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
SU243(23) Security Operations Centre, Managed Services
UK Swansea Swansea University

Swansea University is currently undergoing a major investment in its technicalinfrastructure. The university is seeking a Managed Security Operations Centre(mSOC)as part of its strategic initiative to build strong proactive measures 24/7 toprevent, detect and quickly respond to security incidents, cyber threats and risks.An mSOC will provide advanced threat detection and response capabilities, helpthe University meet compliance requirements, and provide a cost-effectivesolution for managing security operations. Additionally, an mSOC will assist inincident response planning, further enhancing the University's security posture.The University has allocated a budget of approximately 170,000.00 GBP annually,excluding VAT, for this service. The contract will be for an initial 2 years with anoption to extend for a further 2 years on an annual basis (1+1).

Value:
Published: 2023-09-26
Deadline: 2023-10-27
2023-09-26 2023-10-27
Security Services and Cash Collection
UK Paisley Scotland Excel

This lot will provide councils and other participating bodies with a mechanism to procure guarding, mobile patrol and key holding services.

Value: 70000000
Published: 2023-09-26
Deadline: 2023-10-23
70000000 2023-09-26 2023-10-23
Coastal Radar Data Integration
UK London Home Office

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

Value:
Published: 2023-09-26
Deadline:
2023-09-26
Security Services
UK London Network Rail Infrastructure Ltd

Value: 15000000
Published: 2023-09-26
Deadline:
15000000 2023-09-26
Security Services and Cash Collection
UK Paisley Scotland Excel

This framework will provide councils and other participating bodies with a mechanism to procure a range of security services including guarding, stewarding, marshalling, key holding, mobile patrols and cash collection.

Value: 70000000
Published: 2023-09-22
Deadline: 2023-10-23
70000000 2023-09-22 2023-10-23
NJORD ITT Bidders Contract Notice
NUTS: UK UK Ministry of Defence

The UK Government has set its ambition to deliver 50Gw of green energy by 2030 delivered by numerous offshore windfarms that shall be built and commissioned during a rolling programme of works from 2025 and beyond. The fleet of UK Air Defence (AD) Radars are installed strategically around the UK and provide the Recognised Air Picture (RAP) enabling UK air defence system to identify non-cooperative targets within the UK area of interest, enabling the Quick Reaction Alert (QRA) in support to National Security Objective 1 (NSO1). Each of the future offshore windfarms will have a unique, detrimental impact upon the RAP as they will reduce the volume of air space that the AD radars can effectively survey, reducing the MOD’s ability to deliver its tasks under NSO1.Programme NJORD (herein referred to as NJORD) has been established in response to a need for capabilities that will mitigate the negative impact introduced by offshore windfarms and maintain, the RAP at its full capability as established prior to the introduction of offshore windfarms. NJORD is an RAF programme with the procurement activity and contract management, through life for the capability / capabilities, being managed by the Air Defence and Electronic Warfare Systems (ADEWS) Delivery Team (DT) within Defence Equipment & Support as the RAF’s delivery agent. To achieve this, NJORD shall focus on ensuring the continued Primary Surveillance capability currently provided by the RAF’s air defence remote radar heads which would otherwise be degraded by offshore windfarms. The capability may be comprised of an asset or assets that mitigate individual windfarms or numerous assets that comprise a system of mitigations.The anticipated potential solutions for the procurement include but are not limited to the following.• TAO 1 – Replace the current AD radar fleet. • TAO 2 - Gap Fill Radar / Supplementary Radar. • TAO 3 - Adjunct System / Modification to AD radar fleet. • TAO 4 - Unmanned Air Vehicle (UAV)s. • TAO 5 - Low orbit satellite technology. • TAO 6 - Optical Trackers. This Contract Notice is notification of the ITT release for this opportunity and the successful PQQ Suppliers invited to submit a Tender. The NJORD PQQ was successfully concluded on 12th September, with the following Suppliers invited to submit a Tender after meeting all PQQ Evaluation Criteria:- Aquila Air Traffic Management Services Limited- BAE Systems Surface Ships Limited- DRS Rada Technologies- Hensoldt Sensors GmbH- Indra Sistemas- ISS Aerospace- LiveLink Aerospace- Lockheed Martin UK Limited- Marshall of Cambridge Aerospace Limited- Raytheon Systems Limited- Saab Technologies UK Limited- Serco Limited- Terma AS- Thales UK LimitedDeadline for ITT submissions is 27/10/2023

Value:
Published: 2023-09-22
Deadline: 2023-10-27
2023-09-22 2023-10-27
Security Operations Centre
UK Solihull Platform Housing Limited

Platform Housing Group is seeking proposals from experienced and qualified SOC suppliers to provide a 24/7/365 security monitoring and analysis service for our operations.The purpose of this tender is to identify a supplier who can provide comprehensive security monitoring and analysis services to help detect, analyse, and respond to security incidents.

Value: 600000
Published: 2023-09-22
Deadline: 2023-10-20
600000 2023-09-22 2023-10-20
Provision of User Research Recruitment Partner
UK Glasgow Scottish Government

The Social Security Directorate within Scottish Government (the Purchaser) is seeking a Service Provider who can recruit participants foruser research and will manage the payment of incentives to those participants.

Value: 255000
Published: 2023-09-21
Deadline: 2023-10-20
255000 2023-09-21 2023-10-20
SIM combined project
UK Manchester Science Museum Group

This project is a combination of 7 work streams, merged into a single project to create efficiency and simplicity in design, procurement, and logistics.This is essentially a conservation and repair focused project, but which has some new elements to enhance the site, that will look at the following:1. Roof replacement and repairs to the New Warehouse (NWH, main museum building)2. Dealing with water ingress above the Special Exhibitions Gallery (SEG, lower ground floor of the NWH)3. Security improvements to the east entrance (from Lower Byrom Street)4.Conservation of the Gantry (adjacent to the Power Hall)5. Repairs to the upper yard (between the NWH and Power Hall buildings)6. Dealing with water ingress to the viaduct (west end of site between the 1830s Warehouse and Station)7. Landscape enhancement to the upper yard east end and upper yard west end (improving the outdoor spaces that have been ‘repaired’)

Value: 9800000
Published: 2023-09-19
Deadline: 2023-10-16
9800000 2023-09-19 2023-10-16
Provision of Fire Watch Security Services
UK Haverfordwest ateb Housing Group Ltd

Ateb group intends to appoint a single experienced contractor to provide Fire Watch Security Services at our two Independent Living (Extra Care) schemes - De Clare Court, SA61 1XN and Kensington Court, SA73 1GB.

Value: 180000
Published: 2023-09-19
Deadline: 2023-10-20
180000 2023-09-19 2023-10-20
Tyres, Glass & Telematics
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 Vehicle Tyres, Glass and Telematics markets. Crown Commercial Service intends to hold market engagement sessions 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 rm6353@crowncommercial.gov.uk 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 8 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 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 RM6353 Schedule, “Security Requirement and Plan”, to meet RM6353 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/a9eb91f0-56a0-4d17-833f-a2bcb13a7ac2 .

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

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

Value: 2000000
Published: 2023-09-19
Deadline: 2023-10-23
2000000 2023-09-19 2023-10-23
Outsourced Services
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 outsourced Contact Centres and outsourced Business Process Services markets. Crown Commercial Service intends to hold market engagement sessions during the period from November 2023 to February 2024 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 contactcentreservices@crowncommercial.gov.uk no later than midday on Friday 20th October. 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. This future opportunity can be found on Contracts Finder here: https://www.contractsfinder.service.gov.uk/Notice/76abba19-b70c-49e3-88a7-c56e11bc0236 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 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 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 Framework Agreement Schedule, “Security Requirement and Plan”, to meet Framework Agreement requirements. This will be released at the ITT stage.

Value:
Published: 2023-09-19
Deadline:
2023-09-19
Puma HC Mk 2 Combined Voice Flight Data Recorder (CVFDR) Ground Station Software
NUTS: UK UK Defence Equipment & Support

The tenderer shall provide Professional Ground Station (PGS) Flight Data Vision software and software support for nine Puma HC Mk2 Combined Voice Flight Data Recorder (CVFDR) Ground Stations.Deliverables shall include, yet not be limited to:Software Installation DisksUSB Security DonglesSoft/Hard Copy Operator ManualsTraining & Associated Training MaterialsThe above requirements shall be in support of the below software:PGS Replay-Vision Software: W107828 Iss.01PGS Replay-Analysis Software: W107873 Iss.01PGS Replay-3D Visualisation Software: W107926 Iss.01Remote and on site technical support shall be required on UK MOD owned premises.Contract shall be awarded to 31 March 2025 and will likely be accompanied by option extension periods which shall be limited to a maximum of three (3) years to 31 March 2028.Tenderers are to submit a successful DPQQ response prior to Invitation to Tender.The DPQQ award criteria shall be based on a Pass/Fail scoring mechanism. The Authority requires the information sought in this DPQQ from each Potential Provider that wishes to participate in this procurement. Only Potential Providers who are successful at DPQQ stage will be invited to proceed to the next stage of the procedure. As per policy, the Authority are obligated to add a maximum number of suppliers which may proceed to the next stage of the procedure. This maximum number for this procurement is five (5).The Invitation to Tender shall be based on weighted award criteria, inclusive of price and technical requirements.

Value: 170000
Published: 2023-09-16
Deadline: 2023-10-16
170000 2023-09-16 2023-10-16
Manned Guarding and General Security Contract
UK Hillingdon London Borough of Hillingdon

London Borough of Hillingdon (“the Authority”) wishes to let a contract for the security services at its Civic Centre, Harlington Road Depot and various other premises within the Borough comprising of but not limited to the following services:• Manned Guarding• Main reception customer service and signposting • Alarm Response• Key Holding (attending site and acting in accordance with The London borough of Hillingdon’s instructions) • CCTV Monitoring • Building Access Control - Issuing of building access passes to staff and visitors, including the monitoring of staff without passes• Car Parking management - including regular patrols to ensure compliance with• policy.• Out of hours reception service & incident control at the civic centre.• Health and safety reporting The scope of the contract may change during its term depending on needs of the Council.The Council intends to award a contract for these services for a period of four (4) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance. TUPE regulations will apply under this contract.

Value: 4500000
Published: 2023-09-16
Deadline: 2023-10-16
4500000 2023-09-16 2023-10-16
Interactive Exercise Tool For Businesses (ACT in a BOX)
UK LONDON Metropolitan Police Service

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

Value:
Published: 2023-09-16
Deadline: 2023-09-29
2023-09-16 2023-09-29
Puma HC Mk 2 Combined Voice Flight Data Recorder (CVFDR) Ground Station Software
NUTS: UK UK Defence Equipment & Support

The tenderer shall provide Professional Ground Station (PGS) Flight Data Vision software and software support for nine Puma HC Mk2 Combined Voice Flight Data Recorder (CVFDR) Ground Stations.Deliverables shall include, yet not be limited to:Software Installation DisksUSB Security DonglesSoft/Hard Copy Operator ManualsTraining & Associated Training MaterialsThe above requirements shall be in support of the below software:PGS Replay-Vision Software: W107828 Iss.01PGS Replay-Analysis Software: W107873 Iss.01PGS Replay-3D Visualisation Software: W107926 Iss.01Remote and on site technical support shall be required on UK MOD owned premises.Contract shall be awarded to 31 March 2025 and will likely be accompanied by option extension periods which shall be limited to a maximum of three (3) years to 31 March 2028.Tenderers are to submit a successful DPQQ response prior to Invitation to Tender. The DPQQ award criteria shall be based on a Pass/Fail scoring mechanism. The Authority requires the information sought in this DPQQ from each Potential Provider that wishes to participate in this procurement. Only Potential Providers who are successful at DPQQ stage will be invited to proceed to the next stage of the procedure. As per policy, the Authority are obligated to add a maximum number of suppliers which may proceed to the next stage of the procedure. This maximum number for this procurement is five (5).The Invitation to Tender shall be based on weighted criteria.

Value: 170000
Published: 2023-09-16
Deadline: 2023-10-16
170000 2023-09-16 2023-10-16
Manned Guarding and General Security Contract
UK Hillingdon London Borough of Hillingdon

Value:
Published: 2023-09-15
Deadline:
2023-09-15
Collection and consolidation of British Horserace Betting Data
UK LONDON Horserace Betting Levy Board

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

Value:
Published: 2023-09-14
Deadline: 2023-10-15
2023-09-14 2023-10-15
Laboratory Information Management Systems (LIMS) for Histocompatibility and Immunogenetics
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

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

Value:
Published: 2023-09-14
Deadline: 2023-10-16
2023-09-14 2023-10-16
Financial Risk Modelling Services
UK Coventry Homes England (the name adopted by the Homes and Communities Agency)

Homes England means Homes England (the name adopted by the Homes and Communities Agency), or anyone acting on behalf of Homes England that is seeking to invite suitable Suppliers to participate in this procurement process.Homes England produces a range of macroeconomic forecasts on a quarterly basis. These macroeconomic forecasts need to be translated into the impact on the portfolio, and used to quantify, understand, and manage the financial risk to the Agency.Homes England manages a multi-billion-pound Recoverable Investment portfolio consisting of c. 300 loans. The portfolio has been running since 2016 and is highly concentrated in the UK housing market with a skew towards small / medium housebuilders with limited financial and credit history, as well as special purpose vehicles (SPVs) set up to specifically to develop a site. Security for the loans is typically provided by the land associated with the development. Internal data for quantitatively estimating the impact of different macroeconomic scenarios on the various model parameters is limited.A range of models including Expected Credit Loss models and Stress Testing models are used to quantify the financial risk of different macroeconomic scenarios on the Recoverable Investment portfolio. The inputs into these models are generally Probability of Default estimates (both through the cycle and point in time), exposure at default estimates, and Loss Given Default estimates. The regularly updated macroeconomic forecasts therefore need to be translated into these parameters for use in the various models. The Quantitative Risk and Stress Testing team (QRS) at Homes England manages this process.All loans are internally credit rated on origination and on a regular basis throughout the term of the loan. The current process for producing the parameter estimates involves both quantitative analysis and qualitative assessment, converting the internal ratings into the required parameter estimates. Homes England also subscribes to an external ratings agency service to assist with benchmarking the estimates.Homes England is seeking assistance on producing these estimates on an ongoing basis.

Value:
Published: 2023-09-13
Deadline: 2023-10-13
2023-09-13 2023-10-13
Building Fabric (Non Electrical) Planned / Reactive Maintenance & Small Capital Works
UK Martlesham Heath 7 Force Commercial Services

The Contractor/s is required to provide inspection, testing, servicing and building services for emergency reactive works and planned maintenance.<br/><br/>The Contractor/s will have sufficient resources and labour with suitable levels of skills and experience to meet volume and the nature of works taking account authorities polices security vetting requirements, changing priorities and operational policing requirements.<br/><br/>The Contractor/s is required to provide for new building works, modifications and/or refurbishment of existing building and assets, as required. Works estimated through this contract scope may be as follows as current contracts dictate;<br/>Building reactive with planned works function<br/>*Cyclical decorations<br/>*Residential building maintenance<br/>*Custody suite maintenance<br/>*Firearms Building maintenance<br/>*WC Chemical inserts <br/>Non fire doors and windows <br/>Foul and surface water drainage <br/>Water & Legionella Management

Value: 10000000
Published: 2023-09-12
Deadline: 2023-10-11
10000000 2023-09-12 2023-10-11
Security Services
UK Manchester TRANSPENNINE TRAINS LIMITED

The safety and security of our customers travelling with TransPennine Trains is a key priority for us and we are seeking interest from the market to provide security services across select stations, events, and ad-hoc security requirements as they arise. The core requirement for security is across an estate of 7 of TPT’s managed stations to reduce Anti-Social Behaviour, provide information and travel assistance, enforce bylaws, provide station patrols/tagging and keep customers and colleagues safe. For Manchester Airport and Hull there are additional requirements for Counterterrorism Patrols In addition, TransPennine Trains are looking to procure security for additional events on demand including but not limited to the Real Ale Trail between Stalybridge and Huddersfield and Thirsk Races. The provider will be expected to maintain and report at period end on the level of coverage achieved together with the logging and sharing of incidents.

Value: 1400000
Published: 2023-09-12
Deadline: 2023-10-11
1400000 2023-09-12 2023-10-11
Security System Maintenance
UK Stepps Scottish Water

Scottish Water is looking to partner with an alarm maintenance industry specialist supplier to ensure that its operational water assets are protected throughout its operating area. The principal objectives of this framework are: •To implement a pan-Scotland annual maintenance regime for: oScottish Water operational assets which have been installed with the Sentinor ‘WATERCRESS’© security system (consisting of analyser/control panel; seismic sensors) and matched non-system sensors. •To implement a pan-Scotland annual maintenance regime for: oSpecified Scottish Water operational assets which have been installed with the Cortech DATALOG© 5/MV security management system. oScottish Water operational assets which have been installed with conventional intruder detection systems (consisting of control panel (mostly Honeywell ‘Galaxy’©) and matched sensors). oScottish Water operational assets which have been installed with a variety of fence-mounted perimeter intrusion detection systems; predominantly, Southwest Microwave Intrepid II. oScottish water operational assets which have been installed with an electronic access control system (Honeywell Win-Pak). •To implement a pan-Scotland reactive maintenance response for the above systems such that all faults on security system equipment affected by this contract are attended to within a specified time of the breakdown being reported to the supplier and, where achievable, rectified within the same period. Specifically: oFor specified sites (mostly based on Cortech DATALOG© 5/MV security management integration software) the reactive response time will be 4 hours. oScottish water operational assets which have been installed with an electronic access control system (Honeywell Win-Pak); and master data base system. oFor WATERCRESS©, other IDS systems and PIDs. Response Times: Pan-Scotland 1 working day with the following exceptions: Orkneys & Shetlands; Inner and Outer Hebrides (48-72 hrs). The supplier must demonstrate prior practical multi-site experience of conducting security system maintenance in accordance with manufacturers’ schedules of maintenance tasks. The supplier must demonstrate practical multi-site experience with the installation, maintenance and operation of the Sentinor ‘WATERCRESS’© system. The supplier must demonstrate practical multi-site experience with the installation, maintenance and operation of the Cortech ‘DATALOG’© 5/MV system. Ideally, suppliers should have experience of working within the water services industry, preferably with practical experience of working over live water assets. Suppliers must have all engineering maintenance technicians screened to BS 7858 or UK Government National Security Vetting procedures prior to the start of the contract and throughout the life of the contract. Suppliers must hold and commit to retaining for the length of the framework, NSI Gold for all the following areas: ‘Electronic Security Systems’ (Intruder Alarm, CCTV and Access Control). Suppliers must demonstrate they have extensive experience with BSEN50131 compliant Intruder Detection Systems. Suppliers must have on-going experience with Cortech Datalog 5/MV security management systems; including ability to provide Cortech drawings/editing updates. Suppliers must have on-going experience with fence-mounted PIDS; specifically South West Microwave. All engineers working on Scottish Water’s security systems must hold a valid Energy and Utility Skills Register’s EUSR and Scottish Water DOMs registration. Failure to hold a valid registration will prevent access to operational sites (and systems). In addition to the above, all engineers must also hold a National Water Hygiene Card (HYCOP) due to the engineers working on SW clean water assets. The requirement encompasses various opportunities for efficiency; consolidation and optimisation which exist within the business. Suppliers should have a good understanding of any practices required to support a safe and environmenta

Value: 5000000
Published: 2023-09-12
Deadline: 2023-10-12
5000000 2023-09-12 2023-10-12
Security Services
UK Manchester Transpennine Trains Limited

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

Value:
Published: 2023-09-11
Deadline:
2023-09-11
Grove Learning Trust - ICT Managed Service
UK Swindon Grove Learning Trust

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

Value: 1920000
Published: 2023-09-09
Deadline: 2023-10-06
1920000 2023-09-09 2023-10-06
P23-008 Framework Agreement for the Provision of IT Security (Penetration) Testing
UK Glasgow Skills Development Scotland Co. Limited

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

Value: 288000
Published: 2023-09-09
Deadline: 2023-10-13
288000 2023-09-09 2023-10-13
Supply, Servicing and Maintenance of Uninterruptable Power Supply Units
UK Lincoln University of Lincoln

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

Value: 1400000
Published: 2023-09-09
Deadline: 2023-10-11
1400000 2023-09-09 2023-10-11
Payment Acceptance 2
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/a5c0ff45-1e9f-4815-948f-53e0a8b77915 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

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

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

Value: 288000
Published: 2023-09-08
Deadline: 2023-10-13
288000 2023-09-08 2023-10-13
SBC0923 Replacement of Obsolete Intercom and Door Entry Systems
UK Stevenage Stevenage Borough Council

Stevenage Borough Council (SBC) will require the successful contractor to replace the current obsolete Intercom and Door Entry Systems and the main security doors including the lobby area enclosure for both Brent and Harrow Court tower blocks.SBC has currently invested in over 100 installations of the Neon / KMS systems across its portfolio and as such will require all Bidders to use Neon and Came/KMS equipment for this tender. This ensures the Council retains consistent technical, operational and maintenance effectiveness and that this installation fully functions and integrates with the current web-based access control system. These works will require the replacement of existing wiring and containment used to carry cable to each of the flats on each floor. It is essential that these works cause as little disruption to the residents as possible.The Contractor must hold all relevant and up to date certification required to carry out the works. All certificates will be validated as part of the tender process. It will also be required prior to commencement of the works that resident engagement has taken place to ensure they are fully informed of the works to be carried out and the requirement to gain access to properties as part of the planned installation.IMPORTANT - Mandatory site visits are required as part of the procurement process – please see ITT and Appendix 11 for details of dates and booking process.Please note the deadline for returns and allow sufficient time to make your return as late returns will not be permitted. Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact

Value: 250000
Published: 2023-09-07
Deadline: 2023-10-13
250000 2023-09-07 2023-10-13
MOD Design and Build Temporary Structure at RAF Wittering FY2023/24
E-mail: reuben.treasure227@mod.gov.uk UK Ministry of Defence

Brief Scope of Works for Temporary Structure Build RAF Wittering - Ground and Services Survey / to include movement and decommission of certain underground services - Design and planning through RIBA stages 1 to 5- Remedial replacement of Pits and Ducts / underground services- Ground works to include, excavation to reduce levels, removal of spoil prepare and compact sub base - Concrete Base slab to be able to support a temporary light weight structure- Lightweight Temporary Structure - Controlled access into facility- CCTV Suite - Solar Panels- External Lighting - Internal Lighting - Road widened for vehicular turning - Security Fence adjusted and new security gate installed- Bat / bird mitigation measuresNote 1: All necessary undertakings to meet planning, consent and condition requirements of local authority and other statutory bodies must be included as part of the deliverablesThis opportunity is also advertised on Constructionline.

Value: 800000
Published: 2023-09-07
Deadline: 2023-09-28
800000 2023-09-07 2023-09-28
Safeguarding Support for Covid-19 Inquiry
UK Liverpool Minister for the Cabinet Office (The Covid Inquiry) 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/adc50157-eda4-4f65-a768-db3515f56c99 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Value:
Published: 2023-09-07
Deadline:
2023-09-07
£800,000.00
UK Corsham Ministry of Defence

Brief Scope of Works for Temporary Structure Build RAF Wittering - Ground and Services Survey / to include movement and decommission of certain underground services - Design and planning through RIBA stages 1 to 5- Remedial replacement of Pits and Ducts / underground services- Ground works to include, excavation to reduce levels, removal of spoil prepare and compact sub base - Concrete Base slab to be able to support a temporary light weight structure- Lightweight Temporary Structure - Controlled access into facility- CCTV Suite - Solar Panels- External Lighting - Internal Lighting - Road widened for vehicular turning - Security Fence adjusted and new security gate installed- Bat / bird mitigation measuresNote 1: All necessary undertakings to meet planning, consent and condition requirements of local authority and other statutory bodies must be included as part of the deliverablesThis opportunity is also advertised on Constructionline.

Value: 800000
Published: 2023-09-06
Deadline: 2023-09-28
800000 2023-09-06 2023-09-28
Supply of Security Seals
UK Milton Keynes FCDO Services

To support shipments requiring a level of security, FCDO Services have selected two generic, readily available security seals common to international shipping services worldwide. Both seals will require additional non-standard processes to be applied prior to delivery.The Authority are looking to appoint one supplier to provide both security sealsContract duration 5 years with option to extend.

Value: 500000
Published: 2023-09-01
Deadline: 2023-10-02
500000 2023-09-01 2023-10-02
Adult Weight Management App
UK Birmingham Birmingham City Council

There is a requirement for all adult residents, aged 16 and over, with a Body Mass Index(BMI) of &gt;25kg/m2 (or &gt;23kg/m2 if of Asian or Black origin) to be able to access the App (with no limits on resident numbers able to access the service). The App should provide a multi component weight management programme incorporating advice and support on diet and exercise which is age appropriate and considers gender and ethnicity. The App will allow the resident to set their own activity weight or loss goals and keep track of their activity and weight loss. In addition to the criteria above, the App will include a BeActive+ user area for individuals who meet the criteria for the BeActive+ programme. The App will interface with the 12-week BeActive+ GP referral programme run by BCC as part of City Operations, Neighbourhoods Service. The programme is delivered at several Wellbeing Centres. Furthermore, all App users will be able to access support and advice on how and when to exercise which is relevant to them. Users will be able to identify and locate relevant gyms, leisure centres, walking routes, amateur sports groups, gardening group, cooking groups etc in their area. The App will also provide links to mental health and wellbeing support. For safeguarding purposes, the App will have the functionality to screen for BMI below normal range and risks indicated by user responses to health screening questionnaires on the App i.e., scores that are higher than the ‘normal’ range. Intervention will include promoting healthy weight, healthy eating and exercise, and/or to advise the user to contact their GP or relevant health professional.The successful provider must meet the NHS Digital Technology Assessment Criteria (DTAC). The DTAC includes criteria covering clinical safety, data protection, technical security, interoperability, plus usability and accessibility. For your digital health product to pass the DTAC, you need to meet all requirements in each of the areas. You will need to hold an ORCHA certified DTAC badge, certificate and evidence or successfully undertake the assessment via ORCHA https://orchahealth.com/our-products/assessment-frameworks/digital-technology-assessment-criteria-dtac/ prior to the App’s launch

Value: 180000
Published: 2023-09-01
Deadline: 2023-10-02
180000 2023-09-01 2023-10-02
Audit & Assurance Services Two (A&AS2)
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

CCS invites suggestions and feedback on the scope of RM6310 A&AS2 including its lots and structure from the market. CCS will be running the first round of supplier engagement, consisting of a face to face session and an identical virtual session. The face to face session will be limited to a maximum of 1 delegate per organisation. The places will be allocated on a first come first served basis. Details of the supplier engagement sessions and subsequent session(s) are included in the link below. https://www.crowncommercial.gov.uk/agreements/RM6310 Presentations will be made available after the session(s) on this page. 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. Services will be delivered primarily within the United Kingdom, with some limited requirements overseas. The value in II.1.5 is an indicative value over the lifetime of the framework (4 years). Link to agreement: https://www.crowncommercial.gov.uk/agreements/RM6310 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 compliant 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 [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/Manage/Review/4613a0b3-841d-4caa-86ce-ab0c0714e43f

Value:
Published: 2023-08-31
Deadline:
2023-08-31
Management Consultancy Framework Four (MCF4)
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

CCS invites suggestions and feedback on the scope of RM6309 MCF4 including its lots and structure from the market. CCS will be running the first round of supplier engagement, consisting of a face to face session and identical virtual sessions. The face to face session will be limited to a maximum of 1 delegate per organisation. The places will be allocated on a first come first served basis. Details of the supplier engagement sessions and subsequent session(s) are included in the link below. https://www.crowncommercial.gov.uk/agreements/RM6309 Presentations will be made available after the session(s) on this page. 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. Services will be delivered primarily within the United Kingdom, with some limited requirements overseas. The value in II.1.5 is an indicative value over the lifetime of the framework (4 years). Link to agreement: https://www.crowncommercial.gov.uk/agreements/RM6309 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 compliant 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 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/353ca986-dd9d-4acc-b5c4-35104866757a

Value:
Published: 2023-08-31
Deadline:
2023-08-31
SECURITY GUARDS
UK NEWCASTLE UPON TYNE Newcastle City Council

Services framework for security. Ranked with 3 providers. Commencing Nov 2023. Contract period 2 years with 2 x 12 months options to extend.

Value: 3000000
Published: 2023-08-31
Deadline: 2023-10-04
3000000 2023-08-31 2023-10-04
PRJ-1286: Take Home and Settle service and Handyperson service
UK London NHS North East London ICB

Objectives of Take Home and Settle Service.The objective of the service is to aid individuals who are either not appropriate for admission fromA&E or need assistance to leave hospital by providing short-term practical support.Aims of Handyperson Service• Promote people’s independence by enabling them to stay in their homes in security, safetyand comfort for longer by carrying out simple repairs and adaptations as preventative andremedial measures.• Enhance the effectiveness of health and social care provision through the delivery of oftenvery simple and very low-cost interventions which often have a clear link with fallsprevention.• Helps to reduce hazards for vulnerable, disabled and older people, especially hazards thatare assessed to possess higher possibilities or likelihood of causing injuries or ill health.Objectives of the Handyperson Service• The service that will help vulnerable, disabled, and older people to live safely andindependently in their own homes by assisting with small repairs and minor adaptations tothe home.Service description and care pathway Take Home and Settle Service.The Service shall work closely with partners to deliver an integrated whole system approach toachieving the outcomes for patients and the overall Health and Social Care system.In order to deliver a responsive service to support the discharge of patients from Hospitals listed atcore Take Home and Settle Staff will be based within these hospitals and will participate indaily discharge meetings. The service will facilitate discharge by linking with other delivery partnerswhere possible (e.g. Integrated Community Equipment Service, Telehealth) to help reduce delays.After the referral is accepted, a needs assessment and risk assessment will be completed, andthen a support plan developed with the service user. Copies of both will be given to the serviceuser.The assessment should take place within 2 hours of referral and the service user should bedischarged within the same day. It is acknowledged that some delays may sit with the hospital.The Service shall offer the required amount of support (according to each boroughs criteria),incorporating pre and post discharge activities including:• Home safety checks• Practical Support• Signposting to other services• Handyperson serviceThe support provided will be regularly reviewed with the service user to ensure it continues to meettheir needs.Home safety checksThe Provider will undertake a home hazard risk assessment to determine the environment is safefor the service user to return home.Practical Support• Check utilities are connected and turn on heating• Obtain any immediate shopping• Collect fresh clothes from patients’ homes prior to discharge• Meet patient on the ward and travel home together, staying with the service user until thedomiciliary care agency arrive (if required)• Collect prescriptions and assist with medication self-management• Prepare a light snack/meal preparation• Light housekeeping/domestic services e.g. tidying up, changing bedding, laundry etc...• Support in attending appointments e.g. outpatients etc.• Phone calls or visits for a regular check-in and companionship• Form-filling/paperwork• Any other appropriate tasks benefiting and enabling the person remain in their own home.Handyperson ServiceThe service will include the following tasks:• Set-up of micro-environment• Removal or repositioning of furniture• Making safe walkway within the home• Checking property for trip hazards e.g. trailing wires, removal or tacking down of rugs,carpets and repair to torn flooring and re

Value:
Published: 2023-08-30
Deadline: 2023-09-26
2023-08-30 2023-09-26
Procurement of Project POYNTING
UK Bristol Ministry of Defence

A more detailed description can be found in the OFFICIAL-SENSITIVE Contract Notice and PQQ documents.This procurement will be exempt from the public procurement regime including, but not limited to, the Defence and Security Public Contracts Regulations 2011 (“DSPCR”) pursuant to Regulation 6 (3A)(a) in conjunction with Regulation 7 (1)(a) of the DSPCR, the Public Contracts Regulations 2015 (“PCR”), the Concession Contracts Regulations 2015 (“CCR”) and/or any domestic or international rules pertaining to public procurement, by virtue of the fact that the application of the DSPCR, PCR, CCR and/or any such domestic or international rules would oblige the United Kingdom to supply information the disclosure of which it considers contrary to the essential interests of its security.Therefore, no rights, duties, obligations or liabilities arising from DSCPR 2011 or any other regime will apply. By expressing an interest to participate in this PQQ and any potential future competition, you acknowledge that none of the obligations, rights and remedies deriving from the DSPCR and/or the public procurement regime apply to this opportunity.It is envisaged that the procurement process will be based on a similar structure to the Negotiated Procedure as described within the DSPCR, including the use of an ITN. Potential Suppliers will need to be successful at the PQQ down-select stage in order to receive the ITN. The Authority reserves the right to negotiate any aspects of a potential future tendering process; however, it does not bind itself to this.The Authority may, at its sole discretion: • In any way amend and/or cancel this PQQ/subsequent procurement process; • Withdraw this Contract Notice at any time for any reason; • Decide not to Award any contract to any bidder following the PQQ and ITN phases. The Authority does not bind itself to enter into any contract(s) arising out of the proceedings envisaged by this Contract Notice and no contractual rights express or implied arise out of this notice or the procedures envisaged by it. No compensation will be paid if the pre-qualification process or any resultant Tender are withdrawn for any reason. Potential Suppliers should take part in this process only on the basis that they fully understand and accept this position.Prospective contractors are required to hold Quality Management System certification to ISO 9001 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender/Negotiate (ITT/N) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award.

Value: 148000000
Published: 2023-08-26
Deadline: 2023-10-10
148000000 2023-08-26 2023-10-10
Procurement of Project POYNTING
UK Bristol Ministry of Defence

Process: The Authority requests that Potential Suppliers wishing to take part in the POYNTING competitive procurement process and receive the POYNTING PQQ, PQQ Guidance Document, and OFFICIAL-SENSITIVE Contract Notice should express an interest to the Authority point of contact above. The PQQ and associated documents will be provided to your organisation via the Defence Sourcing Portal (DSP) following receipt of your interest and confirmation of your organisation’s details. Therefore, if you are interested in participating you must follow the below instructions and create a DSP account before expressing an interest. 1. Browse to the eSourcing portal: https://www.contracts.mod.uk/web/login.html 2. Click the “Supplier Registration” link 3. Read and agree to the terms and conditions, and click “Next” 4. Follow the on-screen registration instructions, entering your correct business and user details 5. Note the username you choose 6. You will receive an email with your unique password (please keep this secure) The PQQ and associated documents are at OFFICIAL-SENSITIVE classification, and therefore it is a requirement that Potential Suppliers’ personnel intending to access these documents hold at least Baseline Personnel Security Standard (BPSS) clearance. The Authority reserves the right to refuse access where confirmation of at least BPSS is not provided. To register an interest in the POYNTING PQQ, please email the Authority point of contact listed in this Notice. Please include the following details on your email: • Potential Supplier name • Lead point of contact (full name) • DSP account email address / username • Your Security Clearance details (e.g. confirmation of SC or DV), including NSVS reference number. Please note: where you cannot confirm that applicable personnel hold at least SC, you must attach to your Expression of Interest email a signed BPSS Verification Record, and confirm that your organisation has conducted BPSS employment checks, in line with government procedure, on all applicable staff. • Date of birth The closing date and time for submission of your organisation’s Expression of Interest is 10 October 2023 (one week prior to the PQQ response deadline). After registering an interest in the procurement, the Authority will issue you with OFFICIAL-SENSITIVE Security Conditions, which you must confirm acceptance of by return email in order to access the OFFICIAL-SENSITIVE Contract Notice, PQQ and associated documents. When handling and storing any OFFICIAL-SENSITIVE material provided by the Authority, said material thereby becomes the user’s responsibility to safeguard appropriately and in accordance with these Conditions. Procurement process indicative time frames (subject to confirmation / change by the Authority): • Expression of Interest to this Contract Notice to gain access to the PQQ by: 10 October 2023 • PQQ and OS Contract Notice release to interested companies: 05 Sept 2023 • PQQ response submission deadline: 17 October 2023 • Invitation to Negotiate (ITN) issued: Feb 2024 • Contract Award: March 2025 Suppliers interested in working with the MOD should register on its Supplier Information Database (SID), available at www.contracts.mod.uk. The SID is a catalogue of potential suppliers available to all MOD procurement staff and is the main supplier database used by MOD. Please note that the registration and publication of a company profile on the SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for a contract opportunity must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions in the contract notice.

Value:
Published: 2023-08-25
Deadline:
2023-08-25
Alarms & CCTV systems - Supply, Installation, Maintenance & Repair
UK Glasgow Glasgow City Council

Provision of maintenance and repairs on Fire and Security Alarm systems to meet British Standards, SFG20 guidelines and manufacturers recommendations. Includes emergency call outs

Value:
Published: 2023-08-24
Deadline: 2029-10-08
2023-08-24 2029-10-08
Data Analysis Tool - RASSO Predatory Behaviours
UK LONDON Police Digital Service

Victims of rape and serious sexual offenses (RASSO) in the UK are being failed by the criminal justice system. In 2021, the Home Office published the End-to-End Rape Review which highlighted that 'the vast majority of victims do not see the crime against them charged and reach a court: one in two victims withdraw from rape investigations’. As a result of the review, UK Policing made a number of commitments to improve the end-to-end investigation of RASSO and most importantly bring more offenders to justice. The procurement is in support of a national programme to identify innovative technologies that can provide a positive step-change in the way RASSO is investigated across the UK to better meet the needs of law enforcement and victims of crime – this PIN relates specifically to an AI based data analysis capability which can dynamically identify and reports RASSO predatory behaviours from purely text-based information. What you need to do now: 1. If not registered on EU Supply please do so 2. Register your interest and submit a brief statement/ summary explaining your interest/ capability via EU Supply no later than 1200 30 September 2023. 3. Ensure you return your completed NDA no later than 1200 06 October 2023. 4. Please ensure you would be free to attend a possible RASSO technology awareness session to be held in a central London location week commencing 16 October 2023, however attendance is subject to the following criteria: - Attendee Numbers – Maximum of two (2) persons only per supplier. - 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 1200 06 October 2023. - NDA – upon receipt of expression of interest via EU Supply all interested suppliers will be issued an NDA which must be signed and returned by no later than 1200 06 October 2023 . - Attendance – Upon return of a signed NDA and confirmation of security vetting credentials, 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. Suppliers should note that any interest shown does not constitute a commitment to participate in any future tendering exercise. Non participation in this market engagement process does not preclude any suppliers from participating in any future procurement process. Confirmation – ALL communication regarding this opportunity, attendance at the briefing session, the NDA and security vetting MUST be sent to Kenny Stewart via the EU Supply portal. NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY.

Value:
Published: 2023-08-21
Deadline:
2023-08-21
Y23065 Software Products and Associated Services
UK West Malling Kent County Council (t/a Procurement Services)

The Framework Agreement covers the provision of a full range of software (including open source software), essential hardware and associated services and support and maintenance for cloud based, on premise and hybrid software solutionsIndicative software requirements include, but are not limited to, the following application and system software categories:•Accounting systems•Bespoke software solutions•Commercial of the Shelf (COTS) software•Enterprise Software and business applications such as Customer Relationship Management (CRM), Enterprise Resource Planning (ERP), data analysis, business intelligence, database tools, inventory systems•Human Resources (HR) and payroll systems•Microsoft products•Operating systems•Recovery and data back-up software•School Information Management systems•Security software such as adware and malware, antivirus, encryption, firewall •Virtualisation•Workflow management systems and softwarePlease note - Suppliers must have the capability to provide a wide range of software and open source software and associated services.Associated services may extend beyond the scope of the Goods/Services purchased and may include, but not be limited to;•Asset management•Consultation services•End user support•Installation•Integration•Project management•Service desk•Training

Value: 800000000
Published: 2023-08-18
Deadline: 2023-10-27
800000000 2023-08-18 2023-10-27
Cyber Assurance Framework
UK Edinburgh The City of Edinburgh Council

The Council intends to award a Framework Agreement for a range of Cyber Security services while improving efficiency and reducing costs.

Value:
Published: 2023-08-17
Deadline: 2023-10-02
2023-08-17 2023-10-02
Cyber Assurance Framework
UK Edinburgh The City of Edinburgh Council

The Council intends to award a Framework Agreement for a range of Cyber Security services while improving efficiency and reducing costs.

Value:
Published: 2023-08-16
Deadline: 2023-10-02
2023-08-16 2023-10-02
Installation of Fire & Security Systems for Vision Retail Park at NMRN-Hartlepool
UK Portsmouth NMRN Operations

Open Tender Procedure.

Value: 1
Published: 2023-08-16
Deadline: 2023-09-20
1 2023-08-16 2023-09-20
ESND - Provision of Mobile Security Services in Ukraine
UK London Foreign Commonwealth and Development Office

Retender of the FCDO Provision of Mobile Security Services in Ukraine contract with the winning bidder ready to commence the new contract in April 2024 for 3+1+1 years (the current contract will expire in March 2024).

Value: 60000000
Published: 2023-08-15
Deadline: 2023-09-14
60000000 2023-08-15 2023-09-14
Installation of Fire & Security Systems for Vision Retail Park at NMRN-Hartlepool
UK Portsmouth NMRN Operations

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230089. (MT Ref:230089)

Value:
Published: 2023-08-15
Deadline:
2023-08-15
Measured Term Contract for the Provision of Aluminium Door and Window Repairs to Non-Domestic Properties
UK Irvine North Ayrshire Council

North Ayrshire Council require a measured term contract to carry out reactive maintenance and servicing to aluminium door and windows within non-domestic properties, due to the high volume of repairs required. Most of the works are for property security and/or escape routes, i.e. fire doors.

Value: 150000
Published: 2023-08-15
Deadline: 2023-09-14
150000 2023-08-15 2023-09-14
ESND - Provision of Mobile Security Services in Ukraine
UK London Foreign Commonwealth and Development Office

Value:
Published: 2023-08-14
Deadline:
2023-08-14
ESND - Provision of Armed Mobile Security and Residential Security Team, BE Tripoli
UK London Foreign Commonwealth and Development Office

A retender of the FCDO Provision of Armed Mobile Security and Residential Security Team contract with the winning bidder ready to commence the new contract in April 2024 for 3+1+1 years (the current contract will expire in March 2024).

Value: 18500000
Published: 2023-08-12
Deadline: 2023-09-11
18500000 2023-08-12 2023-09-11
HCC - 08/23 - Provision of Security Services
UK Hertford Hertfordshire County Council

Hertfordshire County Council intends to appoint a supplier for the Provision of Security Services.The Council requires the provision of a comprehensive Security service in accordance with relevant legislation and best practice for various sites that will be managed and owned by the Council over the period of the contract. The sites require a variety of Services to ensure they remain safe and secure. The number of sites may increase and decrease over the contract term. Organisations wishing to take part in this procurement are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline in Section IV.2.2 below. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline.Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the e-tendering system.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please note that the contract requirements will be subject to available financial resources, supplier performance and the changing nature, and number, of sites at which the services Please Note the TUPE Employee Liability Information for this procurement has been provided with the tender documentation. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. By accessing this Tender via Supply Hertfordshire. Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/HomePlease Note: the value referred to in II.2.6 below is inclusive of the potential two (2) x 12 month extension.

Value: 5400000
Published: 2023-08-11
Deadline: 2023-09-11
5400000 2023-08-11 2023-09-11
ESND - Provision of Armed Mobile Security and Residential Security Team, BE Tripoli
UK London Foreign Commonwealth and Development Office

Value:
Published: 2023-08-11
Deadline:
2023-08-11
Community Accommodation Service - Tier 3
UK London Ministry of Justice

The indicative contract commencement date is currently planned for 24th June 2024 ("Commencement Date") and the Supplier's obligations will run from that Commencement Date. Mobilisation of the service will start on the Commencement Date with an expectation of properties to be available straight away and ramped up thereafter as detailed in the Service Specification. The reference for the Prior Information Notice for this tender is 2023/S 000-004416. These contracts are non-exclusive and the Authority therefore reserves the right to commission additional suppliers to provide any element of these services according to Authority's needs. Bravo Project Reference is prj_10015. The invitation to tender reference for each Lot is: Lot 1 East of England – ITT 7545 Lot 2 Yorkshire and the Humber – ITT 7541 Lot 3 North West – ITT 7544 Lot 4 Kent, Surrey and Sussex – ITT 7543 The MoJ reserves the right to reject all or any of the tenders and not to award a contract to any bidder, without any liability on its part. Nothing in this notice shall generate any contractual obligations prior to the signature of a contract following a competition.   Bidders should be aware of the Government Security Classifications (GSC) scheme since the protective marking and applicable protection of any material passed to, or generated by, Bidders during the procurement or pursuant to a Contract awarded as a result of the procurement will be subject to the GSC. The link below to the Gov.uk website provides information on the GSC: https://www.gov.uk/government/publications/government-security-classifications

Value:
Published: 2023-08-10
Deadline:
2023-08-10
Corporate finance services three (CFS3)
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 financial market. Crown Commercial Service intends to hold market engagement sessions during September and October 2023 with 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 commercial@hmtreasury.gov.uk no later than midday on Friday 8th September 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 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 “Security Requirement and Plan” schedule , to meet the requirements. This will be released at the ITT stage.

Value:
Published: 2023-08-10
Deadline:
2023-08-10
Invitation to Tender - Security Services
UK Aberdeen Port of Aberdeen

Provision of security services for Port of Aberdeen, at North Harbour and South Harbour

Value: 4000000
Published: 2023-08-10
Deadline: 2023-09-08
4000000 2023-08-10 2023-09-08
Provision of Security and Steward Services
UK Hull Hull City Council

Hull City Council is inviting bids from suitable and qualified bidders to seek a Service Provider(s) to deliver security and stewarding services to the Authority and its associated organisations. The Authority has a corporate wide requirement to provide security services to support and protect its assets, workforce, tenants and public. The Authority’s security requirements cover both security and stewarding of property and buildings as well as security and stewarding at events held throughout the City. The anticipated start date of the contract is 2nd January 2024.

Value: 400000
Published: 2023-08-09
Deadline: 2023-09-08
400000 2023-08-09 2023-09-08
Intranet Platform and Staff App
UK Aylesford Kent and Medway NHS and Social Care Partnership Trust

Kent and Medway NHS and Social Care Partnership Trust is inviting tenders for the provision and implementation of an Intranet Platform and Staff App Services solution, in addition to associated hosting and support services.<br/><br/>The current Intranet platform is over seven years old, and the Trust is therefore looking to secure a new, modern functioning intranet to transform how it communicates and engages with the work force. Required areas of improvement include:<br/><br/>• Improved technical features and capability;<br/>• An improved search function;<br/>• A central contact directory; and<br/>• Compatibility with accessibility legislation and NHS Digital security requirements.<br/><br/>The Commencement Date for the delivery of the services is scheduled to be on 18th December 2023 at 00:00 hours. The Contract will be awarded for a period of three (3) years until 17th December 2026, with an option to extend for two (2) additional periods of one (1) year subject to performance and the absolute discretion of the Trust.<br/><br/>The Trust is procuring this contract following the Open Procedure under the UK Public Contract Regulations 2015 and the Trust’s Standing Financial Instructions. The Trust will be awarding one Contract for the provision of all services detailed in the Specification. The Trust will be utilising the NHS Standard Terms & Conditions for Services Contract.<br/><br/>The Trust is seeking to contract with an organisation that will manage the Services to the highest levels of satisfaction, professional standards and cost effectiveness.

Value: 350000
Published: 2023-08-09
Deadline: 2023-09-29
350000 2023-08-09 2023-09-29
Q1364 Upgrade Works to Access Control System
UK London Guy's and St Thomas' NHS Foundation Trust

Guy’s and St Thomas’ NHS Foundation Trust is seeking a contractor to carry out upgrade works to the current access control system across various GSTT sites to ensure the ongoing security of Trust buildings.

Value: 460000
Published: 2023-08-09
Deadline: 2023-09-07
460000 2023-08-09 2023-09-07
TRANSPORT SERVICES FOR MAJOR EVENTS
UK London Foreign Commonwealth and Development Office

INSTRUCTIONS ON HOW TO ACCESS OUR PROCUREMENT PORTAL AND HOW TO EXPRESS INTEREST IN THIS OPPORTUNITY In order to participate and gain access to all documentation in relation to this procurement, potential suppliers should access the FCDO’s e-procurement portal, JAGGAER, available via the link https://fcdo.bravosolution.co.uk/web/login.html Once logged in, search for project reference project_9453 / pqq_143. The pqq_1438 has a message capability to enable you to communicate with us and advise whether you are interested in Expressing an Interest. If a potential supplier is not registered on the portal, click the link above to be taken to the home page, click the “Click here to register!” button, and follow the on-screen instructions to complete registration. Registration takes approximately 5 minutes and is free of charge. Two-Factor Authentication (2FA) Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER. Other Government Departments: This requirement will be a One HMG contract with service provision available to all Central Government Departments, their Executive Agencies and their Non Departmental Public Bodies (NDPBs), and any successors. Historically, only Partners Across Government (PAGs) on the overseas platform have required this or a similar service. A list of all Central Government Departments, their Executive Agencies and their Non Departmental Public Bodies (NDPBs), and any successors, who may use this contract are listed below: - Foreign, Commonwealth & Development Office Bank of England British Council British Tourist Authority (trading as Visit Britain/Visit England) Cabinet Office, including: - GCSI - Government Communication Service International - GDS: Government Digital Service Centre for Environment, Fisheries & Aquaculture Science (CEFAS) Crown Prosecution Service Department for Business, Energy and Industrial Strategy* Department for Digital Culture Media and Sport Department for Environment Food and Rural Affairs (DEFRA) Department of Health & Social Care Department for International Trade Department for Transport, including: - Maritime and Coastguard Agency Department of Work and Pensions Financial Conduct Authority Food Standards Agency Her Majesty’s Revenue and Customs HM Treasury Home Office, including: - HM Passport Office - Home Office International - Home Office – International Operations [replaces BFI & IEI] - Return Logistics Operations - Homeland Security Groups - UK Visas & Immigration Intellectual Property Office Manchester City Council Medicines and Healthcare Products Regulatory Agency Meteorological Office Metropolitan Police Ministry of Defence, including: - British Defence Section Washington - Defence Attaché Network - Defence Geographic Centre - UK Hydrographic Office National Crime Agency Office for National Statistics Oil Pipeline Agency UK Health Security Agency UK Intelligence Community UK Research & Innovation Devolved Governments: Invest Northern Ireland The Executive Office, Northern Ireland Scottish Enterprise, including: - Scottish Development International Scottish Government Welsh Government, including: - International Business Wales *Department for Business, Energy and Industrial Strategy existed until 2023 when it was split to form the Department for Business and Trade (DBT), the Department for Energy Security and Net Zero (DESNZ) and the Department for Science, Innovation and Technology DSIT). Responsibility for national security and investment policy has gone to the Cabinet Office.

Value:
Published: 2023-08-09
Deadline:
2023-08-09
Q1364 Upgrade Works to Access Control System
UK London Guy's and St Thomas' NHS Foundation Trust

Guy’s and St Thomas’ NHS Foundation Trust is seeking a contractor to carry out upgrade works to the current access control system across various GSTT sites to ensure the ongoing security of Trust buildings.

Value: 460000
Published: 2023-08-08
Deadline: 2023-08-31
460000 2023-08-08 2023-08-31
25020000.00
UK Gloucester Ministry of Defence

MOD is seeking a Delivery Partner to support the MOD's Supply Chain Development Programme (SCDP). The SCDP was announced in the Defence and Security Industrial Strategy (DSIS) and will support the development of UK based small and medium sized enterprises (SMEs) and lower mid-tier defence sector companies to improve their productivity and competitiveness, increasing domestic resilience and export opportunities by providing bespoke business development support.Companies will be put through an initial assessment to identify their development needs, after which they will undertake relevant training modules to address those needs and, finally, undergo a final independent assessment to review the impact of the training package.The Delivery Partner will be required to design, develop, and deliver a flexible programme that can provide tailored development support to supply chain companies across the diverse defence sector. The contract will initially be for a duration of two years, with options to extend for a further two years.The requirement will be split into two work packages where the Delivery Partner will be responsible for the following activities and associated outputs:WP1• Produce implementation plan• Develop IT solution plan• Develop Programme promotion plan• Develop Diagnostic Assessment Framework• Develop course structure and contentWP2• Deliver Programme• Deliver IT Solution• Promote Programme• Deliver Diagnostic Assessments • Delver training and shared learning events

Value: 25020000
Published: 2023-08-08
Deadline: 2023-09-12
25020000 2023-08-08 2023-09-12
IMEI Technical Security Countermeasures - 706940450
UK Corsham Ministry of Defence

Value:
Published: 2023-08-08
Deadline:
2023-08-08
Travel, Transport, Accommodation & Venue Solutions
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/4d8bf661-b5cf-4a27-a782-330949338461 This Prior Information Notice is to signal an intention to commence market engagement with those within the Travel and Venue Management Services market. Crown Commercial Service intends to hold a market engagement face to face session on Wednesday 16th August 2023 and Wednesday 23rd August with 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 registering below: Wednesday 16th August - https://www.eventbrite.co.uk/e/ccs-travel-transport-accommodation-venue-solutions-supplier-engagement-tickets-681633242377 The deadline for registrations for this event is until places are full, or noon on 11th August 2023 Wednesday 23rd August -https://www.eventbrite.co.uk/e/ccs-travel-transport-accommodation-venue-solutions-supplier-engagement-tickets-681642580307 The deadline for registrations for this event is until places are full, or noon on 17th August 2023 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 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 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: 2023-08-02
Deadline:
2023-08-02
Open Banking (Data, Digital Payments & Confirmation of Payee Services) DPS
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

We are holding a supplier webinar on Monday 17th July 2023 to provide an overview of the DPS, seek feedback and respond to any clarifications prior to supplier onboarding commencing in July. To attend this event, please email open-banking-dps@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 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 8 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 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.. Bidders must have the necessary FCA authorisations to provide Open Banking Services. 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 Open Banking Dynamic Purchasing System (Data, Digital Payments and Confirmation of Payee Services) Schedule, “Security Requirement and Plan”, to meet Open Banking Dynamic Purchasing System (Data, Digital Payments and Confirmation of Payee Services) 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/20c33143-9018-461e-9338-d598121968d4 This prior information notice replaces the previous PIN issued on the 27/06/2023 https://www.find-tender.service.gov.uk/Notice/018311-2023

Value:
Published: 2023-08-02
Deadline:
2023-08-02
Buying Better Food and Drink
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/d656a12d-9716-4d30-bc22-e45d2b40a173 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. 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: 2023-08-01
Deadline:
2023-08-01
Decommissioning Nuclear Waste Partnership (DNWP)
UK Warrington Sellafield Ltd

Lot 1 - two Remediation Partners (Sellafield’s intention is that one of the Remediation Partners will be required to work inside of the high security area (“HSA”) and the other Remediation Partner will work outside of the HSA);<br/><br/>Remediation is about cleaning up the Sellafield site over the next century as safely and cost-effectively as possible. As an asset reaches the end of its operational life, remediation addresses the nuclear, radiological and conventional risks through post-operation clean-out, decommissioning, demolition and land remediation. The focus of waste informed nuclear decommissioning up to 2040 includes clearing redundant buildings to make land available for beneficial re-use and preparing to decommission the UK’s oldest nuclear reactor complexes and nuclear fuel handling facilities.<br/>Lot 1 will consist of two Remediation Partners. The Remediation value stream will have a growing scope as more and more of the Sellafield site moves from operations into remediation and decommissioning. This will be reflected in a growing investment over the lifetime of the DNWP framework, subject to annual public sector funding constraints.

Value: 4600000000
Published: 2023-08-01
Deadline: 2023-10-09
4600000000 2023-08-01 2023-10-09
DIXONS ACADEMIES TRUST - THE PROVISION OF FIRE & SECURITY EQUIPMENT SERVICE & MAINTENANCE SERVICES
UK Bradford Dixons Academies Charitable Trust Ltd

Section II.3) – dates refer to the initial contract period and do not include the options of any extensions. Section IV.3.5) – any dates shown are an estimate. In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available. The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers. The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.

Value:
Published: 2023-08-01
Deadline:
2023-08-01
P24-0002: Scottish Enterprise - Security Services (Edinburgh BioQuarter and Scottish Enterprise Technology Park)
UK Glasgow Scottish Enterprise c/o Colliers International

The purpose of this Invitation to Tender (ITT) is to appoint either one or two suppliers to provide on-site security services for Scottish Enterprise’s two main investment sites; Edinburgh BioQuarter and the Scottish Enterprise Technology Park (SETP).The contract will be split into two lots:–1 – Edinburgh BioQuarter (EBQ)2 – Scottish Enterprise Technology Park (SETP)For Lot 1 (Edinburgh BioQuarter EBQ) the contract is anticipated to start in October 2023 for a period of 72 months (6 years) with an anticipated value range of between GBP850k - GBP1.1m.Full details are included within the ITT.

Value: 2800000
Published: 2023-08-01
Deadline: 2023-08-31
2800000 2023-08-01 2023-08-31
North Wales Construction Framework (NWCF3)
UK Ruthin Denbighshire County Council (Lead Authority)

List of potential future users of the Framework No. Organisation Sector: Arts Council of Wales Betsi Cadwaladr Community Health Council, Capital Region Tourism Other Care Council for Wales Careers Wales Cartrefi Conwy Housing Association Cartrefi Cymunedol Gwynedd Housing Association Ceredigion Council County Councils Cheshire East Council County Councils Cheshire West and Chester council County Councils Children's Commissioner for Wales Coleg Cambria Further Education Coleg Harlech WEA North Further Education Colleges Wales (Formally Fforwm) Further Education Community Housing Cymru Housing Association Companies House Central Government Conwy County Borough Council County Councils Conwy Schools Schools Court Services Other Cynnal Cymru - Sustain Wales Other Data Cymru Denbighshire County Council County Councils Denbighshire Schools Schools DVLA Other Estyn First Choice Housing Association Housing Association Flintshire Schools Schools Flintshire County Council County Councils Food Standards Agency Other General Teaching Council for Wales Glyndwr University Higher Education Grŵp Cynefin Housing Association Grwp Llandrillo- Menai Further Education Gwynedd Council County Councils Gwynedd Schools Schools Hafan Cymru Housing Association Organisation Sector HEFCW Isle of Anglesey Schools Schools Isle of Anglesey County Council County Councils Local Government Boundary Commission Melin Homes Housing Association Mid-Wales Housing Association Housing Association National Library of Wales National Museum & Galleries Wales National Resources Wales Newydd Housing Association North Wales Fire and Rescue Service Emergency Services North Wales Housing Housing Association North Wales Police Emergency Services Office For National Statistics Other One Voice Wales (Town & Community Councils) Other Parliamentary Service (National Assembly for Wales Commission) Pennaf Housing Group Housing Association Pobl Group Housing Association Polish Housing Society Housing Association Powys Council County Councils Royal Commission for Ancient & Historical Monuments of Wales Royal Mint Other Snowdonia National Park Social Security Improvement Agency (SSIA) Sports Council for Wales Tai Ceredigion Housing Association The Carbon Trust Other The Patent Office Central Government Town & Community Councils Local Government University of Wales Bangor Higher Education Valuation Tribunal for Wales Wales and West Housing Housing Association Wales Audit Office Assembly Government Sponsored Bodies Wales Environment Trust Charities & Third Sector Welsh Government Central Government Welsh Government sponsored bodies Welsh Language Board Assembly Government Sponsored Bodies Organisation Sector Welsh Local Government Association Other WRAP Other Wrexham County Borough Council County Councils Wrexham Schools Schools NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=133499. Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are: Information provided in the tender (WA Ref:133499)

Value:
Published: 2023-07-31
Deadline:
2023-07-31
P24-0002: Scottish Enterprise - Security Services (Edinburgh BioQuarter and Scottish Enterprise Technology Park)
UK Glasgow Scottish Enterprise c/o Colliers International

The purpose of this Invitation to Tender (ITT) is to appoint either one or two suppliers to provide on-site security services for Scottish Enterprise’s two main investment sites; Edinburgh BioQuarter and the Scottish Enterprise Technology Park (SETP).The contract will be split into two lots:–1 – Edinburgh BioQuarter (EBQ)2 – Scottish Enterprise Technology Park (SETP)The contract(s) are anticipated to start in October 2023 for a period of 72 months (6 years) with an overall anticipated value range of between GBP2.15m - GBP2.8m (both lots).Full details are included within the ITT.

Value: 2800000
Published: 2023-07-31
Deadline: 2023-08-31
2800000 2023-07-31 2023-08-31
Concierge and Security Contract - Acorn House and Brook House
UK UK-Basildon: Miscellaneous business-related servic Basildon Borough Council

Concierge and Security Contract - Acorn House and Brook House

Value: 300000
Published: 2023-07-29
Deadline: 2023-08-14
300000 2023-07-29 2023-08-14
IT1760_NETWORK HARDWARE REFRESH
UK Trowbridge Wiltshire Council

Wiltshire Council’s access layer network hardware has now aged, with a significant volume requiring replacement to ensure compliance with security requirements regarding life-cycle age. This network equipment allows council systems to communicate, and allows staff to work in our buildings, both the main sites (County Hall, Monkton Park, Bourne Hill) and remote sites (libraries, leisure centres, depots etc)

Value:
Published: 2023-07-29
Deadline: 2023-08-28
2023-07-29 2023-08-28
UKRI-2953 MRC Harwell Security Service
UK Swindon UK Research & Innovation

Security Service for MRC Harwell.

Value: 1050000
Published: 2023-07-28
Deadline: 2023-08-28
1050000 2023-07-28 2023-08-28
Healthcare Soft Facilities Management (FM) 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/0cd7f2f9-4a25-47e9-a36f-2ded0734ac11 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. 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, there is no limit on the number of places on the framework. The competition process is set out in the ITT documentation. 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: 2023-07-28
Deadline:
2023-07-28
Concierge and Security Contract - Acorn House and Brook House
UK UK-Basildon: Miscellaneous business-related servic Basildon Borough Council

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

Value:
Published: 2023-07-28
Deadline:
2023-07-28
Concierge and Security Contract - Acorn House and Brook House
United Kingdom UK-Basildon: Miscellaneous business-related servic Basildon Borough Council

Concierge and Security Contract - Acorn House and Brook House

Value: 300000
Published: 2023-07-28
Deadline:
300000 2023-07-28
Lone Worker Security - Mobile Application
UK Lincoln Lincolnshire Community Health Services NHS Trust

The Authority seek a supplier to provide a lone worker application solution and support services. The key objectives are: <br/>(a) A software application solution that enables smartphones to be used as lone worker devices, must be accessible on all phones i.e. Android, IOS, Windows<br/>(b) A supporting system that can track every user, store user details, where users are located, where they are going to, what their specialism is and what qualifications they have.<br/>(c) Access to an emergency call centre that is manned 24/7.<br/>(d) Ability for application to be available on personal devices as well as Authority provided devices

Value: 600000
Published: 2023-07-27
Deadline: 2023-08-30
600000 2023-07-27 2023-08-30
NJORD PQQ Contract Notice
NUTS: UK UK Ministry of Defence

The UK Government has set its ambition to deliver 50Gw of green energy by 2030 delivered by numerous offshore windfarms that shall be built and commissioned during a rolling programme of works from 2025 and beyond. The fleet of UK Air Defence (AD) Radars are installed strategically around the UK and provide the Recognised Air Picture (RAP) enabling UK air defence system to identify non-cooperative targets within the UK area of interest, enabling the Quick Reaction Alert (QRA) in support to National Security Objective 1 (NSO1). Each of the future offshore windfarms will have a unique, detrimental impact upon the RAP as they will reduce the volume of air space that the AD radars can effectively survey, reducing the MOD’s ability to deliver its tasks under NSO1.Programme NJORD (herein referred to as NJORD) has been established in response to a need for capabilities that will mitigate the negative impact introduced by offshore windfarms and maintain, the RAP at its full capability as established prior to the introduction of offshore windfarms. NJORD is an RAF programme with the procurement activity and contract management, through life for the capability / capabilities, being managed by the Air Defence and Electronic Warfare Systems (ADEWS) Delivery Team (DT) within Defence Equipment & Support as the RAF’s delivery agent. To achieve this, NJORD shall focus on ensuring the continued Primary Surveillance capability currently provided by the RAF’s air defence remote radar heads which would otherwise be degraded by offshore windfarms. The capability may be comprised of an asset or assets that mitigate individual windfarms or numerous assets that comprise a system of mitigations.The anticipated potential solutions for the procurement include but are not limited to the following.• TAO 1 – Replace the current AD radar fleet. • TAO 2 - Gap Fill Radar / Supplementary Radar. • TAO 3 - Adjunct System / Modification to AD radar fleet. • TAO 4 - Unmanned Air Vehicle (UAV)s. • TAO 5 - Low orbit satellite technology. • TAO 6 - Optical Trackers. This Contract Notice is notification of the PQQ release for this opportunity. The intention is to set up a framework for mitigation solutions that will be procured through a series of call-off competitions including trial demonstrations.Should your Organisation wish to participate please use the following link: https://contracts.mod.uk/go/7978799001899229581DDeadline for PQQ submissions is 25/08/2023

Value:
Published: 2023-07-27
Deadline: 2023-08-25
2023-07-27 2023-08-25
The Provision of Security Systems Maintenance
UK Loughborough Loughborough University

The planned preventative and reactive maintenance of campus wide security systems including alarm monitoring system, intruder alarm system, CCTV system.

Value: 460000
Published: 2023-07-27
Deadline: 2023-09-11
460000 2023-07-27 2023-09-11
Managed Security Operations Centre and Security Event and Information Management System (SIEM) for Karbon Homes
UK Newcastle Karbon Homes

The purpose of this tender is to invite prospective vendors to submit a proposal to supply a Managed Security Operations Centre and Security Event and Information Management System (SOC & SIEM) to Karbon Homes. The tender provides vendors with the relevant organizational, operational, service and performance, system, security, and architectural requirements of the service.

Value:
Published: 2023-07-27
Deadline: 2023-09-06
2023-07-27 2023-09-06
Provision of Support in Refuge for Men & Children Escaping Domestic Abuse
UK Truro Cornwall Council

Cornwall Council, as commissioner on behalf of the Safer Cornwall Partnership, currentlyprovides support within safe accommodation to men and children who have experienced domesticabuse and who may require additional support in relation to other vulnerabilities.The key aim of the service is to increase the safety of individuals through the supplier’sprovision of specialist safe accommodation and person-centred, trauma informed supportservices that empower the individuals to take control of their lives, understand their own andothers’ behaviours and how they can support themselves. Support will be providedaccording to assessment of risk and need and delivered by trained and experienced workerswith a high level of understanding of the specific needs.This service must be delivered in a safe and protective environment through, dedicated buildings with shared or self-contained housing with communal areas that will enable peer support, and where possible having appropriate adaptations to meet the needs of those with disabilities. The services will also provide culturally sensitive related support and accommodation to men from ethnic minority backgrounds and consider referrals for transgender men or individuals that self-identify as non-binary, based on circumstances and appropriate risk assessment.The supplier will provide a minimum of 5 units of furnished specialist safe accommodation in Cornwall, as detailed in the tender documents and that meet or exceed the required specification. This includes appropriate security; 7 days a week, 24 hour, in person or on call tailored support for service users accommodated on a license agreement for an optimal 20 week stay; men aged 16 and above, with or without children who are escaping domestic abuse and who may also have additional vulnerabilities.Tenders are invited by Cornwall Council from Providers with relevant experience and ability to demonstrate sufficient capacity within available budget funding envelope, for the Provision of support in Safe Accommodation for men and children escaping Domestic Abuse, for an initial four year period commencing April 2024, with an option for extending the contract by up to a further six years, in three year increments.For the avoidance of doubt, the maximum available budget for this service is £135k for the first year and bidders exceeding this available budget will be deemed to be unsuitable.The procurement documents are available for unrestricted and full direct access, free of charge, at the address provided, where more information can be obtained and where Tenders or request to participate must be electronically submitted.

Value:
Published: 2023-07-27
Deadline: 2023-09-13
2023-07-27 2023-09-13
Furniture & 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/81610446-d56e-4c5e-98fa-f59a79a59069 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserves 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: 2023-07-27
Deadline:
2023-07-27
National Fraud Initiative (NFI) Data Matching and IT Services
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 Data Matching Services market. A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/Manage/Value/f49204fe-1b3e-426a-8e4e-6bb12b1cd9bc CCS in conjunction with the Cabinet Office is holding a virtual pre-market engagement workshop on Wednesday 30/08/2023 at 10.00 am, with industry experts and suppliers interested in potentially bidding for the resulting replacement Contract. The purpose of the engagement event is to provide an opportunity to: - For potential bidders to obtain a clear understanding of what business outcomes the Cabinet Office require and ask questions regarding the proposed scope of services under development. - For potential bidders to obtain an outline of the intended procurement timetable using the competitive procedure for negotiation to put the replacement Contract in place. - For the Cabinet Office to obtain market views, thoughts and ideas on how to develop the draft scope of services to maximise market interest, innovation and value for money. - Interested bidders will be invited to complete an industry survey after the event. If you are interested in participating in the pre-market engagement virtual workshop and receiving the industry survey, please email commercial@cabinetoffice.gov.uk by 5pm on 11/08/2023 to register your interest. Joining instructions and access to the virtual workshop will be sent to those who register, along with further information in relation to the requirement. These engagements are specifically intended to influence the strategy development for the provision of the replacement Contract. CCS and the Cabinet Office are committed to supporting the government's drive to open competition and increase opportunities for small and medium enterprises (SME) Suppliers and all suitably qualified and experienced SMEs are encouraged to participate in this market engagement exercise. 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, and that this certification is renewed annually. The CCS and the Cabinet Office reserve the right not to commence any formal procurement process, discontinue any procurement it commences and not to award any Contract. The estimated date of contract publication in section II.3 is subject to change based on Cabinet Office governance approvals.

Value:
Published: 2023-07-27
Deadline:
2023-07-27
ET085 Access Control Services and Maintenance
UK Liverpool Liverpool School of Tropical Medicine

The purpose of this project is to provide quotations on the Service and Maintenance of the Liverpool School of Tropical Medicine's existing Security Systems: Access Control, CCTV, Intruder Alert System and other associated equipment and consumables located across their Liverpool campus. There is also an opportunity for suppliers to quote on ad hoc project work; the supply and installation of additional security systems as LSTM are constantly investing and acquiring new buildings (there is no guarantee of any additional installations at the point of publication of this tender).

Value: 180000
Published: 2023-07-25
Deadline: 2023-08-24
180000 2023-07-25 2023-08-24
Hardship and Cost of Living Data Processing & Provision
UK London Foreign Commonwealth and Development Office

DETAILS OF WHERE TO ACCESS THE INVITATION TO TENDER The full Invitation To Tender pack is available via the Authority's proprietary e-procurement system, Jaggaer. Registration is required, and is free of charge - see portal link below: - https://fcdo.bravosolution.co.uk/web/login.html Once registered, if not already, search for project_9692 / itt_5816 NOTE: ACCESS TO JAGGAER AND TWO-FACTOR AUTHENTICATION (2FA) Potential suppliers should note that two-factor authentication will be required to access the FCDO’s e-procurement portal, JAGGAER, which requires Google Authenticator to be downloaded onto a mobile device. For more information in relation to two-factor authentication, a guide can be accessed by clicking the link on the home page of the FCDO’s e-procurement portal, JAGGAER. A LIST OF ALL CENTRAL GOVERNMENT DEPARTMENTS, THEIR EXECUTIVE AGENCIES & THEIR NON-DEPARTMENTAL PUBLIC BODIES (NDPBs), & ANY SUCCESSORS, WHO MAY USE THIS CONTRACT IS AS FOLLOWS: - Foreign, Commonwealth & Development Office Bank of England British Council British Tourist Authority (trading as Visit Britain/Visit England) Cabinet Office, including: - GCSI - Government Communication Service International - GDS: Government Digital Service Centre for Environment, Fisheries & Aquaculture Science (CEFAS) Crown Prosecution Service Department for Business, Energy and Industrial Strategy* Department for Digital Culture Media and Sport Department for Environment Food and Rural Affairs (DEFRA) Department of Health & Social Care Department for International Trade Department for Transport, including: - Maritime and Coastguard Agency Department of Work and Pensions Financial Conduct Authority Food Standards Agency Her Majesty’s Revenue and Customs HM Treasury Home Office, including: - HM Passport Office - Home Office International - Home Office – International Operations [replaces BFI & IEI] - Return Logistics Operations - Homeland Security Groups - UK Visas & Immigration Intellectual Property Office Manchester City Council Medicines and Healthcare Products Regulatory Agency Meteorological Office Metropolitan Police Ministry of Defence, including: - British Defence Section Washington - Defence Attaché Network - Defence Geographic Centre - UK Hydrographic Office National Crime Agency Office for National Statistics Oil Pipeline Agency UK Health Security Agency UK Intelligence Community UK Research & Innovation Devolved Governments: Invest Northern Ireland The Executive Office, Northern Ireland Scottish Enterprise, including: - Scottish Development International Scottish Government Welsh Government, including: - International Business Wales *Department for Business, Energy and Industrial Strategy existed until 2023 when it was split to form the Department for Business and Trade (DBT), the Department for Energy Security and Net Zero (DESNZ) and the Department for Science, Innovation and Technology (DSIT). Responsibility for national security and investment policy has gone to the Cabinet Office.

Value:
Published: 2023-07-24
Deadline:
2023-07-24
Digital Professional Services, Technical Expertise and Rapid Resource Deployment
UK London Ofgem

Ofgem will require the successful tenderer(s) to deploy highly skilled project teams or individuals to deliver against a defined set of requirements, within an agreed and signed ‘Statement of Work’ (SOW) along with clear delivery and payment milestones for individual programmes / projects / requirements.The nature of requirements will include, but not be limited to, consultancy and professional services, to research, test, design, build, release, iterate, support, project manage or retire digital services.As part of the requirement, Ofgem will be looking to deploy specialists for short, medium, and potentially longer-term assignments in areas such as:* User experience and design* Performance analysis and data* Security* Technical service delivery* Software development* Infrastructure* Support and operations* Testing and auditing* User research* Project Management* IT engineering, including technical leads and DevOps* Supplier and procurement management (Working with Ofgem’s Procurement and Digital Commercial Teams)* The tenderer may be expected to sub-contract outside resource where they are unable to directly deliver Ofgem's requirements due to technical speciality or within a reasonable timescale.Ofgem would expect all services within the contract to be delivered “off-payroll”, outside of IR35.Tenderers should expect to provide their own equipment, but may be required to use Ofgem equipment or a VPN solution in order to securely access and update sensitive documentation and content.Further information can be found in the attached 2023-040 Rapid Resource Deployment ITT document.

Value: 15000000
Published: 2023-07-22
Deadline: 2023-08-16
15000000 2023-07-22 2023-08-16
Tender for The Knowledge of Life in the UK (LitUK) Testing Service
NUTS: UK UK Home Office

Since 2005, citizenship applicants have been required to show an understanding of Life in the UK (LitUK). The requirements were extended to indefinite leave to remain (settlement) applications in 2007. c200,000 customers have taken the test in the past year. LitUK is currently a computer based multiple choice test containing 24 questions and is designed to test customers knowledge of life in the UK with a 75% pass mark.The customer has 45 minutes to answer questions based on the content of the Life in the UK handbook.Tests are taken under Home Office prescribed secure conditions where secure relates to:1. Processes to verify the identity of the customer;2. Ensuring that it is only the validated customer who takes the test and does so under exam conditions with an appropriately trained invigilator to eliminate the ability to cheat; and3. Ongoing audits, both internal and via external independent auditors, of the physical test points, processes and delivery systems in order to ensure that the security and integrity protocols are being strictly adhered to.There are currently c30 test centres in the UK and one overseas test centre in Cyprus (MOD premises) with an average travel time for candidates to the centre of their choice of less than 30 minutes. There are several exceptions to those who must take the test if the customer is:1. under 18 years of age2. over 65 years of age3. has passed it before4. has a long term physical or mental conditionProvision of the knowledge of life and language in the UK tests are a statutory service and the fee for taking the test must be and are set in legislation by the Home Office.The Immigration and Nationality (Fees) Regulations 2018 specify in Schedule 11, the current fee, at the time of publishing this ITT is £50. Any change to the fee amount must be enabled by a change to these Regulations, prior to the new fee being charged and are not set by the Supplier of the service.

Value: 8500000
Published: 2023-07-22
Deadline: 2023-09-08
8500000 2023-07-22 2023-09-08
Security and Site Access Management
UK Bath Avon and Wiltshire Mental Health Partnership NHS Trust

The Trust is seeking a supplier to provide security services to the Trust’s BNSSG area, across two of its main sites.

Value:
Published: 2023-07-21
Deadline: 2023-08-21
2023-07-21 2023-08-21
Security Systems Service and Support Contract
UK Southend MSE Group

Competitive procurement of a Security Systems Service and Support Contract.

Value:
Published: 2023-07-21
Deadline: 2023-08-17
2023-07-21 2023-08-17
Third Party Due Diligence Security Assessment Partner
UK London Financial Conduct Authority

The FCA is seeking a partner to provide Third Party Due Diligence Security Assessments, as stated in the procurement documents.

Value: 300000
Published: 2023-07-21
Deadline: 2023-08-21
300000 2023-07-21 2023-08-21
Security Screening Maintenance and Training
UK Edinburgh The Scottish Parliament Corporate Body

The SPCB requires a Contractor to provide maintenance, technical support and training provisions for security screening equipment at The Scottish Parliament.Screening requirements are fulfilled using a range of equipment from manufacturers including Astrophysics, Rapiscan and Garrett. The contractor must be capable of maintaining all current equipment. To mitigate risk, the Contractor is required to provide a minimum of four scheduled maintenance service visits per year. The maintenance service inspections should include as a minimum:Machine Physical Inspection including visual checks of shielding Machine Functional Test including functional checks of warning devices and interlocksSoftware Functional TestSoftware upgrades on all equipmentRecalibrationRadiation Leakage InspectionMaintenance CertificationAll inspection, maintenance and repairs should be conducted by technicians who have a minimum of an electrical or mechanical qualification, a City and Guilds or equivalent. The technicians ideally will be certified by the manufacturers of the x-ray scanners being used.The Contractor is responsible for all necessary repairs, maintenance and inspections of the equipment to ensure it is performing the required function and is maintained in a safe condition at all times.The Contractor must ensure that comprehensive radiation leakage tests are carried out at least annually in line with UK Health Security Agency guidance.The contractor must provide technical support including telephone support and same working day emergency call-out responseThe contractor must offer a genuine manufacturer part replacement service (Astrophysics XIS and Rapiscan EMEA parts only) and maintain a supply of consumables and standard stock items.Training RequirementsTo meet the on-going training requirements of x-ray operators, the contractor offering must include a computer-based training (CBT) x-ray simulator. The CBT should have an up-to-date database of images, the ability to randomise the images and a review facility which shows both the X-ray image and a photograph of the item. To ensure the database can grow and be realistic, the CBT must be capable of importing images from the existing x-ray scanners. The CBT must also be able to replicate the unique Advanced Operator Control Panel (AOCP)” which is installed on the current X-ray scanners.To ensure training can fit around operational commitments and still fulfil the 6x6 requirement, the CBT must be web-based and available to use 24/7 It must be compatible with commonly used browsers including Microsoft Edge and Google Chrome. The CBT must be able to support at least 80 users and have administrator functions. Each user must have an individual profile which can be centrally managed by the administrator.

Value:
Published: 2023-07-21
Deadline: 2023-08-23
2023-07-21 2023-08-23
628B_23 Security Surveillance Equipment and Services (Integrated Security Solutions)
UK LEICESTER ESPO

An ESPO national framework which covers Integrated Security Solutions (Public and Private space CCTV, Access Control Systems and Intruder detection systems). This framework will supplement ESPO's 628_23 Security and Surveillance Equipment and Services framework.

Value: 22500000
Published: 2023-07-21
Deadline: 2023-08-18
22500000 2023-07-21 2023-08-18
Third Party Due Diligence Security Assessment Partner
UK London Financial Conduct Authority

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2023-07-20
Deadline:
2023-07-20
Security Screening Maintenance and Training
UK Edinburgh Scottish Parliamentary Corporate Body

The SPCB requires a Contractor to provide maintenance, technical support and training provisions for security screening equipment at the Scottish Parliament

Value:
Published: 2023-07-19
Deadline: 2023-08-23
2023-07-19 2023-08-23
Legal Publications
UK London Ministry of Justice

The Authority is managing this procurement in accordance with its general obligations under the Laws of England and Wales in accordance with the Open Procedure set out in the Regulations. Based on the Authority’s assessment of the Bidders’ economic and financial security, some Bidders may be required to provide a signed Parent Company Guarantee within 15 working days of the Call-Off Contract Decision Letter. If a Parent Company Guarantee, signed by a Parent or Ultimate Parent Company with suitable economic and financial standing is not provided to sufficiently assure the Authority within the requested timescale, the Call-Off Contract(s) will not be placed with the Bidder. The Bidder will need to Register on the MOJ Sourcing Portal (at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html) if they do not already have an account which directly relates to the part of their organisation that is submitting the Tender. Once logged in, navigate to ‘ITTs Open to All Suppliers’ and then select ‘ITT_7494’ which relates to the Legal Publications Framework. The ITT documents are within the Attachments Tab. Further detail on the competition process is provided in the Invitation to Tender documents within the Attachments drop down menu.

Value:
Published: 2023-07-17
Deadline:
2023-07-17
Security Services
UK Aberdeen Robert Gordon University

Security Services for Robert Gordon University

Value:
Published: 2023-07-13
Deadline: 2023-08-14
2023-07-13 2023-08-14
Workforce Solutions Framework
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/9ada8912-27b3-4fc4-8f8c-ad66a0587cd6 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 participate in the dialogue 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. 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: 2023-07-13
Deadline:
2023-07-13
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