Talk to us 01204 238 046

Security Tenders

Most businesses, both public and private, look to outsource their security requirements to a third party specialist. As a result, there's lots of contracts and tenders available for security businesses to generate partnerships. Bidding for security tenders is a great way to grow or diversify your business, opening up lucrative contract opportunities. However, this can come with its own challenges as finding, developing and winning tenders can be daunting, suck up important resource, and not always be successfully rewarding with a lack of knowledge and experience in bid writing. This is where we can help!

Get in touch with
our experts

Security

How can I win a security tender?

With a broad range of services comes a high volume of opportunities within the security industry. This also presents a lot of competition, making tendering for security contracts quite challenging.

That's why it is important to evidence and thoroughly explain the solution your business can provide. In our experience, we have generally found the following helps to win a security tender:

  1. - You should show how robust your recruitment and vetting procedures are. Including an aspect of social value in here (as discussed below) would also be worthwhile.

  2. - Effective monitoring and supervision of operatives should also be considered. This should be in-line with how you measure and report on performance overall and how your team play a critical role in this.

  3. - Social value is increasingly important across all public sector tenders, including security tenders, therefore you should demonstrate the positive impact you could have both on the contract and in the wider community longer-term. This should also how you services can have a positive effect on driving efficiencies and cost savings.

  4. - With the increasing and evolving risks to businesses and properties across the UK, many buyers will be looking for innovation, particularly in how you can respond to issues timely and professionally, mitigating and planning for any scenario.

  5. - Continuous training can help support with the point above and should be discussed to evidence the skills and accreditations your business and team have to be equipped and confident in their approach to respond to security challenges.


Get bid support

Types of security tenders

Whether the buyer is looking to protect their building, assets or persons they will be looking for a company that can provide services that meets their specific needs. Security tenders and contracts across the UK can typically cover one or multiple of the below services which can come as a tailored package, these can include;

Security guarding
CCTV monitoring
Manned guarding & site security
Key holding & response
Mobile security and patrols
Vacant property security
Concierge, front of house services
Event security and stewarding
Cyber security
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
New Museum Project - Past Time Exhibition Principal/Main Works Contractor
UK London Museum of London

This procurement exercise for the role of Past Time Exhibition Principal / Main Works Contractor for the Museum of London.The "Past Time" Exhibition Main Works Contractor will be required to act as "Past Time" Exhibition Principal Contractor for CDM purposes in relation to the "Past Time" Exhibition Fit-Out. The successful candidate will be responsible for the fabrication, installation and commissioning of the majority of works for the Past Time Exhibition Fit-Out. Please see the summary below:•Drawing Coordination of all exhibition works, plus Client-direct works / appointments•Principal Contractor duties for the specific Past Time exhibition space only•Exhibition walls•Acoustic treatment•Setworks•Seating•Touch protection glazing •Touch objects•3D prints•Scenic elements•Exhibition 3rd fix mechanical and electrical•Exhibition lighting and luminaires outside of showcases. All emergency lighting is by the Basebuild •Exhibition graphics and substrates•Hands-on physical interactives•Vibration isolation due to the proximity of a railway to part of the Past Time exhibition•Security shutter•Orientation Points – not currently designed and sit outside of Atelier Brueckner’s remit•“As built” drawings•BIMThe Past Time Exhibition Principal / Main Works Contractor will be responsible for the Contractor Design Portion associated with the vibration mitigation / isolation and physical interactives. There will also be a number of Client-Direct Works Packages. As part of their duties, the Past Time Exhibition Main Works Contractor will be expected to undertake the role of Primary Drawing Co-Ordinator for the exhibition, and will be responsible for the associated coordination of the package works. •Showcases •Any artist commissions •Exhibition Audio Visual Hardware •Large / special object mounts •Items included in the exhibition security works package•Seating not currently within the Past Time Exhibition Main Works Contractor’s contract •All graphics Further information can be found in the available DRAFT Scope of Work document available to interested parties. This may be subject to finalisation prior to the start of the ITT Stage.

Value: 4500000
Published: 2023-03-25
Deadline: 2023-04-24
4500000 2023-03-25 2023-04-24
Insurance & Related Services 4 (IS4)
UK Liverpool Crown Commercial Service

This prior information notice replaces the previous PIN issued on the 08/03/2022: https://www.find-tender.service.gov.uk/Notice/006382-2022 A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/266c2ada-9351-45a5-b6ac-b57636c9715e This Prior Information Notice is to signal an intention to commence market engagement with those within the Insurance Services market, including discreet Brokerage services, Claims Handling and Housing Associations Agents. Crown Commercial Service intends to hold market engagement sessions during April / May 2022 with industry experts and suppliers interested in potentially bidding for the resulting framework contract Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. 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, who will be entering into a contract if invited to do so. Any bidder who intends to participate in the competition needs to be regulated and authorised by the Financial Conduct Authority (FCA) The value in II.1.5 is an indicative value over 4 years from 15/11/2023. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming for updates and monitor Tenders Electronic Daily for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement. The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Agreement Schedule, “Security Requirement and Plan”, to meet Framework Agreement requirements. This will be released at the ITT stage. Please find further details: https://www.gov.uk/government/collections/government-security

Value:
Published: 2023-03-24
Deadline:
2023-03-24
Postal Services and Solutions
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/b739c57d-6a23-4153-97ae-68e8595c753c 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Value:
Published: 2023-03-24
Deadline:
2023-03-24
Brixham Harbour Security Services
UK Torquay Torbay Council

Torbay Council is seeking a supplier to provide one SIA Qualified (Security Industry Authority) Security Officer for 24 hours, seven days a week for Gate Security at Brixham Harbour site.On behalf of the Harbour Master and his officers the Security Officer will manage harbour gates as required, to control site security and public access, regulation of traffic movement, vehicle access and control of parking on Harbour Estate.

Value:
Published: 2023-03-24
Deadline: 2023-04-24
2023-03-24 2023-04-24
L23032-T-SG - Supply and Servicing of Security Shoe Scanners
UK Luton London Luton Airport Operations Limited

As per tender document

Value: 700000
Published: 2023-03-22
Deadline: 2023-03-31
700000 2023-03-22 2023-03-31
Diocese of St Albans Multi-Academy Trust - ICT Partner
UK Caddington Diocese of St Albans Multi - Academy Trust

The Diocese of St Albans Multi-Academy Trust (DSAMAT) encompasses 13 schools and circa 3071 pupils in and around Dunstable and Bedford.The Trust Head Office is based at Manshead CE Academy.The Diocese of St Albans Multi-Academy Trust (DSAMAT) was established in 2016 by the Diocese of St Albans.We are an inclusive Trust, working with schools in the Diocese of St Albans (the Local Authority areas of Hertfordshire, Bedford Borough, Central Bedfordshire, Luton, parts of the London Borough of Barnet and two parishes in Buckinghamshire). Our Trust works with Church of England and community schools that share our values and ethos, and a commitment to a broad education that prepares pupils for a happy, fulfilled life.We have a clear vision about creating and maintaining successful schools that serve their unique local communities through the provision of a rich and diverse curriculum underpinned by Christian values. The Trust exists to make a difference and improve the lives of our pupils, staff, and wider community. To do this, we have three strategic aims:1. To deliver an excellent education for children and young people, that will enable them to flourish throughout their lives.2. To be an employer of choice, ensuring that staff and volunteers flourish in our care and are enabled to be the best that they can be.3. To act as responsible stewards, securing strong and sustainable futures for our schools and communitiesLike many Trusts DSAMAT has brought together a group of schools all of which originally had their own ICT strategies, technologies, support arrangements, finances, teaching and learning approaches using ICT etc., so from a Trust perspective DSAMAT 'inherited' a number of 'ICT islands'. Some progress has been made to begin to join up services. The Trust has plans for further expansion over the next 5 years - possible as much as another 10 schools including one secondary, so an ICT strategy is required to stabilize the current cohort of schools and provide a foundation for future growth.The current ICT Support across the Trust is currently provided by a mix of both Trust-employed and contractor (3rd party) staff.The Trust is taking the opportunity to go to the market to identify the best innovative and forward-looking partner to provide a single, holistic service and support them in the delivery and development of their ICT provision over the next five years.The companies identified from these shortlisting questions to receive the ITT for the Managed Service will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the service will include, but is not be limited to;• strategic advice and direction to the Trust regarding ICT• a 42 week core service, incorporating on-site staff/visits as necessary • Service desk • local staffing that bidders deem necessary to deliver the SLA• responsibility for design, specification, installation, and management of all ICT infrastructure• supply of goods and services based on an agreed Best Value approach• management of all ICT against an agreed SLA• management of 3rd parties• relevant monitoring, management, patching and reporting• training - technical and curriculum as necessary• risk registers and inventory management• collective partnership targets aligned to the Trusts objectives• in school support for the integration and upgrade of the communications and security infrastructure Bidders should note the following:• The Trust will provide a standard contract as part of the ITT Pack• There may be a requirement for TUPE of up to two existing Trust employees

Value: 8000000
Published: 2023-03-22
Deadline: 2023-04-14
8000000 2023-03-22 2023-04-14
Dynamic Decision and Case Management System (DDaCS)
UK LONDON Police Digital Service

The procurement is in support of a project vision of: "A consistent, robust and trusted approach to complete case management, contemporaneous recording of decision-making and operational responses for all UK police forces and nationally coordinated law enforcement structures that are charged with conducting operations where the threat to public and officer safety may be high. This initiative will focus on the end user of intelligence and wider situational awareness that supports effective decision-making." This procurement will also support the wider Police Digital Strategy 2023-2033 and be an enabler of "aligning around a national vision for police data and technology. This will be borne from the architectural principles we apply, and will guide our investments." Supplier engagement - EOs interested in this opportunity are invited to attend a briefing session to be held in a central London location on Thursday 20th April 2023, however attendance is subject to the following criteria: Attendee Numbers – Maximum of two (2) persons only per EO. Capability Statement – Submit a 500-word statement/ summary explaining your interest/ reasons for attending. The supporting information is required as soon as possible but no later than 9am Tuesday 11th April 2023 Vetting – All attendees to have either current NPPV3 or SC clearance as a minimum issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided by 9am Tuesday 11th April 2023 . NDA – Upon receipt of confirmed vetting clearance, all attendees will be forwarded an NDA which must be signed and returned by no later than Thursday 13th April 2023 . Attendance – Upon return of a signed NDA, venue details and draft requirements will be forwarded to attendees. Please note that substitute attendees, without the required vetting clearance and a signed NDA, will not be able to attend the briefing session. Documents will be restricted view for those individuals who have met the above stated security requirements. Should suppliers withdraw from the process at any stage, all documentation must be securely disposed of and confirmation provided via EU Supply. Confirmation – ALL communication regarding this opportunity, attendance at the briefing session, the NDA and security vetting MUST be sent to Victoria Barton via EU Supply quote ref 67826 NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY.

Value:
Published: 2023-03-21
Deadline:
2023-03-21
Front Office Counter Services 2
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

This prior information notice replaces the previous PIN issued on the 27/07/2022 https://www.find-tender.service.gov.uk/Notice/020447-2022. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. 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, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 4 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6283 for updates and monitor Find a Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials Plus certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Plus Scheme for services under and in connection with this procurement. The procurement route currently considered is Open, however, this may change to Negotiation. This will be confirmed upon publication of the contract notice. A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/79c4da9b-d074-4942-b691-7be6f2681901

Value:
Published: 2023-03-21
Deadline:
2023-03-21
Framework Agreement for the supply of an IVAB / OPAT Homecare Service
UK DERBY UNIVERSITY HOSPITALS OF DERBY & BURTON NHS FOUNDATION TRUST

Suppliers will be required to meet the NHS Data Security and Protection Toolkit Standard for their Information Systems The procurement documents are available for unrestricted and full direct access, free of charge, at https://emprocurenhs.bravosolution.co.uk/web/login.shtml For full access to the documents and to be able to submit a bid please go to the web address above The supplier MUST be registered with the Information Commissioners Office (ICO)

Value:
Published: 2023-03-20
Deadline:
2023-03-20
NHS SBS SECURITY SERVICES & CCTV FRAMEWORK (10502)
UK Hemel Hempstead NHS Shared Business Services Limited

This Prior Information Notice (PIN) is to signal an intention to commence market engagement with those within the Security & CCTV market. To participate in our limited market engagement exercise please download the RFI questionnaire from Contracts Finder https://www.contractsfinder.service.gov.uk/Notice/bff5cb5e-954e-47fd-bd34-5571dca91bb1 and complete and return to nsbs.estatesfacilities@nhs.net by Friday 14th April 2023 5:00pm. NHS Shared Business Services Limited (NHS SBS) reserves the right to withdraw this notice at any time. NHS SBS is not bound to accept any proposals submitted by Bidders and is not liable for any costs incurred as a result of Bidders engaging with this process. This early market engagement exercise does not guarantee that a Procurement will take place and NHS SBS reserves the right to defer from any Procurement entirely. NHS SBS intends to hold market engagement sessions during March and April 2023 with industry experts and suppliers interested in potentially bidding for the resulting Framework Agreement. NHS SBS will use an eSourcing system for any procurement activity taken subsequent to this PIN. The date in II.3) is the estimated date of publication, please monitor Find a Tender Service https://www.find-tender.service.gov.uk/Search for the publication of the relevant high value contract notice.

Value:
Published: 2023-03-20
Deadline:
2023-03-20
IG Support and Data Protection Officer Service to the Norfolk and Waveney GP Practices
UK Norwich NHS Norfolk & Waveney Integrated Care Board

NHS NWICB invite bids from suitably qualified suppliers to provide information governance advice and guidance support service, together with a named Data Protection Officer. <br/>The requirement will include:<br/>Data breaches<br/>• The provision of advice and/or support to practices on the investigation of possible information security breaches and incidents.<br/>• Advice on incident/breach assessment and reporting via the incident reporting tool within the DSPT to NHS England and reporting to the ICO (dependent upon severity of incident).<br/>• Advice on assessment and reporting via the incident reporting tool within the DSPT to NHS England and ICO (dependent upon nature and severity of the breach).<br/>• Advice on post-incident reviews and recommended actions for practice implementation.<br/>To lead or direct data breach reviews and investigations where highly specialist knowledge is required or complex multi–party issues are involved.<br/>Service Provider as data processor will:<br/>• To take action immediately following a data breach or a near miss, alerting promptly the practice as data controller and with a report made to the senior management within the ICB and the practice within 12 (working) hours of detection.<br/>• Report data breaches in line with NHS guidance (using the incident reporting tool within the DSPT) and legal requirements immediately following detection.<br/>• Provide a Lessons Learned Report (with relevant action plan as appropriate) to the ICB within 2 weeks of the recorded resolution of the incident.<br/>IG Policy Support <br/>• Support for the production and maintenance of local information governance policies and procedures for practices. Provision of advice and support to practices on approval, ratification and adoption of the policies for their organisation.<br/>Support for the Data Security and Protection Toolkit compliance<br/>• Provide advice and guidance to practices on how to complete the DSPT, including the collection and collation of evidence in support of DSPT submissions. Provide practices with evidence required for DSPT where this is held by the ICB or its commissioned IT providers.<br/>• Monitor DSPT compliance of practices and provide the ICB with details of any non-compliance with practice action plans.<br/>IG consultancy and support<br/>• Provision of advice, guidance and support on IG related issues, including existing operational processes and procedures or new business initiatives. Advice and guidance on personal data access (but not extending to legal advice). <br/>Data Protection Officer (DPO) Support<br/>Provision of advice, guidance and support on IG related issues including existing operational processes and procedures or new business initiatives to support practice designated Data Protection Officers including existing operational processes and procedures or new business initiatives. To include<br/>• Access for Practices during normal service hours to specialist qualified advice on GDPR matters.<br/>• Advice on compliance with GDPR obligations<br/>• Advice reflecting national guidance on GDPR compliance as it is published.<br/>• A review at least annually to identify and improve processes which have caused breaches or near misses, or which force staff to use workarounds which compromise data security. This may for example be a facilitated workshop at ICB level which would encourage shared learning.<br/>A Data Protection Officer will be available (in addition the DPO support service) for practices to designate as their Data Protection Officer. A named Data Protection Officer could be shared between several practices. Note: Practices may choose to make their own DPO arrangements at their own cost.<br/>• To act as the practice designated Data Protection Officer, providing:<br/>o Specialist qualified advice on UK

Value: 360000
Published: 2023-03-16
Deadline: 2023-04-13
360000 2023-03-16 2023-04-13
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
Adversary Simulation (Red / Purple Team Exercises)
UK LONDON NATIONAL GRID UK LIMITED

We use the Achilles Utilities Vendor Database (UVDB) when compiling lists of potential suppliers for our goods and services requirements. For the majority of our purchases, it is a condition of supplying to National Grid that suppliers are registered on the UVDB. We expect to release the PQQ on Achilles at the beginning of April 2023. Please ensure you are registered on Achilles and visible under the UVDB code: 2.1.23 Cyber Security Consulting or Services in order to participate in this tender. The PQQ will not be available to suppliers who are not registered on Achilles under this code. More information can be found at: https://www.nationalgrid.com/suppliers/new-suppliers https://www.achilles.com/community/uvdb/

Value:
Published: 2023-03-14
Deadline:
2023-03-14
Marine Subsea Survey DPS
UK Glasgow SSE plc

Scottish Hydro Electric Transmission PLC (“SHET”) is inviting interested parties to apply to join the Sub Sea Marine Survey Dynamic Purchasing System (DPS) which is being issued by SHET in connection with the DPS procurement process conducted in accordance with the Utilities Contracts (Scotland) Regulations 2016 in relation to HVDC Projects. SHET is seeking to appoint a number of specialists Subsea Marine Survey companies to the DPS who can offer some or all of the required services & equipment that goes into subsea marine surveying. Project Background "The British Energy Security Strategy set out the Government's ambition to connect up to 50GW of offshore generation to the electricity network by 2030. In response to this Ofgem have outlined a new Accelerated Strategic Transmission Investment (ASTI) framework. This sets out a streamlined approach to the regulatory approval and funding process to facilitate accelerated delivery by transmission owners. To support this ambition SHET are proposing to set up a Dynamic Purchasing System (DPS) for expected and future marine surveys. The project surveys SHET are looking to award through this DPS include: 1. Spittal to Peterhead 2GW HVDC Link - c. 200 km offshore cable route, landfall locations not yet determined 2. Beauly to Arnish 1.8GW HVDC Link - c. 75 km offshore cable, landfall locations Dundonnel, South of Ullapool and Arnish, Lewis These survey scopes are planned for execution in 2023. Offshore Grid - an offshore network of at least 3 cable routes connecting offshore platforms. The routes for these are to be determined but provisional distances are: 3. Fiddes to an offshore platform E1a location c. 100 km 4. Offshore Platform E1a to Offshore platform R4_1 c. 275 km 5. Offshore Platform R4_1 to Creyke Beck c. 200 km These survey scopes are planned for execution in 2024. Further survey scopes are expected with a minimum of 650km of geophysical and geotechnical survey being planned by SHET in support of the Holistic Network Design (HND). The lengths and co-ordinates will be confirmed in Stage 2 of the DPS process and upon the Company issuing an RFP/Call Off Scope of Work Documents to all suppliers appointed to the DPS. The DPS process is to establish market capability to carry out the required works within the time period indicated. It is SHET's intent to follow up Stage 1 of the DPS Application process with Stage 2 which is a tendering process with a view to award a Marine Seabed Survey contract for each project based on a detailed RFP/Call Off process. The survey scope of work covers geophysical, geotechnical, UXO, topographic and environmental sampling & testing. This DPS application sets out the information which is required by the SHET Evaluation Team in order to assess the suitability of potential Applicants in terms of their: • Knowledge and past experience on similar projects. • Available Resources and Capabilities. • Organisation, Economic, Legal and Financial standing; and • Health, Safety and Environment Standards. • Management and Quality Systems.

Value: 120000000
Published: 2023-03-14
Deadline: 2031-03-14
120000000 2023-03-14 2031-03-14
Salisbury Sq Development (SSD) Facade Consultancy Services
UK London City of London Corporation

The Employer has separately appointed other CMT members which are considered as part of the project wider CMT function including the following:• Primary CMT- Architectural/Civil & Structural/MEP• Specialist CMT – Security (incl. blast/ ballistics) consultant• Specialist CMT – Landscaping architect• Specialist CMT – Conservation architect for the Listed Building 2-7SC• Specialist CMT – Waterproofing concrete consultantOther than leading on technical coordination and interfaces that would be necessarily required between the relevant specialist CMT consultants and the primary CMT when performing the CMT duties, the specialist CMT - Facade consultant have neither contractual nor financial responsibilities for other CMT consultants.During Stage 5 the CMT would normally be expected to review the key documents only of the Contractor’s detailed design identified by each discipline (e.g. by a percentage of all design documents submitted by the Contractor no more than 25% generally based on best practice). It is up to the CMT disciplines to work out their own proposal and provide appropriate resources.The specialist CMT- Facade consultant is expected to provide appropriate resources required to cover the relevant period associated with façade works within the overall contract programme (May 2023 - September 2026) plus 12 months of soft landings period post practical completion.

Value: 200000
Published: 2023-03-14
Deadline: 2023-04-12
200000 2023-03-14 2023-04-12
DBS Security and Vetting Services
UK Bowburn Humankind Charity

The main purpose of this contract will be to appoint a suitable Service Provider to provide Disclosure and Barring Security Checks of all levels and provide Right to Work Checks. Our focus for this contract is to speed up our current employment process ensuring we are receiving the best customer service.

Value:
Published: 2023-03-14
Deadline: 2023-04-19
2023-03-14 2023-04-19
L23003-T-TG The Supply of Aviation Temporary Security Resource
UK Luton London Luton Airport Operations Limited

Lot1 the supply of approximately 5 Aviation Trained Security personnel per requested shift to support LLA security function for a period of 2 years commencing June 1st 2023. Please note the number of personnel required is an estimate and could go up or down. Cover will be required for all the 2 years, in particular during summer months and key holiday times See tender for full details

Value: 500000
Published: 2023-03-11
Deadline: 2023-05-10
500000 2023-03-11 2023-05-10
Conventional Vehicle Systems Post Design Services and Spares Procurement (CVSSP)
NUTS: UK UK Ministry of Defence

The contract will cover the following platforms utilised by the UK Armed Forces:• Land Rover• Trailer Light Weight• Pinzgauer• SNATCH and• RWMIKThe purpose of the PDS contract is to enable the undertaking of work to ensure that modifications and minor design alterations are properly appraised and, where approved, implemented. The PDS process includes the redesign, redevelopment and engineering necessary for preserving the capabilities of equipment.PDS includes the Design Authority (DA) work required to maintain the design, manufacturing data and configuration control, safety and obsolescence management including where necessary reference equipment and addressing Urgent Capability Requirements (UCRs). PDS may also be used for minor enhancements such as meeting new safety legislation, enhancement of capability or performance or for reducing in-service support costs.The Contractor will be responsible for engaging with the Authorised Demander who is responsible for managing the Service Provision and Transformation Contract (SPTC), regarding the procurement and supply of Spares.It is anticipated that Core Services will include (but are not limited to):Post Design Services- Provision of Integrated Support Plan (ISP)- Engineering and Technical Support- Supply Support- Risk & Opportunity Management- Configuration Management- Technical Documentation & Information Management- Post Design Services (PDS) Tasking Management- Quality Management- Safety ManagementProcurement of Spares- Supply Support- Spares Re-Provisioning- Obsolescence Monitoring and ManagementProvided for information purposes only and not definitive.The potential value of this contract is estimated at £71m exclusive of VAT (CAT C).BackgroundCurrently there are two extant and separate contracts for the provision of PDS. These are:1) OSVP/0056 CVS 'B' Vehicles Post Design Services Contract.2) PMT/0025 WMIK and SNATCH Post Design Services (PDS).The Spares contract will continue to be managed by Babcock, The Authority’s Authorised Demander, under the SPTC.Both PDS contracts expire on 31/03/2024.The Authority intends to run a competitive tendering process under the Restricted Procedure of the Defence and Security Public Contracts Regulations (DSPCR) 2011 (Regulation 17).The deadline for receipt of DPQQ submissions via DSP is 23:59 on Friday 21st April 2023.Indicative Timetable:Issue ITT – 29/05/2023Tender Return Deadline on DSP – 25/07/2023Contract Award – TBCContract Award Notice – TBCIndicative Contract Start – 01/04/2024Timings above have been provided purely for information purposes only and are subject to variation, solely at the Authority’s discretion.

Value:
Published: 2023-03-11
Deadline: 2023-04-21
2023-03-11 2023-04-21
Specialised Security Services
UK Bristol University of Bristol

Full details of the required services are as stated the tender documents available from the tendering portal: https://tenders.bris.ac.uk

Value: 3450000
Published: 2023-03-09
Deadline: 2023-04-05
3450000 2023-03-09 2023-04-05
Payment Acceptance 2
UK Liverpool Crown Commercial Service

Crown Commercial Service invites suggestions and feedback on the structure of the Payment Acceptance RM6118 structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers. To participate in market engagement please email paymentsin@crowncommercial.gov.uk with any suggestions and/or feedback in your email, along with the following details: 1. Organisation name 2. Contact name 3. Job title of contact (including responsibility within your organisation) 4. Contact phone number 5. Contact email 6. Organisation website link Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk]. 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, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 7 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement. The services that arise from this framework will involve the supplier holding material that has been assigned protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL. It will be a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO27001:2013 and further defined by the Security Policy Framework https://www.gov.uk/government/collections/government-security.

Value:
Published: 2023-03-09
Deadline:
2023-03-09
Asset Finance Advisory Services
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

Crown Commercial Service invites suggestions and feedback on the proposed content and structure of the Asset Finance Advisory Services framework, service lines or processes detailed from the market including industry experts, specialists and suppliers. To participate in market engagement please email assetfinance@crowncommercial.gov.uk with any suggestions and/or feedback in your email, along with the following details: 1. Organisation name 2. Contact name 3. Job title of contact (including responsibility within your organisation) 4. Contact phone number 5. Contact email 6. Organisation website link The value in II.1.5 is indicative. The date in II.3) is the estimated date of publication, please refer to the CCS website page www.crowncommercial.gov.uk/agreements/upcoming for updates. Or use the new UK Find a Tender service which has replaced the EU’s Tenders Electronic Daily. CCS will be required to publish notices relating to this procurement on the new UK Find a Tender Service (FTS). Notices will not be published on Tenders Electronic Daily (TED)/OJEU. You are therefore advised to monitor FTS and Contracts Finder for the notification of the release of the ITT documents for this procurement. Further information can be found at https://www.gov.uk/guidance/public-sector-procurement-from-1-january-2021 The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials (or equivalent) certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials [Plus] Scheme for services under and in connection with this procurement. The service that arises from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Asset Finance Advisory Services Schedule, “Security Requirement and Plan”, to meet Asset Finance Advisory Services requirements. This will be released at the ITT stage.

Value:
Published: 2023-03-09
Deadline:
2023-03-09
Asset Finance Advisory Services
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/ff7cd560-f004-4823-8ce2-bc529fb9d3d4 Crown Commercial Service invites suggestions and feedback on the proposed content and structure of the Asset Finance Advisory Services framework, service lines or processes detailed from the market including industry experts, specialists and suppliers. To participate in market engagement please email assetfinance@crowncommercial.gov.uk with any suggestions and/or feedback in your email, along with the following details: 1. Organisation name 2. Contact name 3. Job title of contact (including responsibility within your organisation) 4. Contact phone number 5. Contact email 6. Organisation website link The value in II.1.5 is indicative. The date in II.3) is the estimated date of publication, please refer to the CCS website page www.crowncommercial.gov.uk/agreements/upcoming for updates. Or use the new UK Find a Tender service which has replaced the EU’s Tenders Electronic Daily. CCS will be required to publish notices relating to this procurement on the new UK Find a Tender Service (FTS). Notices will not be published on Tenders Electronic Daily (TED)/OJEU. You are therefore advised to monitor FTS and Contracts Finder for the notification of the release of the ITT documents for this procurement. Further information can be found at https://www.gov.uk/guidance/public-sector-procurement-from-1-january-2021 The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials (or equivalent) certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials [Plus] Scheme for services under and in connection with this procurement. The service that arises from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Asset Finance Advisory Services Schedule, “Security Requirement and Plan”, to meet Asset Finance Advisory Services requirements. This will be released at the ITT stage.

Value:
Published: 2023-03-09
Deadline:
2023-03-09
HMP Academies
UK London Ministry of Justice

Procurement procedure: This requirement has been classified as being subject to the Light Touch Regime under the Public Contract Regulations 2015. Under the Light Touch Regime, the Authority is not obliged to observe the full requirements of the Regulations, including the detailed rules and timescales applicable to the procurement procedures covered by the Regulations. This is irrespective of the use of this standard notice (the Authority is unable to use the Light Touch Regime notice for technical compatibility reasons). The Authority will comply with its equal treatment, transparency, non-discrimination and proportionality obligations throughout the procurement. The eSourcing Portal and procurement documents: The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITT, which is comprised of a number of volumes, is available only in electronic format via the eSourcing Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the eSourcing Portal. Award of contract: The Authority is not committed to any course of action as a result of this Contract Notice. It is not liable for any costs incurred in respect of expressing an interest, participating in dialogue or in tendering for this opportunity. The Authority reserves the right to abandon or terminate the procurement and not to award a contract at its own discretion. Nothing in this Contract Notice shall generate any contractual obligations prior to the signature of a Contract. Important notice: This Contract Notice must be read in full together with the procurement documents being released at this stage of the procurement. Bidders are reminded that participation in this procurement will be subject to the conditions of participation set out in the procurement documents and the eSourcing Portal. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the general public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, potential providers who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property rights; (d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; and (g) Prevention of fraud. Freedom of information (FOI): The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.

Value:
Published: 2023-03-07
Deadline:
2023-03-07
Dental Epidemiology Fieldwork
UK Leicester Leicestershire County Council

At this time, Leicestershire County Council is currently seeking tenders from potential service providers for the procurement of a Dental Epidemiology Fieldwork Survey Service on behalf of itself, Leicester City Council and Rutland County Council. The service provider will be responsible for conducting annual Dental Epidemiology Fieldwork Surveys to gather epidemiology data in accordance with the national UK Health Security Agency (UKHSA) Dental Public Health Intelligence Programme (DPHIP) requirements, as well as any oral health surveys directed by the Secretary of State for Health.One service provider will be appointed to undertake the entire survey requirement across Leicester City, Leicestershire and Rutland, but each individual authority will enter into separate contracts with the provider.For further details of the service required, and to submit a tender, please express an interest in this opportunity and download the Invitation to Tender pack.In order to express an interest in this opportunity, obtain the Invitation to Tender documents and request further information, please see below and ensure you refer to instructions and guidance available:• Go to www.eastmidstenders.org• If not already registered, register your company by selecting the ‘Register’ box on the top of the home page• Once registered, visit the home page select View Opportunities’ then ‘Search Latest Opportunities', from the ‘Organisation' drop down box select ‘Leicestershire County Council', click search (options) and select the appropriate opportunity ‘Dental Epidemiology Fieldwork’:• Express an interest by selecting the ‘Register Interest’ box. You will receive an email confirming your expression of interest;• Once fully registered, you should download all of the ITT documents from the website.You will receive email notifications regarding your expression of interest or other important actions on the system. Email alerts may be blocked by your SPAM filter. Please ensure that emails from the domain “@due-north.com” are excluded from the SPAM filter “blocked addresses”.

Value: 387605
Published: 2023-03-04
Deadline: 2023-04-03
387605 2023-03-04 2023-04-03
Technology Products and Associated Services 2
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Manage/2ef4d8c5-dcca-4159-ba12-eae599f42e1e 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. To facilitate the direct award process it is a requirement that if you are bidding for Lot 1 and/or Lot 2 and/or Lot 3 and /or Lot 4 and/or Lot 5 and/or Lot 6 and/or Lot 7 it is a mandatory requirement that you submit a compliant bid for Lot 8. If your bid is excluded from Lot 8 your bids for any other lots you are bidding for (i.e Lot 1 and/or Lot 2 and/or Lot 3 and/or Lot 4 and/or Lot 5 and/or Lot 6 and/or Lot 7) will be deemed non-compliant and you will be excluded from the competition. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Value:
Published: 2023-03-03
Deadline:
2023-03-03
Vehicle Telematics and Associated Services
UK West Malling Kent County Council (t/a Procurement Services)

Telematics combines navigation, safety, security and communication into one piece of technology. A fleet tracking system makes use of location technology being tracked across individual and multiple vehicles and software programs that gather the data from these automatic vehicle location devices, in real time with active tracking systems. Telematic systems help support and improve driving behaviour, duty of care to drivers, vehicle optimisation and fleet safety. We are looking for suppliers that can provide all types of telemetry solutions, to all types of industries including but not limited to the following:Hardware and SoftwareFleet Tracking/ManagementGeofencingData AnalyticsDetecting emissions and carbon footprintAssociated Solutions

Value: 10000000
Published: 2023-03-03
Deadline: 2023-04-12
10000000 2023-03-03 2023-04-12
Digital Technology and Cyber Services Dynamic Purchasing System
UK Glasgow Scottish Government

Cyber Security Services Lot will provide cyber security services and resources that will aim to support digital and cyber resilience for public bodies.The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics.The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment.To assess your suitability for Lot 4 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Cyber Security Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.

Value:
Published: 2023-03-02
Deadline: 2027-03-31
2023-03-02 2027-03-31
Administration of Mediation Voucher Services
UK London Ministry of Justice

The MoJ is using Jaggaer for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer or register for an account at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html and search for the ITT using reference 'ITT_7139' to be able to view the ITT documents and submit a bid. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, bidders who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in Section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property rights; (d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; and (g) Prevention of fraud. Freedom of information (FOI): The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.

Value:
Published: 2023-03-02
Deadline:
2023-03-02
SCH Electronic Security Call Out Support, Software and Minor Installation Contract
UK Sheffield Sheffield Teaching Hospitals NHS Foundation Trust

Electronic Security Call Out Support Services, Software Licences for Milestone and Minor Installation works.

Value:
Published: 2023-03-02
Deadline: 2023-03-31
2023-03-02 2023-03-31
Water, Wastewater and Ancillary services (3)
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

This Prior Information Notice is to signal an intention to commence market engagement with those within the Water market. Crown Commercial Service intends to hold market engagement sessions during January/February 2023 with suppliers interested in potentially bidding for the resulting framework contract[s]. If you are interested in attending a market engagement session please express your interest by emailing [RM6306@crowncommercial.gov.uk] no later than midday on 22/12/2022]. Further details will be provided to you. Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participating in the market engagement. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk]. 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, who will be entering into a contract if invited to do so. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials [Plus] certified for the services under and in connection with the procurement. [The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials [Plus] Scheme for services under and in connection with this procurement.] The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Schedule, “Security Requirement and Plan”, to meet [Framework Agreement] requirements. This will be released at the ITT stage.

Value:
Published: 2023-03-01
Deadline:
2023-03-01
Digital Technology and Cyber Services Dynamic Purchasing System
UK Glasgow Scottish Government

The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services. A key objective of this DPS is to offer a straightforward, flexible route to market for all Scottish public sector organisations with a requirement for digital technology and cyber services across four lots:- Digital Technology Projects and Services- Digital Technology Resources- Digital Training Services- Cyber Security ServicesPotential participants must complete the SPD (Single Procurement Document) and meet the minimum entry criteria to participate on the DPS.For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information).The Digital Technology and Cyber Services DPS will be open for new applicants throughout its lifetime.

Value:
Published: 2023-03-01
Deadline: 2027-03-31
2023-03-01 2027-03-31
East Midlands 'Made Smarter' Programme - IDTA support
UK Lincoln Lincolnshire County Council

In providing IDTA Intensive Support the Supplier must be able to provide unbiased technical expertise to the Beneficiaries in the following IDT disciplines:• Additive Manufacturing (3D printing)• Augmented Reality (AR) & Virtual Reality (VR)• Big Data & Analytics• Cognitive Computing & Artificial Intelligence (AI) (machine learning)• Data & Systems Integration• Industrial Cyber Security• Internet of Things (sensors, Barcode, QR Code, RFID, NFC, Bluetooth etc)• Mobile Devices & WearablesThe scope of IDTA Intensive Support could include, but not be limited to:• Developing the technical specification of equipment, hardware or software• Supporting the Beneficiary with the purchasing of IDT i.e. finding & managing quotations from Tech Suppliers• Detailed implementation planning• Implementation risk analysis & mitigation• Aid the Beneficiary in the final selection of technology/approach/supplier• Quantifying likely benefits of implementation• Outline financial justifications (Return on Investment (ROI), Net Present Value (NPV), Internal Rate of Return (IRR), Pay back period)• Supporting employee training & development• Cultural change managementThe Supplier shall deliver IDTA Intensive Support on site at Beneficiary’s Manufacturing facilities in Leicestershire, Nottinghamshire, Derbyshire and Lincolnshire where permitted by Beneficiaries. Follow up and supplementary discussions can be delivered virtually.

Value: 340000
Published: 2023-03-01
Deadline: 2023-03-30
340000 2023-03-01 2023-03-30
Byrom St Security Lodge
UK Liverpool Liverpool John Moores University

Please see SQ and ITT documents.

Value:
Published: 2023-03-01
Deadline: 2023-05-12
2023-03-01 2023-05-12
ID 3971947 DoJ - NICTS Business Solution - Themis
UK BELFAST Department of Justice, Northern Ireland Courts and Tribunals Service

The Authority wishes to procure a Supplier that can design and deliver: • Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. • A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.

Value: 45000000
Published: 2023-02-28
Deadline: 2023-04-03
45000000 2023-02-28 2023-04-03
Provision of Security Management of Trust Estate Property Services to Somerset NHS Foundation Trust
UK Taunton Somerset NHS Foundation Trust

Please see tender documents

Value:
Published: 2023-02-28
Deadline: 2023-04-04
2023-02-28 2023-04-04
Disclosure and Barring Service Checks (Online Service) Tender
UK Hatfield Hertfordshire University of Hertfordshire Education Corporation

The University of Hertfordshire is seeking to source a new contract to provide an online Disclosure and Barring Service (DBS) to meet the organisational needs for staff, students and volunteers. This will need the current and future needs for administering online DBS checks (basic, standard, enhanced and enhanced with barred list). This contract will be for a maximum of five years. This is a three year contract with the option to extend by a further two years in twelve month increments subject to satisfactory performance. All University Policies and Regulations relating to information, security, data management, systems and services will apply to all contracts resulting from this tender. It is also a mandatory requirement that the suppliers are accredited by the Government to carry out the DBS checks and work in accordance with the Government guidelines.

Value: 150000
Published: 2023-02-28
Deadline: 2023-03-29
150000 2023-02-28 2023-03-29
Security Systems Consultancy
UK Middlesbrough Thirteen Housing Group Limited

To appoint a suitable security systems consultant to assist Thirteen Housing Group to deliver diverse projects

Value: 250000
Published: 2023-02-28
Deadline: 2023-03-29
250000 2023-02-28 2023-03-29
Security Services
UK Dundee University of Dundee

Maintain CCTV, alarm, and radio communication systems. Replace existing access control system and provide (AEOS, NEDAP) software technology to allow continued access via use of Mifare cards, mobile phones, and biometrics.

Value: 900000
Published: 2023-02-28
Deadline: 2023-03-29
900000 2023-02-28 2023-03-29
Security Services
UK Dundee University of Dundee

Security Services

Value: 900000
Published: 2023-02-27
Deadline: 2023-03-29
900000 2023-02-27 2023-03-29
LB Hillingdon - Provision of Car Park Marshaling and Site Security at Ruislip Lido
UK Hillingdon London Borough of Hillingdon

Within the London Borough of Hillingdon, is Ruislip Lido with a 60-acre lake with sandy beaches, woodland walks, miniature railway and children’s play area. We are looking to appoint an Events Management /security contractor to marshal three car parks and the traffic flow to and from the site during the Spring/Summer season on weekends, bank holidays and school holidays, in addition to this we also require evening/night security of the site.Specific patrol duties include but no limited to; - Regular foot patrols to take place including all Car Park areas, Willow Lawn, pathways from car park side through to beach and railway station; - Clear large groups/persons causing noise/ASB, camping etc; - Clear persons with amplification equipment. - The successful contractor will be required to produce weekly report detailing incidents of note and general observations.The contract term will be for an initial term of two years with an option to extend for a further one year with provision starting from 22nd May 2023.Full detailed requirements can be found within the tender documentation pack via our tender portal, www.capitalesourcing.com

Value: 250000
Published: 2023-02-25
Deadline: 2023-03-27
250000 2023-02-25 2023-03-27
ESNEFT1035 Security systems and CCTV Maintenance and support
UK Ipswich East Suffolk and North Essex NHS FT

ESNEFT1035 Security systems and CCTV Maintenance and support

Value:
Published: 2023-02-25
Deadline: 2023-03-27
2023-02-25 2023-03-27
W155 West Midlands E Recruitment Service Applicant Tracking System
UK Stafford Staffordshire County Council

Staffordshire County Council on behalf of West Midlands Employers wish to procure a Software as a Service (SAAS) cloud based and internet-accessible Applicant Tracking System, that allows access at any time from any location where appropriate connectivity is available. This will enable a continuation of WME’s e-Recruitment services. This will either replace the existing e-Recruitment system (requiring a migration over to a new e-Recruitment system) or will include continued use of the existing e-Recruitment System.The contract will include;• High quality and highly flexible, marketing leading e-Recruitment system• An intuitive, responsive and proactive customer interface with WME to support the organisation deliver a high quality service to its partners, through excellent customer helpdesk services (for any issues with using the product), product training, sales and enablement support• Regular software updates to include fixes and new product releases• High security managed hosting provision with a sustained uninterrupted service provision• Experienced Project Management to manage high quality implementations (up to 15 organisations) to budget and timescales to meet customer expectations• Experienced Project Management to manage an applicant tracking system migration (i.e. full data migration) from the current e-Recruitment system if required.This contract will provide access to all West Midlands Public Sector bodies to access the ATS via WME.This agreement may be made available to other Contracting Authorities including without limitation Councils and Public Bodies within the West Midlands. These will include Health and Integrated Care Providers, Local Authorities, Police and Fire Emergency Services, Metropolitan / District Councils and Educational Establishments, including the Contracting Authorities named in this notice. These organisations will be afforded third party rights or be named as beneficiaries under the contract or contracts where appropriate. This agreement may also be made available to Councils and Public Bodies across England and Wales.The highest scoring supplier will be provisionally offered the contract subject to final confirmation of decision to award and approval to sign contracts which is subject to approval by WME’s Executive Board. It is important to note that WME will only award a contract once it has commitment from its service users to use the service. It is important that the preferred supplier works proactively and in partnership with WME to secure client commitment to enable the contract award to proceed. The expected date of contract award is September 2023 which allows internal governance, approvals and engagement with prospective clients. The contract start date will be from implementation during 2023/24 subject to a mutually agreed project plan, and service commencement would be no later than 1st April 2024.The overall duration of the contract is maximum 8 years (4+3+1)(Year 0 Implementation, Year 1 – 3 Service Delivery, Years 4 – 6 service delivery extension, Year 7 Service Delivery transition period)

Value: 997000
Published: 2023-02-25
Deadline: 2023-03-27
997000 2023-02-25 2023-03-27
LB Hillingdon - Provision of Car Park Marshaling and Site Security at Ruislip Lido
UK Hillingdon London Borough of Hillingdon

Value:
Published: 2023-02-24
Deadline:
2023-02-24
Ashley Road Primary School Front Entrance Security Works - Re-Tender (8174)
UK Aberdeen Aberdeen City Council

The works comprise of carrying out internal alterations to the existing vestibule of the main front entrance. Replacement external and internal doors. Increase in reception hatch opening and carry out improvements to the school security system.

Value:
Published: 2023-02-22
Deadline: 2023-03-14
2023-02-22 2023-03-14
West London Female Complex Needs Accommodation
UK London Royal Borough of Kensington & Chelsea Council

The purpose of the contract will be to deliver a sub-regional, West London service for female rough sleepers and those at risk with complex needs provide a hub, with at least 9 rooms, with 24- hour cover, and an outreach programme secure 11 or more self – contained units nearby, with night security and concierge provide intensive specialist support to a caseload of 25 women, addressing their needs and supporting them to develop independent living skills and to move on into longer term accommodation with appropriate support, when they are ready to do so

Value:
Published: 2023-02-22
Deadline: 2023-03-01
2023-02-22 2023-03-01
002098 SECURITY GUARDING (SECURITY AND SAFETY OPERATIONS)
UK London 002098 SECURITY GUARDING (SECURITY AND SAFETY OPERATIONS)

The British Library is seeking a Contractor with a proven track record in delivering demanding Guarding Services in comparable environments via a competitive procurement conducted in accordance with the Light Touch Regime (LTR) for services listed in Schedule 3 of Public Contracts Regulations 2015

Value: 7000000
Published: 2023-02-21
Deadline: 2023-03-09
7000000 2023-02-21 2023-03-09
Ref 379 - Temporary Hoarding and Security Services for Notting Hill Carnival Event 2023 - 27
UK London capitalEsourcing

This is an Open Tender procurement process for the Temporary Hoarding and Security Services required during the Notting Hill Carnival Events held 2023 - 2027 (inclusive).

Value: 728000
Published: 2023-02-17
Deadline: 2023-04-06
728000 2023-02-17 2023-04-06
NOE CPC Security Services
UK Sheffield North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds

Lot 1: Security Services, including Escort Duties, Key Holding, Lock/Un-Lock Services, Manned Guarding, Mobile Patrols and Reception Duties. <br/><br/>The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.<br/><br/>BARNSLEY FACILITIES SERVICES LIMITED<br/>BARNSLEY HOSPITAL NHS FOUNDATION TRUST<br/>BRADFORD TEACHING HOSPITALS NHS FOUNDATION TRUST<br/>CALDERDALE AND HUDDERSFIELD NHS FOUNDATION TRUST<br/>CALDERDALE AND HUDDERSFIELD SOLUTIONS LIMITED (CALDERDALE AND HUDDERSFIELD NHS FOUNDATION TRUST)<br/>CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST<br/>DERBYSHIRE COMMUNITY HEALTH SERVICES NHS FOUNDATION TRUST<br/>DERBYSHIRE SUPPORT AND FACILITIES SERVICES LIMITED (CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST)<br/>DONCASTER AND BASSETLAW TEACHING HOSPITALS NHS FOUNDATION TRUST<br/>HARROGATE AND DISTRICT NHS FOUNDATION TRUST<br/>HARROGATE HEALTHCARE FACILITIES MANAGEMENT LTD (T/A HARROGATE INTEGRATED FACILITIES LTD) (HARROGATE AND DISTRICT NHS FOUNDATION TRUST)<br/>HUMBER TEACHING NHS FOUNDATION TRUST<br/>LEEDS AND YORK PARTNERSHIP NHS FOUNDATION TRUST<br/>LEEDS COMMUNITY HEALTHCARE NHS TRUST<br/>LEEDS TEACHING HOSPITALS NHS TRUST<br/>LEICESTERSHIRE PARTNERSHIP NHS TRUST<br/>LINCOLNSHIRE COMMUNITY HEALTH SERVICES NHS TRUST<br/>LINCOLNSHIRE PARTNERSHIP NHS FOUNDATION TRUST<br/>LOCALA COMMUNITY PARTNERSHIPS CIC<br/>MANX CARE<br/>MID YORKSHIRE HOSPITALS NHS TRUST<br/>NORTHERN LINCOLNSHIRE AND GOOLE NHS FOUNDATION TRUST<br/>SHEFFIELD CHILDREN'S NHS FOUNDATION TRUST<br/>SHEFFIELD HEALTH & SOCIAL CARE NHS FOUNDATION TRUST<br/>SHEFFIELD TEACHING HOSPITALS NHS FOUNDATION TRUST<br/>SHERWOOD FOREST HOSPITALS NHS FOUNDATION TRUST<br/>THE NEWCASTLE UPON TYNE HOSPITALS NHS FOUNDATION TRUST<br/>THE ROTHERHAM NHS FOUNDATION TRUST<br/>UNITED LINCOLNSHIRE HOSPITALS NHS TRUST<br/>UNIVERSITY HOSPITALS OF DERBY AND BURTON NHS FOUNDATION TRUST<br/>UNIVERSITY HOSPITALS OF LEICESTER NHS TRUST<br/>YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST<br/>YORK TEACHING HOSPITAL FACILITIES MANAGEMENT (YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST)<br/>YORKSHIRE AMBULANCE SERVICE NHS TRUST<br/><br/><br/>A full list of current NHS PiP members is available at all times on the below websites;<br/>http://noecpc.nhs.uk/current-members<br/>https://www.commercialsolutions-sec.nhs.uk/<br/>https://www.lpp.nhs.uk/about-nhs-london-procurement-partnership/our-members/<br/>https://www.eoecph.nhs.uk/<br/><br/>NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.<br/><br/>See Section II.2.11 and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

Value: 220000000
Published: 2023-02-17
Deadline: 2023-03-20
220000000 2023-02-17 2023-03-20
Provision of Power Purchasing Agreement
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/0a98768f-d70a-4f6b-9ec9-93ea0987757a This Prior Information Notice is to signal an intention to commence market engagement with those within the energy market. Crown Commercial Service intends to hold market engagement sessions during February 2023 and March 2023 with suppliers interested in potentially bidding for the resulting framework contract[s]. If you are interested in attending a market engagement session please express your interest by emailing energynetzero@crowncommmercial.gov.uk. Further details will be provided to you. Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participate in the market engagement. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. 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, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 4 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement. The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the RM6289 Provision of Power Purchasing Agreement Schedule, “Security Requirement and Plan”, to meet RM6289 Provision of Power Purchasing requirements. This will be released at the ITT stage.

Value:
Published: 2023-02-16
Deadline:
2023-02-16
NOE CPC Security Services
UK Sheffield North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)

NHS Northern Ireland (National Health Service for Northern Ireland) including but not limited to: Health and Social Care Trusts, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, social care services and community services, including those provided through community health centres and mental health services:<br/>http://www.hscni.net/ <br/>Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health & Social Care, as listed at: <br/>https://www.gov.im/about-the-government/departments<br/>Educational Establishments in England & Wales listed on the Department for Education’s Register EduBase (to be superseded by GIAS (Get Information about Schools) including establishments providing compulsory, higher and further education:<br/>https://www.get-information-schools.service.gov.uk <br/>https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development <br/>Schools in England<br/>https://www.gov.uk/government/publications/schools-in-england <br/>Education Trusts<br/>https://www.gov.uk/types-of-school/academies<br/>Schools in Wales<br/>https://gov.wales/address-list-schools<br/>Further and Higher Education Recognised Institutions or listed bodies in the UK offering degree-level courses:<br/>https://www.officeforstudents.org.uk/advice-and-guidance/the-register/the-ofs-register/#/<br/>Schools in Scotland including primary, secondary and special schools:<br/>https://education.gov.scot/parentzone/ <br/>Educational Establishments in Scotland:<br/>http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishmentsSchools and Educational Establishments in Northern Ireland:<br/>https://www.education-ni.gov.uk/services/schools-plus <br/>Higher Education Universities and Colleges in Northern Ireland:<br/>https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland <br/>UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces.<br/>https://www.police.uk/forces/ <br/>England Fire and Rescue Services<br/>https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services<br/>Scottish Fire & Rescue Services<br/>http://www.firescotland.gov.uk/your-area.aspx <br/>Welsh Fire & Rescue Services<br/>https://gov.wales/fire-rescue<br/>Northern Ireland Fire & Rescue Service<br/>https://www.nifrs.org/<br/>UK Maritime & Coastguard Agency<br/>https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening <br/>Registered charities in England and Wales:<br/>https://www.gov.uk/find-charity-information <br/>Registered charities in Scotland:<br/>http://www.oscr.org.uk/charities <br/>Registered charities in Northern Ireland:<br/>http://www.charitycommissionni.org.uk/charity-search/ <br/>Ministry of Defence (MOD):<br/>https://www.gov.uk/government/organisations/ministry-of-defence <br/>Royal Navy - https://www.royalnavy.mod.uk/ <br/>British Army - http://www.army.mod.uk/ <br/>Royal Air Force - https://www.raf.mod.uk/ <br/>Registered social landlords: government funded not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives. <br/>England <br/>https://www.gov.uk/government/publications/current-registered-providers-of-social-housing <br/>Scotland <br/>http://directory.scottishhousingregulator.gov.uk/pages/default.aspx <br/>Wales<br/>http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en <br/>Northern Ireland<br/>https://www.nidirect.gov.uk/contacts/housing-associations <br/>Any other public sector and government organisations, including, but not limited to, those listed at; Departments, agencies and public bodies<br/>https://www.gov.uk/government/organisations

Value:
Published: 2023-02-16
Deadline:
2023-02-16
PROC 22-1983 Supply and Delivery of Safes
UK Glasgow Scottish Police Authority

The Scottish Police Authority (hereinafter referred to as the “the Authority”) has a requirement to purchase safes for the production department to be delivered and installed. The purchase of these safes are to ensure suitable storage of cash and valuables, seized or handed in.Safe RequirementsInitially 8 safes will be purchased, thereafter the Authority will order as and when required. Expected amount per year is Circa 5-6The safes must comply with the relevant Safety standards and should be similar or equivalent specification as noted below:- Insurance Cash Rating GBP17,500 (Grade 2 )(or valuables rating GBP175,000)- Tested and certified by the ECBS to European Standard EN 1143-1- High security EN1300 approved Class A Key Lock- Up to 90 minutes of fire protection for paper/documents- 3 Shelves- 290 litre capacity- External Dimensions (WxDxH): 626x587x1626mm- Internal Dimensions (WxDxH): 500x386x1500mm- Weight – 748KgHowever the contract will not be limited to the above specification and should the requirement for a different specification of safe arise the Authority will be able to review the suppliers range on their website and raise a purchase order accordingly.The successful supplier will need to be able to deliver to all geographical areas within the Police Scotland’s Estate.

Value:
Published: 2023-02-15
Deadline: 2023-03-01
2023-02-15 2023-03-01
Building Peace and Security in Iraq: Monitoring Evaluation Accountability and Learning
UK Glasgow Foreign Commonwealth and Development Office

'Third Party Monitoring for Building Peace and Security in Iraq programme (BPSI) PQQ' Parties interested in attending the EME must register via the form at https://bit.ly/40EcmkU

Value:
Published: 2023-02-14
Deadline:
2023-02-14
Provision of Global Estate Asset Valuation Services for FCDO
UK London Foreign Commonwealth and Development Office

The Foreign, Commonwealth and Development Office (FCDO) intends to contract a supplier for Global Estate Asset Valuation Services in Africa. The FCDO has estate property around the world (including the United Kingdom) and operates in over 280 different locations. The estate comprises Embassies & High Commissions (anything from a stand-alone, freehold building on a secure compound, to a fitted-out leased office in a multi-occupied, high-rise building), visa offices, Residences for Heads of Post and residential buildings for diplomats. Additionally there are individual “legacy” properties such as churches, cemeteries, etc.The FCDO has a financial reporting requirement (IFRS), supported by HM Treasury Government Financial Reporting Manual, to revalue Estate’s assets to ensure they are well managed, correctly recorded and accurately valued in the annual accounts.The Estates, Security and Network Directorate (ESND) of the FCDO, on behalf of the Secretary of State for Foreign, Commonwealth and Development Affairs, requires valuations, inspection and rent ceiling assessments of the FCDO Estate and other Government departments, if required. The scope of this procurement includes valuation and inspection services of the FCDO Estate in Africa. The Successful Supplier will also be required to provide impairment valuations, rent ceiling assessments and ad-hoc consultancy services where requested.

Value: 3319000
Published: 2023-02-11
Deadline: 2023-03-13
3319000 2023-02-11 2023-03-13
Infrastructure Delivery Partnership (IDP)
UK Seascale Sellafield Limited

The scope of the Strategic Partner is summarised below (further detailed information can be found in the procurement documentation):• Provides strategic front-end definition• Portfolio management of programmes, projects and tasks to maximise benefit• Infrastructure planning (land, utilities, transport, accommodation) to inform and support the Sellafield Ltd Masterplan• Undertakes feasibility studies and initial engineering design, this will require Delivery Partner and Sellafield Ltd subject matter expert input• Undertakes benchmarking and should-cost modelling on costs and schedules• Production of business cases.• Provides input into commissioning strategies and embedding capabilities into business as usual• Supports portfolio planning and optimisation• Undertakes stakeholder engagement• Sustainability - energy modelling, carbon analysis• Data management controls, security, governance, retrievals and business continuity• Drive innovation through the Portfolio• Knowledge transfer - facilitation, LFE capture, dissemination, obtaining and complying with ISO44001 in the IDP environment• Gathering, documenting and sharing pre-construction informationThe value stated at II.1.5.1 is the upper value range for the lot, further information on the value ranges can be found in the procurement documentation. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months (9 years) with an option to extend by a further 72 months (6 years) either in a single extension or multiple smaller extensions.

Value: 3440000000
Published: 2023-02-11
Deadline: 2023-03-10
3440000000 2023-02-11 2023-03-10
US_22139 - Cyber Security Operations Centre
UK Brighton University of Sussex

The University of Sussex wishes to procure and implement a managed Security Operations Centre [SOC] service from an external provider, delivered as a service. The intention is to operate this as a co-sourced or hybrid operating model, where the external SOC provider works in close collaboration with the University’s internal IT Services team.

Value:
Published: 2023-02-10
Deadline: 2023-03-13
2023-02-10 2023-03-13
Library Equipment, Software & Maintenance
UK Stirling APUC Limited

4.1.1 The purpose of this procurement exercise is to appoint a range of capable best value Contractors for the supply of Library Equipment, Software & Maintenance as detailed within this Invitation to Tender (ITT). The scope of this procurement covers the supply of Library security, self-service Equipment (RFID and EM), self service lockers, library occupancy monitoring solutions, self service laptop charging lockers including maintenance and self-service software including support and maintenance.

Value: 5000000
Published: 2023-02-09
Deadline: 2023-03-10
5000000 2023-02-09 2023-03-10
ESNEFT 1580 - the provision of support security services
UK Ipswich East Suffolk and North Essex NHS FT

The provision of Security staff to provide general security services and to support the enhanced observation of patients in the hospital.

Value:
Published: 2023-02-09
Deadline: 2023-03-13
2023-02-09 2023-03-13
Office Solutions
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/2a3c6e53-6cc7-4840-a6dd-1dc3b73e5e66 This Prior Information Notice is to signal an intention to commence market engagement with those within the Office Supplies market. Crown Commercial Service intends to hold market engagement sessions during Feb/March 23 with industry experts and suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement session please express your interest by emailing ccsofficesuppliesteam@crowncommercial.gov.uk with the following details: 1. Organisation name 2. Contact name 3. Job title of contact including responsibility within your organisation 4. Contact phone number 5. Contact email 6. Organisation website link -Further details will be provided to you. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. 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, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 48 months. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement. The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Agreement Schedule, "Security Requirement and Plan", to meet Framework Agreement requirements. This will be released at the ITT stage.

Value:
Published: 2023-02-08
Deadline:
2023-02-08
Fire Safety & Security Servicing and Maintenance Contract 2023/24, 2024/25 & 2025/26
UK Dundee Hillcrest

The delivery of a fire, safety and security servicing and maintenance service.

Value: 300000
Published: 2023-02-08
Deadline: 2023-03-09
300000 2023-02-08 2023-03-09
Fire Safety & Security Servicing and Maintenance Contract 2023/24, 2024/25 & 2025/26
UK Dundee Hillcrest

The delivery of a fire, safety and security servicing and maintenance service.

Value: 300000
Published: 2023-02-07
Deadline: 2023-03-09
300000 2023-02-07 2023-03-09
ACE493 ITT Freelance Study of Cultural Workforce
UK UK-Manchester: Research and development services a Arts Council England

These themes could include, but would not be limited to:•Income and expenditure•Training, talent development and career progression•Employment and financial security•Patterns of working and conditions•Inclusion, representation and inequity/inequality•Relationship between freelance workers and cultural organisations

Value: 100000
Published: 2023-02-07
Deadline: 2023-03-17
100000 2023-02-07 2023-03-17
T23-010BUS Tender for Security, Stewarding and Crowd Management for Festivals and Events 2023 – 2026
UK Derry Derry City and Strabane District Council

Derry City and Strabane District Council (DCSDC) wish to invite written tenders from suitably experienced organisations for the provision of Security and Stewarding for Festival and Events within the Council area from 1st April 2023 to 31st March 2026. DCSDC has established an annual public outdoor events programme which includes a number of major events throughout the year across the Council District. Additional public events and celebrations may be programmed on an ad hoc basis. There is no guarantee that these events will take place and are all subject to yearly rates process and Council budget being identified. The events appeal to a broad audience range and each festival varies in scale and dynamic with varying requirements for security, stewarding and crowd management subject to final programme. Please refer to the CfT documents for further details.

Value: 240000
Published: 2023-02-04
Deadline: 2023-03-10
240000 2023-02-04 2023-03-10
SC21081 - Moving Traffic Enforcement
UK Maidstone Kent County Council

KCC require the provision of an all-encompassing total system service that allows it to discharge its responsibility under the Traffic Management Act, comprising of:1. Supply, installation, Communications (3G, 4G or 5G), maintenance (for the duration of the contract) of permanently fixed VCA Certified Traffic Management Act 2004 CCTV units, for the use of moving Traffic Enforcement.2a. Connection to a minimum of 20 CCTV units2b. Digital video image capture of Moving Traffic Offence from a VCA certified CCTV unit2c. Share image with KCC for interrogation and instruction to proceed2d. ANPR data interrogation2e. Link to the Driver and Vehicle Licensing Agency (DVLA) for the address of the registered keeper; creation of a PCN evidence pack; management of debt recovery2f. Provide a service that issues and manages the handling of the whole Penalty Charge Notice and Warning to Driver Notice process to include payment of charges2g. Supply of a Graphical User Interface (GUI) to include all cloud storage and software2h. Cloud hosted viewing software and storage with suitable Security2i. System to be fully maintained, including regular software and security updates3. Provide the Non-Routine Maintenance and repair of the CCTV unit infrastructure and their associated communications.4. Provide a service that issues and manages the handling of the whole Penalty Charge Notice and Warning to Driver Notices.5. Provide the professional technical service for contract, industry and technical advice.

Value:
Published: 2023-02-04
Deadline: 2023-03-06
2023-02-04 2023-03-06
Cyber Growth and Innovation Academy Programmes 2023 - 2025
UK London Department for Digital, Culture, Media and Sport

The core purpose of this procurement is to appoint delivery partner(s) with the relevant expertise to deliver six National Cyber Security Programme (NCSP) Growth and Innovation initiatives to support and develop the UK’s cyber ecosystem. For 2023-24 we expect to run all six Cyber Runway programmes (the incubator programme, bootcamps, scale-up programme, Cyber Runway Ignite, the eight regional events and Cyber Runway Open Access).

Value: 1000000
Published: 2023-02-04
Deadline: 2023-03-06
1000000 2023-02-04 2023-03-06
Security Operation Centre
UK London Financial Services Compensation Scheme Limited

The estimated total contract value is based on all 7 years. For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2023-02-03
Deadline:
2023-02-03
T23-010BUS Tender for Security, Stewarding and Crowd Management for Festivals and Events 2023 – 2026
UK Derry Derry City and Strabane District Council

Value:
Published: 2023-02-03
Deadline:
2023-02-03
WMCA MML CCTV and Security Systems Service & Maintenance 2023 - 2028
UK Birmingham West Midlands Combined Authority

The West Midlands Combined Authority (WMCA) is responsible for promoting public transport within the West Midlands, operates and maintains bus and Metro stations and passenger shelters, supports local railway services and stations and provides passenger transport information.The successful contractor shall formulate an annual programme of works which forecasts the planned preventative maintenance (PPM) for all hardware and software that forms part of the CCTV and associated security systems estate as well as the day-to-day service and repair of all CCTV and associated security systems (hardware and software).Further investment in new technology and improvements to the current monitoring services is expected to continue throughout the duration of this service and maintenance period.Bidders will be asked to bid for both Lots of this contract as below:• Lot 1 – WMCA CCTV and Security Systems Service and Maintenance• Lot 2 – MML CCTV and Security Systems Service and MaintenanceThis tender is being evaluated on the basis of 40/55/5 quality/price/social value and only those organisations that have responded satisfactorily to the Standard Selection Questionnaire will go on to have their tenders assessed.Please see the tender documents for further details including how to register to attend the tender briefing session and WMCA site visit on Tuesday 7th February 2023 and the additional site visit for Midland Metro on Wednesday 8th February 2023.A single specialist provider is required for both Lots for an initial period of 3 years commencing on 1st May 2023 until 30th April 2026 with an option for a further 2 x twelve months extensions, subject to performance.The closing date for submissions is 1700 on 10/03/23 and the deadline for any clarification questions is 1700 on 03/03/23.In order to access the documents and submit your bid please do so through BravoSolution, the WMCA's e-tendering portal (https://wmca.bravosolution.co.uk). The reference is itt_1229 and if you are not already registered on BravoSolution it is free and usually only takes a few minutes to do so.

Value: 2125000
Published: 2023-02-02
Deadline: 2023-03-10
2125000 2023-02-02 2023-03-10
ID 4239643 - DoJ - NIPS - Supply and Delivery of Control and Restraint Equipment
UK BELFAST The Northern Ireland Prison Service

Please note that information relating to contractors engaged by the Northern Ireland Department of Justice, and associated bodies is not published in any publicly accessible forum or publication. This is to protect such contractors, whose security and safety could be threatened by dissident terrorist organisations still active in Northern Ireland if their details became known. This is consistent with Regulation 50(6)(a). . Since this is a demand-led requirement, neither CPD nor Northern Ireland Prison Service can provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof for additional potential users. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that stated. Contract monitoring: the successful Contractor's performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice. The authority expressly reserves the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award a contracts in respect of any part(s) of the services covered by this notice and (iv) to award contract(s) in stages. And under no circumstances will the authority be liable for any costs incurred by Candidates.

Value: 300000
Published: 2023-01-31
Deadline:
300000 2023-01-31
Quality Assurance - Physical Security Screening Services
UK London Ministry of Justice

Value:
Published: 2023-01-30
Deadline:
2023-01-30
628_23 Security Surveillance Equipment and Services
UK LEICESTER ESPO

Design, consultancy, supply and installation, servicing and maintenance of Public Space CCTV and Surveillance Systems for individual public sector customers throughout the UK.

Value: 150000000
Published: 2023-01-28
Deadline: 2023-02-27
150000000 2023-01-28 2023-02-27
Security Services- Manned Guarding
UK Bradford Anchor Hanover Group

Security Services to Anchor

Value: 300000
Published: 2023-01-28
Deadline: 2023-02-01
300000 2023-01-28 2023-02-01
WP3803 - New Art Gallery, Walsall - Security Services
UK Walsall Walsall Metropolitan Borough Council

service and maintain the security, intruder and fire detection & prevention systems of The New Art Gallery, Walsall.

Value: 352000
Published: 2023-01-28
Deadline: 2023-02-27
352000 2023-01-28 2023-02-27
Provision of Catering Services for Agnes Husband House, Dundee
UK Dundee Social Security Scotland

Scottish Ministers acting through Social Security Scotland has a requirement to place a contract with an external service provider for the provision of Catering Services for Agnes Husband House, Dundee.The service provided will include a barista style coffee service, light lunch including a variety of paninis, soups and baked potatoes. The service provider will also provide some corporate hospitality including sandwiches, teas and coffees.

Value:
Published: 2023-01-28
Deadline: 2023-02-27
2023-01-28 2023-02-27
Cloud Video Management System
UK Manchester Transport for Greater Manchester

A Video Management System (VMS), includes video management software (application) installed in a video management server, is the common principal component of a security camera (CCTV (Closed Circuit Television)) system that:> collects video streams from cameras and other sources> records video streams to recording appliances / media servers> provides an interface to both view the live and access recorded video streamsIn addition, the support, and licencing contracts with Entelec, Netgenium, Qognify and Pinnacle to operate, maintain and support the CCTV estate are expiring over the next three to thirteen months.The above solution will be used in the TfGM Bus franchises for use of the bus fleet and transport infrastructure.This will a restricted two stage event:Stage 11. Pre-Qualification Questionnaire issued to all potential biddersStage 22. Invitation To Tender to successful suppliers from the Pre-Qualification Questionnaire

Value: 6652000
Published: 2023-01-27
Deadline: 2023-05-23
6652000 2023-01-27 2023-05-23
Employee Benefits & Services
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/277c628e-3707-41df-9c01-2b20a6f76bd0 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the Framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. In each Lot, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last awarded position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. The value at II.1.5 is an estimate. We cannot guarantee suppliers any business under the framework. Minimum standards of reliability: CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the ITT documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20 000 000 GBP.

Value:
Published: 2023-01-27
Deadline:
2023-01-27
Service, Inspection, Repair and Installation of Active Fire Protection and Alarm Systems (including security systems)
UK Chippenham Accord Housing Association Limited ta GreenSquareAccord

Value:
Published: 2023-01-27
Deadline:
2023-01-27
Provision of Catering Services for Agnes Husband House, Dundee
UK Dundee Social Security Scotland

Scottish Ministers acting through Social Security Scotland wishes to invite suppliers to submit a bid for the provision of Catering Services for Agnes Husband House, Dundee. Bidders are advised that this requirement is reserved for those who meet the requirements as set out under Regulation 21 of the Public Contracts (Scotland) Regulations 2015 and Article 20 of the Public Contracts Directive.

Value:
Published: 2023-01-27
Deadline: 2023-02-27
2023-01-27 2023-02-27
Supply and analysis of Radon Monitors for UKHSA.
UK London Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security

The UK Health Security Agency (UKHSA) is responsible for protecting every member of every community from the impact of infectious diseases, chemical, biological, radiological and nuclear incidents and other health threats. UKHSA was formed in April 2021. The Radon Group, which was previously part of Public Health England, is based at Chilton and has been undertaking research and testing for radon gas in homes and workplaces for over 30 years. <br/><br/>The UKHSA’s Radon Group requires a Supplier in addition to their own production of radon monitors to support their radon measurement service. A Supplier is sought to provide the requisite passive monitors and analysis services. <br/><br/>If you wish to take part in this tender, please use the link below to to access the portal and documents: https://health-family-contract-search.secure.force.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a078d000004vsgoAAA&searchStr=&sortStr=Recently+Published&page=1&filters=&County=

Value: 1237000
Published: 2023-01-27
Deadline: 2023-02-24
1237000 2023-01-27 2023-02-24
Tate St Ives - Cleaning and Security Services
UK London Tate Gallery

In order to support the work of the gallery, Tate are procuring for Cleaning and Security services, to include: - Premises security - Guarding - Alarm Monitoring - Reception desk services - Cleaning in front of house and back of house areas. This opportunity will be split into two lots, one for Cleaning and one for Security, but Tate reserves the right to award both lots to one provider.

Value: 1560000
Published: 2023-01-25
Deadline: 2023-02-27
1560000 2023-01-25 2023-02-27
Facilities Management Services, Burnley Bus Station
UK BURNLEY Burnley Borough Council

The Contractor shall be responsible for the general management of Burnley Bus Station on behalf of the Council. The Contractor shall ensure that the Premises and adjoining land are kept in a clean and functional condition for the duration of the Contract. The Contractor shall be responsible for the security of the Premises and for the management of bus operators.The Contractor shall ensure that a suitably qualified and experienced member of staff is present to act as General Manager at the Burnley Bus Station who shall be in attendance for a minimum of Normal Office Hours. The Contractor shall put into place suitably qualified and experienced Staff to manage specific areas of operation including but not limited to:(i) providing site and premises security;(ii) a comprehensive cleaning regime;(Ill) opening up and securing /locking of Burnley Bus Station;(iv) dealing with public transport enquiries;(v) the day to day management and overseeing of bus operations (including accurate logging of bus and coach departures)(vi) maintaining responsibility for the health and safety, within the Burnley Bus Station and the external apron for staff and that of the bus operators, their drivers and the public(vii) take such steps as are reasonably practicable to carry out 'minor' repairs and maintenance to the premises and all fixtures and fittings(viii) responsible for supervision of the bus operators and their driversThe detailed description of all requirements under this contract can be found in Schedule 3 of the ITT document at www.the-chest.org Ref DN652415.

Value: 440000
Published: 2023-01-25
Deadline: 2023-02-24
440000 2023-01-25 2023-02-24
MDT Device Refresh Programme
UK LINCOLN The Police and Crime Commissioner for Lincolnshire

MINIMUM SPEC Android OS Minimum Version 12IP66 RatingToughened Screen - either fitted or by way of a peripheral itemDevice to be supplied with full Android Version and should be able to be controlled by Microsoft InTuneDevice has the ability to be Zero Touch DeployedProcessor - CPU Speed of 2.4GHZ - Quadcore (Octacore preferable)RAM - 4mbDevice Memory - 128GbScreen Size - 6.2"Screen Resolution - 1080 x 2270 pixelsScreen Refresh Rate - 120HzScreen Brightness - 500 nitsRuggedisation available in form of a peripheral ItemFront and Rear Camera with Flash 3.5mm Headphone Socket (to allow for existing headphones)Biometric Logon Capability - FingerprintTouchscreen USB-C OutputDevice should be a 'Business Device' and be available to purchase for 3 years after supply.Security patches should be available Must provide ability to configure to meet Equality and neurodiversity requirementsDevice should have a wider range of peripherals available if required• Where a Rugged Device is offered, there will be an additional requirement for 1000 protective skins• Where a non-rugged device is offered, there will be an additional requirement for 1000 Rugged Cases, 1500 protective skins and 2500 screen protectors BENEFICIALIP68 RatingManufacturer or device able to offer additional security controlRuggedised Build USB headphones supplied as standard Fingerprint and Facial recognitionThe device is on the manufacturer's road map for 5 years from purchase

Value: 750000
Published: 2023-01-21
Deadline: 2023-03-15
750000 2023-01-21 2023-03-15
Kisimul Ferry and Castle Minor Maintenance Services
UK Edinburgh Historic Environment Scotland

HES requires a boat service from Castlebay to Kisimul Castle using the vessel provided by HES and a site labourer to carry out minor works.2To provide a fully trained boatman (Royal Yacht Association or equivalent) to operate a Passenger/Cargo ferry service between Castlebay and Kisimul Castle including a site labourer to carry out minor works (see section 3.7). The boat supplier will be responsible for providing a regular passenger service in line with the agreed schedule of operations to be determined at the start of each seasonal period to and from Castlebay and Kisimul Castle using the vessel provided by HES. See Schedule A: Passenger Service. The Supplier will be responsible for the safe berthing of the vessel at the end of each work period (day). The supplier will be responsible for the fuelling of the vessel as and when required. Regular checks of the vessel (daily) are to be carried out to ensure that the vessel complies with all relevant legislation and is always in a seaworthy condition. All logbooks and check lists are to be completed and maintained as required. All materials, plant, and logbooks will be supplied by HES. Minor servicing will be required, and any failure/defects are to be reported to the HES Contract Administrator (CA) immediately. The supplier will also be responsible for treating the landing jetties with the approved chemicals as required to ensure safe access and egress for the visitors and staff. In addition to the passenger service,1st October to 31st March the supplier may be required to work to a maximum of 14 hours per week, if agreed in writing by the CA, to ensure the vessel is maintained and fully operational and stored in a safe location over the winter period. In addition the 14 hour week may be used to carry HES staff to and from Kisimul Castle over the winter period.The Supplier will be required to work overtime on an ad-hoc basis.Sailings may be cancelled due to weather. HES will not be charged for hours where sailings have been stood down for the day, if however this is a suspension with the sailing already in service then the part-day charges will stand if different from the principal rates.Should HES require the suspension of sailings for any other operational reason, including but not limited to: staff resourcing, castle maintenance or other significant change, there will be no charge to HES so long as a minimum notice period of 48 hours be provided to the supplier.All Supplier and any of their staff or sub-contractors/labourers that will be working on this Contract, at any point during the contract, must have a Basic Disclosure Certificate from Disclosure Scotland. The Supplier will bear the costs of obtaining the certificates. Staff who are not cleared for Security purposes will not be allowed on site.

Value:
Published: 2023-01-18
Deadline: 2023-02-16
2023-01-18 2023-02-16
Open RAN Equipment - UK Telecoms Lab
UK London Department for Digital, Culture, Media and Sport

DCMS intends to acquire at least one End-to-End Open RAN solution (with the option to acquire a second End-to-End Open-RAN solution from a different vendor) for security and interoperability testing and research in the UK Telecoms Lab (UKTL) during early 2023. The UKTL is a recently announced national flagship telecoms testing capability, which will be operated by the National Physical Laboratory on behalf of DCMS.

Value: 1900000
Published: 2023-01-18
Deadline: 2023-02-17
1900000 2023-01-18 2023-02-17
Security Services for British High Commission Apia
UK London Foreign Commonwealth and Development Office

Security Services for British High Commission Apia

Value:
Published: 2023-01-17
Deadline: 2023-02-16
2023-01-17 2023-02-16
Security Services for British High Commission Apia
UK London Foreign Commonwealth and Development Office

Value:
Published: 2023-01-16
Deadline:
2023-01-16
Systems Integrator for SAP S/4 HANA upgrade
UK Leeds University of Leeds

The University of Leeds, established in 1904, is one of the largest higher education institutions in the UK with more than 39,000 students and 9,200 staff. We are renowned globally for the quality of our teaching and research. The University’s current technology solution for Finance (including payroll), Purchasing and People & Culture (SAP ECC) is planned to be out-of-support by 2025 with extensions likely only available as far as 2027 and then at much increased cost. A replacement Enterprise Resource Planning (ERP) solution needs to be implemented in advance to ensure the University has continuity of operations. The University would like to invest in its technology. SAP has been the University’s main corporate system since 1999. The University would like to ensure it has a system that can be easily managed, the functionality leveraged, and utilised. The system should provide operational, regulatory and compliance security, without causing undue risks. Data and technology architecture needs to support service improvement, cost efficiency, and responsive decision making and planning. The University needs to switch from operating variable non-standard, often complex processes with an undue reliance on manual activity to business-led process re-design to implement standardised, streamlined processes that are technology-enabled. There are also opportunities to move away from low-value-add activity - significant improvements are available through changing the way we work, such as: service centres, self-service, automation, mobile technology, improved service design, workflow management, improved reporting, and data management tools. The Corporate Processes and Systems (CPS) Programme has been with the vision to create “A University enabled by streamlined and consistent processes and robust and insightful data, with clear ownership and control, supported by modern and future-proofed technology that is understood and enjoyed by its users.” Significant work was undertaken during 2022 to develop a Target Operating Model covering Finance, Purchasing and People & Culture services. Through this procurement the University is seeking to engage a systems integrator to supply and implement an upgrade to the current SAP system and through this support the delivery of the new Target Operating Model. The scope of the services sought includes: Design of the solution to meet a detailed set of functional and compatibility requirements, including process design (working with University stakeholders), selection of appropriate software modules, sizing etc. Configuration of the system to meet the University’s functional and compatibility requirements Integration of the system with the University’s existing systems (note the University expects some of these systems to be replaced by the new solution) Migration of data into the new system (with extraction of data from non-SAP legacy systems having been undertaken by the University, with support from the supplier) Testing of the system A period of extended support following the end of any usual ‘hypercare’ period. Support for broader business change (e.g. changes to organisational structures, behavioural change, capability development) is included as an optional service. The contract will be for an initial of 36 months. The University will have two options to extend the contract, each option for a period of 12 months, providing a maximum contract duration of 5 years.

Value: 18500000
Published: 2023-01-14
Deadline: 2023-02-13
18500000 2023-01-14 2023-02-13
Supply and installation of a modular toilet at Branston Water Park
UK Burton upon Trent East Staffordshire Borough Council

East Staffordshire Borough Council is seeking the procurement of a modular toilet facility to replace the current public toilets at Branston Water Park.The proposed Contract is for the purchase and installation of a modular toilet consisting of two individually accessed unisex toilets, both suitable and fully accessible to disabled users.The design should complement its surroundings in a local nature reserve and demonstrate a firm commitment to both sustainability and the climate change agenda.As the toilets are located in an open environment, consideration must also be given to security and anti-vandal measures, both internally and externally.

Value: 75000
Published: 2023-01-14
Deadline: 2023-02-13
75000 2023-01-14 2023-02-13
FW111 Provision of Fencing and Boundary Works - Pre Market Engagement
UK Belfast Ulsterbus

Translink is establishing a Framework for the provision of Fencing and Boundary Works to support the delivery of Translink’s programme of capital and maintenance works. Duration: 4 – 8 years Lots: • Lot 1 – Stock Proof Fencing • Lot 2 – Security Fencing The provisional scope of this framework to be undertaken by an Economic Operator includes, but may not be limited to the following: • Supply, delivery and installation of Stock Proof Fencing, Security Fencing, and other types of fencing / boundary management as required • Maintenance and repair of existing and installed fencing / boundaries, including emergency call-outs • De-Vegetation (including tree surgery), establishment of access routes, and other enabling works to facilitate supply, delivery, installation and disposal • Stakeholder / Landowner Engagement • Supply, delivery and installation of signage • Production and implementation of Safe Systems of Work and Provision of Safety-critical staff in line with Northern Ireland Railways standards and Rulebook • Normal and Abnormal shifts (i.e. Night Works / Weekends / Holiday periods) • Provision of as-built records • Removal of existing fencing and waste disposal The above scope list is not exhaustive, and other types of fencing / boundary works in relation to Infrastructure / Permanent Way / Property projects may be commissioned by the Translink under this Framework. NOTE THIS CFT IS NOT A CALL FOR TENDER. PLEASE ENSURE YOU DOWNLOAD AND READ THE PRE TENDER MARKET ENGAGEMENT QUESTIONNARE AND COVER LETTER WHICH IS AVAILABLE FROM THE "CFT DOCUMENTS" AREA OF THE CFT. YOUR RESPONSE TO THIS PRE TENDER MARKET ENGAGEMENT QUESTIONNAIRE MUST BE SUBMITTED AS AN ATTACHMENT VIA THE eTendersNI SECURE MESSAGING AREA OF THE Cft. THE DEADLINE FOR SUBMISSION OF COMPLETED QUESTIONNAIRES IS 15.00 6th FEBURARY 2023. Please note: the procedure selected for this Pre-Market Engagement is not indicative of the procurement procedure to follow.

Value:
Published: 2023-01-14
Deadline: 2023-02-06
2023-01-14 2023-02-06
BP1004 - Public Space Surveillance Monitoring Services
UK NOTTINGHAM Broxtowe Borough Council

THIS CONTRACT IS NOT FOR EMPLOYMENT AGENCIES TO SUPPLY STAFF DIRECT TO THE COUNCIL.Broxtowe Borough Council (the Council) is undertaking this procurement to establish a contract for the provision and management of Public Space Surveillance Monitoring Services.Broxtowe Borough Council, Newark & Sherwood District Council and Ashfield District Council have amalgamated their Surveillance camera monitoring operations and this is currently located in the Arnold, Nottinghamshire, which is a share service accommodation for the delivery of surveillance camera monitoring. Rushcliffe Borough Council (RBC) are also considered part of the monitoring specification agreement for an initial three-year period (this may change throughout the duration of the contract), but require less surveillance camera monitoring hours and no other tasks such as the out of hours calls are required, just surveillance camera monitoring and associated governance.The Surveillance Camera Partners are looking for a provider of surveillance camera monitoring Staff for a 24/7/365 cover. The Service Provider will contract with Broxtowe Borough Council, who will be the lead authority in this contract. However, the Service Provider will take direction and instruction from a nominated Authorised Officers from any current or future Surveillance Camera Partners of the shared services partnershipThere is currently a requirement for three full-time employee equivalents 'operational monitoring staff' will be required to work on a shift rota basis. In addition, the Monitoring Operators shall also handle other calls such as the Councils' out of hours' service calls (not RBC). For example: housing repairs, neighbourhood warden services and homelessness/rough sleepers for the Surveillance Camera Partners.The Service Provider will be Security Industry Authority's (SIA) Approved Service Provider Scheme member and employ SIA licensed individuals (specifically licensed for Public Space Surveillance Monitoring).Control room Monitoring Operators will be required to undergo Nottinghamshire Police Vetting to non-police personnel level 2 (NPPV2) before access to the Control Room is allowed. The initial contract period is 36 months and the contract is estimated to commence 1 May 2023 and expire 30 April 2026.There will be an option to extend the contract for a period or periods up to 36 months. subject to satisfactory performance and business needs. Maximum contract period is 72 months.The current provider has stated they believe TUPE applies. Bidders wishing to access the TUPE information provided to the Council will need to download and sign the agreement and return it to the Council via the messaging function on the e-procurement systemPlease visit the Council's e-tendering system https://www.eastmidstenders.org where you can express interest and obtain the documents, (please note we will only accept expressions of interest through the e-tendering system). Please search for BP1004.

Value:
Published: 2023-01-14
Deadline: 2023-02-20
2023-01-14 2023-02-20
Digital Directorate Cyber Security Partner
UK Glasgow Scottish Water

Scottish Water is seeking the procurement of a cybersecurity partner with strong heritage in security and cyber services to provide a comprehensive cyber-security managed service and delivery of cybersecurity projects. The chosen partner will lead the proactive assessment and prevention of cybersecurity risk, lead the response and management of cyber-security emergencies, and deliver complex transformative cybersecurity projects. Any prospective tenderer should hold an extensive record of successful project delivery of security improvement projects in addition to long term proven experience of delivering end to end cyber services within the UK utilities market, particularly in the water industry. You must provide Advanced Threat Centre (ATC) services from a Security Operations Centre (SOC) located onshore within the UK. The prospective partner should have proven expert competency in technology and subject areas such as: •Managed Detection Response (MDR) services •Software defined networking (SD-WAN) •Network Segregation and intrusion detection •SOAR •Identity and access management solutions including: oPrivileged Access Management (PAM) oZero Trust Model oUser End Behaviour Analytics (UEBA) •IT and OT Convergence •Security of IoT Devices and Programmable Logic Controllers •Next-gen firewall appliances •Microsoft E5 security products and wider Microsoft security product portfolio •Advanced Threat Protection tools •Threat-intelligence services •Secure network access to remote sites •Secure remote access services •NIS – working knowledge and consultancy Such a partner will be providing assurance and operating to our ISO27001 and Cyber Security Plus certified scope, whilst offering risk reduction knowledge and experience, training, and awareness, delivering a positive impact to our end-users and working hand in hand with the accountable Scottish Water security management function. Working collaboratively with Scottish Water they will be delivering security improvement projects to enhance security capabilities, optimise costs and add value in addition to bringing or developing new innovative technologies to address the convergence of IT and OT security. Further services detail: Scottish Water seeks an industry leading service delivery model associated with our security services, a blend of both traditional managed detection and response services (MDR) and managed security services (MSS). A model that improves threat detection, incident response, continuous-monitoring capabilities, and management of our security posture. The Services will be aligned to Scottish Water’s requirements to protect, detect, and respond: Protect - Services designed to protect Scottish Water from cyber threats and/or attacks including the following managed services: •Firewall Managed Service •E-mail Security Managed Service •Web Security Managed Service •Endpoint Protection Managed Service •Secure segregated network services (IT and OT) Detect - Services designed to detect cyber threats and/or attacks before they impact Scottish Water’s business including the following managed services: •Firewall Assurance Service •Security Information and Event Management (“SIEM”) as a Service •Threat Intelligence Managed Service •Vulnerability scanning Respond - Services designed to respond effectively and efficiently to cyber threats and/or attacks including: •Cyber threat incident response •Governance (security service management) Cybersecurity project delivery services – services designed to be called off using Work Orders for specified activities. Project delivery services include portfolio management, programme and project management, and delivery activities. Procurement services – of hardware and software related to Cybersecurity and management of third party providers of tools (as applicable) Cybersecurity awareness and training – The partner should demonstrate a holistic understanding of cybersecurity including human-factors; part of their proposition should be

Value: 50000000
Published: 2023-01-13
Deadline: 2023-02-10
50000000 2023-01-13 2023-02-10
Provision of Security Services at Antrim and Newtownabbey Borough Council Sites
UK Antrim Antrim and Newtownabbey Borough Council

Provision of Security services at Council sites including, but not limited to:• Routine Manned Security Service • Event, Ad-Hoc Manned Security Service • Routine Mobile Patrols • Ad-Hoc Mobile Patrols, including Council Officer Support as required• Routine Key Holding Services (Opening, Securing of Council Sites)• Emergency Key Holding (including Fire and Intruder Alarm Response); and• Public Spaces CCTV Monitoring Operator

Value:
Published: 2023-01-13
Deadline: 2023-02-14
2023-01-13 2023-02-14
Membership Recruitment & Promotion of Products
UK Edinburgh Historic Environment Scotland

Historic Environment Scotland is looking for a highly experienced and flexible team who can provide a service selling memberships, admissions products and where appropriate, encouraging donations. Outstanding communication skills will be expected, and it is vital that they can engage with our visitors in an appropriate way. The team will have a positive attitude and will be able to work alongside the HES operations team on site. There must also be a high level of motivation to achieve targets.Stirling Castle is a key site for HES and the work will predominantly be based there. In peak season 2022 (April to October), Stirling Castle welcomed 354,819 visitors through its doors. 24% of which were Scots, 19% rest of the UK and 57% were from overseas. The successful team must be confident and skilled at selling in an international environment.There may be a requirement for work at other sites throughout the season, this will depend on visitor numbers and any special events that are being held. The contract will cover our peak season which is April through to late October.The supplier must adopt a flexible approach and be able to come up with creative and effective techniques for approaching the public. The supplier will need to be able to provide sufficient team members., HES anticipates that the staffing commitment will need to flex as anticipated numbers change throughout the season (extra locations/events, busy periods such weekends and school holidays). As a rough guide, HES anticipates 1 or 2 members of staff per day at Stirling Castle depending on the day of the week or time of year. If the supplier feels they can increase sales to a level to deliver ROI by having more staff, this should be highlighted in the tender response.The supplier will be expected to meet HES’s internal scoring standards for VSQA and Mystery visits. Details of this will be discussed with the successful supplier upon appointment.There will be a requirement for the team to be on site for staff training before any selling days commence. Due to the team working on HES sites and having access to the till systems the following training courses will need to be completed, these will be provided by HES –- Information Security Awareness (e-learning)- Data Protection Essentials (e-learning)- Introduction to Safeguarding (e-learning)- Counter Terrorism Awareness (e-learning)- PCI DSS (on site training by site management team)We anticipate this to be at least one full day of on site training, and the dates will be agreed with the successful supplier.The supplier is responsible for all issues relating to management of their staff on site.

Value:
Published: 2023-01-12
Deadline: 2023-02-13
2023-01-12 2023-02-13
Health and Social Care Network (HSCN) Access Services.
UK Liverpool Crown Commercial Service

This DPS has been extended for 48 months. The reasoning for this is the requirement for a lawful 48 month extension of the HSCN DPS. This extension will align with the confirmed end date of the NHS peering exchange contract which runs until 2028. The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement 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 tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition. It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications. Cyber Essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Value:
Published: 2023-01-12
Deadline:
2023-01-12
Evaluation of UK-PHRST Partnerships and Capacity Strengthening
UK London Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security

The UK Health Security are holding procurement activity for the provision of evaluators for a two-pronged evaluation on the definition, value and impact of partnerships and capacity strengthening in the work of the UK-PHRST. Please register on our e-sourcing portal for more information and access to our procurement documentation. The link to the competition can be found below.<br/><br/>https://health-family-contract-search.secure.force.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a078d000004vpRcAAI&searchStr=&sortStr=Recently+Published&page=1&filters=&County=<br/><br/>Please note that we are extending the procurement competition deadline to January 23rd at midday (GMT). Please ensure that you register on the portal to access up-to-date procurement information. Please send clarifying questions through the Health Family Supplier Portal once registered.

Value: 200000
Published: 2023-01-12
Deadline: 2023-01-13
200000 2023-01-12 2023-01-13
Tudor Grange Academies Trust ~ FM Tender
UK West Midlands Tudor Grange Academies Trust

The Tudor Grange Academies Trust comprises of 12 Academies across Worcestershire, West Midlands, and Leicestershire. The portfolio includes 6 Primary, 5 secondary and 1 all through Academy, with over 460 teachers and 7600+ pupils. The Trust has 2 further schools joining the portfolio in 2023.The Tudor Trust visionTudor Grange Academies Trust is a family of Academies with a shared ethos, common values and collective goals, which are as follows:•We are working together in a model of meaningful, focused collaboration to achieve excellence in our schools.•We are driven by four key values:•Our children will live ‘Happy, fulfilling lives’•Outstanding teaching and learning are our core focus•Outstanding Governance supports our schools•Leadership and professionalism drive continuous improvementThe Trust is looking for a trusted partner, who will self-deliver all of the core FM services, outsourcing only the specialist areas. The ‘education' experienced partner must support the delivery model with technology to drive a transparent approach which remains compliant at all times.A summary of the pertinent points of the project are as follows:•At present the delivery of the FM services of Hard FM, Soft FM, and Helpdesk Services to the estate, are currently outsourced.•The estate is growing and therefore requires an agile approach •The full services in scope are:Management Services•Minibus Fleet Management Hard FM - To Include:•M&E Services•Planned Preventative Maintenance (PPM) •Capital Projects Work•PAT testing •Fixed Wire Testing•Lift maintenance •Reactive maintenance •Statutory compliance •Drainage repairs•Gutter and Gulley cleaning •BMS maintenance•Consumables for PPM •Access control (hardware and software) - Due to an ongoing access control project this will be a separate contract.Helpdesk/ CAFM Systems: •Provision and management of a Helpdesk and CAFM system. Soft Services to include: •Security •Daily cleaning programme•Janitorial Services•Periodic cleaning•Event cleaning•Window Cleaning•Washroom Consumables•Feminine Hygiene •Pest Control inspections and servicing•Grounds Maintenance (this could sit under Hard FM)•Tree surveysThe annual contract value is £2.9m to include the reactive works budget.The contract will commence August 2023 for an initial period of 3 years, with the opportunity to extend for a further period of 2 years at the discretion of the governing body.See SQ Document for further information.

Value: 14500000
Published: 2023-01-11
Deadline: 2023-01-26
14500000 2023-01-11 2023-01-26
Supply, Installation and Ongoing Maintenance and Support for Security Screening Equipment for Portsmouth International Port
UK PORTSMOUTH Portsmouth City Council

See short description above.

Value: 500000
Published: 2023-01-11
Deadline: 2023-02-09
500000 2023-01-11 2023-02-09
National Fuels 3
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

This Prior Information Notice is to signal an intention to commence market engagement with those within the fuels and associated services market. Crown Commercial Service intends to hold market engagement sessions during January 2023 with industry experts and suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement session please express your interest by emailing RM6306@crowncommercial.gov.uk] no later than midday on 10th March 2023. Further details will be provided to you. Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participating in the market engagement. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk]. 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, who will be entering into a contract if invited to do so. The value in II.1.5 is an indicative value over 4 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement. [The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.] The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Agreement Schedule, “Security Requirement and Plan”, to meet Framework Agreement requirements. This will be released at the ITT stage. A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/4d9706bf-818a-4524-b451-b1792a481991

Value:
Published: 2023-01-11
Deadline:
2023-01-11
ENHT, PAHT - Security Services
UK Stevenage East and North Hertfordshire NHS Trust

The objectives of this procurement are as follows:<br/><br/>1) Provide a security service to ensure the safety and security of all patients, staff, and bona fide visitors to the Sites.<br/>2) Provide a high profile and visible service that creates a safe and secure environment.<br/>3) Provide professional integrated security services on a scheduled and reactive basis, which are efficient, effective, and timely.<br/>4) Maintain the safety of all persons on the sites. This includes the protection of patients, staff, service providers and visitors against violent acts or abuse.<br/>5) Protect the sites and property of the authorities, staff, patients and visitors against theft, vandalism, malicious tampering, and criminal damage.<br/>6) Ensure only bona fide visitors are allowed access to the sites. This includes restricting access of undesirable persons to the sites in general and restricting access to sensitive areas to authorised personnel only.<br/>7) Support clinical staff with the management of challenging patients to maintain the safety of patients, staff, and visitors.<br/>8) Contribute to creating a pro-security culture within the authorities.<br/>9) Comply with and enforce the authorities’ Policies as appropriate.<br/>10) Deter smoking anywhere within Trust boundaries for PAHT and anywhere other than designated smoking shelters for ENHT.<br/>11) Undertake or assist in investigation as directed by the LSMS.<br/>12) Issue rest room access keys to trainee medical staff (as required)<br/>13) Vetting and training of security staff, in accordance with the Security Industry Authorities.<br/>14) Responding to all types of security incidents across the sites as detailed in the specific requirements 5.<br/>15) Patrols as scheduled in agreement with the authorities.<br/>16) Escort duties i.e., walking staff to accommodation or car parks if requested.<br/>17) Responding to Alerts/bleeps, major incident, alarms building/security alarms.<br/>18) Supervision of access & egress.<br/>19) Incident reporting.<br/>20) Crime prevention.<br/>21) Lost property.<br/>22) Supporting the fire response teams in the event of a fire alarm activation.<br/>23) Providing support to the on-call engineer in the event of an out of hours security alarm activation at Hertford County Hospital (ENHT) and PAHT.<br/>24) Responding to any other reasonable request made by the contract manager or authorities Executive on call.<br/>25) Supporting the LSMS in security initiatives as appropriate.<br/>26) Working in partnership with officers of Hertfordshire Constabulary/Police to encourage reporting of incidents and the prosecution of offenders when appropriate. <br/>27) Supervising patients to prevent harm to themselves or others.<br/>28) Preventing patients from absconding from the premises when appropriate authority has been issued in the interests of safeguarding. <br/>29) Report faults and hazards identified during routine internal and external patrols.<br/>30) Supporting the management of the authorities’ ID badge and access control cards out of hours. <br/><br/>The Authorities are looking for a Service Provider who can deliver the above objectives within a healthcare environment, and who will embrace and work in partnership with the Authorities and their wider stakeholders, tenants and clients, so future aspirations can be exceeded.<br/><br/>Furthermore, the Authorities require a Service Provider that appreciates that expectations and priorities of the Security Service are unique to each type of property, and thus are expected to adopt an approach that is property specific, proactive and responsive.

Value: 10500000
Published: 2023-01-10
Deadline: 2023-02-10
10500000 2023-01-10 2023-02-10
Replacement Property Management System for Crown Estate Scotland
UK Edinburgh Crown Estate Scotland

The Successful Supplier will project manage all activities to make the PROPERTY MANAGEMENT SYSTEM go live under the new contract.CES to perform data conversions with supplier providing significant guidance & support, performing the import of the data with us, and assisting with any debugging.Supplier will provide initial super user training to 23 key staff within Crown Estate Scotland and third parties. There will be up to 2 users for each of 6 managing agents, 11 people across 5 internal business teams. Sessions to be recorded and each session to be delivered twice to allow scheduling. SUPER USERS will train their teams.Supplier to provide guidance to SUPER USERS during the initial 12-month post go-live. This will be via:- Attending a monthly up to 2-hour Microsoft Teams meeting for Q&A, idea sharing and ad-hoc top up training; and- Email queries on areas where training was not clear, is an infrequently used area, or training did not cover.- Supplier will be responsible for applying all software updates to the PROPERTY MANAGEMENT SOFTWARE for the duration of the contract. This will include both security and software updates.Should the supplier replace the system with a new product they will be responsible for migrating us to the new product at an agreed time unless Crown Estate Scotland opt to terminate the contract.Solution to deliver at least one PRODUCTION SYSTEM and one TEST SYSTEM with the ability for CES to sync data from PRODUCTION SYSTEM to the TEST SYSTEM throughout the life of the contract. The supplier may split the functions of the TEST SYSTEM.The PROPERTY MANAGEMENT SYSTEM should meet all requirements laid out in the high-level requirements document and at least all the mandatory user stories in the User Stories document.At the end of the contract, we need all data in the PRODUCTION SYSTEM provided to us in industry standard formats. Multiple exports will be required prior to the final cutover export. General expectations are:- Database records to be provided in CSV format- Files to be provided as separate files with unique names along with CSV index file(s) that links the files to database records they relate to.At the earliest opportunity the supplier will provide Crown Estate Scotland, and it’s Managing agents, a PROOF OF CONCEPT BUILD of the system. This should take less than 25% of the initial setup resource and provide sufficient data for testing and training.There will be two stage gates within the projectStage gate 1: Proof of ConceptStage gate 2: Proof of FulfilmentBoth stage gates are formal milestones with a formal review date. However, should CES have good reason to believe that a Stage gate will fail prior to the review date it may initiate an earlier pre-emptive review. If the supplier cannot satisfy CES that the Stage gate will not fail CES reserves the right, at its sole discretion, to terminate the contract prior to the planned formal review date.Should a supplier fail to pass a stage gate then CES will temporarily renew with the current provider and reserve the right to cancel and re-procure.

Value: 1000000
Published: 2023-01-07
Deadline: 2023-02-13
1000000 2023-01-07 2023-02-13
The Hickman Bacon Memorial Park (Levellings) Redevelopment and Improvement
UK GAINSBOROUGH Gainsborough Town Council

The Hickman Bacon Memorial Park (Levellings) is an existing park for which Gainsborough Town Council have sole responsibility. The years though have taken their toll on this once thriving park. It is essential now that this park is brought back to life, as it is surrounded by residential properties, and is in a central part of our town, within easy reach of Southwest Ward, Trent and North Ward residents. There are not only residents but two schools in the vicinity of the park, and the local Scouts groups.Gainsborough Town Council (GTC) is seeking to invite tenders for the design and build of a new play facility for children aged from 2 to 13+ years of age as well as adult gym equipment, with all equipment and surfacing conforming to EN1176 and EN1177. In this phase the Council seeks a tender to:1. Redevelop the toddler play area as to provide safe play equipment for children of pre-school age.2. Redevelopment of play area for older children including the refurbishment of existing teen equipment and the removal of equipment that cannot be refurbished. 3. Repair and renewal of ball court creating opportunity to engage in improvised team sports4. Installation of adult outdoor gym equipment helping to improve overall fitness, flexibility and strength 5. Landscaping, including plants, flowers and shrubs - engaging with the local community, Gainsborough in Bloom, nearby allotments helping to combat isolation. We aim to provide play and fitness equipment that is accessible, inclusive and inviting to all. The equipment should wherever possible also be low maintenance whilst offering high play value. The area assigned for development is located in Gainsborough (see location map). A budget of up to £116,945 has been set aside for the project. The play areas must be appropriately fenced to exclude dogs and to retain young children in the play area The volume of goods and services should comprise as a minimum: DescriptionPreliminaries such as but not limited to sight security, storage, welfare facilities compliant with Construction Design and Management Regulations 2015 (CDM), skip hireAdult Fitness signage and usage instructionsAdult fitness equipment including rower, air walker, leg press, lateral pull and chest press, Twister, hand wheels, parallel rails, sit up bench and appropriate signageRoundabout promoting inclusive playSeesaw4 place swingjunior multiplay Basket SwingSpringerToddler multiplaybenchesToddler surfacingrefurbishment and removal of existing equipmentMultiplay equipment for age 7+ for 7 or more users offering Multi-deck with 2 heights, Slide, Climbing Post, Rope Ladder, Climbing Wall, Curved Sliding Pole, climbing opportunity, Spinning and Bench Seat or similar encouraging interactive play and climbing, sliding and spinning.benchesEquipment for 7+ age range mimicking surfing or skateboarding movement encouraging balance and co-ordination by producing swinging and rocking movementEquipment for users aged 7+ encouraging balancing, group play, hanging, rocking spinning, swinging and social playFencing and gates - replacement, additional or refurbishment of existingTopsoil and turfTeen Surfacing replacement (detail with and without removal of existing)Teen refurbish and removalsPost installation InspectionUnder the works you should allow for: • No onsite or technical support will be provided by Gainsborough Town Council. • Planning submission.• Supplier to take full responsibility to check and ascertain the installation feasibility. • Positioning, supply and installation of all play equipment and associated works, as per your design, Safety surfacing • The supply and installation of safety barriers, e.g., for play equipment, in accordanc

Value: 116945
Published: 2023-01-05
Deadline: 2023-01-15
116945 2023-01-05 2023-01-15
Your Alerts:
Security

Why use Thornton & Lowe to win security tenders

We have a win rate of over 70% in this sector, with experience in securing both framework and project opportunities for a range of clients bidding for security tenders. We have worked with both small and large security companies, looking to expand their business and provide services to government, local councils and public sector bodies.

Our team of specialist bid writers will help you find and secure the contract most suitable to your services, developing competitive tenders to help to grow your business. With years of knowledge and experience in this sector we bring a wealth of best practices to ensure each tender is unique to the buyers requirements, incorporating what we know buyers are looking for to position you ahead of your competitors.

Get bid support

Where can I find security tenders?

We have developed a FREE tender search tool, Tender Pipeline, to enable all businesses to quickly find LIVE tenders online. Our software will help to save you time and money, by presenting you with the latest security tenders that are most suitable for you. You can also sign up to receive notifications, so you won't ever miss a great opportunity again!

With the wide range of services offered by security businesses we understand it can difficult to navigate through the security contracts available, that's why Tender Pipeline will highlight the most important tender opportunities suitable to your search. This ensures you are bidding for the right tenders from the outset.

Register for free and search for live security tenders across the UK today.

Get bid support

Made by Statuo