
2. If not yet registered:
- Click on the ‘Register here’.
PORTAL ACCESS
Login with above URL. Within supplier area, click ‘SQs Open to All Suppliers’ link and select Non-Invasive Ventilation, Sleep Therapy (CPAP) and Sleep Monitoring (Diagnostics) Select Express interest. Select the ‘My Responses’ tab, download the RFI and submit your completed RFI as an attachment via response message.
Value: |
|
Published: |
2023-08-30 |
Deadline: |
|
|
|
2023-08-30 |
|
|
Medical Hollowware
UK
London
NHS Supply Chain
Applicants may be required to submit ward ready samples for each tendered product as evidence of compliance to the specification.
NHS Supply Chain reserves the right to re-open competition under this Framework Agreement with the successfully awarded Applicants.
The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months, however this is subject to change. The final Framework term will be communicated in the Tender when published.
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.
- ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
- Employers Liability Insurance cover of £5m per claim in the name of the Applicant
- Public Liability Insurance cover of £5m per claim in the name of the Applicant
- Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate
Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Employers Liability Insurance, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain 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 at the appropriate time.
The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.
Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of £527,493 for this contract award, this is approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements.
NHS Supply Chain 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 buy initiatives.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
Value: |
|
Published: |
2023-08-24 |
Deadline: |
|
|
|
2023-08-24 |
|
|
Insurance Broker
UK
London
Pool Reinsurance Company Limited
Pool Re is seeking to appoint a broker for the provision of Insurance Brokerage services.The Broker will have the requisite subject matter and market knowledge of the insurance services sector to lead in placing Pool Re’s insurance policies with insurance providers.Pool Re requires cover to be placed across a range of insurance policies to include:Professional IndemnityDirectors and Officers’ InsuranceCrimeCyberCommercial CombinedInsurance policies held for the provision of employee benefits are out scope for this requirement.Additionally, Pool Re may require, in its absolute discretion, the supplier to provide additional related services and/or expand services during the lifetime of the contract in order to meet future changes in demands/needs or new initiatives. Any modification in respect of additional / expanded services shall be in accordance with the requirements of Regulation 72 of the Public Contracts Regulations 2015.
Value: |
|
Published: |
2023-08-22 |
Deadline: |
2023-10-04 |
|
|
2023-08-22 |
2023-10-04 |
|
Insurance Broker
UK
London
Pool Reinsurance Company Limited
Supplier Registration: In order to access the opportunity please access Pool Re’s eSourcing Portal http://poolre.ukp.app.jaggaer.com/ and complete the Supplier Registration
Ensure you Complete Registration Data by answering all required questions marked with an asterisk.
To Access the ITTs – express an interest through the tab ITTs Open to All Suppliers, this will then move the ITT to My ITTs List. To express interest in Open Opportunities, please use ITTs Open to All Suppliers.
Jaggaer Supplier Support/ Helpdesk
Global Phone Number: https://www.jaggaer.com/support/phone-numbers/
Supplier Contact Form: https://www.jaggaer.com/submit-supplier-support-request/
Value: |
|
Published: |
2023-08-21 |
Deadline: |
|
|
|
2023-08-21 |
|
|
Insurance Broker
United Kingdom
London
Pool Reinsurance
Pool Re is seeking to appoint a broker for the provision of Insurance Brokerage services.
The Broker will have the requisite subject matter and market knowledge of the insurance services sector to lead in placing Pool Re's insurance policies with insurance providers.
Pool Re requires cover to be placed across a range of insurance policies to include:
Professional Indemnity
Directors and Officers' Insurance
Crime
Cyber
Commercial Combined
Insurance policies held for the provision of employee benefits are out scope for this requirement
Value: |
1 |
Published: |
2023-08-21 |
Deadline: |
|
|
1 |
2023-08-21 |
|
|
V&A Microsoft Dynavics 365 Business Central (LS Central) Project Two
UK
London
Victoria and Albert Museum
The V&A has completed Project One, the scope of which was to replace Microsoft Navision 2013 Retail Management System (LS Retail NAV) and to transition the financial management and operation of the V&A Enterprises Ltd entity that the retail operation lives within to the same single platform.Previously, the finances for V&A Enterprises Ltd were managed in the museum’s Microsoft NAV 2016 system along with the finances of the other four legal entities that make up the V&A Museum estate.The core requirement of this Project Two project is to transition the finance management of these other entities to this new Microsoft Dynamics 365 Business Central system implemented as Project One.
Value: |
700000 |
Published: |
2023-08-19 |
Deadline: |
2023-09-19 |
|
700000 |
2023-08-19 |
2023-09-19 |
|
Using Systematic Conservation Planning to consider climate change
London
Department for Environment, Food & Rural Affairs
Climate change does and will increasingly impact protected sites for biodiversity. The changing distribution and abundance of species and the timing of ecological events are resulting in changes to the structure and function of communities. Our protected site network and future Protected Site Strategies need to take this increasing dynamism into account.
Natural England has implemented a SSSI Future Reforms (SSSIFR) project to investigate whether the statutory framework for Sites of Special Scientific Interest (SSSIs) supports the natural world's increasing dynamism as it responds to climate change, or if the legal framework needs to evolve to better protect habitats and species during rapid ecological change. Natural England's Action Plan for 2022/23 commits to investing in the reform of some of our statutory duties, including the way that we designate SSSIs.
To support adaptation, a key SSSIFR aim is to understand how SSSIs fit within and contribute to resilient, functioning landscapes and the Nature Recovery Network (NRN). This is supported by Defra's 25 Year Environment Plan which highlights six key objectives, one being that 'we will achieve a growing and resilient network of land, water and sea that is richer in plants and wildlife' (Defra 2018).
The aim of this project is to test the SCP approach on the terrestrial SSSI designation programme at a national scale. Also to consider potential use of the SCP approach as applied to SSSI designation for prioritisation of future locally-based Protected Site Strategies which address a variety of pressures on Protected Sites (link to NE blogpost). The SSSI designation programme is concerned with land identified for inclusion in the terrestrial SSSI designation programme by Natural England for inclusion in the SSSI series, based on its opinion that the land may be of 'special interest' by reason of its wildlife (habitats and species) geology, and/or geomorphology. This project will explore SCP's utility to assess how well the current SSSI series, and the currently proposed and potential future SSSI designations support the series ecological coherence and adaptation to climate change through strategic prioritisation, based on 1 a-e (the criteria for ensuring climate change resilience of protected sites, pages 20-21) and current and future climate projections. The current SSSI designation programme includes proposals for coastal, alkaline fen, woodland & parkland, lowland grassland and heathland habitats, plus bird, bat, vascular plant and waxcap fungi species.
If you wish to view the documents in full, please log onto the Authority's e-sourcing system (atamis). Link is below.
https://atamis-9529.my.site.com/s/Welcome
Value: |
|
Published: |
2023-08-18 |
Deadline: |
|
|
|
2023-08-18 |
|
|
BTA1995 - India Business, Regulatory, Advisory & Support Services
London
British Tourist Authority t/a VisitBritain/VisitEngland
The British Tourist Authority (BTA) t/a VisitBritain currently operates in India through a wholly owned subsidiary, Visit Britain Services India Private Limited (VBSIPL). This subsidiary provides cash collection services on behalf of BTA, employs staff based in India as well as undertakes marketing activities on behalf of BTA.
We require advisory services to cover the following areas of India regulation:
• Foreign Exchange Management Act
• Companies Act
• Income Tax Act
• Indirect Tax Laws
• Register of Companies filings
• Transfer pricing
The Invitation to Tender documentation can be accessed free of charge via the Atamis eProcurement system using the following link:
https://visitbritain.force.com/s/Welcome
If you have recently registered on the Atamis eProcurement portal for another VisitBritain requirement, you can use the same account. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1. Go to the URL: https://visitbritain.force.com/s/Welcome
2. Select 'Click here to register!'
3. Read and agree to the portal user agreement
4. Complete the registration form, providing information including:
- The full legal name of your organisation,
- Your company registration number,
- Your DUNS number-a unique nine-digit number provided to organisations free of charge by Dun & Bradstreet.
- Whether your organisation is a Small -Medium Sized Enterprise (SME)
- User and contact details.
Interested suppliers must note that only those suppliers that have registered via Atamis will receive any clarification responses received by VisitBritain.
Value: |
70000 |
Published: |
2023-08-18 |
Deadline: |
|
|
70000 |
2023-08-18 |
|
|
Mental Health Clinical Outcome Review Programme
UK
London
Healthcare Quality Improvement Partnership (HQIP)
The Healthcare Quality Improvement Partnership (HQIP) is seeking to commission an organisation that will support the delivery of the Mental Health Clinical Outcome Review Programme (MH CORP).The programme will initially be delivered for NHS-funded care in England, Wales, Scotland, Northern Ireland, Jersey and Isle of Man but may later extend to include Guernsey and other Devolved Nations/ Crown Dependencies.The total contract value is £1,952,640 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of £650,880 per year.The aspirational intent including the core 3 year value, extension value and all other aspirational intent as defined in section 12 of the specification of this ITT has a potential ceiling value of up to £7,397,951.28.It is anticipated that the new service will commence in April 2024. This procurement is for clinical services which are part of the 'Public Contract Regulations (PCR2015)' for the purpose of the Regulations. The commissioner is not voluntarily following any other part of the Regulations. The process will be similar to an Open Procedure where the Regulations apply and so reserves the right to depart from that procedure at any point. The procedure that the Commissioner is following is set out in the Invitation to Tender.To access the ITT documents, please follow the access link defined above in this notice.Bidders must respond to all questions. The deadline for the submission of the tender is 12 noon on 15 September 2023. Please note that any communication from HQIP regarding this tender will be via the Delta messaging board. Bidders must use the Delta messaging board for their communications with HQIP regarding this procurement.Bidders should note that HQIP does not accept requests to amend the published Terms and Conditions of Contract after bid submission or prior to contract signature.Bidders must sign the Form of Tender to indicate acceptance of these Terms and Conditions of Contract. Failure to sign the Form of Tender will make your bid submission non compliantand subject to disqualification.In rare cases where a bidder wishes to raise a potential legal implication to agreeing to the terms and conditions, this must be raised during the published bidder clarification time window via the messaging module within the e-tendering portal so that it can be addressed via the standard process for all bidder clarifications.HQIP would like to bring to the attention of bidders that the qualitative response section of this tender now includes question 13 Social Value.
Value: |
7397951 |
Published: |
2023-08-17 |
Deadline: |
2023-09-15 |
|
7397951 |
2023-08-17 |
2023-09-15 |
|
Internal Audit Services
United Kingdom
LONDON
LEGAL SERVICES BOARD
The Legal Services Board (LSB) is looking to appoint a suitably qualified third party to undertake internal audit services. As a public body, we are required to have a service as part of our overall governance arrangements and - as a very small organisation - we do not have in-house audit capability. We are looking for a supplier who can work in partnership with LSB managers to deliver the core audit brief to a high standard. The current provider is Crowe LLP. A service provider is expected to be appointed effective from the 1 April 2024.
Please contact Ethan Fleming, Corporate Governance Manager, tenders@legalservicesboard.org.uk, if you have any questions or require any clarification. Enquiries received after the deadline for questions may not be answered. A summary of the questions received and LSB's response will be published on Contracts Finder.
The Legal Services Board is the independent body responsible for overseeing the regulation of lawyers in England and Wales. In all our work, we seek to promote the eight regulatory objectives set out in the Legal Services Act 2007. We share our regulatory objectives with the 'approved regulators' of the legal profession, each of which have direct responsibility for the day-to-day regulation of the different types of lawyers.
Our strategy for the legal services sector outlines our vision to reshape legal services to better meet society's needs.
The LSB is an arm's length body of the Ministry of Justice, funded by a levy on the legal sector. Details on the Board and LSB's governance, including terms of reference for committees and governance policies are available on the LSB website.
The LSB has a small office in central London, near Tottenham Court Road. Since the pandemic, the LSB has been operating on a hybrid basis.
LSB will require independent assurance about:
• corporate governance;
• risk management;
• performance, operations and delivery;
• key financial and operational controls;
• IT ;
• human resources;
• management information and information security;
• fraud, error and whistleblowing policies;
• project and programme management; and
• change management.
The provider will draft and agree with the LSB an internal audit strategy for the period of the contract. The strategy will be broken into an annual plan each year. The successful bidder will provide an internal audit service in accordance with the annual internal audit plan for the financial years 2024/25, 2025/26 and 2026/27. At the end of each year the provider will prepare a written annual report and opinion and present it to the LSB's Audit and Risk Assurance Committee (ARAC).
Additionally, the provider will be required to attend and to present reports at the LSB's ARAC meetings (currently virtual).
Full details may be found in the ITT attached to this notice
Value: |
|
Published: |
2023-08-15 |
Deadline: |
|
|
|
2023-08-15 |
|
|
Grays Inn Road project
UK
London
London Borough of Camden
‘Gray’s Inn Road’ will provide a trauma and psychologically informed environment away from the streets where individuals are assessed and supported, linked to relevant services, and provided with a move-on offer which meets their needs. The service will work collaboratively with a range of partners including Connect Forward, the Camden Adult Pathway, In Roads (Substance Misuse Service) and Camden Routes off The Streets. The service will support men, women, and transgender individuals.It is an exciting service that will support Camden in its ambition to make rough sleeping rare, brief, and non-recurrent. With support from the local authority and key partners, Gray’s Inn Road will integrate much of Camden’s Homelessness System Transformation work into its delivery. The Homelessness System Transformation aims to deliver a more integrated response to homelessness in Camden that is strength based, trauma and gender informed in its approach across housing, health, wellbeing, and care.The project will provide safe off the street accommodation for those who are rough sleeping in the borough. Each person will be provided with a private room, on-site support and a designated support worker and catering. After the initial stay of around 3-6 months, we expect clients to move on to longer term accommodation.The service will deliver tailored support for service users and drive outcomes in the following areas:• Detailed assessment and onward referrals- ensuring that all service users are assessed, are allocated a key worker and that action plans are in place which address their immediate needs and risks• Team Around Me (TAM) approach to support – a person centred approach to keywork where all professionals working with a person come together to set plans. It is the role of the service with support from commissioners to bring together relevant agencies such as mental health teams, legal support, housing, drug and alcohol service. TAM models have a ‘system blockage’ focus. The team can log issues with the commissioner, and this will form part of the service monitoring, creating ethos of continuous improvement• Accessing treatment for substance addiction - Ensure that service users access treatment options for drug and alcohol addiction.• Health and wellbeing – supporting service users to register with a GP enabling them to address physical, sexual health and mental health issues. There will be in reach from CAPP and Find and Treat, so needs are met on site as much as possible• Financial resilience – Supporting service users to ac-cess ID, bank accounts and benefits, where appropriate.• Move-on – Ensuring that service users engage with viable move on plans ensuring a positive move from the project• Safeguarding including Modern slavery - Make MASH referrals and ensure quality safeguarding processes are followed. Ensure that service users who are victims of modern slavery are able to access the National Referral Mechanism or the Support For Migrant Victims Scheme• Safety planning - Ensure that victims of DV or other VAWG issues are made safer through collaborative working with the MARAC, The Metropolitan Police, Camden Safety Net and other appropriate agencies• Behavioural and trauma support through psychological interventions such as reflective practice sessions for staff, talking therapy for clients.• Development and use of a ‘Client Passport’ alongside other partner agencies – a key recommendation from the Homelessness System Transformation. Clients will be invited to reflect on their behaviours and identify triggers through their own ‘passport’ that can be shared with other support services• Provide additional off the street emergency accommodation during Severe Weather Emergency Protocols (SWEP)
Value: |
|
Published: |
2023-08-12 |
Deadline: |
2023-10-06 |
|
|
2023-08-12 |
2023-10-06 |
|
MET POLICE__COUPA EVENT #1282_Prior Information Notice (PIN) & Request for Information (RFI) - The Supply of Vehicle Locksmith Services to MPS Vehicle Recovery and Examination Services (VRES)
United Kingdom
LONDON
Metropolitan Police Service
The Metropolitan Police Service (MPS) would like to inform interested suppliers by issue of this PIN/RFI - MET POLICE__COUPA EVENT #1282_Prior Information Notice (PIN) & Request for Information (RFI) - The Supply of Vehicle Locksmith Services to MPS Vehicle Recovery and Examination Services (VRES). The purpose of this PIN/RFI is to engage with potential suppliers within the vehicle locksmith industry.
Background:
MPS Vehicle Recovery and Examination Services (VRES) supports and plays a key part of the MPS' drive to tackle vehicle crime on the streets of Greater London working in partnership with a number of external agencies and MPS Contractors to remove, recover, restore and dispose of vehicles. The role of VRES provides support with vehicles that are involved in collisions, vehicles involved in serious and organised crime that require forensic examinations and vehicles that are seized under police powers for no insurance or being driven without a licence.
We (VRES) support frontline policing and operate 24/7/365. We have our own unique in-house policing team and a command and control team. VRES currently operate out of two forensic car pounds located at Perivale and Charlton processing circa .40, 000 vehicles per year. VRES oversee all vehicle types, from two-wheel bikes to HGV's and other heavy bulky items. The work of VRES has a direct, contributing impact on services delivered by the MPS and to those London communities upon the MPS serves.
The MPS/VRES is seeking to tender and award a new contract for the supply of locksmith services for a duration of between 3 or 6 years.
Please note, the publication of this PIN and the engagement conducted within will not form part of any supplier selection process, evaluations or scoring. However the MPS will reserve the right to review any information submitted by a potential Supplier (via this PIN) who then participates in a live tender opportunity, should there be any doubt by review of the MPS of any serious misrepresentation.
Please see accompanying PIN/RFI Cover document via the Coupa portal for further information.
The MPS may at its sole discretion enter into discussions with respondents through this PIN/RFI.
Suppliers wishing to participate in this PIN/RFI and view all/any associated documents are invited to register their interest via the following link:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
(please copy and paste the link into your internet browser)
The PIN/RFI engagement will be hosted on the eTendering platform, Coupa. The event reference is 1282.
Please search for the event reference (1282) to ensure you express interest in the correct event (the PIN/RFI).
The PIN/RFI is unrestricted and open to all within the relevant industry.
Participation is encouraged.
The MPS/Authority reserve the right to make changes or close this advertisement without notice and without reason at any time.
Value: |
|
Published: |
2023-08-11 |
Deadline: |
|
|
|
2023-08-11 |
|
|
Provision of pension governance services
LONDON
LEGAL SERVICES BOARD
The Legal Services Board (LSB) is looking to appoint a suitably qualified provider of
pension governance services. As a very small organisation, we do not have in-house
pension expertise.
We are looking for a supplier who can work in partnership with the LSB to deliver
pension governance and associated services to a high standard.
Our aim is to appoint a supplier to provide pension governance services to the LSB for
an initial term of three years, from 1 November 2023 and 31 October 2026 with the
potential for an extension.
Specification of services required (this will form part of the Contract)
• Annual Pension Governance report including: (a) Evaluation of pension
scheme performance in the past year (to 30 June) and benchmarking to
comparator performance in the pension market, and (b) Recommendation of
external pension provider.
• Remuneration Committee (RNC) presentation in February annually.
• Meeting with the executive pension committee in January (CEO, Director of
Enabling Services, Head of Finance and IT, and HR lead).
• Available to answer queries once the Pension Governance report has been
prepared (approx.one/two hours needed).
• Annual Pensions presentation to all LSB colleagues (annually in March).
• Annual one-to-one sessions with LSB colleagues on request (annually in
March).
• Review and update of LSB pensions booklet and admin forms periodically
(approximately every two years).
• Participate in any internal or external audit of LSB pension arrangements as
required
A tender is required which should include method statements, but not be limited to:
• A description of how you would work with us.
• A description of how you will meet the service specification requirements
listed above. A fully costed proposal with fixed and variable costs,
including VAT. Where possible this should be broken down into annual or
one-off costs, including any set up fees.
• Completion of the Supplier form and EDI form.
All tender submissions should be submitted by 23.59pmon 31 August 2023 to
tenders@legalservicesboard.org.uk . Submissions submitted to other addresses or
beyond this time will not be accepted.
The full ITT is attached to this notice.
Value: |
10750 |
Published: |
2023-08-11 |
Deadline: |
|
|
10750 |
2023-08-11 |
|
|
DWP Digital Channels Contact Centre (DC3)
UK
London
Department for Work and Pensions
DC3 will provide enhanced capabilities including softphone inbound and outbound calls, Work Force Optimisation (WFO), webchat, Interactive Voice Response (IVR), advisor skills based call routing, call recording and call transcription. It will be cloud hosted and will renew integrations with existing platforms that delivery capabilities for Non-Geographic Numbers (0800 etc), Video, Payment Card Industry compliance, automated customer experience as well as integrations into Business Group CRM and call routing strategies.The contract will be based on the Model Services Contract (“MSC”) v2.1 (Combined Schedules version 2.1) 2023 developed by the Cabinet Office and the Government Legal Department (“GLD”), amended in line with Cabinet Office Guidance in respect of the MSC, the Sourcing Playbook and Procurement Policy Notes (“PPN”). The MSC will be further amended in line with the DWP MSC Toolkit developed by the DWP Commercial Policy team in conjunction with GLD to reflect departmental policy requirements for best practice, and to reflect the specific requirements of this requirement.
Value: |
159200000 |
Published: |
2023-08-11 |
Deadline: |
2023-09-25 |
|
159200000 |
2023-08-11 |
2023-09-25 |
|
BTA1992 Event Management Services - GREAT Tourism Roadshow India 2023-24
London
British Tourism Authority t/a VisitBritain/VisitEngland
VisitBritain/VisitEngland is the national tourist board, with a role of boosting Britain's appeal as a tourism destination, improving its ranking in the eyes of international leisure and business travellers and growing the value of the tourism economy by working in partnership with the industry and delivering inspirational marketing campaigns, driving visits and spend across the nations and regions of Britain.
The global pandemic of the past two years has put a halt on VisitBritain's ability to safely run UK travel industry events in India. Seen as an important tool to showcase all that the UK has to offer to overseas outbound travel agents & tour operators in India, VisitBritain plan to run destination roadshows across 6 major cities in India between September 2023 to March 2024.
Overall objective for VisitBritain is to grow destination awareness & knowledge of regional & seasonal product amongst travel agents & tour operators based in 6 biggest source markets for visitors to the UK from India.
VisitBritain plans to appoint the services of an Event Management Company for management & on-ground support for all physical roadshows. Specific event brief for each individual event will be provided prior to each event.
Interested suppliers can access the procurement documentation for this opportunity free of charge via the Atamis eprocurement system: https://visitbritain.force.com/s/Welcome
If you have recently registered on the Atamis eProcurement portal for another VisitBritain requirement, you can use the same account. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1. Go to the URL: https://visitbritain.force.com/s/Welcome
2. Select 'Click here to register!'
3. Read and agree to the portal user agreement
4. Complete the registration form, providing information including:
- The full legal name of your organisation,
- Your company registration number,
- Your DUNS number-a unique nine-digit number provided to organisations free of charge by Dun & Bradstreet.
- Whether your organisation is a Small -Medium Sized Enterprise (SME)
- User and contact details.
Value: |
100000 |
Published: |
2023-08-10 |
Deadline: |
|
|
100000 |
2023-08-10 |
|
|
BTA1922 Awards Management Software
London
British Tourist Authority
We are seeking to procure an 'out of the box' Software as a Service (SaaS) Awards Management system and licences for VisitEngland and potentially up to 45 Feeder Competitions.
Contract to start by mid October 2023, in time to configure the system for the start of the 2024/25 Awards cycle in mid- January 2024.
An initial contract term of 3 years, with the option to extend for a further 2 x 12-month periods (maximum potential contract term will be 5 years).
The system will need to provide front-end branded website options, application submission functionality and a back-end management and judging portal for both VisitEngland and the Feeder Competitions. The services required include configuration and support with set-up/adoption for VisitEngland and currently up to 20 Feeder Competitions.
Interested suppliers can access the procurement documentation for this opportunity free of charge via the Atamis eprocurement system: https://visitbritain.force.com/s/Welcome
If you have recently registered on the Atamis eProcurement portal for another VisitBritain requirement, you can use the same account. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1. Go to the URL: https://visitbritain.force.com/s/Welcome
2. Select 'Click here to register!'
3. Read and agree to the portal user agreement
4. Complete the registration form, providing information including:
- The full legal name of your organisation,
- Your company registration number,
- Your DUNS number-a unique nine-digit number provided to organisations free of charge by Dun & Bradstreet.
- Whether your organisation is a Small -Medium Sized Enterprise (SME)
- User and contact details.
Value: |
50000 |
Published: |
2023-08-10 |
Deadline: |
|
|
50000 |
2023-08-10 |
|
|
DWP Digital Channels Contact Centre (DC3)
United Kingdom
LONDON
DEPARTMENT FOR WORK AND PENSIONS
DC3 will provide enhanced capabilities including softphone inbound and outbound calls, Work Force Optimisation (WFO), webchat, Intelligent Voice Routing (IVR), advisor skills-based call routing, call recording and call transcription. It will be cloud hosted and will renew integrations with existing platforms that delivery capabilities for Non-Geographic Numbers (0800 etc), Video, Payment Card Industry compliance, automated customer experience as well as integrations into Business Group CRM and call routing strategies.
The contract will be based on the Model Services Contract (MSC) v2.1 (Combined Schedules version 2.1) 2023 developed by the Cabinet Office and the Government Legal Department (GLD), amended in line with Cabinet Office Guidance in respect of the MSC, the Sourcing Playbook and PPNs. The MSC will be further amended in line the DWP MSC Toolkit developed by the DWP Commercial Policy team in conjunction with GLD to reflect departmental policy requirements for best practice, and to reflect the specific requirements of the DWP Digital CCMP for DC3.
Additional information: The Authority reserves the right to change any or all of the dates in this timetable as necessary and will communicate such changes to the Tenderers as soon as practicable.
The Contract Dates reflect the anticipated Initial Term of 5 years. In addition, there will likely be two optional extension years, structured as +1+1.
The Value stated is based on an anticipated TCV for a full 7-year term, includes both the Initial Term and both optional extension years. The Spend Profile By Financial Year has not been provided but can be implied from the TCV.
Value: |
|
Published: |
2023-08-10 |
Deadline: |
|
|
|
2023-08-10 |
|
|
Roof refurbishment and repair works
LONDON
ARCADIS (UK) LIMITED
Department for Education wishes to procure the services of a suitable roofing contractor capable of carrying out roofing works for La Fontaine Academy that will include the following works:
• General refurbishment of roofing.
• Repair /replacement gutters, downpipes, and timber facias.
• Repairs and re-pointing of chimneys.
• Replacement of slipped/broken roof tiles.
Re-pointing of high-level brickwork and upstands.
A candidate contractor would preferably have the following criteria:
• Experience in roofing works.
• Experience working in a live school environment.
• Experience working at height.
• Enhanced DBS certification of site attendees.
The tender documentation will comprise the following:
• Short set of preliminaries.
• Schedule of works that are to be priced by the contractor.
• Proposed form of contract: JCT Minor Works Building Contract
with contractor's design 2016 Edition
• Programme
• Short set of technical questions to evaluate responses, which will include some pass/fail elements around turnover and insurance.
Evaluation of responses and appointment of the contractor will be based on a Qualitative (30%) / Quantitative (70%) weighting.
The contact name for this opportunity is Mike Newton of Arcadis LLP.
Additional information: Notice to Bidders:
Proposed: Open/ Bidders day
Date: Thursday 1st August 2023
Timings: 5 bidders per slot (Max 3 no. attendees per bidder).
First- come- first- served basis.
• 10.00- 10.40
• 11.00- 11.40
• 12.00- 12.40
• 13.00- 14.00 - Not available
• 14.00-14.40
• 15.00- 15.40
For confirmation of Attendance:
Please provide to:
Mike Newton
Email: mike.newton@arcadis.com
Tel: 07393 783655
The following information:
1. Company name:
2. Attendees name: Max 3no.
3. Proposed time of attendance:
4. Note: DBS certified attendees preferred
Value: |
218000 |
Published: |
2023-08-07 |
Deadline: |
|
|
218000 |
2023-08-07 |
|
|
BTA1923 Sustainable Tourism: Learning from the Leaders
London
British Tourist Authority
The aim of this project is to motivate, educate and inspire tourism businesses in England to adopt and/or step-up sustainable tourism actions by highlighting success stories from across the country that they can relate to and learn from.
Using case study examples of sustainability successes, the project aims to highlight the breadth and depth of knowledge on sustainability within the English tourism industry and demonstrate how this knowledge is being applied to the benefit of those businesses involved. However, rather than setting business showing leadership in sustainability on a pedestal, the project aims to draw out key learnings and action points that other businesses, particularly micro and small businesses, can relate to and can therefore take away and apply in their own setting.
Interested suppliers can access the procurement documentation for this opportunity free of charge via the Atamis eprocurement system: https://visitbritain.force.com/s/Welcome
If you have recently registered on the Atamis eProcurement portal for another VisitBritain requirement, you can use the same account. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1. Go to the URL: https://visitbritain.force.com/s/Welcome
2. Select 'Click here to register!'
3. Read and agree to the portal user agreement
4. Complete the registration form, providing information including:
- The full legal name of your organisation,
- Your company registration number,
- Your DUNS number-a unique nine-digit number provided to organisations free of charge by Dun & Bradstreet.
- Whether your organisation is a Small -Medium Sized Enterprise (SME)
- User and contact details.
Value: |
50000 |
Published: |
2023-08-07 |
Deadline: |
|
|
50000 |
2023-08-07 |
|
|
GB-London: Legal Literacy Guide
British Oversea Territories
London
Improvement & Development Agency
To write an accessible and practical guide for commissioners, case workers, social workers and health professionals working with people with a learning disability, autistic people, and their families that:
•Sets out the legal roles and responsibilities within and between NHSE and councils to assess, commission, fund and review the support provided in the community to people with a learning disability, autistic people, and their family carers.
Value: |
25000 |
Published: |
2023-08-04 |
Deadline: |
|
|
25000 |
2023-08-04 |
|
|
PS23185 - RAF082/2223 - Mapping Product Regulations to Trade and Production Dictionaries - RFP (CF)
Swindon
BEIS
The final date and time for the submission of bids is Wednesday, 6th September 2023 at 11:00.
DO NOT apply directly to the buyer.
All tender information MUST be submitted through the Jaggaer eSourcing Portal.
Brief Description of Requirement
The aim of this work is to map consumer product regulations to a number of different trade and production dictionaries.
Specifically, the objectives for this research are to:
1) Map the products under these regulations to trade and production data dictionaries, including Harmonised Standard (HS) and Combined Nomenclature (CN) codes (latest editions). These are used to categorise products in trade data, used internationally to identify common or similar products;
2) Map these regulations across to manufacturing datasets (the ONS ProdCom publication), which use a different product code structure;
3) Identify the types of businesses (sectors) most likely to be involved in the manufacture or retail of products captured under the regulations, using the Standard Industrial Classification (SIC) framework;
4) Assess whether products that are mapped to regulations, require conformity assessment from a third-party body (known as Approved Bodies or Conformity Assessment Bodies (CABs)).
We intend to use the outputs from this project for a number of purposes including decision making on sector interventions, support policy developments including the Product Safety Review, and provide an improved evidence base for trade negotiations.
Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.
This contract will be awarded based on the evaluation criteria as set out in the RFP document.
How to Apply
UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.
To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.
If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.
Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number PS23185 or ITT_1043.
Additional information:
DO NOT APPLY DIRECTLY TO BUYER
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
About UK Shared Business Services
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.
Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx
Value: |
|
Published: |
2023-08-02 |
Deadline: |
|
|
|
2023-08-02 |
|
|
Procurement of Housing and Debt Services from 1 October 2023
United Kingdom
London
The Legal Aid Agency
The Legal Aid Agency ("LAA") has identified the need to increase access to legal aid Housing and Debt Services in specific Procurement areas. Accordingly, it is inviting Applicants to submit a Tender to deliver Housing and Debt Services in:
1. Walsall
The opportunity to deliver housing and debt services is open to any organisation that can meet the minimum tender requirements. An organisation does not need to be a current legal aid provider to tender for this opportunity.
We would like organisations to deliver work from 1 October 2023 where possible. But organisations unable to start on 1 October 2023 will be able to tender to start delivering work from a later date. The Contract will run until 31 August 2024.
There is no limit to the number of contracts that can be awarded to deliver housing and debt services in a procurement area.
Applicants can bid to deliver housing and debt services in a procurement area through an office that is either a:
- permanent presence in the procurement area, or
- part-time presence in the procurement area
The Deadline for submitting Tenders is 5pm on 4 September 2023 ("Deadline")
All Tenders must be completed and submitted using the eTendering system. This can be accessed either through a link on the tender pages of the LAA website or directly at www.legalaid.bravosolution.co.uk.
Late submissions will not be considered under any circumstances. It is the Applicant's sole responsibility to ensure that the LAA receives its Tender before the Deadline.
Additional information:
Housing and Debt Contracts are £25,001 based on 1 contract for each Procurement Area
The Housing and Debt Contract end date is 31 August 2024
Value: |
25001 |
Published: |
2023-08-02 |
Deadline: |
|
|
25001 |
2023-08-02 |
|
|
PS23185 - RAF082/2223 - Mapping Product Regulations to Trade and Production Dictionaries - RFP
UK
London
Department for Business and Trade (DBT)
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
Value: |
|
Published: |
2023-08-02 |
Deadline: |
|
|
|
2023-08-02 |
|
|
Global Business Innovation Programmes - Travel Agent Service
British Oversea Territories
London
NEWABLE Trade (London) Limited
Newable Trade (London) Limited is seeking a third-party provider to source and manage return flights, accommodation, transfers and 1 night pre-visit briefing for up to 5 overseas delegations as outlined in the key service requirements below. Please note that in all cases the requirements, dates of travel and markets are provisional and subject to change.
All arrangements will be made in collaboration with the Newable Team, recognising that you have extensive experience and expert travel management capabilities.
Potential suppliers are invited in their tender submission to outline their experience in providing support to delegations travelling overseas, how their internal processes support management of this process and how they will manage the budgets in line with the values outlined below including details of their own management fees.
We encourage potential bidders to include any other relevant information in support of their tender.
Accommodation in the UK for pre-visit briefing
All dates and destinations above are correct as of the date of this tender and subject to change.
Creative Catalyst (India) - London central location hotel - Tuesday 3 - Wednesday 4 October 2023 - 10-20 travellers
Agri-Tech (Netherlands) - London central location hotel Tuesday 24 - Wednesday 25 October 2023 - 10-20 travellers
Circular Manufacturing (Japan) - London central location hotel - Tuesday 16 - Wednesday 17 January 2024 - 10-20 travellers
Creative Catalyst (USA) - London central location hotel Tuesday 6 - Wednesday 7 February 2024 - 10-20 travellers
Insurance (USA) - London central location hotel Tuesday 27 - Wednesday 28 February 2024 -10-20 travellers
Overseas visit details
All dates and destinations above are correct as of the date of this tender and subject to change.
Creative Catalyst - India, Hyderabad & Mumbai - Saturday 28 October - Saturday 4 November 2023 - 10-20 travellers
Agri-Tech - Netherlands, Eindhoven & Wageningen - Sunday 19 - Friday 24 November 2023 - 10-20 travellers
Circular Manufacturing- Japan, Tokyo - Saturday 24 February - Saturday 2 March 2024 - 10-20 travellers
Creative Catalyst (SXSW) - USA, Austin, Texas - Friday 8 March - Thursday 14 March 2024 - 10-20 travellers
Insurance - New York, USA - Sunday 17 - Saturday 23 March 2024 - 10-20 travellers
Selected Supplier Responsibilities
Organising, booking and management of accommodation, flights and transfers.
Payment of all accommodations, flights, and transfers within agreed budgets.
Liaison with the Newable Team and businesses to ensure delivery of a successful event.
Additional information: Please download and read the full invitation to tender document attached for more information before submitting your proposal.
Value: |
250000 |
Published: |
2023-07-31 |
Deadline: |
|
|
250000 |
2023-07-31 |
|
|
Enteral Feeding, Bile Bags and Associated Products 2025
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.
-ISO 9001:2015 accredited by United Kingdom Accreditation or equivalent externally accredited and up-todate quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain
-Public Liability Insurance cover of £5m per claim in the name of the Applicant
-Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate
-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive
-Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable)
-MHRA Registration number.
-If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability
Insurance or Product Liability Insurance certification at the time of their tender submission then the
requirement is that such certification is in place prior to the commencement date of the Framework Agreement (in order for NHS Supply Chain to place orders with the successful Applicant)
-The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award
-In addition, from April 2023: the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value
-PPN 02/23 - Tackling Modern Slavery in Government Supply Chains will also be applied to this Tender
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information. If you would like to complete the Request for Information document please follow the below instructions;
REGISTRATION
1. Use URL https://nhssupplychain.app.jaggaer.com to access the NHS Supply Chain Procurement portal
2. If not yet registered:
- Click on the ‘Not Registered Yet’ link to access the registration page
- Complete the registration pages as guided by the mini guide found on the landing page
PORTAL ACCESS
Login with above URL. Within supplier area, click ‘SQs Open To All Suppliers’ link and select SQ_394 RFI -Enteral Feeding Bile Bags and Associated Products, under Project_1017
Select Express interest. The RFI document will then be sent via the Jaggaer ‘Messages Tab’, with deadline of 29/08/2023 for Applicants to complete and return the RFI document
Value: |
|
Published: |
2023-07-27 |
Deadline: |
|
|
|
2023-07-27 |
|
|
Transcription and Logger services
United Kingdom
UK-UK-London: Legal services.: Legal services.
General Dental Council
The General Dental Council (GDC) is seeking transcription and logger services to record and transcribe legal hearings that take place over TEAMS. 90% of Fitness to Practise Hearings take place over TEAMS and it is essential to have a recording of these hearings and to produce transcriptions of these logs when required. The initial contract will have a term of 3 years with an option to extend by 2 further years.
Value: |
1058000 |
Published: |
2023-07-26 |
Deadline: |
|
|
1058000 |
2023-07-26 |
|
|
GB-London: Transcription & Logger Services GDC 2023-022
British Oversea Territories
London
General Dental council
NOTE: This notice was updated on 26 July 2023 for the following reason: This notice will be withdrawn and this procurement will be reissued today.
Thank you,
B Besra(The GDC is seeking Transcription and Logger services for legal hearings that take place over Microsoft TEAMS. Our usual practise is that all hearings are recorded. Over 90% of our hearings are held virtually and for these, loggers from an external contractor will be used to undertake this task. In addition to logging services, from time to time we will request transcripts to be written up.)
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Value: |
1000000 |
Published: |
2023-07-26 |
Deadline: |
|
|
1000000 |
2023-07-26 |
|
|
Transcription and Logger services
UK
UK-UK-London: Legal services.: Legal services.
General Dental Council
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
Value: |
|
Published: |
2023-07-26 |
Deadline: |
|
|
|
2023-07-26 |
|
|
Department for Business and Trade - Export Services Directory
British Oversea Territories
London
Department for International Trade
Department for Business and Trade (DBT) (previously known as Department for International Trade) has a requirement for the delivery of Export Support Services Directory, a single online tool which will include a range of overseas and domestic providers supporting UK based firms seeking export support in international and domestic markets.
The directory will merge existing offline lists of providers into a single platform accessed online. The platform will be shared by overseas market advisers to UK exporters by Buyer staff.
The platform will act as an interface for DBT client businesses to shop with pre-vetted service providers and will be maintained and managed by appointed administrators in multiple geographical locations.
The requirement and subsequent contract shall be for an initial period of 24 months from end of September 2023 with the option to extend for an additional 12 months.
A maximum budget of £125,000 (including VAT) for the 24-month period has been allocated.
The start date for this requirement is expected to be 30th September 2023, with a 1-month implementation period from this date.
This Procurement is being carried out in accordance with the Public Contract Regulations 2015 under the open procedure (PCR Regulation 27). Tenderers can submit a Tender as a single legal entity, with other legal entities (to form a consortium) or with named sub-contractors.
The data will be shared with the department's Partner Organisations, including the Department for Transport and the Office for National Statistics. The data will also be shared with the Global Supply Chains Intelligence Programme, a DBT led project. The successful Tenderer must agree to allow the UK Government to publish anonymous and non-disclosive findings that includes the data, in regular or ad hoc statistics and research . This will enable the UK Government to show how it uses this data to support its policy and decision making and to inform the general public.
Interested Suppliers should register and access the procurement documentation on our e-tendering portal, Jaggaer, via the link on this notice. Please see the link here: https://uktrade.app.jaggaer.com/web/login.html
The clarification period ends on 16:00 BST 02/08/2023. You must submit your tender to arrive no later than 17:00 BST 25/08/2023.
Value: |
125000 |
Published: |
2023-07-24 |
Deadline: |
|
|
125000 |
2023-07-24 |
|
|
Legal Publications
UK
London
Ministry of Justice
Provision of Legal Publications of legal books and eBooks for the Public Sector.
Value: |
20000000 |
Published: |
2023-07-21 |
Deadline: |
2023-08-17 |
|
20000000 |
2023-07-21 |
2023-08-17 |
|
Insurance Coverage Services & Associated Services
UK
Colindale London
London Borough of Barnet
London Borough of Barnet (LBB) is inviting Tenders for insurances coverage and associated services as required by London Borough of Barnet (the Contracting Authority) these are detailed in the tender documents which can be accessed from LBB’s procurement portal www.barnetsourcing.co.uk current opportunities.
Value: |
7500000 |
Published: |
2023-07-21 |
Deadline: |
2023-08-18 |
|
7500000 |
2023-07-21 |
2023-08-18 |
|
Personal Health Budget (PHB) Support Services Directory - Market event
United Kingdom
LONDON
N E L Commissioning Support Unit
NHS North Central London (NCL) Integrated Care Board (ICB) is seeking to develop a Personal Health Budget (PHB) Support Services Directory. The directory will be made up of trusted and vetted PHB support service Providers, who have successfully submitted a bid to feature on it.
The services will help NCL ICB to deliver its statutory duty to offer people who have been assessed as eligible to receive a PHB. This is in line with the National Health Service (Direct Payment) Regulations 2013 and 2014 and 2019 amendments. Eligible people will be encouraged by the ICB to use the Directory to choose Providers to work with, to receive and manage their one-off and/or on-going PHB.
NCL ICB is responsible for allocating NHS budget and commissioning services. ICBs are a key change in the Health and Care Act and have replaced Clinical Commissioning Groups 'CCGs'. These changes came into effect on 1 July 2022.
More information about NCL ICB can be found using the following link.
https://nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board/
NCL ICB is a member of the NCL Integrated Care System (ICS). The ICS are partnerships of health and care organisations that come together to plan and deliver joined up services, and to improve the health of people who live and work in the area which includes primary and secondary services, this is mandated by the NHS Long Term Plan .
NCL ICB has the ambition to achieve the outcomes set out by the NHSE national team for individuals with PHB. The outcomes are summarised below as:
- Individuals will have greater choice, control, and preference over which Provider to commission to work with to achieve health and wellbeing outcomes.
- Increase the proportion of people receiving a Direct Payment to 30-40%.
- A greater range of Providers delivering PHB Support Services.
- Have several Providers who can serve all ages and service groups.
- Develop the local economy and opportunities for smaller community and voluntary organisations to deliver PHB Support Services.
- Make it easier for service users to navigate PHB Support Service Providers to organise care and support.
- Case Managers will no longer need to complete complex Personalised Care and Support Planning (involving unusual ICB requests and employing Personal Assistants) with individuals.
- Support and upskill local people with Lived Experience and ICB service users to influence and shape ICB personalised care delivery and commissioning.
- Provides an opportunity for specialist Providers who can support families to think creatively about children and young people's budgets.
- Individuals feel empowered about taking responsibility for their care and needs rather than powerless in the face of a complex care system.
Additional information: This Procurement will be divided into the following Lots.
Lot 1 - Personalised Care and Support Planning and Brokerage Services.
Lot 2 - Money Management Services.
Lot 3 - PHB Support Services.
Within Lot 3, the range of PHB Support Services are divided further into sub Lots, as follows.
• Training Service for PHB Employers and Personal Assistants.
• Advocacy Services.
• Recruitment Support Services for PHB Employers.
• Third Party Service with On-going Management Support.
• Brokerage Support, Information and Guidance.
• Employer Insurance Services.
Estimated maximum budget for the procurement is, as follows:
Annual contract value = £1.5m.
Contract value over 4 years = £6m
Market event
In order to update the market on the forthcoming procurement, NCL ICB invites interested providers to attend a Market Engagement Event on 7th September 2023 from 13:30 to 15:30.
Please note that interested parties must register to attend the event by completing the attached Registration Form by following the link provided below by 13:00 on 4th September. The event will be held virtually on Microsoft Teams.
https://forms.office.com/e/NzpQp903zD
Value: |
|
Published: |
2023-07-20 |
Deadline: |
|
|
|
2023-07-20 |
|
|
Insurance Coverage Services & Associated Services
UK
Colindale London
London Borough of Barnet
Tender documents are accessible via www.barnetsourcing.co.uk current opportunities.
Should you have technical difficulties with portal please contact support@curtisfitchglobal.com explaining these and that they relate to this opportunity, please copy susan.lowe@barnet.gov.uk into any such email
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=229883.
(MT Ref:229883)
Value: |
|
Published: |
2023-07-19 |
Deadline: |
|
|
|
2023-07-19 |
|
|
Insurance Coverage Services & Associated Services
United Kingdom
Colindale London
London Borough of Barnet
London Borough of Barnet (LBB) is inviting Tenders for insurances coverage and associated services as required by London Borough of Barnet (the Contracting Authority) these are detailed in the tender documents which can be accessed from LBB's procurement portal www.barnetsourcing.co.uk current opportunities.
Value: |
|
Published: |
2023-07-19 |
Deadline: |
|
|
|
2023-07-19 |
|
|
Legal Publications
UK
London
Ministry of Justice
The Authority is managing this procurement in accordance with its general obligations under the Laws of England and Wales in accordance with the Open Procedure set out in the Regulations.
Based on the Authority’s assessment of the Bidders’ economic and financial security, some Bidders may be required to provide a signed Parent Company Guarantee within 15 working days of the Call-Off Contract Decision Letter. If a Parent Company Guarantee, signed by a Parent or Ultimate Parent Company with suitable economic and financial standing is not provided to sufficiently assure the Authority within the requested timescale, the Call-Off Contract(s) will not be placed with the Bidder.
The Bidder will need to Register on the MOJ Sourcing Portal (at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html) if they do not already have an account which directly relates to the part of their organisation that is submitting the Tender.
Once logged in, navigate to ‘ITTs Open to All Suppliers’ and then select ‘ITT_7494’ which relates to the Legal Publications Framework. The ITT documents are within the Attachments Tab.
Further detail on the competition process is provided in the Invitation to Tender documents within the Attachments drop down menu.
Value: |
|
Published: |
2023-07-17 |
Deadline: |
|
|
|
2023-07-17 |
|
|
Needlefree Connection Systems and Associated Products
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.
-ISO 9001:2015 accredited by United Kingdom Accreditation or equivalent externally accredited and up-to-date quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
-Public Liability Insurance cover of £5m per claim in the name of the Applicant
-Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate
-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
-MHRA Registration number.
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvalue-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the RFI document in respect of the products which are the subject of this procurement, then please follow the below instructions.
REGISTRATION
1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.
2. If not yet registered:
- Click on the ‘Register here’
PORTAL ACCESS
Login with above URL. Within supplier area, click ‘SQs Open To All Suppliers’ link and select RFI Needlfree Connection Systems and Associated Products Select Express interest. Select the ‘My Responses’ tab, download the RFI and submit your completed RFI as an attachment via response message.
Value: |
|
Published: |
2023-07-14 |
Deadline: |
|
|
|
2023-07-14 |
|
|
PS23184 - Annual Bioscience and Health Technology Life Sciences Data Set - RFP
UK
London
Department for Science, Innovation & Technology (DSIT)
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
Value: |
|
Published: |
2023-07-14 |
Deadline: |
|
|
|
2023-07-14 |
|
|
Blood Collection Systems, Blood Lancets and Tourniquet
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain 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 at the appropriate time.
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.
* ISO 9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Further information in respect of certification requirements will be set out in the notice and tender documents for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
* Public Liability Insurance cover of £5m per claim in the name of the Applicant
* Product Liability Insurance cover of £5m in the name of the Applicant
* Employers Liability Insurance cover of £5m in the name of the Applicant
* Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
* MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see:
https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvaluein-the-award-of-central-government-contracts.
In addition, from April 2023: the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI) - guidance below:
REGISTRATION
1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.
2. If not yet registered:
- Click on the ‘Not Registered Yet’ link to access the registration page.
- Complete the registration pages as guided by the mini guide found on the landing page.
PORTAL ACCESS
- Login with URL https://nhssupplychain.app.jaggaer.com// .
- Click on “SQs Open to All Suppliers”.
EXPRESSION OF INTEREST
- Find SQ_389 - SQ - Blood Collection Systems, Blood Lancets and Tourniquet and click on the blue text.
- Express an interest by clicking on the ‘EXPRESS INTEREST’ button in the top right corner.
REQUEST FOR INFORMATION DOCUMENT
- The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre, which Applicants will be asked to complete and return.
Value: |
|
Published: |
2023-07-13 |
Deadline: |
|
|
|
2023-07-13 |
|
|
SIA 815 - Criminal Prosecution Chambers
LONDON
Security Industry Authority
We require a supplier to provide the SIA are currently inviting established barristers' chambers to quote for an inquest/prosecution contracts with our organisation.
The supplier will be required to provide legal advice and representation on behalf of the SIA in relation to and before the criminal courts and appellate courts.
The SIA are predominantly based in London, E14 - but the supplier must be available through England and Wales.
SIA (SIA) is a Non-Departmental Public Body that regulates the Private Security Industry. Our Purpose is:
The Security Industry Authority is the organisation responsible for regulating the private security industry. We are an independent body, established in 2003, reporting to the Home Secretary under the terms of the Private Security Industry Act 2001.
Our mission is to regulate the private security industry effectively; to reduce criminality, raise standards and recognise quality service. Our remit covers the United Kingdom.
We have two main duties:
• The compulsory licensing of individuals undertaking designated activities within the private security industry, and
• To manage the voluntary Approved Contractor Scheme.
If you believe you might be suitable to deliver this requirement, please contact us on the below email details.
Value: |
1 |
Published: |
2023-07-12 |
Deadline: |
|
|
1 |
2023-07-12 |
|
|
Sterile Catheter Lock Solution
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.
- ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service.
- Public Liability Insurance cover of £5m per claim in the name of the Applicant
- Product Liability Insurance cover in the name of the Applicant of £5m per claim
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device
Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
-MHRA Registration number.
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see:
https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvaluein-the-award-of-central-government-contracts. In addition, from April 2023: the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions;
REGISTRATION
1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.
2. If not yet registered:
- Click on the ‘Register here’
PORTAL ACCESS
Login with above URL. Within supplier area, click ‘SQs Open To All Suppliers’ link and select SQ_386 RFI- Sterile Catheter Lock Solution, under Project_1260.
Select Express interest.
The RFI document will be sent via the Jaggaer ‘Messages Tab’, Applicants will then have 20 working days from the dispatch of this notice to complete and return the RFI document.
Value: |
|
Published: |
2023-07-12 |
Deadline: |
|
|
|
2023-07-12 |
|
|
DWP Digital Channels Contact Centre (DC3)
United Kingdom
LONDON
DEPARTMENT FOR WORK AND PENSIONS
DC3 will provide enhanced capabilities including softphone inbound and outbound calls, Work Force Optimisation (WFO), webchat, Intelligent Voice Routing (IVR), advisor skills-based call routing, call recording and call transcription. It will be cloud hosted and will renew integrations with existing platforms that delivery capabilities for Non-Geographic Numbers (0800 etc), Video, Payment Card Industry compliance, automated customer experience as well as integrations into Business Group CRM and call routing strategies.
The contract will be based on the Model Services Contract (MSC) v2.0 (Combined Schedules version 2.0) 2022 developed by the Cabinet Office and the Government Legal Department (GLD), amended in line with Cabinet Office Guidance in respect of the MSC, the Sourcing Playbook and PPNs. The MSC will be further amended in line the DWP MSC Toolkit developed by the DWP Commercial Policy team in conjunction with GLD to reflect departmental policy requirements for best practice, and to reflect the specific requirements of the DWP Digital CCMP for DC3.
Additional information: All dates stated above remain approximate and are subject to achieving the necessary governance approvals.
The Contract Dates reflect the anticipated Initial Term of 5 years. In addition, there will likely be two optional extension years, structured as +1+1.
The Value stated is based on an anticipated TCV for a full 7-year term, includes both the Initial Term and both optional extension years. The Spend Profile By Financial Year has not been provided but can be implied from the TCV.
Value: |
|
Published: |
2023-07-11 |
Deadline: |
|
|
|
2023-07-11 |
|
|
The Growth Company ITT for Refugee Employability Programme ESOL Framework
Manchester
The Growth Company
The Growth Company are looking to appoint a framework of English for Speakers of Other Languages (ESOL) providers to work with The Growth Company (GC) in the Yorkshire and Humber area for the Refugee Employability Programme (REP).
The overarching aim of the Refugee Employability Programme (REP) is to enhance the support already provided to refugees (from safe/legal routes) to help them integrate and become self-sufficient more quickly. It is focused on supporting refugees into sustainable employment, or self-employment, tailored to refugees' needs and skills.
We will call off of the framework where existing provision (AEB etc.) cannot be accessed. Requirements will vary and may include accredited and non-accredited delivery. Successful bidders must be accredited and be able to provide evidence of centre and qualification approval.
You are required to make your tender submission via the Panacea e-tendering platform. To apply for the opportunity, please register as a supplier on the Panacea Supplier Platform at the following web address: https://app.panacea-software.com/growth
Once registered, you will be able to log into the system, express your interest and download the tender documentation.
Your tender submission will be made on the Panacea Portal. Submissions must be submitted in the required format and be returned by 17.00pm on Tuesday 25th July 2023.
Value: |
|
Published: |
2023-07-11 |
Deadline: |
|
|
|
2023-07-11 |
|
|
EHRC 2324-03 Online Legal Information Services
United Kingdom
Manchester
Equality and Human Rights Commission
The Equality and Human Rights Commission seeks a provider of high quality, authoritative online legal information services to enable our legal staff (operating in England, Wales and Scotland) to have ready access to a range of digital legal information resources to support their legal research and knowledge accurately and efficiently. Our requirements include access to UK case law, statutes, codes, case law analysis and commentary, abstracts and full-text legal journals, legal forms, standard documents and drafting notes, current awareness and legal updates and other information resources.
Value: |
|
Published: |
2023-07-10 |
Deadline: |
|
|
|
2023-07-10 |
|
|
AMS Insurance Broker
United Kingdom
LONDON
THE UNITED KINGDOM SPORTS COUNCIL
UK Sport's Athlete Medical Scheme (AMS) is a medical insurance scheme which covers the costs of healthcare of funded athletes who are members of Olympic and Paralympic sports World Class Programmes. National Governing Bodies, funded or unfunded, may also purchase places on AMS at an agreed cost by UK Sport, to provide medical cover to athletes not on a World Class Programme.
This ITT is for the contract to act as intermediary broker on behalf of UK Sport with its insurance provider of the AMS, for the term 1 October 2023 - 30 September 2026 (three year contract with an option to extend by a further one year). The key role of the insurance broker is to hold on behalf of UK Sport the AMS insurance provider to account on service levels to members of the scheme, support UK Sport's contractual and premium negotiation with the incumbent insurance provider and explore the private medical insurance market to ensure UK Sport is able to obtain the best scheme for the treatment of circa 1300 athletes at the best possible value available.
Suppliers wishing to tender are requested to register their expression of interest by e-mailing: Procurement@uksport.gov.uk
Value: |
50000 |
Published: |
2023-07-10 |
Deadline: |
|
|
50000 |
2023-07-10 |
|
|
BTA1987 - RFI - India Business, Regulatory, Advisory & Support Services
London
British Tourist Authority t/a VisitBritain
The British Tourist Authority (BTA) t/a VisitBritain currently operates in India through a wholly owned subsidiary, Visit Britain Services India Private Limited (VBSIPL). This subsidiary provides cash collection services on behalf of BTA, employs staff based in India as well as undertakes marketing activities on behalf of BTA.
VisitBritain is seeking to conduct an early market engagement / Request for Information (RFI), to gain a better understanding of the market and get feedback from suppliers.
To participate in this RFI process, suppliers should review the RFI documentation & complete and return the RFI Market Testing Questionnaire no later than 12 noon, Wednesday 26th July 2023 to the following email address:
procurement@visitbritain.org
The RFI document and RFI Market Testing Questionnaire can be accessed free of charge via the Atamis eProcurement system using the following link:
https://visitbritain.force.com/s/Welcome
If you have recently registered on the Atamis eProcurement portal for another VisitBritain requirement, you can use the same account. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1. Go to the URL: https://visitbritain.force.com/s/Welcome
2. Select 'Click here to register!'
3. Read and agree to the portal user agreement
4. Complete the registration form, providing information including:
- The full legal name of your organisation,
- Your company registration number,
- Your DUNS number-a unique nine-digit number provided to organisations free of charge by Dun & Bradstreet.
- Whether your organisation is a Small -Medium Sized Enterprise (SME)
- User and contact details.
Once you have registered on the Atamis eProcurement system, you will be able to express your interest in this process. Interested suppliers must note that only those suppliers that have registered via Atamis will receive any clarification responses received by VisitBritain.
It is anticipated that following the closure of the Contracts Finder Early Engagement Notice and the review of the RFI market testing questionnaires, the contracting authority may seek to publish a Contracts Finder Notice for the required services.
Value: |
70000 |
Published: |
2023-07-10 |
Deadline: |
|
|
70000 |
2023-07-10 |
|
|
RFI-Geospatial Data Application and Services for the UK Legal Deposit Libraries
British Oversea Territories
London
British Library
The UK Legal Deposit Libraries (LDLs) are interested in gathering information regarding market interest to provide a geospatial data application and related services (GDAS). The LDLs maintain an archive of born-digital, geospatial data for Great Britain and Northern Ireland, largely in geospatial formats compatible with Geographical Information Systems (GIS). They make this archive available through a geospatial data viewer in their reading rooms. We are looking for market interest in providing this GDAS viewer and making it available in reading rooms; hosting and maintaining the current archive; ingesting new deposits and further GDAS viewer development. The British Library views this RFI process as one potential route to inform the future procurement of the goods and/or services described. The information gathered under this RFI may be used to evaluate potential suppliers and service offers and produce a shortlist for invitation to tender. At this stage, no final decision has been taken on the precise procurement route to be followed. When submitting information, all organisations should note that this is not currently a tender opportunity but is part of a market consultation exercise aiming to ensure that the procurement route selected and the options ultimately developed for any procurement are properly informed.
Value: |
350000 |
Published: |
2023-07-07 |
Deadline: |
|
|
350000 |
2023-07-07 |
|
|
RFI-Geospatial Data Application and Services for the UK Legal Deposit Libraries
UK
London
British Library
For more information about this opportunity, please visit the Delta eSourcing portal at:
Value: |
|
Published: |
2023-07-07 |
Deadline: |
|
|
|
2023-07-07 |
|
|
Invitation to Tender - Security Consultant
United Kingdom
LONDON
THE WESTMINSTER FOUNDATION FOR DEMOCRACY LIMITED
WFD wishes to retain the services of experienced and expert professional security risk advisers to support the organisation to ensure that its safety and security policies, procedures, and practice meet WFD's legal duty of care to staff and stakeholders and standards of good practice standards.
WFD invites bids from suppliers that can offer both the benefits of an ongoing partnership as a trusted adviser with a responsive and flexible approach that can deliver specific assignments as and when required. The selected supplier will be contracted on a framework agreement.
Scope of work
1. Organisational security risk management advice
•Provision of threat intelligence and threat/vulnerability analysis and strategic advice on safety and security risk management
•Reviewing WFD's policies and guidance from time to time against good practice benchmarks
•Development of self-service tools to support security risk management
•Attending and advising quarterly meetings of the WFD Duty of Care Group
2. Safety and security training
•Provision of access to relevant standard e-learning products to travellers
•Provision of places on standard hostile and/or fragile environment training courses (e.g. HET, SAFE)
•Delivery of tailored, specific training opportunities designed for WFD officials or VIPs who are planning to travel to high and very high risk locations
3. Targeted security risk management advice
•Providing operational advice, as required, on the management of safety and security related to specific scenarios or personal risk factors for WFD staff, experts and/or stakeholders, including women, persons with disabilities, LGBT+ personnel, etc.
•Reviewing, from time to time, the security-related policies and practice of downstream partners and providing advice or capacity-strenghtening on behalf of WFD.
4. Drafting or improving standard security documentation
•Drafting or reviewing and providing comments on Local Security Plans and Welcome Packs related to WFD's regional and country programmes upon request as part of the periodic refresh process
•Providing analysis or advice to WFD offices on security matters
5. Travel-related advice and assistance
•Drafting or reviewing and providing comments on Travel Risk Assessments
•Delivering pre-departure security briefings relating to international travel of staff or experts deployed as part of a Centre of Expertise mission, global/regional programming activity, or stakeholder engagement.
•Delivering pre-departure briefings tailored to VIP travellers
•Advice and assistance relating to crisis management or security incident response
6. Election observation missions
•Drafting risk assessments
•Delivering pre-departure security briefing, monitoring and check-ins, and mission-specific advice and assistance for election observation missions
•Designing and delivering security training for election observers
Deliverables
Please visit the invitation to tender document for further details on how to apply.
Value: |
15000 |
Published: |
2023-07-06 |
Deadline: |
|
|
15000 |
2023-07-06 |
|
|
Insurance coverage and associated service (not broking services) in respect of Leasehold Right to Buy Residential Buildings Insurance
Barking
London Borough of Barking and Dagenham
This Invitation to Tender (ITT)) is inviting Tenders for insurance coverage and associated services as required by London Borough of Barking and Dagenham in respect of Leasehold Right to Buy Residential Buildings Insurance.
The contract is split into two lots;
Lot 1a: Leasehold Properties (exc LPS Blocks, Colne House, Mersea House)
Lot 1b: Leasehold Properties (LPS Blocks, Colne House, Mersea House)
Additional information:
Tender documents are available at https://lbbd.bravosolution.co.uk/
Value: |
1 |
Published: |
2023-07-04 |
Deadline: |
|
|
1 |
2023-07-04 |
|
|
SPS 2689 - Provision of a complete package of insurances for Greenwich Service Plus Ltd
UK
London
Royal Borough of Greenwich
Greenwich Service Plus Ltd is seeking tender(s) for Insurance packages as a whole embracing all aspects of insurance (with claims handling) including Uninsured Loss Recovery and Legal Expenses. The Contract will commence from 1st April 2024 till 31st March 2025 as a minimum, however Greenwich Service Plus will consider entering into a long-term agreement with an option to extend and will be open to consider long term agreements with insurers so initially please quote terms for 1 year, 3 years, 3+2 year and a 5-year period.The procurement will take place under the Open Procedure as stipulated in the Public Contracts Regulations 2015. The estimated total value is £219,708.66 including IPT & VAT – based on last year’s annual renewal.
Value: |
219708 |
Published: |
2023-07-04 |
Deadline: |
2023-08-23 |
|
219708 |
2023-07-04 |
2023-08-23 |
|
SPS 2689 - Provision of a complete package of insurances for Greenwich Service Plus Ltd
United Kingdom
London
Royal Borough of Greenwich
Greenwich Service Plus Ltd is seeking tender(s) for Insurance packages as a whole embracing all aspects of insurance (with claims handling) including Uninsured Loss Recovery and Legal Expenses. The Contract will commence from 1st April 2024 till 31st March 2025 as a minimum, however Greenwich Service Plus will consider entering into a long-term agreement with an option to extend and is open to considering potential long term agreements with insurers so initially please quote terms for 1 year, 3 years, 3+2 year and a 5-year period.
All premiums must be quoted net of brokerage and where indicated separate costings will be required for handling of claims below policy deductibles:
To comply with Contract certainty requirements draft policy documentation must be provided with quotations and final policy documents must be issued within 14 days of policy inception.
Long Term Agreements
Greenwich Service Plus Ltd may consider entering into a long term agreement with its insurer so all initially quotation terms must be for 1 year, 3 years, 3+2 years and a 5 year period.
Representatives of Greenwich Service Plus Ltd may wish to meet selected Underwriters providing quotations.
Additional information:
The procurement will take place under the Open Procedure as stipulated in the Public Contracts Regulations 2015. The estimated total value is £219,708.66 including IPT & VAT - based on last year's annual renewal.
This procurement will be managed via the Royal Borough of Greenwich's e-procurement portal: https://royalgreenwich.proactishosting.com/
Important Information:
Full details relating to the Services are provided in the tender documents which will be published on the 4th July 2023. To participate, Suppliers will need to register as a Supplier with ProContract before obtaining access to the tender documents using this link:
https://procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1
You can express your interest using the portal messaging system please look for the opportunities section via the above link by the 23rd August 2023 5.00pm. No direct emails will be answered only use the Proactis messaging section for all communications.
In the event of difficulties registering as a supplier, please refer to the System Administrator Proactis support team ProContractSuppliers@proactis.com
________________________________________
How to apply
Follow the instructions given in the description or the more information section.
________________________________________
Value: |
219708 |
Published: |
2023-07-03 |
Deadline: |
|
|
219708 |
2023-07-03 |
|
|
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom
London
London Borough of Haringey - Parks and Leisure
Clare Pappalardo
Highway Insurance works
DPS1 1081
Parking suspensions can be arranged providing 2 weeks advance notice
Works to be undertaken/ completed July - early August
After images to be taken and sent to Ian.williams@haringey.gov.uk
This opportunity has been distributed on adamprocure.co.uk
Value: |
|
Published: |
2023-07-03 |
Deadline: |
|
|
|
2023-07-03 |
|
|
PIN - DfT Spaceflight UK Launch Insurance Policy and Re-entry Risk
British Oversea Territories
London
DfTc - Department for Transport
This is a PIN with a Questionnaire for suppliers to submit feedback, which will inform the potential procurement relating to UK launch insurance policy and assessing risk to civil aviation from re-entry debris arising from UK spacecraft and launch vehicle debris.
All information, including how to submit responses, can be found in the attached document. We welcome all feedback.
Value: |
|
Published: |
2023-07-03 |
Deadline: |
|
|
|
2023-07-03 |
|
|
Provision of Medical Aid Insurance Services at British Office Hargeisa
London
Foreign Commonwealth and Development Office
Provision of Medical Aid Insurance Services at British Office Hargeisa
Value: |
|
Published: |
2023-07-03 |
Deadline: |
|
|
|
2023-07-03 |
|
|
PIN- DfT Spaceflight UK Launch Insurance Policy and Re-entry Risk
UK
London
Department for Transport
All information, including how to submit responses, can be found in the attached document, accessible through: https://www.contractsfinder.service.gov.uk/Notice/665bbbf5-b4dc-48ce-8ee1-d121d301c267
Please email your completed questionnaire to spaceteam@dft.gov.uk by 24th July 2023. All responses will be treated as confidential.
Value: |
|
Published: |
2023-07-03 |
Deadline: |
|
|
|
2023-07-03 |
|
|
PIN- DfT Spaceflight UK Launch Insurance Policy and Re-entry Risk
UK
London
Department for Transport
Value: |
|
Published: |
2023-07-03 |
Deadline: |
|
|
|
2023-07-03 |
|
|
GB-London: Insurance File Review Audit
British Oversea Territories
London
Financial Services Compensation Scheme
NOTE: This notice was updated on 28 June 2023 for the following reason: FSCS have decided to extend the tender deadline date to 2pm on 7th July 2023(FSCS require an expert insurance auditor to help ensure 3rd party claims handling agents are meeting appropriate standards. This will involve undertaking detailed reviews of claims files and related records to evaluate the performance of said 3rd party claims handling agents.)
Value: |
100000 |
Published: |
2023-06-28 |
Deadline: |
|
|
100000 |
2023-06-28 |
|
|
Patient Assessment Devices
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The following certification will be a requirement of the upcoming tender exercise and Applicants may be
required to include evidence of this within their tender submission.
-ISO 9001:2015 accredited by United Kingdom Accreditation or equivalent externally accredited and up-todate quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain
-Public Liability Insurance cover of £5m per claim in the name of the Applicant
-Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate
-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device
Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive
-Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable)
-If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability
Insurance or Product Liability Insurance certification at the time of their tender submission then the
requirement is that such certification is in place prior to the commencement date of the Framework Agreement (in order for NHS Supply Chain to place orders with the successful Applicant)
- Compliance with UK Timber Procurement Policy 2013 is required for all timber products within this tender. This requires documentary evidence at tender submission to be provided to ensure suppliers are sourcing wood from legal and sustainable sources. More information will be provided in the ITT about what evidence will be required to be submitted with your bid
-The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award
-In addition, from April 2023: the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value
-PPN 02/23 - Tackling Modern Slavery in Government Supply Chains will also be applied to this Tender
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information. If you would like to complete the Request for Information document please follow the below instructions;
REGISTRATION
1. Use URL https://nhssupplychain.app.jaggaer.com to access the NHS Supply Chain Procurement portal
2. If not yet registered:
- Click on the ‘Not Registered Yet’ link to access the registration page
- Complete the registration pages as guided by the mini guide found on the landing page
If registration has been completed:
-Click on the “Supplier Dashboard” icon and select “Prior Information Notice” towards the top right of the screen to open the list of new Prior Information Notices
- View PIN content by clicking on the ‘VIEW NOTICE’ button for the procurement event
- Express an interest by clicking on the ‘EXPRESS INTEREST’
- The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre
- Applicants will then have 4 weeks to complete and return the RFI document
Value: |
|
Published: |
2023-06-26 |
Deadline: |
|
|
|
2023-06-26 |
|
|
Provision of Medical Aid insurance at British Embassy Dakar
UK
London
Foreign Commonwealth and Development Office
To provide 90 to 100% medical cover for approximately 168 staff and dependants.
Value: |
|
Published: |
2023-06-23 |
Deadline: |
2023-07-24 |
|
|
2023-06-23 |
2023-07-24 |
|
Blast Modelling Consultancy Services
British Oversea Territories
London
Pool Reinsurance
Pool Re Solutions (PReS) are looking to procure services for the assessment and analysis of blast, to support the delivery of PML studies for the insurance industry.
The objective of a PML is to model credible, worst case scenarios for stakeholders, enabling informed decision-making and aid understanding of potential financial impacts in event of an attack.
A PML involves a risk-based identification of threat scenarios and modelling of blast overpressures through 2D desktop or 3D Computational Fluid Dynamic (CFD) blast modelling. Following analysis of the expected blast, calculations of building damage percentage and likely reconstruction / downtime, and Business Interruption (BI) costs are provided to inform the credible worst case costs, ensuring clients are able to make informed decisions regarding their risk management and risk finance.
The services required includes the following deliverables:
Assist in the identification of credible loss scenarios.
Provide blast 3D CFD and 2D desktop modelling capability, of agreed scenarios, to determine through assessment of overpressure and impulse the likely % building damage caused.
Provide accurate insight and evaluation of a PML (% damage, cost, downtime, recuperation costs).
Deliver a report providing blast analysis in support of the PML.
Project Structuring
Projects will be arranged and organised by PReS. Notification will be provided to the procured blast service, with an agreed notice period, prior to a service being engaged for a project. Each project scope, (e.g. completion period, number of blast scenarios for modelling) will be agreed as part of the project scoping. PReS will be responsible for the ongoing management, deadlines, report submission and client liaison of all projects. However, the procured blast services will be expected to support the project delivery, based upon agreed deliverables as per agreed the contractual arrangements.
The blast service is expected to be engaged on an ad-hoc nature to support project requirements as necessary.
Pool Re shall be holding a Supplier Briefing Session (via MS Teams) 11-12pm on the 7th July. Please email Commercialservices@poolre.co.uk for an invite.
Value: |
|
Published: |
2023-06-23 |
Deadline: |
|
|
|
2023-06-23 |
|
|
Provision of Medical Aid insurance at British Embassy Dakar
UK
London
Foreign Commonwealth and Development Office
Value: |
|
Published: |
2023-06-22 |
Deadline: |
|
|
|
2023-06-22 |
|
|
Provision of Medical Aid insurance at British Embassy Dakar
London
Foreign Commonwealth and Development Office
The BE Dakar is looking for a full (100% if not at least 90%) medical insurance cover for all staff and their dependant up to a defined annual ceiling
Value: |
|
Published: |
2023-06-22 |
Deadline: |
|
|
|
2023-06-22 |
|
|
Short Term Photography Contract
United Kingdom
LONDON
National Army Museum
The National Army Museum wishes to engage the services of a suitably experienced and specialist photographer to carry out the photography of areas of the Museum's collection. It is anticipated that this work would because of the amount of required to support this it would be for two days a calendar month (actual days to be agreed). One day working with staff providing the collection items and one day to to edit and upload to the Museum's server.
Images to be provided in RAW and in TIFF format. Ownership of all work generated as part of this project will continue to be vested with the Museum.
The Museum has the following equipment that can be used for the works:
• Hasselblad X1D Mirrorless Medium Format Camera
• 45mm f3.5 XCD Lens
• 80mm f1.9 XCD
• 120mm f3.5 XCD Lens
• Elinchrom ELC Pro-HD Compact 500 Flash Head x6
The appointed contractor will need to make use of and demonstrate understanding of our equipment prior to appointment.
The successful contractor will be required to complete an Information Sharing Agreement prior to starting work.
To allow comparison, tenderers are required as part of their submission to provide at least three examples of their work and their "day rate" for the work as indicated. They should include VAT where required.
Tenderers will be required to provide evidence of public liability insurance to the value of £5,000,000.
Value: |
5000 |
Published: |
2023-06-22 |
Deadline: |
|
|
5000 |
2023-06-22 |
|
|
TRA Trade in Goods Data
London
Department for International Trade
The Trade Remedies Authority (TRA) exists to defend the UK against unfair international trade practices. They investigate whether new trade remedies are needed to prevent injury to UK industries caused by unfair trading practices and make recommendations on appropriate measures to defend UK economic interests.
Trade Remedies Authority is an executive non-departmental public body, sponsored by the Department for Business and Trade.
The objective of this procurement is to secure access to detailed international trade in goods statistics to be used in trade remedy investigations of the TRA.
The requirement and subsequent contract shall be for a period of 12 months with the option to extend for additional 12 months. Funding has been approved on 1 April 2023. The maximum budget of £67,200.00 (including VAT) has been allocated for each of the 12-month periods.
This Procurement is being carried out in accordance with the Public Contract Regulations 2015 under the Open Procedure. Tenderers can submit a bid as a single legal entity, with other legal entities (to form a consortium) or with named sub-contractors.
The clarification period ends at 17.00 BST on 12th of July 2023. You must submit your tender to arrive no later than 17.00 BST on the 3rd of August 2023.
Interested Suppliers should register and access the procurement (ITT_480 - TRA Trade in Goods Data) and its documentation on our e-tendering portal, Jaggaer, via the link on this notice. Please see the link here: https://uktrade.app.jaggaer.com/web/login.html
Value: |
67200 |
Published: |
2023-06-22 |
Deadline: |
|
|
67200 |
2023-06-22 |
|
|
HBC 0623 The Provision of Grounds Maintenance and Cemetery Services
Hertfordshire
Hertsmere Borough Council
Hertsmere Borough Council is currently out to procurement for Grounds Maintenance and Cemetery Services
The contract covers a range of grounds maintenance tasks across the whole borough, principally in parks, amenity areas and at Allum Lane Cemetery, where grave digging and related services are also included.
The contract also covers some allotments, closed churchyards, war memorials and highway land. In addition to grounds maintenance tasks, the contract includes parks cleansing, locking and unlocking of some sites, managing bookings for football and management of splash parks.
The inspection and maintenance of play areas, furniture and other items of parks infrastructure is a separate Lot of works which may be awarded to the same contractor or separately.
The contract duration is for seven years with the option to extend for a further seven years.
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.
Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline.
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 it would not provide value for money.
Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.
To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information: To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Is a Recurrent Procurement Type? : No
Value: |
8000000 |
Published: |
2023-06-20 |
Deadline: |
|
|
8000000 |
2023-06-20 |
|
|
UKEF Political & Credit Risk Insurance Framework
UK
London
UK Export Finance
Value: |
|
Published: |
2023-06-20 |
Deadline: |
|
|
|
2023-06-20 |
|
|
Loan and Securities Collateral Legal Panel
United Kingdom
LONDON
BANK OF ENGLAND
The Bank of England (the "Bank") lends through its market operations against eligible collateral delivered by firms. This takes the form of either loan or securities collateral. To ensure that the collateral is eligible for the Bank's operations, legal due diligence is required, particularly when it comes to loan collateral. The Bank is therefore seeking 3 law firms to be part of a framework and to conduct legal reviews relating to collateral on a case-by-case basis. The overall contract value includes the costs of all reviews, which will ultimately be recharged to the firm that is seeking to position the collateral with the Bank.
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login
Value: |
3600000 |
Published: |
2023-06-19 |
Deadline: |
|
|
3600000 |
2023-06-19 |
|
|
Accessibility Guides Initiative
UK
London
VisitBritain/VisitEngland
VE is proposing to enhance the availability and quality of accessibility information for tourism businesses in England, through two initiatives:<br/><br/>Lot One: A new Accessibility Guides preferred partner <br/>Lot Two: The production of an accessibility features question set<br/><br/>It is anticipated that following the closure of the PIN and the review of the market testing questionnaires, the contracting authority may seek to publish an FTS Contracts Notice in July 2023. Any Contract awarded under the proposed procurement process will operate for a three (3) year term subject to extension up to a further two (2) years.<br/><br/>If you have recently registered on the Atamis eProcurement portal for another VisitBritain requirement, you can use the same account. If not, you will first need to register your organisation on the portal.<br/>To register, you will need to:<br/>1. Go to the URL: https://visitbritain.force.com/s/Welcome<br/>2. Select ‘Click here to register!'<br/>3. Read and agree to the portal user agreement<br/>4. Complete the registration form, providing information including:<br/>— The full legal name of your organisation,<br/>— Your company registration number,<br/>— Your DUNS number-a unique nine-digit number provided to organisations free of charge by Dun & Bradstreet.<br/>— Whether your organisation is a Small –Medium Sized Enterprise (SME)<br/>— User and contact details.<br/><br/>Once you have registered on the Atamis eProcurement system, you will be able to express your interest in this process.<br/><br/>To participate in this PIN process, suppliers should complete and return the PIN Market Testing Questionnaire no later than: 12 noon on Friday 7th July 2023.
Value: |
|
Published: |
2023-06-19 |
Deadline: |
|
|
|
2023-06-19 |
|
|
Loan and Securities Collateral Legal Panel
UK
LONDON
BANK OF ENGLAND
Value: |
|
Published: |
2023-06-19 |
Deadline: |
|
|
|
2023-06-19 |
|
|
Department for Business and Trade - Bill of Lading Shipping Data
British Oversea Territories
London
Department for International Trade
Department for Business and Trade (DBT) (previously known as Department for International Trade) has a requirement for the delivery of Bill of Lading data for: exports from the UK where a container leaves from a UK port and imports to the UK where the container lands at a UK port or the container lands at a foreign port but with a final destination of the UK. The requirement is for access to the Tenderer's data service (e.g., via an intermediary cloud platform, APIs, and/or bulk downloads).
The requirement and subsequent contract shall be for an initial period of 12 months from November 2023 with the option to extend for an additional 12 months.
A maximum budget of £280,000 (including VAT) for each of the 12-month periods has been allocated with a total contract value of £560,000 (including VAT).
The start date for this requirement is expected to be 1st November 2023, with a 1-month implementation period from this date.
This Procurement is being carried out in accordance with the Public Contract Regulations 2015 under the open procedure (PCR Regulation 27). Tenderers can submit a Tender as a single legal entity, with other legal entities (to form a consortium) or with named sub-contractors.
The data will be shared with the department's Partner Organisations, including the Department for Transport and the Office for National Statistics. The data will also be shared with the Global Supply Chains Intelligence Programme, a DBT led project. The successful Tenderer must agree to allow the UK Government to publish anonymous and non-disclosive findings that includes the data, in regular or ad hoc statistics and research . This will enable the UK Government to show how it uses this data to support its policy and decision making and to inform the general public.
Interested Suppliers should register and access the procurement documentation on our e-tendering portal, Jaggaer, via the link on this notice. Please see the link here: https://uktrade.app.jaggaer.com/web/login.html
The clarification period ends on 17.00 BST 23/06/2023. You must submit your tender to arrive no later than 17.00 BST 14/07/2023.
Value: |
560000 |
Published: |
2023-06-14 |
Deadline: |
|
|
560000 |
2023-06-14 |
|
|
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom
London
London Borough of Haringey - Parks and Leisure
CP - Highway trees/ insurance tree pruning. DPS1 1072
Works have to be completed July 2023 (subject to nesting birds)
Parking suspensions can be arranged via Clare Pappalardo (provide advance notice of at least 10dys)
This opportunity has been distributed on adamprocure.co.uk
Value: |
|
Published: |
2023-06-14 |
Deadline: |
|
|
|
2023-06-14 |
|
|
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Parks
United Kingdom
London
London Borough of Haringey - Parks and Leisure
Clare Pappalardo Parks reactive insurance works
DPS1 1078
Works to be started & completed end of August 2023
Actual date of works to be provided to Clare via email .
This opportunity has been distributed on adamprocure.co.uk
Value: |
|
Published: |
2023-06-14 |
Deadline: |
|
|
|
2023-06-14 |
|
|
PS23137 Delivery partner for Task & Finish Group on Industry Resilience for Critical Minerals
Swindon
Department for Business, Energy & Industrial Strategy
The final date and time for the submission of bids is Friday, 30 June 2023 at 11:00
DO NOT apply directly to the buyer.
All tender information MUST be submitted through the Jaggaer eSourcing Portal.
Brief Description of Requirement
The Department for Business and Trade (DBT) seeks to procure a delivery partner (the 'supplier') for the Minerals Task & Finish Group, who will be responsible for developing and delivering the Group's independent report summarising the aforementioned critical mineral dependencies and vulnerabilities across manufacturing sectors, with recommendations for supply chain resilience. They will also be responsible for developing a risk framework for monitoring critical minerals across UK industry.
The primary aims of the Task & Finish Group are to investigate critical mineral dependencies and vulnerabilities across UK industry sectors, support UK industry to promote resilience and diversity in its supply chains and design a framework for monitoring and mitigating critical mineral supply risk across UK industry sectors. In doing so, the group will develop a network of experts and advocates to raise the profile of issues within UK industry and build the case for critical mineral supply chains security. This is intended to support the delivery of the UK Critical Minerals Strategy.
Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.
This contract will be awarded based on the evaluation criteria as set out in the ITQ document.
How to Apply
UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.
To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.
If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.
Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number PS23137.
Additional information:
DO NOT APPLY DIRECTLY TO BUYER
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
About UK Shared Business Services
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.
Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx
Value: |
|
Published: |
2023-06-13 |
Deadline: |
|
|
|
2023-06-13 |
|
|
Installation, supply and maintenance of Customer Information Notice Labels
UK
LONDON
Transport for London
Installation and Maintenance of Bus Customer Information Notice Labels Contract NoticeTransport for London (TfL) requires a service for the installation, supply, maintenance, and audit for bus labels across TfL's bus fleet. The service provider will maintain accurate, presentable, and consistent signs and notices across a fleet of around 9000 buses, operated by eight bus operating suppliers, across approximately 85 sites. In addition the incumbent will carry out audits across the bus fleet for compliance and garage reports will be made available to TfL. The contract covers a wide array of customer information notices; not just mandatory legal notices but also TfL specified notices. In addition to internal notices, external notices are also required as well as vehicle wraps on an ad hoc basis.The current contract was awarded in January 2020 for 2 years + 1 year + 1 year, with the term of the contract ending in January 2024.TfL are looking to re-procure this contract to commence in January 2024 for 2 years + 2 years. If this opportunity is of interest to you please can you email DeepaHalai@tfl.gov.uk by 11th July 2023. Expressions of interest are invited by completion of a Supplier Selection Questionnaire.To be able to participate in the tender, suppliers must be registered on TfL's SAP Ariba system.To express an interest for this contract, interested bidders must BOTH confirm by email to DeepaHalai@tfl.gov.uk to express their interest in the opportunity AND complete Ariba registration, if required. Upon completion of registration and confirmation that the bidder has been invited to the Sourcing Event in Ariba, the interested bidder will have unrestricted and full access to the procurement documents, free of charge through their dashboard when they login to Ariba at https://service.ariba.com/Supplier.aw. Any additional information can be obtained from the above mentioned email address. Economic operators need to complete and submit a response to the relevant procurement documents by the deadline date set out in these documents.To register or to check if you are already registered in Ariba log on to https://service.ariba.com/Supplier.aw. Interested participants must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of this opportunity and the procurement exercise before submitting their response. For help on uploading your responses, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk Please note, even if you are already a registered supplier on SAP Ariba you must without any delay confirm to the Procurement Lead DeepaHalai@tfl.gov.uk your intention to participate in this opportunity and your details as follows, so that the Procurement Lead can manually add vital details to the Sourcing Event on SAP Ariba. You must provide:- your single point of contact first name and surname- your email address- your position in the organisation- your organisation name
Value: |
2405585 |
Published: |
2023-06-13 |
Deadline: |
2023-07-11 |
|
2405585 |
2023-06-13 |
2023-07-11 |
|
SIA - Criminal Prosecution Chambers
LONDON
Security Industry Authority
We require a supplier to provide the SIA are currently inviting established barristers' chambers to quote for an inquest/prosecution contracts with our organisation.
The supplier will be required to provide legal advice and representation on behalf of the SIA in relation to and before the criminal courts and appellate courts.
The SIA are predominantly based in London, E14 - but the supplier must be available through England and Wales.
SIA (SIA) is a Non-Departmental Public Body that regulates the Private Security Industry. Our Purpose is:
The Security Industry Authority is the organisation responsible for regulating the private security industry. We are an independent body, established in 2003, reporting to the Home Secretary under the terms of the Private Security Industry Act 2001.
Our mission is to regulate the private security industry effectively; to reduce criminality, raise standards and recognise quality service. Our remit covers the United Kingdom.
We have two main duties:
• The compulsory licensing of individuals undertaking designated activities within the private security industry, and
• To manage the voluntary Approved Contractor Scheme.
The tender procedure will be an Open Tender.
If you believe you might be suitable to deliver this requirement, please contact us on the below email details.
Value: |
|
Published: |
2023-06-12 |
Deadline: |
|
|
|
2023-06-12 |
|
|
NHSE896 - Abdominal Aortic Aneurysm (AAA) Screening Programme.
M1 3BN
4TH FLOOR PICCADILLY PLACE LONDON ROAD MANCHESTER
NHS England Greater Manchester
The Contracting Authorities are procuring AAA Screening Programmes across Lot 1 - Greater Manchester (including Glossop and East Cheshire) (GM)). The Contracting Authorities plan for a contract commencement date of 01 April 2024 for a contract term of an initial 5-years with the option to extend the contract by a further 2-years at the discretion of the Contracting Authorities and subject to satisfactory financial and contractual performance.Lot 1 - GM - Annual Screens 20,421 at a maximum annual financial threshold of 1,184,826 GBP @ 90% uptake. The annual screens for Lot 1 - GM (20,421) are made up of 18,696 for Greater Manchester, 247 for Glossop and 1,478 for East Cheshire which is proposed to the market for this Lot, however it must be noted that the cohorts and subsequent contract value related to both Glossop and East Cheshire may at a future date be extracted from Lot 1 - GM contract.The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (as amended) (PCR 2015), for Health, Social, Education, and certain other Service Contracts.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:Support-health@Atamis.co.uk or phone number 0800 9956035 Here is the Atamis Supplier Management guide for informationhttps://atamis-1928.cloudforce.com/sfc/p/#0O000000rwim/a/4J000000kGJV/E7G8dJZW6I6OBziP9VjNLKQhD5jze8lO9f26f9NNk48Tender documentation will be available on the e-tendering site from 12:00 noon on 08/06/2023."Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:- How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and- How, in conducting the process of procurement, they might act with a view to securing that improvement.- Whether to undertake any consultation on the above.Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.Bidders are to note: The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.The closing time and date for tender returns is 12:00 noon on 10/07/2023
Value: |
12112198 |
Published: |
2023-06-08 |
Deadline: |
2023-07-10 |
|
12112198 |
2023-06-08 |
2023-07-10 |
|
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Parks
United Kingdom
London
London Borough of Haringey - Parks and Leisure
ABCC
DPS1 1066
PARKS INSURANCE
WORKS TO BE STARTING WEEK COMMENCING 12TH JUNE
This opportunity has been distributed on adamprocure.co.uk
Value: |
|
Published: |
2023-06-05 |
Deadline: |
|
|
|
2023-06-05 |
|
|
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Parks
United Kingdom
London
London Borough of Haringey - Parks and Leisure
ABCC
PARKS (PARKLAND WALK)
INSURANCE
DPS1 1068
Works to be completed end of June 23.
No vehicle access - on foot only. Vehicles to park in Holmesdale Road N6 (allow for parking ticket)
Wood to be left on site stacked in habitat piles within the banks as per site visit
Fencing to be collected from FP prior to erecting on the day
This opportunity has been distributed on adamprocure.co.uk
Value: |
|
Published: |
2023-06-05 |
Deadline: |
|
|
|
2023-06-05 |
|
|
Recovery Strategy Unit (RSU) Legal Support Services Framework
UK
London
Department of Levelling Up, Housing and Communities
Value: |
|
Published: |
2023-06-02 |
Deadline: |
|
|
|
2023-06-02 |
|
|
Recovery Strategy Unit (RSU) Legal Support Services Framework
London
Department of Levelling Up, Housing and Communities
The Recovery Strategy Unit (RSU) part of the Department for Levelling Up, Housing and Communities (DLUHC) is looking to establish a single lot framework for the supply of Legal Support Services via a call-off basis. The framework term will be four years.
It is envisaged between one and seven Lawyers/ Suppliers will be appointed to the single lot framework.
The required services for this procurement are legal services falling within Schedule 3 of the Public Contracts Regulations 2015 (as amended by the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 No 1319) (PCR 2015). Schedule 3 services are not subject to the full regime of PCR 2015 but are instead governed by the Light-Touch Regime (LTR) Chapter 3, Section 7, Regulations 74 to 77 of PCR 2015.
Neither the inclusion of a tenderer selection stage, nor the use of any language or terms found in the PRC 2015, nor the description of the procedure voluntarily adopted by the Contracting Authorities ('Open', 'Restricted', 'Competitive Procedure with Negotiation', 'Competitive Dialogue', 'Innovation Partnership' or any other description), nor any other indication, shall be taken to mean that the Contracting Authorities intends to hold itself bound by PCR 2015, save by the provisions applicable to services coming within the scope of Schedule 3 of PCR 2015.
The Contracting Authority will run a transparent tender process, treating all tenderers equally and will follow the basic principles of the Open Procedure (Regulation 27 of PCR 2015) to test the capacity, capability, technical and financial competence of tenderers.
Before accessing this tender documentation, it will be required by the Lawyers/ Supplier to complete a non-disclosure agreement (NDA) regarding this documentation and the process. Only those Suppliers/ Lawyers who have completed the NDA document and demonstrated compliance will be able to access the full suite of documents and be able to participate in this tender process. The tender deadline allows for up to 8 days for return of this documentation. DLUHC/ RSU will not extend the tender response deadline for any Lawyer/ Supplier who fails to review and return the NDA within this timeframe.
Value: |
|
Published: |
2023-06-02 |
Deadline: |
|
|
|
2023-06-02 |
|
|
DDaT23047 Procurement of an Event Management System
SWINDON
UK SHARED BUSINESS SERVICES LIMITED
The final date and time for the submission of bids is Friday 30th June 2023 at 14:00pm UK time
DO NOT apply directly to the buyer.
All tender information MUST be submitted through the Jaggaer eSourcing Portal.
Brief Description of Requirement:
Innovate UK KTN have an ongoing need for organisers, speakers, exhibitors, sponsors and - in particular - delegates, to experience a high-quality user-journey from registration through to post- event experience. This is to procure an Event Management System to aid the delivery of the service.
Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.
This contract will be awarded based on the evaluation criteria as set out in the RFP document.
How to Apply
UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.
To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.
If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.
Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number DDaT23047.
Additional information: DO NOT APPLY DIRECTLY TO BUYER
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
About UK Shared Business Services
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.
Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx
Value: |
600000 |
Published: |
2023-05-26 |
Deadline: |
|
|
600000 |
2023-05-26 |
|
|
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Parks
United Kingdom
London
London Borough of Haringey - Parks and Leisure
ABCC
PARKS (PARKLAND WALK)
INSURANCE
DPS1 1068
Works to be completed end of June 23.
No vehicle access - on foot only. Vehicles to park in Holmesdale Road N6 (allow for parking ticket)
Wood to be left on site stacked in habitat piles within the banks
This opportunity has been distributed on adamprocure.co.uk
Value: |
|
Published: |
2023-05-25 |
Deadline: |
|
|
|
2023-05-25 |
|
|
HAC5901 Sanctuary Scheme Projects
UK
London
Tower Hamlets
• To provide increased security in the homes of VAWG victims and their families so they can remain living in their homes• The Sanctuary scheme prevents homelessness amongst VAWG victims and their families. It allows victims to feel safer and remain in their community.• The Sanctuary Scheme provides additional support to cases where there are legal orders in place to prevent the perpetrators from attending the property or contacting the victim (for example, a non-molestation order)• The Sanctuary scheme is integral to child protection and safeguarding processes within this borough and actively seeks to increase the safety of victimsWe are committed to delivering a trauma-informed approach to working with victims of VAWG, given that a high proportion of them will have experienced some degree of trauma during their lives. Therefore we want the contractor to show that they are working in a trauma-informed way.
Value: |
|
Published: |
2023-05-25 |
Deadline: |
2023-06-15 |
|
|
2023-05-25 |
2023-06-15 |