Talk to us 01204 238 046

Professional Services Tenders

From legal services, through to accountancy, telemarketing, consultancy and procurement contracts, professional services covers a wide range of businesses across the UK. The consistent demand for professional services presents suppliers with incredible opportunities to tender for some potentially landmark contracts.

Get in touch with
our experts

Prof Services

Sub-sectors

Professional services covers a wide range of services, products and works. These include;

  • Accountancy (from Treasury Services, Accounting and Auditing (HMRC), to VAT Advisory Services in relation to Procure 21)

  • Business Support

  • Education & Training

  • Health & Safety

  • Insurance

  • Interpretation & Translation Services

  • Lean Systems

  • Legal (from Duty Solicitor Contracts and Employment Law, to Trademarks, and Council Tax Debt Recovery)

  • Procurement

  • Scanning & Archiving

  • Telemarketing

Get bid support
I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

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

Get notifications of Future Tenders of this type

Tender Value Published Deadline
2223-0314 North Central London Support-after-Suicide Service
UK London Islington Council

On behalf of the Departments of Public Health of the five boroughs of the North Central London (NCL) integrated care partnership (Camden, Islington, Haringey, Barnet and Enfield), Islington Council invites suitable expressions of interest from suppliers for a service to provide emotional and practical support for those bereaved or otherwise impacted by a death by suicide.The service will be provided across all five NCL boroughs.Each death by suicide has profound, wide-ranging, intergenerational, economic and emotional consequences for those directly bereaved, for those impacted and for a society as a whole. A dedicated support service to provide support after suicide has been in place in NCL since October 2020, in line with the national suicide prevention transformation programme which has recognised this area as a priority. Identifying those affected by suicide has been supported by the development of the Thrive London Real Time Surveillance System (RTSS) for suspected suicides.The requirementThe aim of the service is to support those bereaved by suicide to face the immediate, acute, disorientating and painful experience of the first weeks and months after a suicide. The service also aims to support those otherwise affected by suicide including those bereaved in the past, and impacted individuals, groups or communities, in partnership with local agencies and community groups.The service will be available to anyone affected by a suicide who lives, works or volunteers in the boroughs, and to anyone affected by a suicide that occurs within the five boroughs, regardless of the potential service user’s location.We expect the service to offer individual support, group-based and community-based support. At a minimum, we require a service to provide:• Pro-active contact and offer of support to those referred and who self-refer• Provision of verbal and written information• An assessment of need from a qualified person• One-to-one emotional support with flexible contact options• Support with the practical tasks and impacts of bereavement by suicide, such as dealing with the police, funeral arrangements or visiting the place of death as well as accessing legal advice or financial support• Advocacy and liaison support, such as offering to accompany clients at inquests, dealing with the media, advocating for clients by speaking to professionals or statutory agencies on their behalf• Signposting and/or referral on to other support services, such as housing, employment support, mental health services, GPs, or other bereavement or peer support, where appropriateFull details of the service requirements are available in the service specification.

Value: 825000
Published: 2023-03-25
Deadline: 2023-05-05
825000 2023-03-25 2023-05-05
Asbestos Inspections Framework
British Oversea Territories London Hyde Housing Association Ltd

National Framework Partnership seeks to establish an Asbestos Inspections and Associated Services Framework for use by Hyde Housing Association and any UK public sector body (including any future successors to these organisations. A full list of potential contracting authorities who may use the framework can be found here under the most recent file: https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide). This Framework will ensure legal responsibilities are met under the Control of Asbestos Regulations 2012 through appointed specialist contractors, who can effectively assist in managing and controlling asbestos.

Value: 95000000
Published: 2023-03-24
Deadline:
95000000 2023-03-24
East Sheen Primary School ~ Cleaning
UK London East Sheen Primary School

East Sheen Primary is a community school in The London Borough of Richmond upon Thames. We are a three-form entry primary school with an excellent reputation for providing fun and happiness, combined with high standards of education. The children, staff and parents consistently move the school forward in an exciting and enriching way; we never stand still!We are an accredited Thinking School and are well on the way to meet our strategy to become an environmentally intelligent school. Our aim is to provide a well-rounded, broad based, exciting education for all our children. Our pupils have a reputation as confident, well-mannered and sociable people who will participate in and contribute to the community. Our last OFSTED inspection and our consistently strong annual results show a school that records outstanding educational achievement and a high-level of value add across the board.The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the existing facilities for the 581 students on roll and 83 teaching and support staff. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1 September 2023 to 31 August 2026 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of cleaning services.The school year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all cleaning services within the School, which currently includes daily cleaning of the school site (see map attached) and deep cleaning in holiday periods. Windows not currently included but the school would welcome this to be included as part of the bid (included as a separate item).Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.The value of the current contract is: - 2022/23 £ 55,650. Please be advised that this contract will be let on a 3-year fixed price basis.See SQ document for further information.

Value: 166950
Published: 2023-03-23
Deadline: 2023-04-06
166950 2023-03-23 2023-04-06
East Sheen Primary School ~ Catering Tender
UK London, East Sheen Primary School

The successful Supplier will be required to provide Catering services for East Sheen Primary SchoolEast Sheen Primary is a community school in The London Borough of Richmond upon Thames. We are a three-form entry primary school with an excellent reputation for providing fun and happiness, combined with high standards of education. The children, staff and parents consistently move the school forward in an exciting and enriching way; we never stand still!We are an accredited Thinking School and are well on the way to meet our strategy to become an environmentally intelligent school. Our aim is to provide a well-rounded, broad based, exciting education for all our children. Our pupils have a reputation as confident, well-mannered and sociable people who will participate in and contribute to the community. Our last OFSTED inspection and our consistently strong annual results show a school that records outstanding educational achievement and a high-level of value add across the board.The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 581 students on roll and 83 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1 September 2023 to 31 August 2026 and will operate as a Guaranteed Performance Contract, with the successful contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with East Sheen Primary School for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the School, which currently includes lunch (onsite and for school trips) and free issue requirements. Free School meals will be charged based on consumption and at net food cost.Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.The value of the current contract is: - 2022/ 2023Paid lunches (inc staff lunches)£ 74,600Free School Meals £112,460Total£187,060East Sheen Primary School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values, its strategy for environmental intelligence and support the principles of inclusion. The School believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful contractor. As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the contractor’s tender submission would be welcomed. S

Value: 935300
Published: 2023-03-23
Deadline: 2023-04-06
935300 2023-03-23 2023-04-06
Non-Executive Recruitment Services
LONDON LEGAL SERVICES BOARD

The Legal Services Board (LSB) is looking to appoint a suitably qualified third party to undertake the recruitment of the Chair and two members of the Legal Services Consumer Panel (LSCP) and one lay board member of the Office of Legal Complaints (OLC). A provider is expected to be appointed by May 2023, with work to commence immediately. The document attached contains details of how to submit a bid, the nature of the contract and the timelines that the successful bidder will need to work to. 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 responsible for making appointments to the LSCP and the OLC with input from our sponsoring department the MoJ. Although the process and expected level of work by the successful bidder will differ, to provide value for money one company is expected to undertake all of the appointments. The LSCP has two members coming to the end of their second terms of appointment in December 2023 and March 2024 respectively, and these individuals are therefore ineligible for reappointment. The prospective provider will be expected to draft a role profile in conjunction with the LSB and Chair of the LSCP, advertise the role and be the point of contact for applicants and arrange interviews. It is not expected that first or preliminary rounds of interviews will be required to be conducted by the provider for these roles. The LSCP Chair is coming to the end of her second term of office in April 2024 and will be ineligible for reappointment. The prospective provider will be expected to draft a role profile in conjunction with the LSB, advertise the role, conduct a search for suitable candidates and be the point of contact for applicants and arrange interviews. First round or 'preliminary' interviews by the provider will be required. One OLC Board Member (lay) is coming to the end of their second term in April 2024 and is therefore ineligible for reappointment. The prospective provider will be expected to draft a role profile in conjunction with the LSB, advertise the role, conduct a search for suitable candidates and be the point of contact for applicants and arrange interviews with the Panel. First round interviews by the provider are expected to be required.

Value:
Published: 2023-03-22
Deadline:
2023-03-22
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Parks
United Kingdom London London Borough of Haringey - Parks and Leisure

ABCC PARKS INSURANCE (x1 tree) DPS1 1053 Work to be completed April 23 This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-03-22
Deadline:
2023-03-22
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

ABCC HWS INSURANCE WORKS - TO BE COMPLETED APRIL 2023 DPS1 1048 SUSPENSIONS CAN BE ARRANGED This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-03-22
Deadline:
2023-03-22
Building Local Authority Capability in Product Safety, Legal Metrology and Construction Products
British Oversea Territories London Department for Business, Energy & Industrial Strategy

The Office for Product Safety & Standards (OPSS) is part of the Department for Business Energy & Industrial Strategy (BEIS). The Office for Product Safety and Standards (OPSS) was created in January 2018 to deliver consumer protection and to support business confidence, productivity and growth. We regulate a wide range of products with a focus on their safety and integrity. We work with local, national and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. Our mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. We will be a leader of good regulatory practice and a champion of local regulation. OPSS is: - the national regulator for all consumer products, except for vehicles, medicines and food. - the national regulator for legal metrology, ensuring weighing and measuring instruments are accurate and reliable. Further information about OPSS can be found here: https://www.gov.uk/government/organisations/office-for-product-safety-and-standards OPSS supports national and local coordination of regulation to join up regulatory delivery in its policy areas. The project will deliver a programme of activities (through training and e-learning packages) to develop skills and capability in LARS (Local Authority Regulatory Services including Trading Standards in England, Wales and Scotland and Environmental Health regulators in Northern Ireland) and support coordination of national and local regulation. Each activity will require a defined learning outcome. As a guide, activities will include practical & taught courses, delivered via one or more of the following methods: in person, e- learning or online interactive courses. These courses may include, but are not limited to: - Increasing confidence in basic construction products regulation - Developing skills and expertise in construction products - Legal Metrology - legal updates and training; practical application and hands on experience of equipment and techniques in specified topics - Product Safety - o How to carry out Risk Assessments; using the Product Safety Database and Prism o PAS 7050 & 7100 practical workshops - Northern Ireland Regulators Learning and Development in specific specialist topics - A programme of mini webinars on specialist Legal Metrology and Product Safety topics as specified - Leadership Development for aspiring Regulatory Leaders - Developing an online e learning package which will be hosted on Regulators Companion for: o PAS 7050 o Legal Metrology (average quantity, Liquid Fuel Measuring Instruments, licensed Premises Inspection) During the lifetime of the contract the supplier will be required to evaluate learning - both the method of its delivery and its success - and continually assess future needs to inform development of further programmes to be delivered each year. Additional information: OPSS are conducting a supplier engagement event which will provide more information about the opportunity and what we expect from suppliers. It will also give suppliers an opportunity to better understand what OPSS aims to achieve from the contract. We would like to invite prospective bidders to attend a pre-market engagement session on 30 March at 12:30 via MS Teams. Should you wish to attend, please register your interest using the contact details below.

Value:
Published: 2023-03-17
Deadline:
2023-03-17
NWL0150 Provision of List Based Enhanced Primary Care Service across GP and PCN site locations in North West London
London NHS North West London Integrated Care Board

NHS North West London ICB requires the provision of various Enhanced Primary Care Services covering the total registered population across multiple General Practice (GP) and Primary Care Network (PCN) sites from 1st April 2023. The contract term will be (3) years with the option to extend by a further two (2) year period, until 31st March 2028. The contracts have been designed to deliver a range of enhanced primary care services via 45 PCNs, via the lead practice or where the PCN has formed a legal entity, (with GP practices subcontractors) in each of the 8 boroughs in North West London. Full patient population coverage has been made central to improve local care and reduce variability in people's outcomes. This will ensure that every patient has access to the range of services offered. Specifications within the contracts are for out of hospital services to include services such as phlebotomy, ECG, diabetes, mental health and are outcomes based. PCN level contracts have been designed to focus on improving clinical outcomes, driving improvements in the consistency of care provision in all GP practices, reduce unwarranted variation in general practice and reduce health and care inequalities for the whole population it serves. The contracts are delivered at PCN level (with GP practices subcontractors) to enable delivery of the full range of services covered by the contracts and full patient population coverage. NHS NW London ICB currently has contract arrangements in place with GP practices and with some GP Federations where services are delivered at scale through NHS Standard Contracts. These contract terms expires on 31st March 2023. NHS NW London ICB is of the view that the PCNs, via a lead practice or where they are a legal entity, in the 8 boroughs of North West London are the only providers capable of delivering these services because the member practices have access to the registered list of patients. This enables them to proactively identify patients and have access to the entire patient medical record. This enables continuity of care and provision of services at a location closer to the patient's home. The purpose of this notice is to set out NHS NW London ICB's intentions to initiate new PCN level contracts (NHS Standard Contract) for a period of three (3) years with the option to extend by a further two (2) year period, until 31st March 2028 (estimated value £68,300,000 per annum). The ICB is committed to assessing the needs of the service users and considering how it should meet those needs, and improving the quality, efficiency and integration of services.

Value: 68300000
Published: 2023-03-17
Deadline:
68300000 2023-03-17
706879455 Provision of an Insurance Broker for Personal Accident and Life Insurance for Service Personnel through Crown Commercial Service Framework RM6020.IS3 - lot 1.
British Oversea Territories London Ministry of Defence

Tender Notice - Provision of an Insurance Broker for Personal Accident and Life Insurance for Service Personnel through Crown Commercial Service Framework RM6020.IS3 - lot 1.

Value: 1
Published: 2023-03-17
Deadline:
1 2023-03-17
Building Local Authority Capability in Product Safety, Legal Metrology and Construction Products
UK London Department for Business, Energy & Industrial Strategy

Value:
Published: 2023-03-17
Deadline:
2023-03-17
Western Riverside Waste Authority - Procurement of Legal Advice
UK London Western Riverside Waste Authority

The Authority wishes to appoint an external legal adviser to assist it in:- The management of its existing waste contract with Cory Environmental Limited that expires in 2032, this shall include work on a Residual Value agreement contained within the existing contract;- The development of a new waste strategy and the procurement of new waste management arrangements to be implemented post 2032;- The potential purchase of land for the development of a new waste transfer station with scope for over site development; and- Extracting best value from its land holdings generally.Advice and support will be expected to be provided on a range of subjects, potentially over the next decade.

Value: 4000000
Published: 2023-03-16
Deadline: 2023-04-13
4000000 2023-03-16 2023-04-13
Private Medical Insurance Brokerage Services
United Kingdom Manchester General Medical Council (GMC)

The GMC provides private medical insurance to its staff as one of its employee benefits. It is an optional benefit which approximately 1066 of our total 1600 staff have opted into. We have provided this employee benefit since 1997. Our current brokerage contract ends on 10 July 2023.We are looking for a broker to support us in securing a private medical insurance provider who will deliver a high-quality service whilst ensuring that we get best value for money. The GMC has five office locations in the UK: London, Manchester, Cardiff, Belfast and Edinburgh, so any private medical insurer recommended must be able to deliver services throughout the UK. The broker must be able to deliver the work to tight timescales to meet our 1 October 2023 renewal date.

Value:
Published: 2023-03-16
Deadline:
2023-03-16
Private Medical Insurance Brokerage Services
UK Manchester General Medical Council (GMC)

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228963. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (MT Ref:228963) Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=228963]]

Value:
Published: 2023-03-16
Deadline:
2023-03-16
Deception Technology
UK LONDON NATIONAL GRID UK LIMITED

Indicative Tender Timelines To support the resource and planning of interested parties National Grid has outlined an indicative timetable below. Please note this is not binding and subject to change. 1. PIN Issued: Thursday 16th March 2023 2. PIN Closed: Friday 7th April 2023 3. PQQ Issued: Monday 17th April 2023 4. PQQ Closed: Friday 5th May 2023 5. RFP Issued: Monday 15th May 2023 6. RFP Closed: Friday 9th June 2023 7. Contract Award: Friday 15th September 2023 Pre-request to be eligible to participate In order to participate in this tender, you must be registered on the Achilles UVDB system. UVDB is used to pre-qualify our suppliers to ensure they meet the minimum legal and regulatory requirements in order to contract with National Grid . UVDB is the utility industry pre-qualification system used by the utilities sector in the UK to manage risk within the supply chain and comply with EU regulations. Joining UVDB as a supplier provides your organisation with an opportunity to showcase your capabilities and access multiple contract opportunities by completing a single pre-qualification questionnaire (PQQ). UVDB is used by many utility buyer organisations. If you are already registered with UVDB you only need to ensure that you are registered under UVDB code 1.5.8.17 Software - (Safety, Health, Environment, and Security) If you are not currently registered this can be done by registering at: https://www.achilles.com/community/uvdb/ You will then need to register under UVDB code 1.5.8.17 Software - (Safety, Health, Environment, and Security) If you require any further information regarding this registration, please contact Samuel Lloyd-Jones (samuel.lloydjones@achilles.com) who can support any issues with the completion of your registration process on Achilles ahead of the qualification event commencing in mid-April 2023. Further to the enclosed PIN, please indicate your expression of interest and) also confirm that you are or will be registering on Achilles UVDB against code 1.5.8.17 Software - (Safety, Health, Environment, and Security). emailing: cora.russell@nationalgrid.com

Value:
Published: 2023-03-16
Deadline:
2023-03-16
Western Riverside Waste Authority - Procurement of Legal Advice
United Kingdom London Western Riverside Waste Authority

To provide Legal Advice to a Statutory Joint Waste Disposal Authority

Value: 4000000
Published: 2023-03-15
Deadline:
4000000 2023-03-15
SIEM / SOAR / TIP Technologies (Global)
UK LONDON NATIONAL GRID UK LIMITED

Indicative Tender Timelines To support the resource and planning of interested parties National Grid has outlined an indicative timetable below. Please note this is not binding and subject to change. 1. PIN Issued: Wednesday 15th March 2023 2. PIN Closed: Friday 7th April 2023 3. PQQ Issued: Monday 17th April 2023 4. PQQ Closed: Friday 5th May 2023 5. RFP Issued: Monday 15th May 2023 6. RFP Closed: Friday 9th June 2023 7. Contract Award: Friday 15th September 2023 Pre-request to be eligible to participate In order to participate in this tender, you must be registered on the Achilles UVDB system. UVDB is used to pre-qualify our suppliers to ensure they meet the minimum legal and regulatory requirements in order to contract with National Grid . UVDB is the utility industry pre-qualification system used by the utilities sector in the UK to manage risk within the supply chain and comply with EU regulations. Joining UVDB as a supplier provides your organisation with an opportunity to showcase your capabilities and access multiple contract opportunities by completing a single pre-qualification questionnaire (PQQ). UVDB is used by many utility buyer organisations. If you are already registered with UVDB you only need to ensure that you are registered under UVDB code 1.5.8.17 Software - (Safety, Health, Environment, and Security) If you are not currently registered this can be done by registering at: https://www.achilles.com/community/uvdb/ You will then need to register under UVDB code 1.5.8.17 Software - (Safety, Health, Environment, and Security) If you require any further information regarding this registration, please contact: Samuel Lloyd-Jones (samuel.lloydjones@achilles.com) who can support any issues with completion of your registration process on Achilles ahead of the qualification event commencing in mid April 2023. Further to the enclosed PIN, please indicate your expression of interest and confirmation of which Lot you would be interested in ( please note this is just for information purposes and will not exclude you from any lots in the future ) also confirm that you are or will be registering on Achilles UVDB against code 1.5.8.17 Software - (Safety, Health, Environment, and Security). emailing: cora.russell@nationalgrid.com

Value:
Published: 2023-03-15
Deadline:
2023-03-15
Western Riverside Waste Authority - Procurement of Legal Advice
UK London Western Riverside Waste Authority

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=228923. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (MT Ref:228923)

Value:
Published: 2023-03-15
Deadline:
2023-03-15
Invitation to Tender for the Provision of Legal Services
LONDON Architects Registration Board

ARB requires provision of general legal advice in respect of all its statutory duties and legal obligations, except for the preparation of disciplinary cases to the Professional Conduct Committee which is carried out under a separate contract outside of the scope of this tender. Details on how to apply are contained in the associated document.

Value: 500000
Published: 2023-03-15
Deadline:
500000 2023-03-15
RFI - Life and Pensions Specialists
UK London Financial Services Compensation Scheme

For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2023-03-14
Deadline:
2023-03-14
RMBC - LA - Council Insurance Package Lots 1 - 9
Surrey Runnymede Borough Council

The Authority seeks to contract with suitable providers of Insurance policies to cover the requirements of each of the nine listed Lots. The Authority will be guided by its incumbent Insurance Broker (Arthur J Gallagher) who will assist in the preparation and management of the tender process. Lot 1 Property including Contract Works & Computers, Lot 2 Industrial and Commercial Properties, Lot 3 Terrorism, Lot 4 Casualty including Fidelity Guarantee, Lot 5 Motor Fleet, Lot 6 Engineering Services, Lot 7 Group Personal Accident & Travel, Lot 8 Leasehold & Right to Buy, Lot 9 Package Lot of Lots 1, 4 & 5. Additional information: Supplier must express interest in the opportunity to view the tender documents via the following SE Shared Services portal: http://www.sesharedservices.org.uk/esourcing Is a Recurrent Procurement Type? : Yes

Value: 5050000
Published: 2023-03-13
Deadline:
5050000 2023-03-13
CON-21-101 Service Desk (SD) and End User Compute (EUC) Services
UK London Financial Conduct Authority

The FCA are looking to procure Service Desk and End User Compute services for the next five (5) years with the option for two (2) separate one (1) year extensions. This is a joint procurement conducted in its entirety by the FCA for and on behalf of the FCA and the PSR jointly with all services being provided to both organisations. The contract terms for this procurement will be an amended version of the Cabinet Office Model Services Contract. The contract is subject to the law of England and Wales.All services provided by the successful supplier must be delivered within the UK, with the full list of services and scope detailed in the ITT. The scope of Service Desk requirements includes but is not limited to the ongoing delivery of the functions detailed in the ITIL Framework which covers Incident Management, Major Incident Management, Problem Management, Knowledge Management, Change Management and Request Fulfilment. The scope of EUC services includes but is not limited to the ongoing delivery and management of Identity and Access Management, Telephony services, management of Azure Platforms and tools, Asset Management, AV equipment and Microsoft “Evergreen” services. The £105m starting range only considers BAU and Change costs throughout the term of the contract. The £122m referenced in II1.5 is the potential total contract spend taking into account the expected BAU and Change cost, with the FCA exercising its options for Environmental Insurance and Technical Refresh.

Value: 122000000
Published: 2023-03-11
Deadline: 2023-04-12
122000000 2023-03-11 2023-04-12
Audit & Inspections of Property Managed Commercial Assets across Network Rails Regional and Central Departments.
UK London Network Rail Infrastructure Ltd

Network Rail (NR) requires 4 framework suppliers (Consultants) to undertake and complete the statutory compliance and general planned preventative maintenance (PPM) inspections/audits of Network Rail’s commercial properties, including freight sites; the retained commercial estate and other properties, including the capacity for inspecting retail units within managed stations that are owned/managed by NR across all regional and central departments.It is envisaged that additional requirements such as arch co estate and development sites will be added to the list of properties during the framework agreement period.Inspectors must have a minimum of HNC/NVQ level 4 in a construction related subject and a minimum of 2 years building condition inspection experience. Building inspectors must have a broad knowledge of building & land statutory compliance, legislation, and maintenance as well as sufficient experience in undertaking such matters. Suppliers are required to carry out all of the required inspections/audits in full compliance with statutory regulation, Health & Safety legislation, Rail Safety Standard Boards requirements, Network Rail standards, HSE Guidance, and industry best practice etc.This framework will also give the relevant Property team complete visibility of assets as part of this service and requires all inspection/audit reports and associated photographs, documents, evidence etc. to be uploaded against the Unique Property Reference Number (UPRN) to Network Rail’ digital system known as iAuditor on a periodic basis and overall periodic compliance dashboards are to be provided. Access to the relevant digital platforms can be requested by the contractor and once the request has been approved can be provisioned by Network Rail. The contractor must notify Network Rail when a member of staff leaves, or no longer needs access, such that the relevant licenses and access can be removed.This contract has a customer service driven element which can be defined as providing guidance, support and encouragement when it comes to addressing the needs and welfare of tenants in the context of meeting statutory and NR best practice H&S standards. As such the Property inspection officers will be expected to interact with tenants, respective stakeholders, and members of the public in a professional and courteous manner using excellent communication skills and logging and recording all contacts.Suppliers will be required to advise the Property team on changes to statutory compliance requirements, and assist the Property team in:• Maintaining the Property Inspections Master Matrix• Updating on legal requirements• Updating on regulatory changes, or changes in statute• Provision of best practice in all of these inspection requirements• Produce periodic management reports to the Regional LeadsThe scope includes inspecting the buildings/arches and land to provide Network Rail with assurance that tenants are up to date with all statutory compliance and general servicing & maintenance requirement. It is required that this assurance is evidenced by viewing maintenance records, certificates, records and so on as well as by visual observations where appropriate.

Value: 10000000
Published: 2023-03-10
Deadline: 2023-04-14
10000000 2023-03-10 2023-04-14
Provision of Insurance Requirements
Manchester The University of Manchester

The University of Manchester wishes to appoint providers of insurance services to cover a range of insurance requirements. This process is being supported by the University's appointed insurance broker, Gallagher. Additional information: Information, formalities and necessary requirements to be met will be set out in the procurement documents, all of which are available via the University's procurement portal In-Tend - https://in-tendhost.co.uk/manchesteruniversity Is a Recurrent Procurement Type? : No

Value:
Published: 2023-03-09
Deadline:
2023-03-09
Provision of Insurance Requirements
UK MANCHESTER UNIVERSITY OF MANCHESTER

Value:
Published: 2023-03-09
Deadline:
2023-03-09
Contract for the provision of in-country and overseas escorting services in relation to Migration and Economic Development Partnerships (MEDP) and other immigration services.
British Oversea Territories London Home Office

The Home Office is responsible, under the Immigration Act 1971 and the Immigration and Asylum Act 1999, for detaining and/or enforcing the removal of certain persons (Detainees), assigned by the Home Office to Immigration Removal Centres and other locations from the United Kingdom. The Home Office is responsible for the provision of bed space, escorting services and electronic monitoring. At any one time, approximately 3000 detained individuals can be held overnight in one of seven Immigration Removal Centres, 3 residential Short-Term Holding Facilities, a pre-departure accommodation and additional spaces including prisons and police stations across the United Kingdom. Persons can be detained for shorter periods of time in holding rooms at reporting centres, air and seaports. To facilitate the transfer of detained individuals under Migration and Economic Development Partnerships, it is necessary to provide sufficient escort and transportation staff to enable their safe and secure passage. This includes the transportation of detained individuals with no legal basis to remain in the UK to an overseas destination and transfer to appropriate authorities upon arrival. Appropriate safeguards will be required for individuals being transferred with vulnerabilities, such as medical conditions or for those who refuse to comply with the transfer. The Authority is seeking a commercial partner to provide a number of fully integrated services. These services include (but are not limited to): • The escorting and transportation of detained and non-detained individuals within the UK (In-Country Escorting Services) • The escorting of detained and non-detained individuals to and from the UK and to and from an overseas destination (Overseas Escorting) including the escorting of individuals from the UK to an overseas destination whereby a legal agreement has been signed to deliver MEDP • Collection, transportation, and escorting individuals on a charter to an overseas destination, and where required returning individuals to an immigration removal centre where those individuals do not leave on the charter or are returned to the UK The potential length of contract will be 3 years from service commencement, with options to extend on one or more occasions up to a maximum of a further 3 years. The estimated value for the initial 3 year term from service commencement is £78m. The content of this PIN, including the nature of services may be subject to change. The service is volumetric and any estimated values may be subject to change up or down depending on the amount of activity undertaken during the life of contract. Note that services may include but not be limited to current and future MEDP locations and other immigration escorting and related service requirements. Market engagement events will be held for interested Suppliers on 28th-29th March 2023 (subject to change). These will be held virtually. Additional information: 1. To express an interest, participants must first be registered on the Home Office eSourcing Suite. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the Register Here Link. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. 2. Email: Escorting-Commercial@homeoffice.gov.uk Title of email: MEDP Escorting Procurement - Expression of Interest Email to include: Organisation name, Contact name, E-mail address and telephone number. Once above steps are completed, documents will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA). Market engagement events will be held for interested Suppliers on 28th-29th March 2023 (subject to change). These will be held virtually. Further details of events to follow upon receipt of a signed NDA. The contract falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015. As a result, the Authority has determined the procurement procedure that is being followed. The Authority will ensure that the procurement procedure is at least sufficient to ensure compliance with the principles of transparency and equal treatment of Bidders. The content of this PIN, including the nature of services and estimated value, may be the subject to change.

Value:
Published: 2023-03-08
Deadline:
2023-03-08
Insurance & Risk Management Services
UK London A2Dominion Housing Group Limited

Insurance services may involve insurance broking, insurance underwriting or a combination of both. The term is intended to include the arrangement, placing and administration of insurance policies, as well as claims settlement and administration, risk management services and any other insurance related services.

Value:
Published: 2023-03-07
Deadline: 2023-04-17
2023-03-07 2023-04-17
Procurement of 2018 Contracts for Civil Legal Aid services from 1 September 2023
United Kingdom London The Legal Aid Agency

The Legal Aid Agency ("LAA") is inviting Tenders to deliver the publicly funded face to face civil legal aid services from 1 September 2023 under the 2018 Standard Civil Contract ("2018 Contract") in the following Categories of Law: - Family - Housing, 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 - Discrimination On 3 October 2022, the LAA confirmed that it would be extending the 2018 Contract to allow current contract holders to continue delivering contracted services until the new end date of 31 August 2024. On 3 November 2022, the LAA confirmed it would offer further opportunities to apply to deliver work under the 2018 Contract extension period. The Contract Work awarded under this procurement process will run from 1 September 2023 to 31 August 2024. This procurement process is open to: - New Entrants seeking to deliver publicly funded civil legal aid services; and - existing Providers who hold a 2018 Contract and who are seeking to deliver publicly funded civil legal aid services in additional Categories of Law; and - existing Providers who hold a 2018 Contract and who are seeking to deliver publicly funded civil legal aid services from additional offices / Procurement Areas. The Deadline for submitting Tenders is 5pm on 31 March 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.

Value:
Published: 2023-03-07
Deadline:
2023-03-07
Insurance & Risk Management Services
UK London A2Dominion Housing Group Limited

Value:
Published: 2023-03-06
Deadline:
2023-03-06
Insurance & Risk Management Services
United Kingdom London A2Dominion Housing Group Limited

Insurance services may involve insurance broking, insurance underwriting or a combination of both. The term is intended to include the arrangement, placing and administration of insurance policies, as well as claims settlement and administration, risk management services and any other insurance related services.

Value: 20000000
Published: 2023-03-06
Deadline:
20000000 2023-03-06
Provision of Medical Insurance for Local Staff and Dependents of British Embassy Amman
UK London Foreign Commonwealth and Development Office

Provision of Medical Insurance for Local Staff and Dependents of British Embassy Amman

Value:
Published: 2023-03-03
Deadline: 2023-04-03
2023-03-03 2023-04-03
Provision of Medical Insurance for Local Staff and Dependents of British Embassy Amman
British Oversea Territories London Foreign Commonwealth and Development Office

Medical Insurance for Local Staff and Dependents of British Embassy Amman Additional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via the FCDO's eProcurement Portal Bravo/JAGGAER.

Value: 101000
Published: 2023-03-03
Deadline:
101000 2023-03-03
Provision of Medical Insurance for Local Staff and Dependents of British Embassy Amman
UK London Foreign Commonwealth and Development Office

Value:
Published: 2023-03-02
Deadline:
2023-03-02
Educational Psychologist Training
United Kingdom London Department for Education

It is the Department for Educations intention to undertake a procurement exercise to appoint a suitably experienced organisation to deliver on behalf of the department a 6 year contract from 1st September 2023 to 31st August 2029 to training more EPs to join the public sector workforce, while improving coverage of EPs across the regions of England. There are two contracts available as part of this procurement. These are presented as two lots: Lot 1 - London and South East - Minimum of 65 places per cohort expected. Lot 2 - South West, West Midlands, East Midlands, East of England, Yorkshire and Humber, North East and North West - Minimum of 139 places per cohort expected. The total value of these contracts combined is anticipated to be £32.2m, which would train three cohorts, each with over 200 trainee educational psychologists. The DfE recently announced an investment of £21m for the first two cohorts, however, the final of these three cohorts will be subject to future Spending Review agreement. We are open to this work being split across multiple suppliers. This budget would be expected to fund the full three-year tuition fees for trainee educational psychologists, as well as a first-year bursary payment for trainees, and associated course administration costs. We anticipate a six-year contract, commencing in September 2023 and terminating in August 2029. There would be a period of approximately one year allotted between contract commencement in September 2023, and the start date of the first trainee cohort, in September 2024. This period is to facilitate the Contractor(s) to become HCPC accredited and to become compliant with any other technical or legal standard, and to run the recruitment process for the 2024 trainee cohort. The current EP training programme has established a strong reputation in the market as a prestigious postgraduate training route for EPs. This procurement offers an opportunity to maintain the high quality of the training and to develop the programme to meet the needs of employers of psychological services to children and young people, particularly Local Authorities. We are particularly interested in provision which actively encourages trainees from regions with current shortages of qualified educational psychologists, and welcome suggestions to approach this. To view the tender, you will need to be registered as a supplier on the DfE Jaggaer eTendering portal, available at https://education.app.jaggaer.com/web/login.html The closing date for submitting your tender is 09:00am GMT on the 11th April 2023. Please find the link to the ITT in the Jaggaer portal here: https://education.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=55358

Value: 32165992
Published: 2023-02-28
Deadline:
32165992 2023-02-28
Provision of Insurance and related services to Teachers Housing Association Limited and subsidiary organisations (Incl Old Etonian Housing Association Limited)
British Oversea Territories London Teachers Housing Association Limited (incl Old Etonian Housing Association Limited)

Text to be corrected in the original notice: Place of text to be modified: Date of time for receipt of Tenders Instead of: 02/03/2023 Read: 09/03/2023 Other additional information: The deadline for submissions has been extended by 7 days to 17.00 on 9th March 2023 Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Teachers Housing Association Limited and its subsidiary organisations (Incl Old Etonian Housing Association Limited)

Value: 396000
Published: 2023-02-27
Deadline:
396000 2023-02-27
The Attorney General's Panel of Junior Counsel - London C - 2023
London Ministry of Justice

The Attorney General is seeking to appoint junior Counsel in London to undertake civil work for government departments. Membership is open to both barristers and solicitors. Barristers must have a tenancy. Solicitors must have a higher court advocacy qualification. Additional information: Please note that the lowest / Actual of contract is stated £0 in this notice as the actual cost for the service which will be called off will be based on the actual requirement(s). Apply to the Attorney General's Civil Panel Counsel, further details can be found at the link below. https://www.gov.uk/government/organisations/government-legal-department

Value:
Published: 2023-02-27
Deadline:
2023-02-27
The Attorney General's Panel of Junior Counsel - London B - 2023
London Ministry of Justice

The Attorney General is seeking to appoint junior Counsel in London to undertake civil work for government departments. Membership is open to both barristers and solicitors. Barristers must have a tenancy. Solicitors must have a higher court advocacy qualification. Additional information: Please note that the lowest / Actual of contract is stated £0 in this notice as the actual cost for the service which will be called off will be based on the actual requirement(s). Apply to the Attorney General's Civil Panel Counsel, further details can be found at the link below. https://www.gov.uk/government/organisations/government-legal-department

Value:
Published: 2023-02-27
Deadline:
2023-02-27
The Attorney General's Panel of Junior Counsel - London A - 2023
London Ministry of Justice

The Attorney General is seeking to appoint junior Counsel in London to undertake civil work for government departments. Membership is open to both barristers and solicitors. Barristers must have a tenancy. Solicitors must have a higher court advocacy qualification. Additional information: Please note that the lowest / Actual of contract is stated £0 in this notice as the actual cost for the service which will be called off will be based on the actual requirement(s). Apply to the Attorney General's Civil Panel Counsel, further details can be found at the link below. https://www.gov.uk/government/organisations/government-legal-department

Value:
Published: 2023-02-27
Deadline:
2023-02-27
Provision of Insurance and related services to Teachers Housing Association Limited and subsidiary organisations (Incl Old Etonian Housing Association Limited)
UK London Teachers Housing Association Limited (incl Old Etonian Housing Association Limited)

Value:
Published: 2023-02-27
Deadline:
2023-02-27
Provision of Insurance and Related Services to Clarion Housing Group Limited
UK London Clarion Housing Group Limited

A programme of General (non-life) insurance and related services for Clarion Housing Group Limited. The programme will require Insurance and related services for risks that may include but are not limited to property damage, business interruption, and property owner's liability. This list is to be decided at the sole discretion of Clarion Housing Group Limited.This Lot excludes Motor (See Lot 2), Cyber (See Lot 3), Terrorism (Pool Re Basis) (See Lot 4), Terrorism / Political Violence (Non-Pool Re Basis) (See Lot 5), Professional Indemnity (See Lot 6) and Crime (See Lot 7), and Ancillary legal liabilities & general (non-life) insurable risks (See Lot 8).

Value: 30000000
Published: 2023-02-25
Deadline: 2023-03-29
30000000 2023-02-25 2023-03-29
Provision of Insurance and Related Services to Clarion Housing Group Limited
British Oversea Territories London Clarion Housing Group Limited

Provision of Insurance and Related Services to Clarion Housing Group Limited

Value: 30000000
Published: 2023-02-24
Deadline:
30000000 2023-02-24
Provision of Insurance and Related Services to Clarion Housing Group Limited
UK London Clarion Housing Group Limited

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, complete 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 their proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff. For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2023-02-24
Deadline:
2023-02-24
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

ABCC HWS / INSURANCE DPS1 1023 Works to be undertaken in March 23 Payment Receipt after April 1st This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-02-22
Deadline:
2023-02-22
Insurance Brokerage Services
Essex Thurrock Council

This opportunity relates to the provision of insurance brokerage and associated services which includes but is not limited to: o The design or assistance with the design of insurance programme. o The provision of advice consultancy and recommendation on a range of insurance covers. o The procurement of the required insurance covers and the completion of insurance placement. Additional information: Dear Supplier, In order to register your organisation please click on the link below which will take you directly to the In-Tend Supplier portal: https://in-tendhost.co.uk/thurrockcouncil If you have any questions relating to tendering with Thurrock Council or have any questions on how to use the In-Tend Supplier Website please contact the In-Tend Support Team on support@in-tend.com or call on 0845 557 8079 / +44 (0) 114 407 0065. Once registered, you can view ALL open tenders by clicking on "Tenders" in the top row tabs, then "Current Tenders" Is a Recurrent Procurement Type? : No

Value: 45000
Published: 2023-02-17
Deadline:
45000 2023-02-17
Insurance Coverage and Associated Service (not including broking services)
UK London GOVIA THAMESLINK RAILWAY LIMITED

For more information about this opportunity and to express your interest please visit: https://www.smartsurvey.co.uk/s/InsuranceCover/

Value:
Published: 2023-02-16
Deadline:
2023-02-16
Procurement of Housing and Debt Services from 1 April 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. Oldham 2. Rochdale 3. Warrington & Halton 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 April 2023 where possible. But organisations unable to start on 1 April 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 13 March 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: 2023-02-16
Deadline:
25001 2023-02-16
Rebuild Insurance Valuations & Cemetery Headstone Plotting
UK London Royal Borough of Greenwich

Insurance Rebuild ValuationsThe Council are looking for a consultant to provide accurate rebuild insurance valuations for c.530 sites. In conjunction with this piece of work, we require you to produce detailed CAD plans in both DWG & PDF format for each site.Cemetery Headstone PlottingThe Council is seeking prices for the following works in relation to the cemeteries and closed churchyards.1) Liaise with Council staff and the Diocese and where necessary seek and obtain faculty provision to facilitate the works set out below2) Mapping, plotting, condition survey and risk assessment of all gravestones, monuments and mausoleums within the cemeteries/closed churchyards set out on site by site basis and in a format that facilitates uploading into the Epilog system.3) Mapping of all roads, paths, pavements and walkways/access routes within each cemetery/closed churchyard including detailed condition information and priced details of catch up and programmed works required over the next 30 years.4) Condition survey of all boundary walls, fences and access gates to the cemeteries/closed churchyards and priced details of catch up and programmed works required over the next 30 years.5) Provision of new maps for each site detailing all roads, paths, access ways etc and showing any buildings, outbuildings, car park, playground hardstanding/surfaces ball courts and war memorials etc.(not required at St Alfege)

Value:
Published: 2023-02-14
Deadline: 2023-03-17
2023-02-14 2023-03-17
Rebuild Insurance Valuations & Cemetery Headstone Plotting
United Kingdom London Royal Borough of Greenwich

Rebuild Insurance Valuations & Cemetery Headstone Plotting Insurance Rebuild Valuations The Council are looking for a consultant to provide accurate rebuild insurance valuations for c.530 sites. In conjunction with this piece of work, we require you to produce detailed CAD plans in both DWG & PDF format for each site. Cemetery Headstone Plotting The Council is seeking prices for the following works in relation to the cemeteries and closed churchyards. 1) Liaise with Council staff and the Diocese and where necessary seek and obtain faculty provision to facilitate the works set out below 2) Mapping, plotting, condition survey and risk assessment of all gravestones, monuments and mausoleums within the cemeteries/closed churchyards set out on site by site basis and in a format that facilitates uploading into the Epilog system. 3) Mapping of all roads, paths, pavements and walkways/access routes within each cemetery/closed churchyard including detailed condition information and priced details of catch up and programmed works required over the next 30 years. 4) Condition survey of all boundary walls, fences and access gates to the cemeteries/closed churchyards and priced details of catch up and programmed works required over the next 30 years. 5) Provision of new maps for each site detailing all roads, paths, access ways etc and showing any buildings, outbuildings, car park, playground hardstanding/surfaces ball courts and war memorials etc.(not required at St Alfege)

Value: 100000
Published: 2023-02-13
Deadline:
100000 2023-02-13
Magistrates Court Case Learning Experience - Expressions of Interest
British Oversea Territories London Ministry of Justice

HMCTS intends to award a Grant for the delivery of a year-long, interactive experiential programme ('Learning Experience') that introduces The Magistrates' Courts Case Learning Experience, in its current form, is for state school students aged 12-14 to the criminal justice system through the workings of the magistrates' court. HMCTS seeks to better understand the capability and appetite of the market to potentially bid for this opportunity. Key characteristics of the grant are listed below. However for full details please see the specification document and draft grant terms and conditions: - The aim of the grant is to give young people/students an understanding of their rights and responsibilities as citizens, knowledge of the legal system and societal skills for later life, such as advocacy and constructive influencing - The grant is a contribution to the running costs of the experience (expected to be c,25%) with the grantee responsible for covering the remaining costs. - Contributions will be paid in arrears - HMCTS may be able to host experience events at its courthouse venues but this is at the discretion and availability of individual courts - HMCTS cannot provide their own personnel to participate in the delivery of the grant. Interested parties are required to complete the following actions: 1) Register an account through the MoJ Sourcing Portal at https://ministryofjusticecommercial.bravosolution.co.uk 2) Navigate to the left side menu and click on 'PQQs Open to All Suppliers' > find and click on 'PQQ_326 - Magistrates Courts Case Learning Experience (Market Engagement Only)' - for the avoidance of doubt this is not an actual PQQ just a space on our sourcing system to coordinate market engagement activities. 3) You can express an interest by answering the 2 confirmation questions contained in the PQQ. Additional information: Draft grant terms and specification can be found on the sourcing portal linked above

Value:
Published: 2023-02-13
Deadline: 2023-02-24
2023-02-13 2023-02-24
Rebuild Insurance Valuations & Cemetery Headstone Plotting
UK London Royal Borough of Greenwich

Value:
Published: 2023-02-13
Deadline:
2023-02-13
Suction Consumables, Wound Drainage, Autologous Blood Systems and Accessories
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 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. - 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 and in the annual aggregate 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 demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable). If an Applicant commits to obtain any of the above 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 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. 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 (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; Candidates wishing to complete the RFI must first register their expression of interest on the NHS Supply Chain eProcurement Portal via the following URL: https://nhssupplychain.app.jaggaer.com/. If you are not already registered, complete the registration process first to allow access to express interest in this opportunity. The RFI document will then be sent via the Jaggaer ‘Messages Tab’. Applicants will then have 4 weeks from the dispatch of this notice to complete and return the RFI document.

Value:
Published: 2023-02-10
Deadline:
2023-02-10
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

ABCC HWS INSURANCE DPS1 1044 Works to be undertaken in March 23 Parking suspensions upon request This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-02-10
Deadline:
2023-02-10
Supplemental Procurement of the Housing Loss Prevention Advice Services from August 2023
United Kingdom London The Legal Aid Agency

The Legal Aid Agency ("LAA") is inviting Tenders to deliver the publicly funded Housing Loss Prevention Advice Services ("HLPAS") to commence on 1 August 2023. Successful Applicants will be awarded a Schedule to provide HLPAS Contract Work. Schedules will form part of the 2018 Standard Civil Contract ("2018 Contract") which is the primary contractual arrangement between the LAA and contracted organisations delivering civil legal aid services. It will be a requirement that holders of a HLPAS Schedule hold a 2018 Contract which includes a specific authorisation to conduct Housing and Debt Contract Work ("2018 Housing and Debt Contract") i.e. the face-to-face delivery of legal aid advice on Housing & Debt matters that are not covered by HLPAS. HLPAS Contract Work The LAA is inviting Tenders for the delivery of HLPAS Contract Work which is set out in the HLPAS Information for Applicants ("HLPAS IFA") 2018 Housing and Debt Contract The LAA is inviting also Tenders for the delivery of Housing and Debt Contract Work which is set out in the Housing & Debt Information for Applicants ("Housing and Debt IFA") Applicants should note that to be eligible to Tender for a 2018 Housing and Debt Contract as part of this procurement process they must also submit a compliant Tender to deliver HLPAS Contract Work (a "HLPAS ITT Response"). Additional information: All tender documentation can be found at the following link

Value:
Published: 2023-02-06
Deadline:
2023-02-06
External Legal Services (Solicitors - England & Wales)
UK Manchester General Medical Council (GMC)

The GMC has a substantial and well established in-house legal team. The in-house legal team carries out the majority of the legal work for the GMC in relation to the exercise of its core statutory functions. It is now the sole provider of legal services in respect of the investigation of cases in relation to individual medical practitioners, as well as the conduct on behalf of the GMC of resultant cases before the Medical Practitioners Tribunal Service (MPTS) and litigation before the courts of England and Wales.As a consequence the GMC does not anticipate that it will require much (if any) assistance from its external legal services supplier in relation to the day to day delivery of its core statutory functions. It is anticipated that the vast majority of instructions will relate to legal issues associated with any large commercial organisation and / or public sector body as reflected in the statement of requirement.That said, to provide flexibility, including where independent advice and scrutiny may be required it would be advantageous (not essential) if the legal services supplier were in a position to provide legal advice and support in relation to the GMC’s fitness to practise work. To that end, the Statement of Requirements does contain reference to the ability to deliver legal advice in relation to fitness to practise work and litigation.For the avoidance of doubt this tender does not include the provision of advocacy services in relation to proceedings before the MPTS / Higher Courts or the provision of legal services outside England and Wales. The GMC will continue to instruct barristers in England and Wales directly. Further, the GMC has a separate contract for the provision of Employment Law Advice and that is excluded from this tender.

Value:
Published: 2023-02-04
Deadline: 2023-03-08
2023-02-04 2023-03-08
Adult Education Budget 2023/24 Procurement
UK London Department for Education

Existing ESFA-Funded AEB contracts for services will come to an end on 31 July 2023 and therefore the Department for Education (the “Authority”) is required to undertake a further procurement exercise to secure this provision. The Authority, on behalf of the ESFA, is conducting a competitive procurement exercise (carried out in accordance with the Light Touch Regime, applying the principles of the Open Procedure as set out in the Public Contract Regulations 2015) for new ESFA-funded AEB contracts for services. It is envisaged that these contracts will start on 1 August 2023 for an initial period of twelve months covering the 2023/24 academic year, with options to extend further by up to three 12-month periods (extension will depend on factors including individual supplier performance and government spending priorities). Providers will need to meet the criteria and quality standards that will be set out in the procurement documents. The contracts awarded through this procurement exercise will be for qualifications-based provision and/or their components described in the AEB funding rules and/or the Free Courses For Jobs (“FCFJ”) offer. Multiple providers are sought to deliver the service across the non-devolved regions of England only. This means individual suppliers will be limited to a maximum contract value, referred to as a ‘tender cap’ according to factors including their experience of providing similar services and the size of the bidding organisation. Note however that the Authority does not guarantee that providers who are successfully appointed will necessarily receive funding in an amount equivalent to their applicable tender cap.Separately to this, an overall maximum contract value of £2.5 million per year will apply (albeit subject to availability of funding/provider performance, the Authority may award funding beyond the afore-mentioned ‘caps’ to providers if/when further funding becomes available and therefore annual contract values may increase in due course).Following award, contract values may be increased or decreased according to factors including performance by the contractor and government funding priorities as further explained in the procurement documents.Given the duration of the contract, the Authority may (at its absolute discretion) agree to variations in respect of the subject-matter of the courses delivered to the extent that such courses continue to fall within the auspices of adult education and the relevant funding rules as described above.The procurement will be open to providers who are seeking to deliver adult education and training provision funded by the ESFA AEB and FCFJ (and/or any other relevant public sector funding which may become available to deliver adult education programmes from time to time). Providers must deliver such provision in accordance with the then current funding rules applicable to such funding (such that the provision is wholly fundable within the scope of those funding rules). The procurement process will be carried out electronically via Jaggaer, an online e-Procurement Solution portal. Potential bidders should therefore ensure they are registered on this portal, under the name of the legal organisation that intends to enter into a contract deliver the services. It can be accessed via your web browser at https://education.app.jaggaer.com. For full details of the instructions to tenderers and the terms of participation, please refer to the Invitation to Tender documents (including attachments) which are available through Jaggaer.The estimated value of all the contracts to be awarded pursuant to this procurement process is £290,000,000, taking into account all potential extension options and the possibility of further funding becoming available during the lifetime of the contract.

Value: 29000000
Published: 2023-02-04
Deadline: 2023-03-06
29000000 2023-02-04 2023-03-06
External Legal Services (Solicitors - England & Wales)
British Oversea Territories Manchester General Medical Council (GMC)

The GMC has a substantial and well established in-house legal team. The in-house legal team carries out the majority of the legal work for the GMC in relation to the exercise of its core statutory functions. It is now the sole provider of legal services in respect of the investigation of cases in relation to individual medical practitioners, as well as the conduct on behalf of the GMC of resultant cases before the Medical Practitioners Tribunal Service (MPTS) and litigation before the courts of England and Wales.As a consequence the GMC does not anticipate that it will require much (if any) assistance from its external legal services supplier in relation to the day to day delivery of its core statutory functions. It is anticipated that the vast majority of instructions will relate to legal issues associated with any large commercial organisation and / or public sector body as reflected in the statement of requirement.

Value:
Published: 2023-02-03
Deadline:
2023-02-03
Invitation to Tender for the Provision of Legal Services
UK LONDON Architects Registration Board

ARB requires provision of general legal advice in respect of all its statutory duties and legal obligations, except for the preparation of disciplinary cases to the Professional Conduct Committee which is carried out under a separate contract outside of the scope of this tender.

Value: 400000
Published: 2023-02-03
Deadline: 2023-03-16
400000 2023-02-03 2023-03-16
External Legal Services (Solicitors - England & Wales)
UK Manchester General Medical Council (GMC)

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228646. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (MT Ref:228646) Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=228646]]

Value:
Published: 2023-02-03
Deadline:
2023-02-03
Invitation to Tender for the Provision of Legal Services
UK LONDON Architects Registration Board

Value:
Published: 2023-02-02
Deadline:
2023-02-02
Medical Insurance Services for the British Embassy Athens
British Oversea Territories London Foreign Commonwealth and Development Office

Medical insurance services to locally employed personnel at the British Embassy Athens and Consulates. The contract will be signed for 2 years with 3 optional extensions of 1 year.

Value:
Published: 2023-02-02
Deadline:
2023-02-02
Procurement of Housing and Debt Services and HPCDS Services from February 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 Housing and Debt Procurement areas and for specific Housing Possession Court Duty Schemes ("HPCDS"). Accordingly, it is inviting Applicants to submit a Tender to deliver: a) Housing and Debt services in: - Kingston upon Thames & Richmond upon Thames - Knowsley b) The following HPCDS: - Southampton - Telford Applicants may bid for Housing and Debt Contract Work and/or HPCDS Contract Work through this procurement process. They are not obliged to bid for both Housing and Debt and HPCDS, although they should note that to be eligible to bid for an HPCDS Contract organisations must hold, or successfully bid for as part of this procurement process, a 2018 Standard Civil Contract with authorisation in the Housing and Debt Categories of Law. The Deadline for submitting Tenders is 5pm on 2 March 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. For Housing and Debt The LAA is looking for Applicants who can start delivering Contact Work from 4 April 2023 where possible. But organisations unable to start on 4 April 2023 will be able to tender to start delivering work from a later date. Applicants will be required to state in their Tender when they can start delivering Contract Work from each Office from which they are bidding. Contracts will run until 31 August 2024 (subject to the LAA's rights of early termination). Each HPCDS will commence on 30 April 2023 (or the date on which Applicants bid to commence the delivery) and run until 31 October 2023 (subject to the LAA's rights of early termination). Additional information: Break down of Contract Values: Southampton HPCDS - £9, 087 Telford HPCDS - £2,361 Housing and Debt is £25,001 for each Procurement Area HPCDS Contract end date is 31 October 2023 Housing and Debt Contract end date is 31 August 2024

Value: 61450
Published: 2023-02-01
Deadline:
61450 2023-02-01
Provision of Insurance and related services to Teachers Housing Association Limited and subsidiary organisations (Incl Old Etonian Housing Association Limited)
UK London Teachers Housing Association Limited (incl Old Etonian Housing Association Limited)

A programme of General (non-life) insurance and related services for Teachers Housing Association Limited and its subsidiary organisations. 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, fidelity guarantee/crime and employment practices liability. This list is to be decided at the sole discretion of Teachers Housing Association Limited.This Lot excludes: Engineering (See Lot 2), Terrorism (See Lots 3 and 6), Directors and Officers Liability (See Lot 4 and 7), Old Etonian Housing Association (See Lot 5)

Value: 396000
Published: 2023-02-01
Deadline: 2023-03-02
396000 2023-02-01 2023-03-02
Provision of Insurance and related services to Teachers Housing Association Limited and subsidiary organisations (Incl Old Etonian Housing Association Limited)
UK London Teachers Housing Association Limited (incl Old Etonian Housing Association Limited)

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. For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2023-01-31
Deadline:
2023-01-31
Provision of Temporary Accommodation for people with No Recourse to Public Funds (NRPF)
Barking London Borough of Barking and Dagenham

Families with children under 18 who have no legal rights to remain in the United Kingdom or limited rights to make claims on public funds may present to Children's Services in Local Authorities seeking assessments where they are destitute or have insufficient funds to meet their children's needs. The families may be failed asylum seekers, European Economic Area nationals (EEA) or visa over-stayers with No Recourse to Public Funds (NRPF) which is a condition imposed by the UK Visas and Immigration service on a person who is subject to immigration control, giving them no entitlements to benefits or public housing. Where people are deemed to have NRPF under the Immigration and Asylum Act 1999 and find themselves destitute. Families can apply to their local authority for support and they may turn to the Children's Services under the following Acts: Section 17 Children Act 1989 which requires the local authority to identify and meet the needs of children in need in their local area. A destitute child will be in need and the local authority can be required to provide accommodation and subsistence to the child and their parents under this section. The Contractor will be required to provide temporary accommodation and emergency and other accommodation as required to prevent homelessness on behalf of the Council. The Contractor must ensure that all properties proposed to be used as temporary accommodation by the Council have full evidence that the property can be used for this purpose. Lack of evidence will be considered a material breach. Property standards at commencement and throughout occupation must ensure that the property is of reasonable occupiable standard (toilet and bathing facilities, electricity, heating, cooking, facilities, good state of repair, secure and have basic furnishing e.g. bed, chairs, table, etc) and suitable quality and must comply with local, National and European Union regulations governing property standards and Health and Safety regulations. Additional information: All documents available at https://lbbd.bravosolution.co.uk/

Value: 2000000
Published: 2023-01-31
Deadline:
2000000 2023-01-31
Insurance and Related Services
UK London Peabody Trust

Peabody Trust is seeking to appoint Insurance and related services which will be broken down in to Lots, depending on the requirement

Value: 18000000
Published: 2023-01-31
Deadline: 2023-03-01
18000000 2023-01-31 2023-03-01
Insurance and Related Services
United Kingdom London Peabody Trust

Peabody Trust is seeking to appoint Insurance and related services for the entire group.

Value: 18000000
Published: 2023-01-30
Deadline:
18000000 2023-01-30
Provision of Supply, Fitting and Servicing of Tyres for the London Borough of Hillingdon's Fleet
Uxbridge London Borough of Hillingdon

The Council operates a fleet of approx. 295 vehicles, ranging from small vans to specialist large commercial vehicles and plant. Over 230 of the fleet vehicles are now owned by the Council with the remaining vehicles on contract hire with terms that include maintenance. Vehicles are used by Waste Services, Highways Maintenance, Passenger Transport and Green Spaces, plus a number of other operational departments. The purpose of this procurement is to contract for supply and fitting of tyres on all Vehicles owned by the Council or, when appropriate, hired by the Council. It includes tyres for the Grounds Equipment Plant. Included are tyre related services and repairs such as repair of punctures and support to vehicles on the road. The Contractor is expected to proactively manage the contract to ensure that the Council meets its legal requirements, obtains the best value, uses long wearing quality tyres with efficient fuel economy and the Fleet remains on the road.

Value: 0
Published: 2023-01-30
Deadline:
0 2023-01-30
Provision of Payroll Services for the British Embassy Ankara
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of payroll services from a single service supplier for country-based staff salary (300 local staff that are based in Ankara, İstanbul, İzmir, Antalya, Marmaris and Fethiye regions), calculations, payroll services, Turkish social security (SGK) employer transactions, legal advice while meeting all local labour legislation requirements in Turkiye. A contract for 3 years will be signed with the option to extend for a further 2 years (1+1 optional extensions). Additional information: To access the tender documents, please login or register to FCDO's e-sourcing portal https://fcdo.bravosolution.co.uk. If you have any technical issues with accessing the tender documents, please call e-sourcing helpdesk: +44 0203 868 2859.

Value:
Published: 2023-01-30
Deadline:
2023-01-30
Provision of Payroll Services for the British Embassy Ankara
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of payroll services from a single service supplier for country-based staff salary (300 local staff that are based in Ankara, İstanbul, İzmir, Antalya, Marmaris and Fethiye regions), calculations, payroll services, Turkish social security (SGK) employer transactions, legal advice while meeting all local labour legislation requirements in Turkiye. A contract for 3 years will be signed with the option to extend for a further 2 years (1+1 optional extensions). Additional information: To access the tender documents, please login or register to FCDO's e-sourcing portal https://fcdo.bravosolution.co.uk. If you have any technical issues with accessing the tender documents, please call e-sourcing helpdesk: +44 0203 868 2859.

Value:
Published: 2023-01-30
Deadline:
2023-01-30
Insurance and Related Services
UK London Peabody Trust

For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2023-01-30
Deadline:
2023-01-30
TROO0292 HS2 Parliamentary Agents Phase 1 & 2a
UK London Department for Transport

This is a niche contract which requires specialist Roll A Parliamentary Agents to support the completion of a number of activities which are essential for the successful implementation of the HS2 Phase One and 2a Acts. DfT has had access to Parliamentary Agent services in relation to HS2 Phase One since 2012 and more recently on Phase 2a, and also uses Parliamentary Agent services in relation to the promotion of the HS2 Phase 2b Western Leg Bill.This is a specialist area of legal advice with only a small number of suitably qualified firms able to offer the necessary expertise. (Note that as Phase 2a has now received Royal Assent and joined Phase One in 'delivery mode,' we are now proposing to consolidate these two phases as the nature of the work is now aligned and there are likely to be efficiencies to be gained (e.g. issues of interpretation that are common to both). Conversely, as the Phase 2b Bill for the Western Leg remains in its pre-Royal Assent Parliamentary phase, we propose to retain the existing, separate arrangements for that phase.)Whilst the specification is still being finalised, it is likely to cover but not limited to the following areas:* completion of a small number of outstanding complex agreements with stakeholders* monitoring compliance with around 6,000 Undertakings & assurances (“U&As) that were entered into by the Secretary of State with those affected by the scheme* drafting and/or correction of necessary Orders, Directions, Decision Letters or Guidance documents flowing from the Acts* ensuring that the numerous “post Royal Assent activities” required by the Act, and other ongoing responsibilities conferred on the Secretary of State, are successfully discharged in a timely and effective manner

Value: 850000
Published: 2023-01-28
Deadline: 2023-03-01
850000 2023-01-28 2023-03-01
NWL0139 Provision of Specialised Domestic Violence Counselling Service for Women
London NHS North West London Integrated Care Board

NHS North West London Integrated Care Board (NHS NW London ICB) requires the provision of Specialised Domestic Violence Counselling Service for Women from 1st April 2023 to 30th June 2023. The overall aim is to provide a Specialised Domestic Violence Counselling Service for women registered with a GP in Kensington & Chelsea (K&C) & the Queen's Park & Paddington area of Westminster (QPP) in order to improve women's mental & emotional wellbeing & to provide an opportunity to talk about the issues they face. The service is currently being delivered by The Woman's Trust. The ICB is under the impression that The Woman's Trust is the only capable provider to successfully deliver this service across K&C & QPP for the proposed 3 month period in the restricted total budget of £7000. The ICB seeks to be transparent in it's intention to award the contract to The Woman's Trust being the only capable provider. Capable providers that meet the below conditions for participation may respond to this opportunity: 1. For the service to be fully functional by 1st April 2023 in the required area. 2. Provision of accessible one-to-one counselling for women only to help them address the mental health impact of domestic violence, thereby enabling them to regain control, make informed choices for themselves & their children & live free from violence & abuse. Referral would be by professional or self. 3. Provision of initial assessment followed by a defined number of counselling sessions. 4. Provision of one-to-one counselling sessions, group work sessions & workshops. There should be the opportunity to receive the intervention face to face or remotely. Non exhaustive examples of areas to address include: • PTSD • Boundaries • Loss of Sense of Self/Identity • Finding Identity after Domestic Abuse • Letting go of Shame • Developing Self compassion & why it is important • Free Legal Advice Workshop 5. Through the below link, the provider is expected to demonstrate existing, well developed, relationships with local community & voluntary organisations, GP practices & Primary Care Networks, other NHS providers offering services in the area, as well as the relevant local authorities & other providers & systems working to address violence against women & girls. 6. The provider will be expected to demonstrate a good understanding of the needs of local communities, & evidence of undertaking collaborative engagement with local people. The ICB is committed to assess the needs of the service users & consider how (if relevant) it needs to secure the needs of the people who use the services, & improve the quality & efficiency in the provision of the services including through the services being provided in an integrated way. Capable providers may come forward by 17:00 on 9th February 2023. In your response to this opportunity, demonstrate capacity & capability to deliver this service via: https://airtable.com/shr52NBGIuyGSsvoY

Value:
Published: 2023-01-26
Deadline: 2023-02-09
2023-01-26 2023-02-09
Provision of Insurance Requirements
UK MANCHESTER UNIVERSITY OF MANCHESTER

Please note that: Registering a response to this Prior Information Notice does not guarantee an invitation to participate in any future procurement that the University may conduct. Should a notice to tender be published a new expression of interest would be required in accordance with that notice. This Prior Information Notice has been issued by the University purely to advise prospective and incumbent providers in the market of this potential opportunity and to help support providers in ensuring that bid-writing teams are available.

Value:
Published: 2023-01-26
Deadline:
2023-01-26
Provision of Welfare Cabins on the Parliamentary Estate
London UK Parliament

During the next 5-10 years the Palace of Westminster will see multiple high value construction projects completed across the estate. To elevate congestion of welfare cabins on the estate Parliament will create 'Welfare Hubs' based in Speakers Green, Black Rods Garden, and Cromwell Green. These hub will be co-working facilities shared between projects ensuring we meet our legal requirements under CDM Regulations 2015. Additional information: Please register with the Intend system, down load the documents and have your return submitted before the deadline of Noon, February 22nd 2023. Is a Recurrent Procurement Type? : No

Value: 1400000
Published: 2023-01-24
Deadline:
1400000 2023-01-24
Fire Safety Course
British Oversea Territories London London Fire Commissioner

The LFB's main Fire safety training contract is currently held with Xact. Xact currently provide Fire Safety qualifications Level 3, Level 4, and a Level 4 Diploma in Fire Safety. Since the implementation of this contract, there has been a change in the built environment, as a result - the LFB need to increase the number of qualified staff. Any further variations to the existing contract will lead to an increase in price that exceeds 50% of the value of the original contract which renders a new procurement procedure. The STA will act as a contingency buffer to train existing staff awaiting training. This contract will run concurrently with our existing Xact contract. The future objective is to run a competitive tender process to source a suitable training provider by 2023 to support the Fire Safety department to meet their statutory requirements. LFB intends to award a contract, subject to a 10-day standstill period, without prior publication of a contract notice. In compliance with the Public Contract Regulations 2015, all awards of contracts that are subject to European Procurement Directives are subject to a mandatory "standstill" period of at least 10 days. A Contract cannot be entered into with the preferred provider until at least the eleventh calendar day following notification. This would not prevent continuing discussions with the preferred provider to ensure prompt mobilisation. The standstill period is expected to end at midnight at the end of 01/02/2023. If steps are taken during this period to suggest that there may be a formal legal challenge to this award, or LFB determines an issue/concern with the process or preferred submission, then the contract award may be suspended until the matter is resolved (or not concluded if the matter cannot be resolved). Subject to no legal challenge being received, the LFB intends to execute the Contract at the conclusion of the standstill period.

Value: 157000
Published: 2023-01-18
Deadline:
157000 2023-01-18
Medical Insurance Services for the British Embassy Baku
London Foreign Commonwealth and Development Office

Medical Insurance Services for the British Embassy Baku

Value:
Published: 2023-01-17
Deadline:
2023-01-17
Provision for the Campaign Recruitment for NMC Panel Members
London NURSING AND MIDWIFERY COUNCIL

The NMC is intending through this procurement process to enter a contract with a recruitment partner to develop and implement a selection and appointment process to recruit up to 70 Panel Members to be appointed to serve on our Practice Committees and up to 20 Legal Assessors to be appointed and included in the NMC's list of approved Legal Assessors. This recruitment partner will develop an innovative attraction strategy and inclusive selection and appointment process to allow the NMC to increase diversity in its Panel Members and Legal Assessors, both groups to be appointed by September 2023. For more information about this opportunity, please visit the Atamis e-Sourcing portal at https://nmcprocurementportal.force.com/s/Welcome Please note the following project name and reference number allocated to this procurement process within the e-Sourcing Portal. Project Name: Provision the Campaign Recruitment for NMC Panel Members Project Reference: C1129

Value:
Published: 2023-01-16
Deadline:
2023-01-16
EHRC 2223-02 Panel of Counsel
United Kingdom Manchester Equality and Human Rights Commission

The Equality and Human Rights Commission is looking to establish a new framework agreement for a Panel of Counsel. Members of the Panel will be our preferred providers of external legal counsel services. These services will support our advisory, influencing, regulatory and enforcement work across the equality and human rights spheres. We encourage applicants to come forward from a broad range of backgrounds. Where the term "counsel" is used in relation to the Panel, it is intended to cover barristers, advocates and solicitor advocates with the necessary qualifications. The Panel will consist of five separate Lots: • KC, A, B and C Lots for England and Wales • D Lot for Scotland

Value: 1800000
Published: 2023-01-13
Deadline:
1800000 2023-01-13
Provision for the Campaign Recruitment for NMC Panel Members & Legal Assessors
UK London Nursing and Midwifery Council

The NMC is intending through this procurement process to enter a contract with a recruitment partner to develop and implement a selection and appointment process to recruit up to 70 Panel Members to be appointed to serve on our Practice Committees and up to 20 Legal Assessors to be appointed and included in the NMC’s list of approved Legal Assessors. This recruitment partner will develop an innovative attraction strategy and inclusive selection and appointment process to allow the NMC to increase diversity in its Panel Members and Legal Assessors, both groups to be appointed by September 2023.

Value: 155000
Published: 2023-01-09
Deadline: 2023-02-01
155000 2023-01-09 2023-02-01
Provision for the Campaign Recruitment for NMC Panel Members
London NURSING AND MIDWIFERY COUNCIL

The NMC is intending through this procurement process to enter a contract with a recruitment partner to develop and implement a selection and appointment process to recruit up to 70 Panel Members to be appointed to serve on our Practice Committees and up to 20 Legal Assessors to be appointed and included in the NMC's list of approved Legal Assessors. This recruitment partner will develop an innovative attraction strategy and inclusive selection and appointment process to allow the NMC to increase diversity in its Panel Members and Legal Assessors, both groups to be appointed by September 2023.

Value:
Published: 2023-01-09
Deadline:
2023-01-09
National Child Mortality Database
United Kingdom LONDON HEALTHCARE QUALITY IMPROVEMENT PARTNERSHIP

The Healthcare Quality Improvement Partnership (HQIP) is seeking to commission an organisation that will support the delivery of the National Child Mortality Database (NCMD). The programme will initially be delivered for NHS-funded care in England but in future may include, Scotland, Northern Ireland, Jersey, Guernsey and Isle of Man. The total contract value is £2,718,000.00 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of £906,000 per year. The aspirational intent as defined in the specification of this ITT has an anticipated value of up to £5,059,694.00. Based on the potential extension funding of up to 2 years and the aspirational intent, this contract has a potential ceiling value of up to £9,589,694.00 It is anticipated that the new service will commence in July 2023. 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: For a bidder who has already registered themselves on WAX as a supplier: Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) - Click on "Open opportunities"- Find the right opportunity and click on "View Details" - Click on "Log in" For a bidder who has NOT registered themselves on WAX as a supplier: Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) - Click on ''Register Here" - Complete the supplier registration form and Click on "Register" - Activate your account - Open WAX homepage (Link: https://s2c.waxdigital.co.uk/HQIP/SignIn.aspx) - Click on "Open opportunities"- Find the right opportunity and click on "View Details" - Click on "Log in". Bidders must respond to all questions. The deadline for the submission of the tender is 12 noon on 09 February 2023. Please note that any communication from HQIP regarding this tender will be via the Source2Contract messaging board. Bidders must use the Source2Contract messaging board for their communications with HQIP regarding 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 compliant and 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

Value: 2718000
Published: 2023-01-09
Deadline:
2718000 2023-01-09
Provision of Medical Insurance for British Embassy China Network
UK London Foreign Commonwealth and Development Office

Medical Insurance for British Embassy China Network

Value:
Published: 2023-01-07
Deadline: 2023-01-30
2023-01-07 2023-01-30
Provision of Medical Insurance for British Embassy China Network
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Medical Insurance for British Embassy China Network Additional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via the FCDO's eProcurement Portal Bravo/JAGGAER.

Value: 537157
Published: 2023-01-06
Deadline:
537157 2023-01-06
Provision of Medical Insurance for British Embassy China Network
UK London Foreign Commonwealth and Development Office

Value:
Published: 2023-01-06
Deadline:
2023-01-06
Wates Principles of Corporate Governance FRC Research Project
LONDON THE FINANCIAL REPORTING COUNCIL LIMITED

INTRODUCTION The Financial Reporting Council sets the UK Corporate Governance and UK Stewardship Codes; sets UK standards for accounting and actuarial work; monitors and takes action to promote the quality of corporate reporting; and operates independent enforcement arrangements for accountants and actuaries. As the competent authority for audit in the UK the FRC sets auditing and ethical standards and monitors and enforces audit quality. The FRC works in the public interest. Our work is aimed at investors and others who rely on company reports, audit and high-quality risk management. BACKGROUND In June 2018 the UK Government introduced The Companies (Miscellaneous Reporting) Regulations 2018 (hereafter 'the Regulations'). These require all companies of a significant size, that were not already required to provide a corporate governance statement, to disclose their corporate governance arrangements. The Wates Corporate Governance Principles for Large Private Companies (hereafter 'the Wates Principles') were published by the FRC in December 2018. They provide a framework to help companies meet the legal requirements of the Regulations and to promote companies' long-term success. The Wates Principles encourage companies to adopt a set of core behaviours to secure trust and confidence among stakeholders and to benefit the economy and society in general. In 2020 the FRC contracted an independent external research team to provide an assessment of private companies' reporting on corporate governance in their 2019 annual reports. The research report was published in February 2022. We would like this new research project to now examine a sample of more recent private company reports and produce a comparison with the findings of the February 2022 research report. This will be done using the same principle-by-principle coding scheme . In addition we would like the new research to build on the previous principle-by-principle research by also assessing each company's governance disclosure as a whole. PROJECT OBJECTIVES The project will consider companies' reports with year-end dates from 1 June 2021 to 31 May 2022 . It will answer the following research questions: A) Of companies that were within scope of the Regulations for their reporting year-ending in the above range, which of them provided a Corporate Governance Statement to Companies House? B) Taking a representative sample of companies that chose to apply the Wates Principles, what was the quality of their disclosures on a principle-by-principle basis? C) Taking a (potentially smaller) representative sample of companies that chose to apply the Wates Principles, what was the quality of their governance reporting when read as a whole? The above is a summary only. PLEASE SEE THE ATTACHED INVITATION TO TENDER (ITT) FOR FULL DETAILS. Additional information: Notes:- • Download and review the documents • Observe the timelines and tender process • Register your interest in this opportunity by email to procurement@frc.org.uk • You will need to register your interest to receive the Q&A document.

Value: 50000
Published: 2023-01-04
Deadline:
50000 2023-01-04
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

CSG 586 Insurance works Parking suspensions upon request This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-01-03
Deadline:
2023-01-03
Educational and Children's Social Care Professionals
United Kingdom Manchester Department For Education

To be sourced and invited to respond to opportunities published via the 'Education and Children's Social Care' Dynamic Purchasing System (ECSC DPS) you will need to be an approved member of the ECSC DPS prior to the issue of the opportunity you are interested in, please be aware access to tenders that have been issued prior to you becoming an approved member of the ECSC DPS cannot be granted retrospectively. In order to apply to join the ECSC DPS you will need to be registered on the Jaggaer system. Once registered please follow the guidance steps carefully as these will guide you through how to express your interest in the ECSC DPS, select the services your organisation can deliver and submit your application. You should allow at least six full working days for your application to join the ECSC DPS to be processed. It is also crucial that you follow the guidance steps in order to select the ECSC-00 DPS category within your account profile. Submitted applications to join the DPS will not be considered unless this category has been selected. This notice pertains to the establishment of a Dynamic Purchasing System being procured under the Light- Touch Regime pursuant to regulation 74 of the Public Contracts Regulations 2015. The system will be run via the Jaggaer platform, referred to as 'Jaggaer'. The DPS will be applicable across the whole department and comprise several lots. The proposed lots and required associates are as follows, but not limited to: A range of educational associates including: • Assessors • Brokers • Children's services commissioners • Children's social care intervention advisers • Coaches • Development of practitioner networks • Due diligence services • Evaluators • Facilitators • Finance and Governance advice • Legal services • Mentors • Curriculum Subject Matter Experts for Educational Settings Services • Operational development and delivery • Practitioners • Programme design and development • Quality assurance • Researchers • Speakers • Trainers • Writers The DPS has been extended and will run to 31st March 2024. The estimated value is up to £6,500,000 GBP Additional information: Participants will be able to express their interest via the opportunities section of the Jaggaer portal. Supplier registration on the Jaggaer is required prior to this. The system remain open to new members throughout its duration. The contract start date has been set at the same date as the end date, ie 31 March 2024, which allows this advert to remain live for the duration of the DPS. The DPS commencement date was 11 March 2016.

Value: 6500000
Published: 2022-12-21
Deadline:
6500000 2022-12-21
Procurement of Housing and Debt Services and HPCDS Services from February 2023
UK 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 Housing and Debt Procurement areas and for specific Housing Possession Court Duty Schemes (“HPCDS”). Accordingly, it is inviting Applicants to submit a Tender to deliver:a) Housing and Debt services in:• West Sussexb) The following HPCDS:• Horsham and Worthing• LiverpoolApplicants may bid for Housing and Debt Contract Work and/or HPCDS Contract Work through this procurement process. They are not obliged to bid for both Housing and Debt and HPCDS, although they should note that to be eligible to bid for an HPCDS Contract organisations must hold, or successfully bid for as part of this procurement process, a 2018 Standard Civil Contract with authorisation in the Housing and Debt Categories of Law.The Deadline for submitting Tenders is 5pm on 12 January 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.For Housing and Debt The LAA is looking for Applicants who can start delivering Contact Work as quickly as possible. Applicants will be required to state in their Tender when they can start delivering Contract Work from each Office from which they are bidding. Contracts will run until 31 August 2024 (subject to the LAA’s rights of early termination).Each HPCDS will commence on 1 February 2023 (or the date on which Applicants bid to commence the delivery) and run until 31 October 2023 (subject to the LAA’s rights of early termination).

Value:
Published: 2022-12-16
Deadline: 2023-01-12
2022-12-16 2023-01-12
Educational Psychologist Training
United Kingdom London Department for Education

This notice is a notification of a market engagement survey that the Department for Education (DfE) is conducting to gain insight for the procurement of an educational psychologist postgraduate qualification contract. Educational psychologists (EP) play a key role in supporting children and young people, particularly those with special educational needs and disabilities (SEND). They work within the education system and wider community to help in identifying SEND and advise schools, families, and the wider workforce on how to support children and young people with SEND. They provide a link between schools and wider community services such as CAMHs, social care, the justice system, and others, to improve outcomes for children and young people. They also have a statutory role in contributing to Education, Health, and Care (EHC) assessments. The Department for Education is seeking to procure the training for the Level 8 Educational Psychologist postgraduate qualification, accredited by the Health Care Professions Council (HCPC), for an agreed number of trainees, using suitably qualified and experienced personnel. The total value of this contract is anticipated to be £32.2m, which would train three cohorts, each with over 200 trainee educational psychologists. The DfE recently announced an investment of £21m for the first two cohorts, however, the final of these three cohorts will be subject to future Spending Review agreement. We are open to this work being split across multiple suppliers. This budget would be expected to fund the full three-year tuition fees for trainee educational psychologists, as well as a first-year bursary payment for trainees, and associated course administration costs. We anticipate a six-year contract, commencing in September 2023 and terminating in August 2029. There would be a period of approximately one year allotted between contract commencement in September 2023, and the start date of the first trainee cohort, in September 2024. This period is to facilitate the Contractor(s) to become HCPC accredited and to become compliant with any other technical or legal standard, and to run the recruitment process for the 2024 trainee cohort. The current EP training programme has established a strong reputation in the market as a prestigious postgraduate training route for EPs. This procurement offers an opportunity to maintain the high quality of the training and to develop the programme to meet the needs of employers of psychological services to children and young people, particularly Local Authorities. We are particularly interested in provision which actively encourages trainees from regions with current shortages of qualified educational psychologists, and welcome suggestions to approach this.

Value:
Published: 2022-12-16
Deadline: 2022-12-30
2022-12-16 2022-12-30
Procurement of Housing and Debt Services and HPCDS Services from February 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 Housing and Debt Procurement areas and for specific Housing Possession Court Duty Schemes ("HPCDS"). Accordingly, it is inviting Applicants to submit a Tender to deliver: a) Housing and Debt services in: - West Sussex b) The following HPCDS: - Horsham and Worthing - Liverpool Applicants may bid for Housing and Debt Contract Work and/or HPCDS Contract Work through this procurement process. They are not obliged to bid for both Housing and Debt and HPCDS, although they should note that to be eligible to bid for an HPCDS Contract organisations must hold, or successfully bid for as part of this procurement process, a 2018 Standard Civil Contract with authorisation in the Housing and Debt Categories of Law. The Deadline for submitting Tenders is 5pm on 12 January 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. For Housing and Debt The LAA is looking for Applicants who can start delivering Contact Work as quickly as possible. Applicants will be required to state in their Tender when they can start delivering Contract Work from each Office from which they are bidding. Contracts will run until 31 August 2024 (subject to the LAA's rights of early termination). Each HPCDS will commence on 1 February 2023 (or the date on which Applicants bid to commence the delivery) and run until 31 October 2023 (subject to the LAA's rights of early termination). Additional information: Break down of Contract Values: Liverpool HPCDS - £74, 859 Horsham & Worthing HPCDS - £13, 147 West Sussex Procurement Area, Housing and Debt - £27, 708 HPCDS Contract end date is 31 October 2023 Housing and Debt Contract end date is 31 August 2024

Value: 115714
Published: 2022-12-15
Deadline:
115714 2022-12-15
PS22478 - BEIS - Power Sector Regional Jobs Estimates
Swindon Department for Business, Energy & Industrial Strategy

The final date and time for the submission of bids is Friday 13th January 2023 at 14:00PM (GMT) DO NOT apply directly to the buyer. All tender information MUST be submitted through the Jaggaer eSourcing Portal This contract is for the delivery of estimates of regional jobs in the power sector and will involve researching employers to understand the locational distribution of jobs for each low carbon technology, split by nature of the job (e.g. manufacturing, construction, Show less description transportation, operation, etc), and the timing and duration of the jobs (i.e. short-term construction jobs, long-term maintenance jobs). When complete, this work will give senior management and ministers figures on the jobs delivered by specific projects or policy aims and their expected regional distribution. This work will allow BEIS to more closely align the Net Zero Strategy and Energy Security Strategy ambitions with the Levelling Up agenda. Due to the latter, there has been an increasing desire for BEIS to provide estimates of jobs supported at a regional level. The aim of this work is to generate regionalised estimates of the jobs associated with the building and running of power sector projects (e.g. new offshore wind farms, nuclear plants, etc) to 2050. This will run parallel with current ONS work that takes a snapshot of total power sector jobs Link to ONS Low carbon and renewable energy economy estimates The snapshot of jobs produced is split by technology (eg. offshore wind, onshore wind, solar, etc.) and job type (Manufacturing, Construction, Professional, scientific and technical activities, etc.). BEIS has internal projections on power sector capacity to 2050 in meeting the Net Zero targets, with estimated number of jobs at a national level based on GVA and require estimates of the number of jobs by region. The objective of this project is to be able to estimate the number of regional jobs by year (including planning and construction) for any given project (eg. technology and capacity) by job type. These estimates should be consistent with ONS published snapshot figures. 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 PS22478 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: 50000
Published: 2022-12-14
Deadline:
50000 2022-12-14
English Language Support - Refugee Employability Programme
United Kingdom London Ingeus

We are seeking Expressions of Interest from a diverse range of organisations and institutions to potentially partner with to deliver informal English Language support (including interpreters) & learning and formal ESOL training and accreditation across England on what will be the Refugee Employability Programme (REP) being commissioned by The Home Office. The new programme will be delivered in each of the 9 Strategic Migration Partnership areas and we are particularly interested in those organisations that understand current refugee programmes and are experienced at attracting refugees to their informal and formal programmes and supporting their progression towards English-speaking independence and preparation for work. The Home Office is establishing this service to support refugees entering the UK by legal and safe routes with the aim of moving towards and into sustainable employment. English Language skills will be critical in forming a part of this journey which will also include Integration into statutory and community services to aid their settlement and progression support through Employability activities and employer introductions. How to apply Please complete and submit an EOI via the link: https://www.smartsurvey.co.uk/s/REPEOI/ by Tuesday 20th December 2022. You can save and return to your questionnaire at any time. For any questions please do not hesitate to contact us at partnerships@ingeus.co.uk.

Value:
Published: 2022-12-13
Deadline:
2022-12-13
Audiological Diagnostics, Implantable Devices, Accessories & Services 2024
UK London NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of 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 next 12 months. This PIN combines and replaces two previously published PIN’s: Audiological Equipment Services and Related Consumables 2024 (Reference:2022/S 000-026498 dated:22 September 2022) and Audiological Implantable Devices Accessories Consumables Maintenance and Repair 2024 (Reference:2022/S 000-022158 dated:11 August 2022). The invitation to tender will be the subject of a separate notice. It is intended that the following certification will be a requirement of the tender and Applicants may be required to include evidence of this: - ISO9001:2015 accredited by UKAS (or equivalent) to cover all segments of the products supply chain. - Public Liability Insurance cover of £5m per claim - Product Liability Insurance cover of £5m per claim or £5m per claim and in the annual aggregate - Employers Liability Insurance cover of £5m per claim - Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable) The Framework Agreement will be between NHS Supply Chain and the Supplier under which will be two different methods of supply; one for Non-Direct Contract Products and one for Direct Contract Products. For Non-Direct Contract Products NHS Supply Chain will make available for purchase the supplies and/or services 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. For the Direct Contract Products these entities will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework. Full details will be avilable in the tender. Candidates wishing to register their expression of interest can do so on Jaggaer via the following URL: https://nhssupplychain.app.jaggaer.com/. The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future tender will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on 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 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. NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender.Full details of the lot strategy will be set out in the notice for the tender. REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the ‘Not Registered Yet’ link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// . -Click on 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. EXPRESSION OF INTEREST - View PIN content by clicking on the ‘VIEW NOTICE’ button for the procurement event. This opens a PDF document. - Express an interest by clicking on the ‘EXPRESS INTEREST’ button. "

Value:
Published: 2022-12-13
Deadline:
2022-12-13
Delivery of the study on the Financial and insurance services restrictiveness in Thailand
United Kingdom LONDON Foreign, Commonwealth and Development Office

The Foreign, Commonwealth and Development Office ("the Authority") is seeking to appoint a delivery partner to conduct a study on the Financial and insurance services restrictiveness in Thailand Financial Services are a key sector for UK exports and a Relative Comparative Advantage for the UK. According to the OECD Services Trade Restrictiveness Index of 50 countries, Thailand has the 3rd most restrictive market in Commercial Banking (0.423) and 1st in Insurance (0.557). In this regard, we would like to understand in further detail the precise nature of the restrictions, the rationale/drivers for Thailand's restrictiveness in these sectors and how the UK's government can help to reduce this restrictiveness - with the aim of increasing the UK's exports for service industry into Thailand. The report/study should identify the tangible and realistic areas (including a set of short/long term recommendations) for the UK government to work on to improve/reduce the restrictiveness in financial and insurance sectors provided on the evidence-based information, including desktop research and interviews with businesses, experts, academics, and regulators. Further details on the requirement, how to submit a proposal and how this will be evaluated can be found in the attachment area of this notice

Value: 35000
Published: 2022-12-08
Deadline:
35000 2022-12-08
Blood Culture Collection Systems
UK London NHS Supply Chain operated by DHL Supply Chain Limited acting as agent of 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 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. 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. 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. • 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). 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 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. As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products. If you would like to contact NHS Supply Chain 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_296 “SQ Blood Culture Collection Systems”, Project_1153. Select Express interest. Select the ‘Messages’ tab, where messages can be sent to or received from NHS Supply Chain.

Value:
Published: 2022-12-07
Deadline:
2022-12-07
HR and Employment Legal services and advice
UK London OFCOM

The requirement is for a framework agreement for legal services to support Ofcom’s People & Transformation team with a variety of activities, which will require specialist employment and immigration law knowledge and advice. We intend to enter a framework agreement with up to three providers. The requirements are likely to cover the following services:A. Simple to complex ER cases, including possible tribunal and/or settlement agreement support. This is likely to cover legal advice, on an on-call and adhoc basis to support with employment law issues, sensitive, complex and, on occasion, rapidly escalating ER cases, up to possible Employment Tribunal and Employment Appeal Tribunal. B. Strategic advice to Ofcom People and Transformation Director and senior HR team. C. Policy development, ad hoc basis, employment law advice on policy review and development, including possibly on occasion the drafting from scratch, or reviewing prior drafts of polies covering an array of employee relations topics. D. General sharing of legal updates, best practice and opportunity for development of Ofcom’s P&T department. E. Support for our ESG / Diversity & Inclusion work. Ofcom will, from time to time, require advice on best practice for a range of activities.

Value: 40000
Published: 2022-12-07
Deadline: 2023-01-24
40000 2022-12-07 2023-01-24
The Growth Company Expression of Interest: Home Office Refugee Employability Programme (REP)
United Kingdom MANCHESTER THE GROWTH COMPANY LIMITED

The Growth Company is seeking key partners for our bids to The Refugee Employability Programme (REP), commissioned by the Home Office. Delivery is expected to commence in July 2023 and run for 2 years, with mobilisation from May 2023. We currently intend to bid for the North West and Yorkshire & Humber Lots. The overarching aim of the 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. Case-worker-led, it comprises three pillars of support: Employability; Integration; English Language support. Understanding of refugees' needs and the regional context for support and employment opportunities is key, as is effective partnership working. REP should be accessed only by those who require extra support. Refugees should access mainstream services such as the DWP Job Centre Plus (JCP) Network and the DfE Adult Education Budget (AEB) as the primary offer of support. We are seeking expressions of interest (EOI) from experienced organisations for: • Lot 1: End to End REP delivery across a given geography, (ability to deliver face-to-face and virtually). This will include engagement and onboarding of service users, case worker delivery, employability and integration support, and may also include ESOL support. • Lot 2: English Language support (ESOL) • Lot 3: Interpreting and Translation Services • Lot 4: Other relevant support (see Lot 4 for details) To apply for the opportunity, please register on the Panacea portal with the link provided. The deadline to send your response is 12th December at 12 noon

Value: 1
Published: 2022-12-06
Deadline:
1 2022-12-06
C20221266 - HR and Employment Legal Services
London OFCOM

Provision of HR and employment legal services Ofcom is tendering for UK Employment Law advice and legal services for up to the next five years. The duration of the contract is 3 years, subject to the right of Ofcom (at its sole discretion) to exercise its right to extend the Contract by up to 2 periods of twelve months each. The maximum length of the contract is therefore 5 years. It is expected that the contract will commence around April / May 2023. The requirement is for a framework agreement for legal services to support Ofcom's People & Transformation team with a variety of activities, which will require specialist employment and immigration law knowledge and advice. We intend to enter a framework agreement with up to three providers. The requirements are likely to cover the following services: A. Simple to complex ER cases, including possible tribunal and/or settlement agreement support. This is likely to cover legal advice, on an on-call and adhoc basis to support with employment law issues, sensitive, complex and, on occasion, rapidly escalating ER cases, up to possible Employment Tribunal and Employment Appeal Tribunal. B. Strategic advice to Ofcom People and Transformation Director and senior HR team. C. Policy development, ad hoc basis, employment law advice on policy review and development, including possibly on occasion the drafting from scratch, or reviewing prior drafts of polies covering an array of employee relations topics. D. General sharing of legal updates, best practice and opportunity for development of Ofcom's P&T department. E. Support for our ESG / Diversity & Inclusion work. Ofcom will, from time to time, require advice on best practice for a range of activities.

Value: 400000
Published: 2022-12-06
Deadline:
400000 2022-12-06
HR and Employment Legal services and advice
UK London OFCOM

Value:
Published: 2022-12-06
Deadline:
2022-12-06
Coal Health Liabilities – Invitation to Tender for Legal and Claims Management Services
UK London Department for Business, Energy & Industrial Strategy

Value:
Published: 2022-12-01
Deadline:
2022-12-01
Your Alerts:
Prof Services

How to win professional services tenders

With a remit spanning several key areas, it can sometimes be complicated to understand the requirements of each individual bid. This task often falls upon those who already perform other operational and development roles, leading to the pressure of time management, impacting on the level of your bid success.

Really, as with all bids, it is important to invest time to fully understand the clients requirements and objectives, then clearly demonstrate how your solution is aligned to best support their business. Also, clearly outlining your competitive advantage and creating an effective win theme is often overlooked, but is critical to success.

Get bid support

Why use Thornton & Lowe
Where to find professional services tenders?

With success rates at over 80%, we are well placed to offer you advice and support to ensure that your professional services tender stands out from the competition. Thornton & Lowe’s experience since 2009, spans many different sub sectors. Our knowledge and expertise will help guide and add value to your bids.

Using our Tender Pipeline software, below, you can search for LIVE tenders across a variety of industries. Also, sign up today to receive notifications of relevant contracts tailored to you.

Push your business to the next level.
Win more professional services contracts.

Get bid support

Made by Statuo