Talk to us 01204 238 046

The Ultimate Guide to Winning Legal Services Tenders

Written by

|

Apr 27, 2023

Accounting for around 2.7% of the UK GDP, legal services play a crucial role in supporting and creating economic activity across a wide range of industries and sectors. Contributing an estimated £60.3 billion to the UK economy annually, follow our top tips for winning legal services contracts and boost your small, medium sized enterprise (SME).

What are legal services tenders?

The tendering process is a method of procurement used by the public and private sectors to buy legal services. The types of legal services commonly tendered for include, but are not limited to:

  • Contract, commercial and corporate
  • Debt recovery
  • Litigation, reparation, employment, and inquiries
  • Major infrastructure and commercial projects
  • Property
  • Legal technology

Tenders are your opportunity to respond to the needs of the buyer and prove why you are the best business to supply their needs (almost like an audition). You will be competing against firms and businesses that offer similar services, so demonstrating your USPs and ways that you can add value to your solution will help set you apart from the competition.

As contracts are awarded on the basis of being the ‘Most Economically Advantageous Tender’ (MEAT), your tender will need to prove that your legal services are the best value for money. This is especially true for public contracts which procure legal services for public use, which is funded by the Taxpayer. Being the MEAT does not necessarily mean that your service is the cheapest option, but that your costs can be justified by the quality of your service and social value. Read more about social value here.

The bidding process is designed to ensure that buyers obtain high-quality legal services at a fair price, while also promoting competition and transparency during the selection process. What this means is that SMEs have a fair chance to win contracts even when competing against huge firms/businesses. This is further supported by the UK Government’s commitment to procuring 30% of its contracts from SMEs annually.

Where can I find legal services tenders?

All public legal services contracts are listed on the Government websites Find a Tender and Contracts Finder. However, we recognise that these can be difficult to navigate and keep track of, which is why we recommend using our free-to-use Tender Pipeline.

Tender Pipeline collects all opportunities from the Government sites and collates them in one easy-to-search place. Make sure you never miss an opportunity again by setting alerts for key words straight to your email, and check out our Search and Selection service that lets us do the hard work for you! Click here to sample the legal services contract opportunities live on Tender Pipeline.

Opportunities for private contract award are harder to find as private organisations are not required to advertise opportunities publicly. This means that unless you are known to the buyers, or in the right place at the right time, you may be missing out on countless opportunities.

Give your SME the greatest opportunity for contract award by bidding for public sector legal services contracts and use our top tips to make your bid stand out.

What are legal services frameworks?

Rather than bidding for a direct contract award where there is only one successful supplier (or as otherwise specified), frameworks are a list of suppliers from which the public buyer can choose to award contracts. Buyers can choose to either directly award contracts to a framework supplier, or they can choose to put the opportunity out to tender between the approved suppliers. Framework award follows the same winning criteria as the tendering process, being the MEAT. Frameworks are trusted providers of suppliers to big-name, big-spending buyers.

As such, when you are bidding for a framework, you are not bidding for contract award, but rather for a place on their successful suppliers list. Framework award doesn’t necessarily guarantee you contract award, but it certainly does narrow down the pool of competing suppliers for any opportunities that come up during the framework lifetime. Frameworks award placements to several suppliers at a time, rather than directly awarding just one. This means that bidding for framework placement gives you greater odds of visibility verses traditional procurement methods. Another key point is that frameworks are fantastic for firm/business exposure. The kinds of buyers who will have access to this list of suppliers are buyers who are looking to procure legal services. Think of it as a concentrated pool of legal services buyers and suppliers. You can also access live frameworks to identify your competition and improve your service delivery to make sure you are in the best position when writing and submitting your bid.

Click here to learn more about frameworks!

Speak with a bid writing expert today

Talk to us

Where can I find legal tender frameworks?

There are several legal services frameworks, each varying in size and scope. Below are 4 of our recommended frameworks for legal services SMEs to consider joining.

Note: Some framework opportunities mention ‘lots’. This is where the opportunity is split into parts, each varying in requirements, for example covering geographic areas or differing in scope. Each lot will award a specified number of suppliers, but this may differ between different lots within the same opportunity.

Framework

Scope

Crown Commercial Services (CCS)

Renewing in November 2024, is a 3 year framework with opportunities for 12 month extension listing 17 suppliers over 2 lots:

  1. General legal advice and services
  2. Finance and complex legal services

Offering contract opportunities in 60 specialist areas, this framework covers:

  • Contracts
  • Corporate finance
  • Dispute resolution and litigation
  • Employment law
  • High value or complex merger and acquisition activity
  • Intellectual property law
  • Public procurement law
  • Real estate and real estate finance
  • Rescue, restructuring and insolvency
  • Projects of exceptional innovation and complexity
  • Public inquiries and inquests

Crescent Purchasing Consortium (CPC)

CPC are an education-sector framework that procure legal services including, but not limited to:

  • Academy conversion
  • Human resources
  • Contracts and contract law
  • Public procurement law
  • Procurement legal advice
  • Employment law
  • Intellectual property law
  • Insolvency
  • Complex mergers
  • Corporate finance
  • Dispute resolution and litigation
  • General legal advice

This framework is split in to 7 lots and is shared between 47 approved suppliers. This is a 3 year framework with an optional extension period of 12 months, due to renew in May 2025.

NHS London Procurement Partnership

This is an NHS framework that specialises in:

  • Corporate and commercial law
  • Employment law
  • Property law
  • Health law
  • Primary Care law
  • Mental Health law
  • Laws relating to healthcare projects
  • NHS governance and public law

NEPO

Next renewing on 02/09/2023, this framework is split between 36 suppliers and 12 lots:

  • Lot 1 – General Requirements – All
  • Lot 2 – Specialist requirements – Conveyancing
  • Lot 3 – Specialist Requirement – Housing
  • Lot 4 – Specialist Requirement – Family
  • Lot 5 – Specialist Requirement – Education
  • Lot 6 – Specialist Requirement – Prosecutions
  • Lot 7 – Specialist Requirement – Licensing
  • Lot 8 – Specialist Requirement – Litigation
  • Lot 9 – Specialist Requirement – Insolvency
  • Lot 10 – Specialist Requirement – Debt Recovery
  • Lot 11 – Specialist Requirement – Highways
  • Lot 12 – Specialist Requirement – Employment Law

Why should I bid for legal tenders?

Offering additional payment protection through highly regulated public procurement procedures, winning public sector legal services contracts can afford your SME guaranteed income for the duration of the contract. This is a more secure guarantee than private sector companies where there is the constant possibility of the buyer’s company dissolving/breaking contract terms resulting in an unexpected loss of income and work.

Payment assurance is further protected for public contracts as buyers are bound to the Prompt Payment Policy. This ensures that suppliers pay at least 90% of their invoices to SMEs within 5 days, and 100% within 30 days.

Furthermore, typically running for between 3-5 years, public legal services contracts are a reliable source of income without the hassle of having to constantly be on the lookout for your next opportunity. Direct your resources back into your service and get in touch to see how we can help you write winning bids.

Are legal tenders right for my SME?

Tender suitability will always vary between opportunities, but a top tip for companies looking to secure legal contracts is to make sure that your service meets the requirements of the specification. We know how exciting it can be to find the perfect opportunity, or how eager you may be to start winning public sector contracts. But it’s important to remember that a considered and targeted approach will always score more highly than repurposed and generic response.

Speak to our expert bid writing team to discuss the best approach to tendering for your SME.

Bid writing top tips for legal tenders

Winning legal bids since 2009, our bid writers have listed 3 common mistakes and oversights made by non-professional writers when bidding for legal services contracts. Follow our top tips and make your bid stand out from the crowd.

  1. Write in plain speak: The awarding panel will thank you for writing easy-to-read bids that follow simple sentence structures. The easier you make it for the panel member to identify and understand your bid, the higher the score you are allowing yourself to be awarded. This is because the information is presented clearly and not hidden in convoluted sentences, reducing the chance of any important information being missed or misunderstood. Top tip: Other ways to make your bid easy to read include:
    1. Using images/diagrams to demonstrate complex ideas
    2. Using bold to draw attention to important information
    3. Using headings to guide the reader through your bid. (This is an especially good opportunity to use the question’s text to show that you are answering the question directly)

How Thornton & Lowe can help you win legal services contracts

Make your legal services tenders pay with the help of Thornton & Lowe.

We know that our clients have what it takes to win, and we champion the SMEs that make it

happen. With a success rate of 75% and 90% client retention, get in touch and let us be the voice that wins your business legal services contracts today!

Speak with a bid writing expert today

Talk to us
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
ID 4789374 DoF - DSO Legal Services Framework
UK BELFAST Departmental Solicitor's Office

The overall estimated value of the framework agreement over 4 years is anticipated to be £1,333,333. To ensure the framework is future proofed a higher estimate is included to ensure cover. . Also this is a demand driven requirement and therefore it would be difficult to provide a breakdown per lot. .. . Suppliers not delivering. on contract requirements is. a serious matter. It means the public purse is not getting what it is paying for. If a Supplier fails to reach. satisfactory levels of contract. performance they will be given a specified time to improve. If, after the specified time, they still fail to reach. satisfactory levels of contract. performance, the matter will be escalated to senior management in CPD for further action. If this occurs. and their performance still. does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave. professional misconduct. and they may be issued with a notice of Unsatisfactory Performance and the contract may be terminated.. The issue of a notice of. Unsatisfactory Performance will result in the Supplier being excluded from all procurement competitions. being undertaken by Centres. of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the. date of issue of the notice. . The Framework Agreement is being let by Departmental Solicitor's Office on behalf of Government Departments and Agencies. The list of Government Departments and Agencies are included within the tender document - Annex A of the Specification.

Value:
Published: 2024-03-20
Deadline:
2024-03-20
Level 5 Diploma in Education and Training training
UK London Ministry of Justice

The MoJ would like providers to express their interest in this requirement by 5th April 2024 at 12.00 noon British Summer Time (Invites will be sent out later that day) by sending a message via our e-sourcing platform (Jaggaer):- https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Please include the following detail in your message; - Quoting Reference - Level 5 Diploma in Education and Training Reference 'PQQ_419' - Full name - Company/organisation name - Contact details (E-mail and phone number) All responders (With a limit of 3 attendees per providers) will receive an invite to the Teams event on Tuesday 9th April 2024 at 10am. If you do have an account, please register on Jaggaer to create an account. If you have problems registering please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding and the Authority reserves the right at it’s absolute discretion to amend it at the time of issue of any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Value:
Published: 2024-03-20
Deadline:
2024-03-20
Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance
UK Leeds NEUPC Ltd

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this Framework may be suitable for economic operators that are small or medium enterprises (SMEs). However, evaluation and any selection of tenderers will be based solely on the criteria set out for the procurement in the ITT, particularly Section 1.5 and Section 4. Please see the ITT document Section 1.6 for any possible variances to the number of suppliers to be appointed to this Framework All agreements resulting from this ITT shall be available to and apply to: (i)all current Participating Consortia and Members who are "contracting authorities" (as defined in The Public Contracts Regulations 2015). (ii)all current Participating Consortia and Members who currently, and may in the future, fall outside of the legal definition of "bodies governed by public law" for the purposes of The Public Contracts Regulations 2015. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015 For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2024-03-20
Deadline:
2024-03-20
1800000.0
UK London Department for Energy Security & Net Zero

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.

Value:
Published: 2024-03-20
Deadline:
2024-03-20
Legal Services for Forth Valley College
UK Falkirk Forth Valley College

Provision of legal advice and support services.

Value: 250000
Published: 2024-03-14
Deadline: 2024-04-17
250000 2024-03-14 2024-04-17
Legionella & Water Hygiene Services
United Kingdom UK-UK-Hoddesdon: Residential property services.: R BIP SOLUTIONS LIMITED

The Supplier is to undertake the risk assessing and a routine maintenance plan for the monitoring, temperature checking, sampling, chlorination and cleaning of water systems including certain remedial Works and/or Services, where required as authorised by the B3L Framework Agreement Manager. These Works and/or Services are to be undertaken within B3Ls property portfolio, where legal landlord obligations are to be met and any updated issue and/or updates of all relevant Products, Works and Services UK National and European standards, Codes of Practice, Legislative Acts, British and International Organisation for Standardisation (ISO) Standards and Industry Best Practice requirements throughout the duration of the Framework Agreement.

Value:
Published: 2024-03-12
Deadline:
2024-03-12
GSS24061 - Travel Assistance Centre
UK SWINDON UK Research and Innovation

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: https://www.uksbs.co.uk/clients/

Value:
Published: 2024-03-08
Deadline:
2024-03-08
Legal Support Services
UK Edinburgh Hanover (Scotland) Housing Association Ltd

2. The purpose is to establish legal service providers to ensure capacity and sufficient coverage of specialisms, which we will draw upon, as and when required, to provide the legal services, advice and guidance that Hanover requires.1. Suitably qualified, experienced, and professional legal service providers are invited to tender for the provision of Hanover’s Legal Services which will be procured in lots

Value: 65000
Published: 2024-03-06
Deadline: 2024-03-29
65000 2024-03-06 2024-03-29
Patient Advocacy Services
UK Sheffield Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")

NOE CPC are seeking engagement with providers of Advocacy Services to the NHS with a view to help inform the outputs of a future procurement of a framework agreement for these and other aligned services. <br/><br/>Everyone has a legal right to advocacy and public authorities are responsible for arranging independent advocacy services to assist people making or intending to make complaints, effectively supporting individuals during assessments, care planning, safeguarding and reviews and collaborating with families, friends, carers, commissioners and providers. <br/><br/>Our intention at present is to award a multi-lotted framework agreement, for the services detailed below: <br/><br/>• Independent advocates for patients using social care services (as per the Care Act 2014 and the Care and Support statutory guidance)<br/><br/>• Independent mental capacity advocates (as per the Mental Capacity Act 2005 and its Code of Practice)<br/><br/>• Independent mental health advocates (as per the Mental Health Act 1983 and its Code of Practice)<br/><br/>• Advocacy for Adult Secure Services <br/>Secure services provide treatment for adults aged 18-years and over with mental disorders, these include mental illness (MI), personality disorder (PD) and neurodevelopmental disorders (NDD) including learning disabilities (LD) and autism. There are three levels of secure services with specific criteria for each, High, Medium and Low.<br/><br/>• Advocacy for Children and Young People <br/>While it is anticipated that this procedure is for children and young people making or intending to make a complaint, it covers representations which are not complaints. For example, children and young people should be able to secure the support of an advocate in putting forward <br/>representations for a change to be made in the service they receive, or the establishment they live in, without this having to be framed first as a specific complaint.<br/><br/>• Advocacy for Women’s’ Health <br/>Although women in the UK on average live longer than men, women spend a significantly greater proportion of their lives in ill health and disability when compared with men. <br/><br/>Not enough focus is placed on women-specific issues like miscarriage or menopause, and women are under-represented when it comes to important clinical trials. <br/><br/>There are also far too many cases where women’s voices have not been listened to; the responses to the Women’s Health Strategy for England from the Department of Health & Social Care found 84% of respondents felt that this was the case.<br/><br/>We are in the very early stages of consideration of this agreement, and would welcome feedback from the providers of these services as to the merits of this approach, including any perceived barriers to engagement with such a process, whether the services included are sufficiently extensive/comprehensive or whether there are any other elements we should be looking to include. <br/><br/>All information received at this stage will of course be handled confidentially, with a view to informing our next steps and the ultimate outputs from this agreement. Further engagement may take place following the responses to this PIN, prior to the commencement of a competitive process. <br/><br/>Interested providers are asked to register on the portal and express their interest via project C251453 Patient Advocacy Services and entering any feedback via the response envelope within the project.<br/><br/>The Atamis portal can be accessed at: <br/>https://health-family.force.com/s/Welcome <br/><br/>It is free to register on the portal. Should you have any queries, or encounter any problems with the portal; these should be raised via the Atamis helpdesk at:<br/><br/>Support-health@Atamis.co.uk or phone number 0800 9956035 <br/>The helpdesk is open Monday – Friday between 9am – 5.30pm<br/><br/>Expressions of Interest must be submitted by 12 noon on Friday 5 April 2024.

Value:
Published: 2024-03-04
Deadline:
2024-03-04
Felpham Community College ~ Catering Tender
UK West Sussex Felpham Community College

The SchoolFelpham Community College in West Sussex, is a large local authority maintained secondary school with sixth form for 1,600 students 170 staff. The current service provides food at breakfast (8:00am to 8:30am), morning break (10:30am to 10:50am), and lunch (12:30pm to 13:05pm). There are currently three outlets where staff and students can purchase hot and cold food. They are the main hall, external catering pod on the Blake and Earnest Joyce playgrounds.The tenderThe tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities at this school, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The school would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st August 2024 to 31st July 2027 with the option to extend for up to a further two years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful contractor offering the school a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the school for the duration of this contract.The school year at all schools is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the school, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged with a margin attached and hospitality will be charged based on consumption and at net food cost.Whilst the school prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.The school expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The school expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters. The school believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning.As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding funding improvements as part of the Contractor’s tender submission would be welcomed. Please see SQ Document for more information.

Value: 1475635
Published: 2024-03-02
Deadline: 2024-03-20
1475635 2024-03-02 2024-03-20
Suicide Postvention Services for North West London
UK London NHS North West London Integrated Care Board

This procurement will identify a provider of a bespoke and supportive liaison service for those bereaved or affected by suicide, in North West London. <br/> The aims of this service are to:<br/><br/>• Help navigate and support residents in NW London bereaved by suicide along their entire journey.<br/>• Make initial contact with those bereaved within 72 hours of a referral.<br/>• Provide emotional and practical support for individuals e.g. with inquests, liaising with coroners, funeral arrangements and rights and legal processes.<br/>• Liaise with Mental Health Trusts in regards to patients known to services to facilitate consistent care, as required.<br/>• Navigate and refer to, other local and national support services.<br/>• Provide contact and/or support for the longer term, as required, including offering support to those who have been bereaved by suicide in the past.<br/>• Build capacity in other organisations to support those bereaved by suicide (e.g. raising awareness, seeding borough based peer support groups, working in education settings).<br/>• Offer inclusive support to communities who may require a different approach to suicide bereavement, for example: children and young people, wider family and friends, people from BAME communities, LGBTQ+ groups, witnesses of a suicide, and those with mental or physical health needs.

Value: 593893
Published: 2024-03-02
Deadline: 2024-04-16
593893 2024-03-02 2024-04-16
Adult Skills Fund - Pseudo Framework Agreement and Year 1 Call-Off
UK SHEFFIELD South Yorkshire Mayoral Combined Authority

Lot 1 - Employed/Unemployed/Self EmployedThis Lot invites provision to support South Yorkshire residents looking to reskill or upskill by gaining qualifications, and is complementary or additional to any national/regional or locally funded activity and should include at least the following activities:• 19+, First qualification, Legal entitlements, Maths & English, RQF, Regulated learning only.• Robust IAG - use of learner and learning support.• Unemployed & SWAPS - Inactive - linking into Apprenticeships, UKSPF, Skills Bootcamps, community learning support and other provision.• Employed, self-employed, at risk of redundancy.• Employed - Priority SSA's - Health/Care, public services, Construction/built environment. Engineering and Manufacturing Technologies, Science and Maths, Information. Communication Technology/Digital(Support LSIP ) & Green skills.

Value: 40000000
Published: 2024-03-01
Deadline: 2024-04-03
40000000 2024-03-01 2024-04-03
Clyde Metro Multi-Disciplinary Consultancy Framework
UK Glasgow Strathclyde Partnership for Transport

The object of this procurement exercise is to establish a multi-disciplinary consultancy services framework to support the completion of stage two of the Case for Investment for the Clyde Metro project. This framework will be for eight lots as follows:Lot One: Transport Planning & ModellingLot Two: Transport EngineeringLot Three: Land Use Planning & PlacemakingLot Four: Business Cases & Economic AssessmentLot Five: EnvironmentLot Six: Impact AssessmentsLot Seven: Legal & CommercialLot Eight: Marketing, Branding & CommunicationsTenders can bid for inclusion on any number of lots.

Value: 20000000
Published: 2024-02-27
Deadline: 2024-03-28
20000000 2024-02-27 2024-03-28
Provision of Independent Reviewing officer and Foster Carer reviews
UK Wembley London Borough of Brent

A brief overview and background to the opportunity are provided below:BackgroundThe Independent Reviewing Officer’s (IRO) primary function is to act as a robust counterbalance to the Local Authority, by providing expert and independent quality assurance on the Local Authority’s care planning and reviewing process for children and young people looked after (CLA) by Brent. This duty is executed through highlighting when positive outcomes are achieved for the CLA and flagging occasions when it has not been possible to progress a child’s care plan.A crucial part of the role is to champion the voice of the child to contribute meaningfully to the co-design of their care plan and to scrutinize action plans against their progress to ensure that the arrangements for the child’s current and long-term care are in place.The Foster Carer Reviewing Officer (FCRO) will conduct reviews with foster carers once a year, with a view to ascertaining the suitability of the Foster Carer and their capacity of demonstrating competence in meeting the needs of looked after children, in line with the Fostering Regulations and Fostering national minimum standards.Service Overview & Local ContextChildren Looked AfterThe Service Provider will assist the Brent Reviewing Team by providing IROs to chair and participate in CLA reviews. The primary responsibilities of the IROs will be to incorporate the thoughts and voice of the child in their care plan and review targeted and achievable recommendations as part of the plan to enable positive outcomes. The IROs are also responsible to submit all appropriate documentation, within agreed timeframes and to standard, and hold the Local Authority to account for their performance in light of the legal responsibilities towards the child.Foster CarersThe Service Provider will provide FCROs who will be responsible for conducting annual reviews of Foster Carers with an emphasis on monitoring the implementation of Fostering Panel recommendations, highlighting good practice, but also looking at concerns and allegations; addressing practice that falls below expected standards, including non-compliance with agreed plans and practice levels. This will ensure that the Brent CLA receive corporate parenting that is at a good standard.As of 21st February 2024:• There are 298 Brent children and young people Looked After (130 of whom are currently 16 years and older and 49, who are Unaccompanied Asylum Seekers Children).• There are 90 Brent Foster CarersService VolumeThe expected Service Volume for the Service Provider will be to provide suitable FCROs/IROs to chair Foster carer reviews (circa 100 yearly) and CLA reviews for children that Brent Council has corporate parenting responsibility for. The majority of CLA reviews covered by the Service Provider will be focusing on the older young people cohort of 16 years plus, with some additional LAC reviews for younger children and young people (circa 330-350 review annually)Contract Length & BudgetThe contract term will be 2 years with an option to extend by a further 24 months (1+1).

Value:
Published: 2024-02-27
Deadline: 2024-03-07
2024-02-27 2024-03-07
UKIB DPS for Expert Advice Services
UK Leeds UK Infrastructure Bank Limited

The Procurement is being undertaken through the UKIB Atamis Procurement Portal, which will also host the DPS. Further information is available at: https://atamis-3929.my.site.com/s/Welcome <br/> <br/>Suppliers (Applicants) wishing to join the DPS must complete an on-line Selection Questionnaire (SQ). UKIB will evaluate the SQ responses and admit to the DPS all Applicants who pass the SQ assessment. Completed SQs will be evaluated to establish the Applicant’s suitability, capability, legal status, and financial standing for appointment to the individual Service Categories/Industry Sectors. The evaluation works on a Pass / Fail basis and therefore weightings are not applied. Based on the results of the evaluation, the Applicant is either accepted onto the DPS or rejected and provided with feedback in order to enable them to re-apply at a later date should they wish to do so. <br/><br/>Once the DPS is established, UKIB may issue invitations to tender to award individual call-off contracts for services to all those Applicants admitted to the DPS where the relevant Service Categories and/or Industry Sectors fall within their Membership Category. Any contracts awarded under the DPS will be based on the Call-Off Contract Template published with the Application Pack.<br/><br/>To access the Application Pack, click on 'View our Live Opportunities' from the home page, available on the following link: https://atamis-3929.my.site.com/s/Welcome.<br/><br/>Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the DPS Application Pack (including on-line SQ), you will need to click on 'Register interest' - this will take you to the log-in page.<br/><br/>If you are not already registered on the system, you will need to do so before gaining full access to the DPS Application Pack and being able to submit your response.

Value:
Published: 2024-02-26
Deadline:
2024-02-26
Legal Panel for Government (LPG)
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/948f60fe-d2f2-4b18-82e2-599cec751330 This Prior Information Notice is to signal an intention to procure a new legal services agreement and to that end to commence market engagement within the legal market. Crown Commercial Service intends to hold market engagement sessions during early 2024 with suppliers interested in bidding for the resulting panel contracts. If you would like to be involved please express your interest by emailing info@crowncommercial.gov.uk with the subject line 'RM6360 Supplier Engagement' no later than midday on Friday 22 March 2024 further details will be provided to you. Your email must clearly state: - name of your organisation - contact details for the individual(s) who will be participating in the market engagement. CCS invite you to complete a short survey to help us begin to gather your feedback. It should only take a few minutes to complete. The link to the survey can be found and accessed within the attachments area of the Contracts Finder notice.. 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 in total, but this may be subject to change following market engagement. The date in II.3) is the estimated date of publication, please refer to the CCS pipeline page http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline for updates and monitor Find a Tender for the publication of the OJEU contract notice.

Value:
Published: 2024-02-26
Deadline:
2024-02-26
Coroner Removal Services for Liverpool and the Wirral
UK Liverpool Liverpool City Council

H.M. Coroners Removal - Liverpool AreaLiverpool City Council is the lead authority for this tender opportunity, this covers Liverpool and Wirral Coroners Service area. Both services have a legal obligation to remove bodies of people who have died in the community (in Liverpool/ Wirral) from the place of death to Liverpool City Mortuary/ Arrowe Park Hospital Mortuary or Alternatively the place of post-mortem examination.To ensure the Coroner Removal Service is fulfilled in its entirety, the successful supplier will be required to facilitate the removal of deceased humans as directed by the H M Coroner.It will be the supplier/’s responsibility to provide the following:• Availability 24/7/365• Discretion• Suitably Qualified Staff• Unmarked Vehicles and Uniform• Suitable Vehicles• Suitable Body Receptacles – able to carry bodies in any condition

Value: 350000
Published: 2024-02-24
Deadline: 2024-03-25
350000 2024-02-24 2024-03-25
Exchange Station Cleaning Services
UK Liverpool Liverpool John Moores University

1.2 Background InformationExchange Station is a landlord owned building located at:Tithebarn StreetLiverpoolL2 2QPThe building has offices for a variety of different organisations, with LJMU holding tenancy for the biggest space for Professional Services staff. There is also a foyer with a coffee shop and various meeting rooms, however, this tender exercise is for cleaning services for the LJMU areas of the building only. Please see Appendix 4 - Exchange Station LJMU Floor Plans, to see the space that LJMU colleagues occupy.The LJMU departments that occupy this building are:• Student Recruitment & Admissions (Ground Floor)• International Relations (Ground Floor)• Research & Innovation Services (First Floor)• Academic Registry (First Floor)• Student Futures (First Floor)• IT Services (Second Floor)• Teaching & Learning Academy (Second Floor)• Estate Development & Campus Services (Second Floor)• Safety, Health and Environment (Second Floor)• HR (Second Floor)• Legal Services (Second Floor)• Public Health Institute (Third Floor)LJMU hold a lease at Exchange Station until 2027 at present.1.3 SpecificationPlease see Appendix 1 - Exchange Station Cleaning Specification and Appendix 2 - Standard Specification Cleaning Frequencies which are provided as separate document. This can be accessed at:https://in-tendhost.co.uk/ljmu/aspx/Home

Value:
Published: 2024-02-23
Deadline: 2024-03-18
2024-02-23 2024-03-18
HCC 02/24 - The Provision of Supported Living Services in Hertfordshire
UK HERTFORD Hertfordshire County Council

The estimated values stated in II.1.5 and II.2.6 are for the whole Framework Agreement period.The Framework Agreement Term for this Framework Agreement is a period of four (4) years with the option to extend for a total period or cumulative periods of up to three further years.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Tenderers should be aware that due to the nature of the Services provided, any Framework Agreement 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.

Value: 187000000
Published: 2024-02-21
Deadline: 2024-04-29
187000000 2024-02-21 2024-04-29
Jubilee Primary School & Children’s Centre ~ Cleaning Tender
UK London Jubilee Primary School and Children's Centre

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 340 students on roll and 50 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st August 2024 to 31st July 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of cleaning services. The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all cleaning services within the School, which currently includes:•Jubilee Primary School and Tulse Hill Children’s Centre•Brockwell One O'clock Park •Loughborough Children’s CentrePlease see SQ Document for more information.

Value: 360000
Published: 2024-02-20
Deadline: 2024-03-29
360000 2024-02-20 2024-03-29
HCC02/24- Provision of Countywide Housing Advocacy for Victims of Domestic Abuse
UK HERTFORD Hertfordshire County Council

Hertfordshire County Council (the ‘Council’) acting as lead commissioner on behalf of District funding partners wishes to procure a countywide housing advocacy service to support victims and survivors of domestic abuse who have a housing need, to access safe and suitable accommodation. The service will also provide domestic abuse training to housing teams. The service will be based on the Domestic Abuse Housing Alliance (D A H A) housing advocacy model and forms part of a Whole Housing Approach. The aim of the service will be to increase housing stability and safety for all victims and survivors of domestic abuse. Housing advocates will be co-located with district and borough housing teams and will be that conduit between victims/survivors who have a housing need and the districts, through providing housing advocacy. The advocates will also be embedded in the local multi-disciplinary teams supporting homeless adults experiencing multiple disadvantages.The current service arrangements, which is running as a pilot, expires on 30 June 2024. The anticipated total annual joint expenditure for this Service is approximately.GBP 200,000.00. Therefore the estimated total value of the Contract could be up to GBP600,000.00The Contract Period for this Contract is an initial period of two years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be three years. unless terminated in accordance with the provisions of the Contract.Please note that the requirements of the Contract will be subject to available financial resources, supplier performance and flexibility to meet changing demands. The Council will be entitled to enter into other Contracts and arrangements with other Providers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Contract.Organisations 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. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

Value: 750000
Published: 2024-02-17
Deadline: 2024-03-18
750000 2024-02-17 2024-03-18
HCC Feb 2024 – The Provision of Community Dementia Support Services
UK Stevenage Hertfordshire County Council

Hertfordshire County Council is out to procurement for The Provision of Community Dementia Support Services.Community Dementia Support Services are available to everyone who wants support, no matter where they are on the dementia journey and whether they have a formal diagnosis or not. Services support those at the early stages of progressive memory loss, after diagnosis, those with advancing dementia, those preparing to move into residential care and people still living in the community at end of life. Carers are also supported along their own journeys, up to, including, and after the person they care for has moved into a residential care setting or has passed away. These contracts are jointly funded by the Council and the Hertfordshire and West Essex Integrated Care Board (ICB) and they supplement statutory health and social care provision and aim to support people to continue living life independently in their community, and to help prevent the deterioration of their health and wellbeing. This Contract is divided into two Lots -Lot 1 The Hertfordshire Dementia Community Information and Development ServiceLot 2 The Hertfordshire Dementia Local Community Support ServiceThe Hertfordshire Dementia Local Community Support Service (Lot 2), includes a specialist service to support those living with Young Onset Dementia, alongside the wider universal service offer.Both Lots must consider the full range of needs faced by people as they progress along the dementia journey and be able to flex and scale accordingly to changing demands of needs.Full details are in the Specification, Schedule 1 of the Terms and Conditions document.The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions. For the avoidance of doubt, the estimated annual spend is £1,455,000.00. The Contract will be awarded for an initial term of three years and six months, with the option to extend the Contract up to two further years on an annual basis. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations 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. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.

Value: 8002500
Published: 2024-02-16
Deadline: 2024-04-08
8002500 2024-02-16 2024-04-08
CHIC LEGAL SERVICES FRAMEWORK AGREEMENT-2024
UK Birmingham Communities and Housing Investment Consortium Limited

Value:
Published: 2024-02-15
Deadline:
2024-02-15
HCC 02/24 - Provision of Support and Accommodation for Adults Experiencing Homelessness and Multiple Disadvantage
UK Hertford Hertfordshire County Council

Hertfordshire County Council currently commissions support and accommodation-based services for single adults experiencing homelessness and multiple disadvantage in Broxbourne Borough and North Hertfordshire District Council.The Council wants to commission this service again. Hertfordshire’s ambition for its residents is to thrive, be healthy, and to live independently. We recognise independent living can be a struggle for some of our residents, particularly those experiencing homelessness and multiple disadvantage, which can be life changing and difficult to resolve.The Council expects this service to work effectively under the realms of prevention, with people who are experiencing homelessness and multiple disadvantage, and align to the Hertfordshire Supporting Adults with Complex Needs Strategy. As well as several of the Council’s strategic objectives:• Preventing and reducing care and support needs (ACS 15 Year Plan)• Preventing homelessness and reducing rough sleeping• Connected Lives – helping to support people to remain in their homes and connected to communities• Improving health and wellbeing and reducing health inequalities as a result of homelessness• Hertfordshire’s Domestic Abuse Partnership StrategyThis procurement is an Open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 Noon on Friday 15th March 2024.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 website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/HomeThe estimated total value of the Contract is stated in II.2.6 of this notice and is for initial term inclusive of the approximate value for extension.

Value: 1456667
Published: 2024-02-13
Deadline: 2024-03-15
1456667 2024-02-13 2024-03-15
Concessionary Travel Applications Decision Maker
NUTS: UK UK Department for Transport

The appeals casework is demand-led depending on the number of appeals submitted each year by bus operators. The contract awarded for this work will cover appeals from 2024/25 to 2026/27, as well as a small number of remaining appeals from previous years. DfT have recently updated the reimbursement guidance and calculator, which may potentially lead to an initial increased number of appeals in 2024/25, and possibly 2026/27. DfT are also undertaking a review of the appeals process, in order to ensure that it is up to date and works as well as possible. The Decision Maker will be kept informed on any updates to the appeals process. We do not expect changes to the core requirement below.5.2 The criteria required to be met for this contract are set out below. Bidders will need to demonstrate in their proposal examples of how and when they have employed these skills to enable the Department to assess the Decision Maker’s skills:5.2.1 The Decision Maker will be required to analyse evidence submitted by bus operators and TCAs and to make a judgement that will determine the level of reimbursement due.5.2.2 In reviewing the evidence submitted, the Decision Maker will need to be able to identify and resolve any legal issues raised.5.2.3 The Decision Maker will be expected to familiarise themselves with the latest version of DfT’s reimbursement guidance and reimbursement calculator and make use of this alongside any other robust additional evidence provided by operators and TCAs. 5.2.4 Quality assurance of the Decision Maker’s analysis will be provided by DfT economists and lawyers.5.2.5 Legislation gives the Decision Maker powers to hold an oral hearing to bring both parties to an appeal before them to give evidence, although it is at the Decision Maker's discretion whether to do so, as there is currently no obligation to hold an oral hearing.5.2.6 For each appeal case, the Decision Maker will be required to complete a written determination report following quality assurance of the Decision Maker’s analysis and by DfT economists and lawyers. When a determination of an appeal is complete the Contract Manager will forward this document to both parties involved in the appeal.5.2.7 The Decision Maker may be required to comment on revisions made by the Department’s officials to its reimbursement guidance and reimbursement calculator.5.2.8 The Decision Maker may be required to suggest improvements to concessionary travel guidance and the appeals process, or to assist with any reviews of the guidance.5.2.9 The Decision Maker may be required to attend meetings with external stakeholders. This could include reimbursement training and/or feedback sessions with local authorities and/or bus operators.5.3 For accountability and consistency purposes, the Decision Makers will need to be nominated individuals. Proposals should therefore make clear which individual is being put forward for the role and provide relevant information with a Curriculum Vitae clearly showing the nominated person’s experience.5.4 Under the current legislation, bus operators are required to submit appeals within 56 days of the commencement or variation of concessionary travel schemes in TCA areas. As concessionary travel schemes usually commence from 1st April each year, this means the volume of the appeals caseload for that year is usually known by 27th May. However, it should be noted that negotiations between both parties continue throughout the appeals process and often lead to agreement and withdrawal of the appeal before determination is required.5.5 Based on past appeals volumes, we estimate that an experienced Decision Maker would take on average, between three and five days to complete a standard case. However, if the issues are complex, or the Decision Maker is new to the subject area, it may take longer to complete a case.5.6 The appointed Decision Maker will receive

Value: 247500
Published: 2024-02-09
Deadline: 2024-03-11
247500 2024-02-09 2024-03-11
Global Legal Services Framework
UK LONDON NATIONAL GRID UK LIMITED

Value:
Published: 2024-02-09
Deadline:
2024-02-09
Northamptonshire Children's Trust - Provision Of Daytime And Overnight Breaks/Respite For Children And Young People With Disabilities
UK Northampton Northamptonshire Children's Trust

Northamptonshire Children's Trust (hereafter referred to as the "Children's Trust") and NHS Northamptonshire Integrated Care Board wishes to invite Tender Responses for the supply of services in respect of this requirement.Short breaks are part of a continuum of services supporting children in need and their families, offering day to night activities in various settings. These services, including overnight respite and day activities for disabled children, are crucial for families to lead normal lives. Local Authorities and Integrated Care Boards (ICB) must ensure adequate short breaks are available, as mandated by the Children Act 1989 and The Children & Families Act 2014. This is critical for carers to manage their responsibilities and for fulfilling legal duties to children with special needs.A Lead Provider will deliver overnight respite and daytime activities, including weekends and evenings, streamlining resources for more choice and support for families. The model aims to innovate and enhance service quality and accessibility, particularly for children with complex needs struggling to access non-residential short breaks.All activities will utilise appropriate venues, equipment and staffing to meet the needs of the children and young people. The service will adopt a flexible working approach to service delivery to ensure that the service is child / young person family led and is in the interests of individuals and families accessing the service and delivered to meet the needs of individual service users.

Value: 16700660
Published: 2024-02-08
Deadline: 2024-03-18
16700660 2024-02-08 2024-03-18
Drug and Alcohol Testing Services
UK Leicester Leicestershire County Council

Leicestershire County Council invites tenders for the provision of Drug and Alcohol Testing Services (via sample testing and collection kits). The selected provider will play a pivotal role in pre-court preparation, with the Council as the instructing customer.This tender presents an excellent opportunity for providers with expertise in Drug and Alcohol Testing because of its strong emphasis on legal compliance and specialised requirements. The focus on meeting rigorous Family Court standards underscores the critical role the selected provider will play in legal proceedings, offering a valuable service in maintaining the highest standards of legal and forensic compliance. The requirement for accreditations and the commitment to flexibility in sample collections enhance the appeal of this opportunity for tenderers looking to contribute significantly to legal processes while adhering to stringent standards.The Service Specification sets out the detailed requirements for the provision for the Drug and Alcohol testing service. They describe the key features of the services being commissioned and should be read in conjunction with the Contract Terms and Conditions.For further details of the services required, and to submit a tender, please express an interest in this opportunity and download the Invitation to Tender pack.In order to express an interest in this opportunity, obtain the Invitation to Tender documents and request further information, please see below and ensure you refer to instructions and guidance available:• Go to www.eastmidstenders.org• If not already registered, register your company by selecting the ‘Register’ box on the top of the home page• Once registered, visit the home page select View Opportunities’ then ‘Search Latest Opportunities', from the ‘Organisation' drop down box select ‘Leicestershire County Council', click search (options) and select the appropriate opportunity ‘Pharmacy Services Framework’:• Express an interest by selecting the ‘Register Interest’ box. You will receive an email confirming your expression of interest;• Once fully registered, you should download all of the ITT documents from the website.You will receive email notifications regarding your expression of interest or other important actions on the system. Email alerts may be blocked by your SPAM filter. Please ensure that emails from the domain “@due-north.com” are excluded from the SPAM filter “blocked addresses”.

Value: 200000
Published: 2024-02-07
Deadline: 2024-03-07
200000 2024-02-07 2024-03-07
Legal Services
UK Gateshead THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED

NEPO are using an open procedure for the procurement of this Framework Agreement for the provision of Legal Services.NEPO intends to select only the top 30 (thirty) ranked (i.e. highest scoring) Tenderers as Providers. However, NEPO reserves the right to appoint additional Providers to the Framework where the overall difference in scores between the thirtieth-ranked Tenderer and following ranked Tenderer(s) is 5% or less.

Value: 100000000
Published: 2024-02-06
Deadline: 2024-03-11
100000000 2024-02-06 2024-03-11
HCC - 02/24 - Provision of Family Centre Service, Family Support Service
UK Hertford Hertfordshire County Council

Hertfordshire County Council (the Council) is responsible for commissioning a range of services to support children, young people and their families achieve their full potential, enabling families to access the right support at the right time.Currently Hertfordshire’s Family Centre Service (FCS) is commissioned in 2 parts:• Family Support Services commissioned in 4 quadrant lots to deliver family support and delegated elements of the Healthy Child Programme• Public Health Nursing commissioned as one county-wide lot to deliver the Healthy Child programmeThe new family Support Service contract will be procured as a single contract covering Hertfordshire.This procurement is an Open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 Noon on Friday 22nd March 2024.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 website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Value: 60545156
Published: 2024-02-06
Deadline: 2024-03-22
60545156 2024-02-06 2024-03-22
Legal Services Framework
UK Sedgefield Centre for Process Innovation

CPI may require external advice on specialist forms of engineering contracts, for example in relation to the design and/or build of industrial and/or process plant under the NEC/JCT suite of contracts and/or similar industry standard forms. This includes legal advice in relation to practical aspects of their management, which is key to how such forms of contract work. A practical understanding of the day-to-day operation of these specialist standard forms of agreement "on the ground" and in an engineering context is key, as is a pragmatic and creative approach to problem solving and dispute avoidance / resolution.  CPI is often engaged with large infrastructure projects with elements of construction which range from alteration or refit to current premises (for example converting offices to laboratory space) to full New Build of industrial and research facilities. We regularly use JCT and NEC standard forms of contract. As such we may require advice relating to construction and engineering works. 

Value: 300000
Published: 2024-02-06
Deadline: 2024-03-04
300000 2024-02-06 2024-03-04
HCC - 02/24 - Th Provision of Hertfordshire Skills Bootcamp Wave 5
UK Hertford Hertfordshire County Council

Hertfordshire County Council (HCC) is currently out to procurement for the Provision of Hertfordshire Skills Bootcamp Wave 5HCC is looking to procure Skills Bootcamps delivery for 2024/25 (funded via the Department for Education’s (DfE) National Skills Fund) from 1st May 2024 to 30th September 2025 with the option to extend on a 1+1 basis subject to HCC receiving continued funding. The Framework Agreement has been broken down in to the following Lots;Lot number Lot TitleLot 1 Green IndustriesLot 2 Film, TV and Creative IndustriesLot 3 Other sectors including Life Sciences, Early Years, Construction/Engineering, Hospitality, Health and DigitalThis procurement is an open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 5th March 2024.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 website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.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 the total value of all Lots within this Framework Agreement inclusive of any available extension.

Value: 10350735
Published: 2024-02-03
Deadline: 2024-03-05
10350735 2024-02-03 2024-03-05
Legal Tender 2023-2024-070
UK Southgate Metropolitan Thames Valley Housing

MTVH is seeking a legal services partner to deliver on the requirement for legal services for two teams within the development directorate of MTVH, this lot is for services relating to the Aftersales Team (AS). This team is responsible for processing resales and staircasing transactions of shared ownership homes at MTVH.

Value: 930000
Published: 2024-02-02
Deadline: 2024-03-07
930000 2024-02-02 2024-03-07
encompass Resourcing Framework [5144118]
UK Belfast Procurement and Logistics Service

encompass has been established to enable the digitally enabled transformation of HSCNI. The vision of the encompass Programme is for a digital health and care record for every citizen in Northern Ireland, which is built on a digital platform that streamlines services and patient journeys and links information across primary, secondary, community and social care. It will replace multiple aging Trust and regional information systems and numerous paper records and manual workflows. At the heart of encompass will be a new digital care record for every citizen, to be provided in partnership with a global supplier, Epic. This Procurement is for qualified and experienced resources to support the implementation of encompass through the provision of services to carry out build, configuration and implementation activities across the areas detailed in paragraph 3 of the Specification.. Bidders will be required to have the qualifications and experience detailed in the Service Requirements for each Lot. It is impossible to predict the volume of the Services encompass will require, for which specific functional areas, when and for how long. Many of the requirements to supply Services are likely to be urgent in nature.. Estimated value is £60,000,000 GBP. This is the highest potential estimated value and the actual value may be different from that quoted here. Further detail is contained in the Invitation to Tender and the Specification available with the procurement documents on eTendersNI. The proposed framework agreement will be entered into by BSO. BSO reserves the right to require groups of economic operators to assume a specific legal form once they have been awarded the BSO encompass Resourcing Framework Agreement, to the extent considered necessary for the satisfactory performance of the contract and in particular to ensure that the contracting counter-party has available to it the financial and technical resources as relied upon during the procurement to secure the award of the BSO encompass Resourcing Framework Agreement. BSO will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Contract Regulations as amended provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). To apply for this opportunity bidders must be registered on the eTendersNI platform. To register please go to https:\\etendersni.gov.uk. Help and Supplier Walkthrough Guides are available from the eTendersNI home page. A telephone helpline is also available from the home page or you may contact the helpdesk via email,. ni-eprochelpdesk@eurodyn.com .

Value:
Published: 2024-02-02
Deadline:
2024-02-02
Window, High Level and Grounds Cleaning Services
UK Leeds NEUPC Ltd

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. To respond to Lot1 for this opportunity please go to: https://neupc.delta-esourcing.com/respond/379754C779 NEUPC recognises that some of its Member Institutions are currently, and may in the future, fall outside of the legal definition of a "body governed by public law" for the purposes of the public procurement regime. Whilst each Member Institution should take its own legal and commercial advice as to the suitability or otherwise of a framework agreement, NEUPC does not impose any additional restrictions on use of its framework agreements by such Member Institutions. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding (eg ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2024-02-01
Deadline:
2024-02-01
Provision of Architect for the Charles Huang Advanced Technology & Innovation Centre (CH-ATIC) (RIBA Stages 0-7)
UK Glasgow University of Strathclyde

The Brief is for the Consultant to provide architectural services for the construction of the Charles Huang Advanced Technology & Innovation Centre (CH-ATIC). This includes a range of services that fall under RIBA Stages 0-7. Please note, the Consultant will be required to perform the roles of Lead Designer, Architect & Principal Designer, and will be responsible for delivering the Scope in full either inhouse, or via subconsultants.CH-ATIC will deliver a state-of-the-art Innovation & Entrepreneurship Hub that enhances the University’s delivery of one of the UK’s most dynamic and successful ecosystems for the creation of high potential innovation driven enterprises. CH-ATIC will also connect to the wider innovation district to support start-ups and SMEs to ensure inclusive growth and broaden the reach of our industry-led clusters through our collaborative R&D programmes and engagement activities.CH-ATIC will create a dedicated Social Innovation Hub that connects the business, policy and legal expertise within our award-winning Business School and Humanities & Social Sciences Faculty, with our local communities and public bodies, to enable the translation of disruptive technologies and innovative solutions into viable and socially responsible, businesses, products and services.Aligning with the UK and Scottish Governments’ commitment to net zero, CH-ATIC will aim to create an exemplar climate neutral building that responds to the climate emergency, and reflects innovative design and construction methods so that, as far as possible, the building is carbon neutral for energy and adapted to climate change. They will also escalate learning and deployment of innovative technologies, and construction solutions as we transition to net zero.The project objectives, include, however, are not limited to:- Working to a maximum construction contract value of c. GBP 18million, maximise the working space within the 8 floors, c. 60,000 square feet (5,535 sqm), and create a welcoming entrance to the building, with a new front façade and internal reception area:- Refurbish the existing building to the design standard(s) / framework(s) specified by the University, it is envisaged that this will be as close to EnerPHit standard as possible, however, may include targets from other standards / frameworks (such as RIBA Sustainable Outcomes (2030) / Net Zero Public Sector Buildings Standard). This is in keeping with the University’s KPI16 commitment to achieve net zero by 2040 by targeting a saving of around two thirds of embodied carbon as compared with a new building, whilst targeting net zero in operation; and- Create open, inclusive working spaces for multiple groups notionally (and flexibly) split by cluster (5G, Industrial Informatics, Fintech, HealthTech and Space), and organisation (University and non-University / partner spaces), that respond to the need for collaborative, quiet, private and group working spaces, promote collaboration and chance-encounters and encourage people to come into, stay and interact within the building.Please note, the anticipated construction strategy is to adopt a two-stage design & build, whereby the University is intending to tender / appoint a Contractor under a PCSA during RIBA Stage 3 – Developed Design. At the end of RIBA Stage 4 – Technical Design, the University will either enter a works / construction contract with the same Contractor appointed under a PCSA, and tender the work packages via that same Contractor, or will conduct a new tender exercise to appoint a Contractor.Please note, the University intends to novate only the Architect, M&E Engineer, and Civil / Structural Engineer to the appointed Contractor for the works / construction, prior to commencement of RIBA Stage 5 – Construction. Subconsultants will also novate as required, with reports to be assigned accordingly.

Value:
Published: 2024-02-01
Deadline: 2024-03-04
2024-02-01 2024-03-04
Mill Hill County High School ~ Catering Tender
UK London Mill Hill County High School

Mill Hill County High School is a Secondary school and 6th form situated in Mill Hill, North London. It is a partially selective school which became an academy in 2011. The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1700 students on roll and 200 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st August 2024 to 31st July 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with Mill Hill County High School for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the School, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.The value of the current contract is: - Sep-Jul 21/22 22/23 Cash Sales 359,993.03 410,437.74 Free School Meals 72,121.69 88,878.24 Hospitality 44,283.69 48,655.84 Total 476,398.41 547,971.82 The overall contract value over the five-year term is £2.74mMill Hill County High School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service – compliant with Government Guidelines, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters. The School believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor. Please see SQ Document for more information.

Value: 2740000
Published: 2024-02-01
Deadline: 2024-03-08
2740000 2024-02-01 2024-03-08
CST139 - Provision of a Barrister Service Framework
UK Matlock Derbyshire County Council

Derbyshire County Council in partnership with Nottinghamshire County Council, Derby City Council and Nottingham City Council (pending approval) are seeking to enter into a framework contract with a range of Chambers to assist in the provision of legal advice and advocacy services in respect of Public Law Children Act 1989 and other Child Care related matters. The award of the contract must demonstrate value for money having regard to quality and price. The joint expenditure for all four authorities is in the region of £ 1,790,000 per annum.The contract will run from 1st April 2024 for an initial 2-year period with options to extend for up to 3 x 1-year periods.Bidders must be authorised to practice in England and Wales and have a current practicing certificate to be regulated by the independent Bar Standards Board

Value: 8950000
Published: 2024-01-31
Deadline: 2024-02-28
8950000 2024-01-31 2024-02-28
Vehicle Maintenance Services
UK Liverpool Liverpool City Council

Liverpool City Council are searching for a supplier to provide a vehicle maintenance contract to ensure its vehicles are legal, roadworthy and operate to optimum efficiency.

Value:
Published: 2024-01-27
Deadline: 2024-03-05
2024-01-27 2024-03-05
CO0344 Essex Payroll and Pensions Administration Services
UK Chelmsford Essex County Council

Essex County Council invites tenders for provision of its Payroll and Pension Administration Service. The current internal payroll service makes payments to around 8,300 employees per month including managing pension contributions and statutory reporting. It also manages elements of the system administration and maintains certain key data around system approvers andthe hierarchy.The service will be for in initial 3-year term, with an option to extend for up to a further 2 years, with services commencing in August 2024.The aim of the procurement is to outsource the following key activities of the current service, which include but are not limited to:• processing monthly payroll including payment, costing, statutory deductions, and reporting, third party payments and reconciliation for circa 8,300 – 9,000 directly employed Council staff.• implementing pay changes because of Essex Pay.• managing the payment of allowances to circa 75 members and other office holders per month• administering pension contributions and other pension scheme administration for Council staff only• undertaking pensions statutory reporting and record corrections for Council staff and maintained schools’ employees.• system administration tasks on the current Council IT system including and managing system upgrades.• managing the organisation structure within the system• updating changes to the workforce including starters, leavers, and changes• managing absence including leave, sickness, and statutory leave• correcting errors such as over and underpayments• payroll information for the Council’s in-year forecasting of its financial position and in developing future years’ budget models• undertaking financial end of year activity• managing employee queries relating to the aboveand all other activities required to deliver the requirements set out in the Council’s Service Specification for this requirement.The current payroll runs monthly for payment in advance on 23rd of each month for the whole month or the closest working day prior – this is required to be continued in the outsourced service.In scope services and out of scope services are set out fully within the detailed Service Specification published for this tender. We are seeking a Contractor that can and must operate within our existing systems and set up by accessing our current platform to manage the on-going payroll and pension activity including elements of system administration.The Council has considered this procurement in relation to the Transfer of Undertakings (Protection of Employment) Regulations 2006 (the Regulations). The Council’s view is that those Regulations apply to the transfer of activity envisaged by the proposed award of a contract for these services. Application of the Regulations is a matter of law and Bidders are therefore advised to seek their own independent legal advice on whether or not the Regulations apply. The current in-house Council team is composed of circa 29.66 FTE split between various teams:Payroll management 18.65Systems Administration 5.51Pension Administration 5.50There will be a requirement to provide appropriate pension provision which would usually entail the preferred Bidder providing continued access to the current Local Government Pension Scheme by achieving admitted body status of the Local Government Pension Scheme for any transferring employees. The requirements for any such pension provision (or alternative) is set out in Schedule 5 of the published contract for this tender.The indicative contract value set out in this notice are for a 5-year contract with some minimal flex for potential contract variations during the term but there is no guarantee of the extension or any variations. Bidders are referred to Schedule 3 of the contract for this tender and the guidance and in

Value: 5000000
Published: 2024-01-27
Deadline: 2024-02-26
5000000 2024-01-27 2024-02-26
HBL Project Phase 2 Scope 16B – Governmental Framework & Regulatory and Legal Framework
UK Aberdeen Net Zero Technology Centre Limited

HBL Project Phase 2 Scope 16B – Governmental Framework & Regulatory and Legal Framework

Value:
Published: 2024-01-26
Deadline: 2024-02-14
2024-01-26 2024-02-14
Provision of a Cloud-Based Legal Case Management System
UK Aylesbury Buckinghamshire Council

Buckinghamshire Council is looking to purchase a cloud based case management solution which will support the day to day running of Legal Services. A case management solution enables Legal Services to continue to carry out casework efficiently and electronically; have a fully electronic filing system; work remotely; provide legal advice; aids representation at court hearings and attendance at meetings for our internal and external clients. It also provides KPI data, client billing data and time recording functionality. A cloud based solution will improve efficiencies, assist with hybrid ways of working and assist with cyber security.

Value: 347000
Published: 2024-01-24
Deadline: 2024-02-23
347000 2024-01-24 2024-02-23
Hitchin Girls’ School ~ Catering Tender
UK Hertfordshire Hitchin Girls' School

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities at this school, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st September 2024 to 31st August 2027 with the option to extend for up to a further 2 years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the school for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the School, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged with a margin attached and hospitality will be charged based on consumption and at net food cost.Please see SQ document for more information.

Value: 1750000
Published: 2024-01-23
Deadline: 2024-02-23
1750000 2024-01-23 2024-02-23
CHIC LEGAL SERVICES FRAMEWORK AGREEMENT-2024
UK Birmingham Communities and Housing Investment Consortium Limited

Value:
Published: 2024-01-22
Deadline:
2024-01-22
Cleaning Service Contract - Firs Farm Primary School
UK Southend on sea Firs Farm Primary School c/o SSC Partnership Limited

For any suppliers interested in this opportunity please visit our eTendering portal: https://in-tendhost.co.uk/sscpartnershipThe contract will be for the provision of outsourced cleaning services to the Client ‘Firs Farm Primary School’, Rayleigh Road, London, N13 5QP, including daily cleaning, and out of term deep cleaning, for spaces including but not limited to teaching, office, circulation, and communal spaces. The Company must provide effective management and operational level communication regarding the cleaning service with the Client. In addition, the provider will also be responsible for all legal, and health and safety requirements in delivering the services. Tenders must be submitted in accordance with the instructions within the Invitation to Tender documentation. They are designed to ensure that all tenders are treated equally and comply with all the legal requirements for public sector procurement. Failure to comply with these instructions and conditions may invalidate your tender.Arrangements will be made for Tenderers to visit Firs Farm Primary School and view the current facilities to obtain a better understanding of the layout and any other relevant information to help in putting together tender bids. The site visit is planned to take place on Friday 9th February 2024 at 7am. Tenderers should limit their attendance to two representatives. Tenderers will not be able to take photographs during site visits without the consent of the Client. Please register for the site visit through the correspondence functionality on the tendering portal (https://in-tendhost.co.uk/sscpartnership), including the name and roles of the representatives who will be attending by no later than 12 noon, 8th February 2024.Expectation of TendersTender submissions should clearly demonstrate:A thorough understanding of the Scope of WorkAbility to deliver the services required in line with all TUPE information, and have a flexible approachTechnical expertise and relevant experienceBest value for moneySuitability for the undertaking of the work.Procedures and practices which will be utilised to ensure quality and compliance with the specification.Tenders will be evaluated using a method known as MEAT (most economically advantageous tender). There will be mandatory and desirable requirements.Mandatory requirements are stipulations which must be present, or the tender will be eliminated from the evaluation.Desirable characteristics are elements of the tender which are to be scored by the Client.

Value:
Published: 2024-01-20
Deadline: 2024-02-19
2024-01-20 2024-02-19
Brampton Manor Academy Outsourced Catering Services
UK London BRAMPTON MANOR TRUST

The proposed contract will be for the outsourced provision of catering services to Brampton Manor Academy. It is the Academy’s expectation that the Bidder shall be responsible for the operation of the catering function including employment and management of staff, the TUPE and management of existing staff, supply of food, consumables, vehicles for food transportation and light equipment and preparing and serving appropriate meals. The Academy will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities.The Bidder shall establish effective management and operational level communication systems at all levels regarding the catering service with the Academy. The Bidder will also be responsible for all legal, and health and safety requirements in delivering the services.The Bidder will provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with the Government’s current and future minimum nutritional and food- based standards for the educational sector. Meals should reflect growth in healthy eating trends, promote uptake, and comply with the Ofsted guidance for catering.The Bidder shall establish effective management and operational level communication systems at all levels regarding the catering service with customers that include: School management, parents, and pupils. In addition, the contactor will also be responsible for all legal and health and safety & food safety requirements in delivering the catering services.

Value: 4000000
Published: 2024-01-20
Deadline: 2024-03-04
4000000 2024-01-20 2024-03-04
HCC - 01/24 - Provision of Organic Waste Treatment Services 2024 and 2025
UK Hertford Hertfordshire County Council

Hertfordshire County Council is currently out to procurement for the Provision of Organic Waste Treatment Services 2024 and 2025Approximately 9,900 tonnes of Mixed Green Garden and Food Waste per annum for first year and approximately 6435 tonnes of Green Garden Waste for subsequent years.Treatment of Contract Waste at a Treatment Facility or acceptance at a Delivery Point for onward Transfer to a Treatment Facility (either option must meet the Accessibility Requirements).This procurement is an Open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 15th March 2024.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 website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/HomePlease refer to the Specification (Schedule 1) of the Contract Document for full details of the Council's requirements.Please note: The value in II.2.6 is for the core period inclusive of any extensions

Value: 18936500
Published: 2024-01-20
Deadline: 2024-03-15
18936500 2024-01-20 2024-03-15
RB715 Legal Services Framework
UK Leeds Leeds Beckett University

•Collaborative and consultancy activities•Research agreements•Intellectual property rights•Data protection and Freedom of Information•Confidentiality and NDAs•Corporate and charity governance •The University’s trading subsidiaries•Company law and company secretarial advice•Banking•Disputes in relation to any of the above

Value: 300000
Published: 2024-01-18
Deadline: 2024-02-23
300000 2024-01-18 2024-02-23
Online Support and Advice Grant (OSAG Legal Support)
UK London Ministry of Justice

The Ministry of Justice are pleased to share this potential grant opportunity regarding the upcoming commission of the Online Support and Advice Grant. The Government are committed to delivering swift access to justice for all who seek it and ensuring that citizens can obtain supportive resources, which the grant will enable.The purpose of this potential grant is to ensure that litigants in person, as well as individuals who are supporting litigants in person, and not-for-profit organisations, have access to a wide range of online legal support and advice in relation to a range of civil, family and tribunal (CFT) problems via one digital service or tool.The online service will enable such individuals and organisations to navigate the justice system and sufficiently prepare for court proceedings where necessary. The service will be widely signposted to and is expected to be user-friendly and easily accessible.The fund will be open to providers who have the capability to deliver this service and is valued at approximately £130,475-£200,000. Suppliers can bid as a single entity or as a Consortium. The funding period will commence in April 2024, and is anticipated to last for twelve (12) months with possibility for extension. The project milestones are as follows:Market Engagement Event - 9th January 2024Competition Live Date - 15th January 2024Deadline for Clarification Questions - 5th February 2024Competition Deadline - 12th February 2024Contract award and outcome confirmed -- March 2024Commencement of Fund- April 2024Suppliers interested can register through the Jaggaer e-sourcing portal ( https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html) and by searching the following ITT: ITT_8326 - Online Support and Advice Grant (OSAG Legal Support). This will allow suppliers to be added and to view the content material required for the grant competition, as well as asking clarification questions. Any communications must be done via the Jaggaer E-Sourcing Portal.

Value: 130475
Published: 2024-01-18
Deadline: 2024-02-12
130475 2024-01-18 2024-02-12
PROVISION OF QUALITATIVE RESEARCH WITH ADULT RECIPIENTS OF LEGAL ASSISTANCE FOR CHILDREN’S PANEL HEARINGS
UK Edinburgh Scottish Legal Aid Board

The overall objective of the research is to explore experiences of legally assisted adult clients in the hearings system, with a focus on their interactions with their solicitor.This research will be undertaken using qualitative methods. We anticipate these will be one to one interviews, however small groups, or another method, may be possible depending on individual circumstances. Contractors are asked to suggest, or expand on, the appropriate methods.

Value:
Published: 2024-01-17
Deadline: 2024-02-08
2024-01-17 2024-02-08
Loan and Securities Collateral Legal Panel 2024
UK LONDON Bank of England

The Bank of England (the "Bank") lends through its market operations against eligible collateral delivered by firms. This takes the form of either loan or securities collateral. To ensure that the collateral is eligible for the Bank's operations, legal due diligence is required, particularly when it comes to loan collateral. The Bank is therefore seeking 3 law firms to be part of a framework and to conduct legal reviews relating to collateral on a case-by-case basis. The overall contract value includes the costs of all reviews, which will ultimately be recharged to the firm that is seeking to position the collateral with the Bank.Tenders or requests to participate must also be submitted electronically via https://supplierlive.proactisp2p.com/Account/Login Ref: PRJ/ 1000204

Value: 3600000
Published: 2024-01-17
Deadline: 2024-02-14
3600000 2024-01-17 2024-02-14
Legal Services Framework
UK London The Guinness Partnership Ltd

Guinness is seeking the provision of legal advice to support housing development transactions, such as but not be limited to the following: land and build package deals for the acquisition of affordable housing from developers; stock rationalisation disposals and acquisitions; conveyancing and confirmation of good and marketable title in connection with the purchase of single dwellings or the purchase of land with or without planning consent from a single or several owners; confirmation of good and marketable title; void disposals and the like.Additional requirements can be found within the specification document provided as part of this procurement process available as stated in section I.3.

Value: 9320000
Published: 2024-01-17
Deadline: 2024-03-01
9320000 2024-01-17 2024-03-01
Provision of Legal Services
UK Newtown St Boswells Scottish Borders Council

To engage the services of a Legal firm who can provide predominantly court based legal services on their behalf and provide legal expertise.

Value:
Published: 2024-01-16
Deadline: 2024-02-19
2024-01-16 2024-02-19
Online Support and Advice Grant (OSAG Legal Support)
UK London Ministry of Justice

Value:
Published: 2024-01-16
Deadline:
2024-01-16
Legal Services Framework
UK London The Guinness Partnership Ltd

Although this Framework is being procured by The Guinness Partnership Ltd, we reserve the right to allow any entity within The Guinness Partnership Ltd group of companies to access it without restriction. Information around the current structure of The Guinness Partnership Ltd can be found here - https://www.guinnesspartnership.com/about-us/legal-and-governance/our-group-structure/. However, this list is not exhaustive and may be added to throughout the lifetime of the Framework. In addition, the values indicated in this notice are the best possible estimates available at the time and do not commit Guinness to any level of expenditure.

Value:
Published: 2024-01-15
Deadline:
2024-01-15
Legal Services Framework
UK London The Guinness Partnership Ltd

Value:
Published: 2024-01-15
Deadline:
2024-01-15
Legal Services Framework
UK London The Guinness Partnership Ltd

Although this Framework is being procured by The Guinness Partnership Ltd, we reserve the right to allow any entity within The Guinness Partnership Ltd group of companies to access it without restriction. Information around the current structure of The Guinness Partnership Ltd can be found here - https://www.guinnesspartnership.com/about-us/legal-and-governance/our-group-structure/. However, this list is not exhaustive and may be added to throughout the lifetime of the Framework. In addition, the values indicated in this notice are the best possible estimates available at the time and do not commit Guinness to any level of expenditure.

Value:
Published: 2024-01-15
Deadline:
2024-01-15
Legal Services for NCG
UK Newcastle upon Tyne NCG Corporation

Legal services for the following:•Acquisition of freehold land and buildings.•Collateral warranties.•Construction contracts and litigation.•Dilapidation and general property related disputes Estates and FM contracts advice.•Environmental Law.•Health and Safety Law.•Lease acquisition, disposal, and extension.•Planning advice and support.•Property development, law, and regulations.•Property licensing.In addition to the scope of services outlined above by lot, the Successful Bidder(s) will be expected to provide information on any relevant updates and circulars relevant to NCG, alongside a helpline for quick queries, typically taking no more than 30 minutes of the Successful Bidder(s) time for the relevant lot to which the bidder is successful.

Value: 1400000
Published: 2024-01-14
Deadline: 2024-02-12
1400000 2024-01-14 2024-02-12
Provision of a Pest Control Service
UK Leicester Stonewater Commercial Limited

The overall purpose of this procurement is to secure a service provider capable of delivering not only effective pest control but also a socially responsible, sustainable, and transparent approach to pest management that safeguards the well-being of residents and properties across the Stonewater portfolio.The scope of work for the Pest Control Service at Stonewater encompasses a comprehensive range of tasks, activities, and responsibilities. The selected supplier will be entrusted with managing both planned and reactive pest control measures across various Stonewater properties. The scope includes, but is not limited to, the following:1.Pest Identification and Assessment:•Conducting thorough assessments to identify and evaluate pest infestations at different Stonewater properties.•Developing comprehensive pest profiles and risk analyses for diverse pests including rodents, insects, birds, and wildlife.2.Treatment Plans and Execution:•Designing and implementing tailored treatment plans for each identified pest infestation, ensuring efficient eradication and prevention strategies.•Utilising environmentally friendly and sustainable methods while adhering to legal standards and industry best practices.3.Swift Response and Emergency Services:•Offering prompt responses to emergency pest situations, ensuring immediate containment and resolution to protect the health and safety of residents and properties.•Repairs and Preventive Measures:1.Conducting necessary repairs to seal entry points and mitigate pest access, preventing future infestations.2.Implementing preventive measures and offering advice to Stonewater on actions to minimise the risk of pest resurgence.•Social Value and Community Engagement:1.Demonstrating a commitment to social value by engaging with the local community and providing educational materials or workshops on pest management and prevention.•Regular Reporting and Documentation:1.Providing regular, detailed reports on pest control activities, including assessments, treatments, repairs conducted, and the effectiveness of implemented measures.2.Maintaining comprehensive records of all pest control-related activities and outcomes.•Compliance and Certification:1.Ensuring full compliance with legal and regulatory standards governing pest control practices.2.Possessing relevant certifications and qualifications in pest control management.•Continuous Improvement and Innovation:1.Constantly exploring and suggesting innovative, effective, and environmentally sustainable pest control techniques and strategies.

Value: 1380000
Published: 2024-01-12
Deadline: 2024-02-19
1380000 2024-01-12 2024-02-19
NEX23/59 Legal Services for the Washington Metro Loop
UK Newcastle upon Tyne Nexus

Nexus requires suitably qualified and experienced legal advisors, who will be appointed to a zero-value eight-year framework to support Nexus on a project to plan, construct, commission and operate passenger services on the Washington Metro Loop (WML). Subject to approval of the Outline Business Case (OBC) by Government in due course, the legal retainer is expected to encompass the advice required to (i) prepare the content of the OBC; (ii) implement the agreed strategies set out in the OBC; (iii) deliver the OBC strategies and, in turn, commence operations on the WML in years ahead. The exact scope of work during the framework term will be subject to the timely progress of the project.The legal advisors will be required to have strong levels of recent experience across rail infrastructure projects, including but not limited to experience in the following areas:• Strategies in connection with land acquisition and consents;• Planning matters including permitted development rights in a rail context;• Rail regulatory matters including licensing, consents and communications with regulatory bodies;• Rail operations;• Interfaces with Network Rail as a key delivery partner in the project, to include areas such as infrastructure management, track access, station leases and train operations;• Project governance and communications with project stakeholders including local authority and combined authority partners, DfT and MHCLG among others;• Project funding;• Procurement, with the potential need for additional rolling stock as part of the project deliverables;• Environmental and/or social issues connected with the project;• Rail construction and engineering contracts; and• Project insurances.The WML ProjectThe WML is currently funded by the North East Combined Authority (NECA) but the aspiration is it will become a flagship project of the North East Mayoral Combined Authority (NEMCA) following the election of a North East mayor in May 2024.The WML aims to enhance connectivity and accessibility across the South of Tyne and Wearside area through the restoration of former railway alignments including the Leamside Line. Closed to passenger services in 1964 before becoming entirely disused approximately 30 years later, the Leamside Line connects with the East Coast Mainline and Durham Coast Line at Tursdale and Pelaw respectively. However, it is important to note that the Washington Metro Loop would only require reinstatement of part of the Leamside Line, from Pelaw to north of Penshaw, and not its full opening. Any involvement of the Washington Metro Loop in the further reinstatement of the Leamside Line is likely to be limited to inclusion of passive provision for heavy rail traffic and management of project interfaces where necessary, and that is reflected in the scope of this framework let.The Strategic Outline Business Case (SOBC) for the project states constructing the WML would bring economic, societal, and environmental benefits to the area by:• Creating nearly 8 million additional passenger journeys per year;• Giving Washington - the fourth largest town without access to a rail service - new connections across Tyne and Wear;• Reducing carbon emissions by nearly 87,000 tonnes per year;• Providing reliable and resilient travel;• Focusing on places in need of 'levelling up'; and• Increasing the feeling of 'pride in place' and putting locations 'back on the map'.The Washington Metro Loop will link existing stations at Pelaw and South Hylton via Washington. The OBC will also review options for further extensions enabling direct services to South Shields from Washington and Sunderland respectively. The project will require track works, new stations, additional services, signalling and traction power. Three station locations have been earmarked on the WML although the number an

Value:
Published: 2024-01-12
Deadline: 2024-02-14
2024-01-12 2024-02-14
Legionella & Water Hygiene Services
United Kingdom UK-UK-Hoddesdon: Residential property services.: R B3Living

The Supplier is to undertake the risk assessing and a routine maintenance plan for the monitoring, temperature checking, sampling, chlorination and cleaning of water systems including certain remedial Works and/or Services, where required as authorised by the B3L Framework Agreement Manager. These Works and/or Services are to be undertaken within B3Ls property portfolio, where legal landlord obligations are to be met and any updated issue and/or updates of all relevant Products, Works and Services UK National and European standards, Codes of Practice, Legislative Acts, British and International Organisation for Standardisation (ISO) Standards and Industry Best Practice requirements throughout the duration of the Framework Agreement.

Value: 300000
Published: 2024-01-09
Deadline:
300000 2024-01-09
Provision of Legal Services Framework
UK Glasgow Scottish Police Authority

Provision of Legal Services Lot 1 - Employment Law & Legal Advice (HR Matters) as per ITT available via PCSt

Value: 4620000
Published: 2023-12-31
Deadline: 2024-02-02
4620000 2023-12-31 2024-02-02
Provision of Legal Services Framework
UK Glasgow Scottish Police Authority

Provision of Legal Services as per ITT available via PCSt

Value: 4620000
Published: 2023-12-29
Deadline: 2024-02-02
4620000 2023-12-29 2024-02-02
Information Governance Support
UK Inverness Bord na Gaidhlig

KEY TASKSThe key tasks within this support will be divided into three sections; Data Protection, Information and Records Management, Freedom of Information.Data ProtectionThis service will provide the role of a Data Protection Officer (DPO) who must be expert, autonomous and free from conflict of interest.The DPO will:- inform and advise BnG and our employees about our obligations to comply with the UK GDPR and other data protection laws;- monitor compliance with the UK GDPR and other data protection laws, and with our data protection polices, including managing internal data protection activities; raising awareness of data protection issues, training staff and conducting internal audits;- advise on, and to monitor, data protection impact assessments;- cooperate with the supervisory authority;- and to be the first point of contact for supervisory authorities and for individuals whose data is processed (employees, customers etc). One key task for the DPO will be assisting officers in ensuring data protection compliance within published data and research documents.Information & Records ManagementBòrd na Gàidhlig recognises that efficient and effective management of its records is necessary to support its core functions and activities, to comply with its legal and regulatory obligations and to contribute to the effective overall management of the organisation. Bòrd na Gàidhlig now seeks a service to ensure the organisation is managing its information and records efficiently whilst meeting the requirements of Public Records (Scotland) Act 2011 (PRSA) and other relevant legislation. Working with the Office Manager, the service provider will identify areas for improvement in information management and produce guidelines as necessary. They will also give practical support in raising awareness of retention schedules; document naming and versioning guidance; and other records management policies and procedures required for Public Records (Scotland) Act 2011 compliance within the Microsoft 365 suite of applications including SharePoint. The tender should include the cost for a training session to ensure all staff have an understanding of the operational requirements.Freedom of InformationAs a publicly funded organisation, Bòrd na Gàidhlig is committed to complying fully with the Freedom of Information (Scotland) Act 2002. In 2022/23 we received ten Freedom of Information requests, compared with seven in the previous financial year. The successful service provider will advise BnG staff with specific challenging requests, and on any policy and procedure development.

Value:
Published: 2023-12-24
Deadline: 2024-01-12
2023-12-24 2024-01-12
Cleaning Services Contract - De Bohun Primary School
UK Southend-on-Sea De Bohun Primary School C/o SSC Partnership Limited

The contract will be for the provision of outsourced cleaning services to the Client ‘De Bohun Primary School, Green Road, London, N14 4AR including daily cleaning, and out of term deep cleaning, for spaces including but not limited to teaching, office, circulation, and communal spaces. The Company must provide effective management and operational level communication regarding the cleaning service with the Client. In addition, the provider will also be responsible for all legal, and health and safety requirements in delivering the services. This tender will be evaluated under the principles of MEAT (Most Economically advantageous Tender). The award criteria and marking weighting which will be used to assess the value of each bid is detailed in the Invitation to Tender and will form the basis of notifying Companies whether they have been successful or unsuccessful within the tender process.For any suppliers interested in this opportunity please visit our eTendering portal https://in-tendhost.co.uk/sscpartnership

Value:
Published: 2023-12-22
Deadline: 2024-01-23
2023-12-22 2024-01-23
HCC Dec 2023 – The Provision of Advocacy Services for Adults in Hertfordshire
UK STEVENAGE Hertfordshire County Council

Hertfordshire County Council commissions independent advocacy services to ensure that our most vulnerable citizens can have their voices heard in conversations about their care and support and to promote individual choice and control in decisions that will affect their future.The current advocacy service supports approx. 4000 people per year through the provision of broad, complex and specialist advocacy in the community. The service delivers a range of community advocacy services including groups.Commissioners have concluded review and evaluation activities to inform and shape the future commissioning arrangements. Considering the feedback received, the council are proposing a different approach to the delivery of advocacy services. It is the intention to award the new Contract to a single Service Provider, responsible for the delivery of an integrated service.Full details, including the benefits of this approach and partnership working, can be found in the Specification, Schedule 1 of the Terms and Conditions document.The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions. For the avoidance of doubt, the estimated annual spend is £997,171.00. The Contract will be awarded for an initial term of four years, with the option to extend the Contract up to two further years. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations 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. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.

Value: 6000000
Published: 2023-12-21
Deadline: 2024-01-25
6000000 2023-12-21 2024-01-25
Legal Services for Debt Recovery
UK London London Borough of Camden

The London Borough of Camden is seeking to award a contract for the provision of an external legal services for debt collection.The services will include:-Legal services for the recovery of all outstanding debt owed to Camden – excluding Parking and Council Tax / National Non-Domestic Rates (NNDR)-Contractor services will be employed on a case-by-case basis once all the internal processes have been exhausted in the pursuit of the debt.-Letters before Action (LBA) to litigation through to enforcement.

Value:
Published: 2023-12-21
Deadline: 2024-01-22
2023-12-21 2024-01-22
British Museum Design Competition Management
UK London The Trustees of the British Museum

As part of managing the Competition that will lead to the appointment of a Design Team the Procurement Consultant will be responsible for carrying out the following services and providing the deliverables listed below for each stage. For the avoidance of doubt the Procurement Consultant will at no point in the delivery of the Services be involved in the scoring of any elements of the submissions provided by the design teams taking part in the Competition. Their role is to administer and facilitate the scoring that will be performed by others as required at each stage of the Competition.Pre-Competition and Stage 1•If required refine Client’s final Competition documents including, Contract Notice, standard questionnaire (SQ), Stage 1 selection questions and draft invitation to tender (ITT) documents to ensure alignment with regulatory requirements in effect at time of launch.•Refine and finalise the tender programme.•Administer the publication of Competition documents via the Client’s e-sourcing portal, official launches and presentations in consultation with the Client’s communications team.•Prepare and host via online website procurement and communications documentation.•Act as point of contact for tenderers on all correspondence and queries liaising with relevant subject matter experts from the stakeholder groups where needed to ensure accurate, timely responses are provided via an actively maintained clarifications log.•Manage relationships with tenderers on behalf of the Client.•Manage evaluation of project specific elements of Stage 1 responses by Client team. Chair and provide all necessary secretariat services to shortlisting panel for evaluation and moderation sessions as required to arrive at final Stage 1 scores and establish shortlist in accordance with pre-determined published process.•Prepare summary report on outcome of Stage 1 for review by Client stakeholders.•Draft Stage 1 notification letters for review by Client team, legal advisors and administer distribution and relevant communications.Stage 2 and Post-Competition•Apply any necessary amendments to ITT document pack prior to issue to shortlisted tenderers.•Publish ITT packs via Client’s portal.•Manage all communications with tenderers as in Stage 1•Arrange and facilitate any events, such as charettes, presentations or interviews that may be required.•Chair supporting technical panels and provide all required secretariat services. •Take receipt of Client’s Quantity Surveyor’s appraisal of fee proformas ITT entries, and alongside technical panel reviews, collate into a single document for the jury panel.•Moderate and provide all required secretariat services for jury panel meetings (noting the consultant will not have a decision-making role on the panel) •Develop and produce tender reports providing recommendations for appointment to relevant Client stakeholders.•Draft standstill letters and manage interaction with Client legal advisors, administer distribution of these letters and, if required, subsequent relevant communications.•Support execution of contract with successful Design Team.•Support Client communication team as required with announcements relating to the appointment of the Design Team.

Value: 100000
Published: 2023-12-21
Deadline: 2024-02-02
100000 2023-12-21 2024-02-02
Business and Regulatory Impact Assessment (BRIA) for Ending the Sale of Peat in Scotland
UK Edinburgh Scottish Government

The Scottish Government (SG) is seeking to commission a Contractor to undertake a final Business and Regulatory Impact Assessment (BRIA) which includes a table, summary and report, The overall aim of the contract is to provide a robust and timely BRIA report, to help shape our policies on Ending the Sale of Peat in Scotland.The overall aim of the contract is to produce a clear and concise report for publication, which reflects a robust and systematic Business and Regulatory Impact Assessment (BRIA).This process should be in line with Scottish Government’s legal requirements and best practice for the conduct of the BRIA. BRIAs should also take account of the five principles for better regulationtransparentaccountableproportionateconsistenttargeted where appropriateThe supplier will be expected to adhere to the Scottish Government’s guidance on the requirements of the proposed BRIA.

Value:
Published: 2023-12-19
Deadline: 2024-02-01
2023-12-19 2024-02-01
HBC1223 Provision of EV chargers
UK Borehamwood Hertsmere Borough Council

Hertsmere Borough Council (the Council) wishes to enhance the opportunities for residents and visitors to charge their electric vehicles in the Hertsmere region. As such is inviting submissions from experienced operators for the provision and operation of at least 25 electric vehicle chargers for the benefit of town centre users (businesses, employees, visitors, and residents) at the following locations: • Council owned car parks • Council owned leisure centres • Council owned properties including, but not limited to, Elstree Film Studios, Bushey Country Club, Wyllyotts Theatre, Radlett Centre• Destination points (on street parking bays in town and district centres)The Council will expect to see a well thought out geographical network that is futureproofed that will minimise or eliminate the risk of becoming redundant technology at the end of the agreement with the provider. It is expected that as a part of the agreement that the provider will upgrade, repair, and maintain all electric charging points throughout the course of the contract to the highest standard to meet this expectation with a turnkey service that enables minimal confusion and easy accessibility for our visitors and residents. The council is expecting to receive a long term revenue income from this contract.The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions . The Contract will be awarded for an initial term of ten years, with the option to extend the Contract up to five further years. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations 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. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

Value:
Published: 2023-12-16
Deadline: 2024-01-22
2023-12-16 2024-01-22
HCC Dec 2023 - Single Supplier Framework for the Provision of Demountable Buildings
UK HERTFORD Hertfordshire County Council

Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for a Single Supplier Framework for the Provision of Demountable Buildings.The Council is looking to appoint a single provider to the Framework to supply Demountable Buildings to the Council within its administrative area. The estimated value of all orders placed through the Framework for the possible four year period is approximately eight million pounds (£8,000,000).For the avoidance of doubt, the estimated annual value of the Contract will be approximately £2,000,000. The Contract will be awarded for an initial term of two years, with the option to extend the Contract up to two further years. The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions. The Framework is for:• supply and installation; • installation only;• refurbishment; and• removal and relocationof both temporary and permanent demountable accommodation, most typically to educational premises for classroom use. The buildings may require:• a flat or pitched roof; and/or• a range of different external finishing options to comply with the requirements of the planning authority.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

Value: 8000000
Published: 2023-12-13
Deadline: 2024-01-23
8000000 2023-12-13 2024-01-23
Weald of Kent Grammar School ~ Catering Tender
UK Kent Weald of Kent Grammar School

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the approximate 600 students at our Sevenoaks campus, 1500 at our Tonbridge campus and 200 teaching and support staff who work across both sites. With a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st September 2024 to 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with Weald of Kent for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the School, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.Please see SQ document for more information

Value: 1807668
Published: 2023-12-13
Deadline: 2024-02-02
1807668 2023-12-13 2024-02-02
Weald of Kent Grammar School ~ Cleaning Tender
UK Kent Weald of Kent Grammar School

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the approximate 600 students at our Sevenoaks campus and 1500 in Tonbridge, with 200 teaching and support staff who work across both. The contract being tendered is for three years in duration from 1st September 2024 and will operate as a Guaranteed Performance Contract. The school year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all cleaning services within the school, which currently includes:Sevenoaks Campus -3 Floor building which includes DT, Science, Food and general classrooms, dance studio, sports hall, main hall, dining hall and office space. Approx. Square Metres: 6507 Tonbridge Campus -The school has six, multi-storey stand-alone buildings (named as Main Building, Maths, Humanities, New Science, Sports Hall and 6th Form Hub). These buildings house educational, dining, sport and office facilities. -Approx. Square Metres: -Eng/Hums: 3149-Main Build: 5325-Maths: 1113-Sports Hall: 1837-New Science 720-New classrooms 224-Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.Please see SQ document for more information

Value: 64600
Published: 2023-12-13
Deadline: 2024-02-02
64600 2023-12-13 2024-02-02
Hillview School for Girls ~ Catering Tender
UK Kent Hillview School for Girls

The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities of all schools, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The school would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st September 2024 to 31st August 2027 with the option to extend for up to a further 2 years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful contractor offering the school a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the school for the duration of this contract.The school year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that school will be open to receive students for the legal minimum of 190 days. The contract offered covers the scope for the provision of all catering services within the school, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged with a margin attached and hospitality will be charged based on consumption and at net food cost.Whilst the school prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.Please see SQ document for more information

Value: 1500000
Published: 2023-12-10
Deadline: 2024-01-12
1500000 2023-12-10 2024-01-12
Altwood School ~ Cleaning Tender
UK Berkshire Altwood School

Altwood Church of England School is a Secondary School in Maidenhead, Berkshire, which was founded in 1907. On 1 July 2012, the School became an Academy.The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 745 students on roll and 107 teaching and support staff. Altwood is a growing school and is likely to have around 850 students on roll in September 2024. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 22nd July 2024 to 21st July 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of cleaning services.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all cleaning services within the School. Site map / building plan; total buildings area 9,130 m2 GIFA - please see attached.Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.The value of the current contract is: -2023/24 - £109,321Contract Value over 3 years = £327,963Altwood School expects the successful contractor to enable the continued development of cleaning services. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of the school.As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century.Please be advised that this contract will be let on a 3-year fixed price basis.See SQ document for more information.

Value: 327963
Published: 2023-12-10
Deadline: 2024-01-19
327963 2023-12-10 2024-01-19
2023-646 Social media requirements
UK Coventry AHDB (Defra Network eTendering Portal)

AHDB would like to procure a social media partner to deliver its domestic, consumer-facing ‘always-on’ social media activity, to help us creatively achieve our goals, whilst complying with legal obligations, and ensuring the best return on our levy payers’ money.<br/><br/>The current brands are as follows:<br/>• We Eat Balanced (‘We’ will change to ‘Let’s’ Dec 2023)<br/>• Love Pork<br/>• Simply Beef & Lamb<br/><br/>However, there’s potential for social media needs to change over time, depending on developing business requirements.<br/>AHDB’s total spend for social media is variable, depending on business requirements. The table below indicates an approximate spend over the last few years. Future spend may increase or decrease over the life of the new contract.<br/><br/>Regardless of spend, we expect value for money and a strong return on investment.<br/><br/>2023-24 £700-750k<br/>2022-23 £330k<br/>2021-22 £400k<br/><br/>AHDB reserves the right, if required, to source additional social media support, as there may be instances where better value / specialist support can be achieved elsewhere. In such cases, our social media partner will be advised and consulted with accordingly.

Value: 5000000
Published: 2023-12-07
Deadline: 2024-01-22
5000000 2023-12-07 2024-01-22
SBC 1123 Provision of Architectural services for local plan site H04
UK Stevenage Stevenage Borough Council

The Council is seeking to appoint a contractor to masterplan the Local Plan site HO4 in the South of Stevenage. The successful tenderer will design a policy compliant scheme with a view to achieving outline Planning Consent at the site. The successful contractor will be required to consider provision of retail, and community assets in the site as part of the wider master planning assessment. The site has been assessed to be able to accommodate upwards of 400 homes. The successful tenderer will need to consider making best use of the site to deliver maximum values at the site.The contractor will also need to provide a cost estimate for the full list of surveys and assessments which will be required in order to achieve Planning, and will be responsible for the appointment of those contractors.The Council has aspirations to be the principal developer for up to 10% of the site (locations to be determined), including an affordable element. It therefore seeks a price to achieve a detailed Planning decision on a proportion of the site.The estimated total value of the Contract is stated in II.1.5) of this notice. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations 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. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

Value: 350000
Published: 2023-12-06
Deadline: 2024-01-17
350000 2023-12-06 2024-01-17
Altwood School ~ Catering Tender
UK Berkshire Altwood School

For the provision of service within the existing facilities for the 745 students on roll and 107 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. Altwood is a growing school and is likely to have around 850 students on roll in September 2024. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st September 2024 to 31st August 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with Altwood School for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the School, which currently includes breakfast, morning break, lunch, some hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.The value of the current contract is: -2022/23Cash sales £114,417Free School Meals £41,463Free Breakfasts £8,202Hospitality £2,337Total £166,419Total Contract Value = £832,095Altwood School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and high standards.As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the Contractor’s tender submission would be welcomed. The School would wish for the Contractor to look at making this investment within the existing dining area.Please be advised that this contract will be let on a 3 + 2 years basis.See SQ Document for more information.

Value: 832095
Published: 2023-12-06
Deadline: 2024-01-19
832095 2023-12-06 2024-01-19
Vehicle Recovery and Storage - Portsmouth
UK PORTSMOUTH Portsmouth City Council

The Council has a Legal statutory obligation to remove abandoned vehicles and acts proactively in accordance with the Refuse Disposal & Amenity Act 1978.In addition to the above statutory obligation, the Council conducts other vehicle enforcement using its power enacted under the following statutory instruments inclusive of but not limited to:• Untaxed Vehicles - VERA 1997• Persistent Evaders - Traffic Management Act 2004• Parking Contraventions - Traffic Management Act 2004• Dangerous Vehicles - Highways Act 1980• Non-Motorised Vehicles (Caravans / Boars) - Highways Act 1980• Noise Abatement (Car Alarms) Environment Protection Act 1990• Traveller Eviction - CJPO 1994• Civil Trespass - from Council Owned or Manged LandThe Council also conducts vehicle removal enforcement operations in order to remove and relocate vehicles obstructing areas suspended for street works and public & civic events held annually within Portsmouth.The usual working hours under this contract would be between 0800 and 1700, although the contract requires the contractor to provide a 24-hours removal service in the event of an emergency and also provide an out of hours contact number as part of the service.The contractor will be required to provide an effective service which would need to have available resources to cover ad Hoc requests for removal of vehicles, predominately during standard office hours between 0800 and 1700 but there would be occasions when requests are made outside of these hours and/or in an emergency.The Council Authorised Officer or Designated Approved Officers shall approve all removals outside of the working hours.The contractor would be required to have a secure compound solely dedicated to Portsmouth City Council and have the capacity to hold up to 35 vehicles of any size. This could on occasions include vehicles exceeding five tonnes inclusive of all HGV and PSV categories. The Storage facility would need to be secure at all times, well lit and covered by CCTV.The contractor would also need to be able to provide a secure unit or storeroom preferably within the secure compound, or their premises to securely store any goods removed from vehicles by officers of the Council.Vehicles not claimed by owners would need to be stored following minimum statutory periods:• Abandoned Vehicles - 7 - 14 days• Untaxed Vehicles - 7 - 14 days (or as directed by DVLA)• TMA - Persistent Evader PE Vehicles - 28 - 35 daysVehicles may need to be stored longer than statutory periods if there is any ongoing investigations or disputes.Below is an indication of the removal types and an indication of the deadline for removals relevant to which category the removal falls in."IMMEDIATE" shall mean a vehicle removal that is required with immediate effect - removal must be no longer than 30mins of the request. In general requests for immediate removals will be sent to the Contractor no later than 17:00 hrs."URGENT" shall mean a vehicle removal, which must be carried out the within 2 hours of the request. In general requests for Urgent removals will be sent to the Contractor no later than 17:00 hrs."STANDARD" shall mean a vehicle removal, which must be carried out the same day of the request. In general, requests for standard removals will be sent to the Contractor no later than 17:00 hrs."EMERGENCY" shall mean a vehicle removal that is required outside of normal office hours - removal must be no longer than 1 hour of the request.The category of removal required, shall be detailed on the removal request sent to Contractor or notified direct to the contractor if the request is made by telephone. Removal requests shall only be made by "the Council" Approved Officers.The contract performance will be monitored using specific Key Performance Indicators and service cred

Value: 375000
Published: 2023-12-06
Deadline: 2024-02-02
375000 2023-12-06 2024-02-02
Alban Academies Trust ~ Catering Tender
UK Hertfordshire Ridgeway Academy

The contract being tendered is for three years in duration from 1st August 2024 to 31st July 2027 with the option to extend for up to a further 2 years at the discretion of the client. This is with the exception of Sandringham School where the contract will start from 1st August 2025 for a duration of two years with the option to extend for up to a further 2 years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.The School year at all schools is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days. Verulam School has additional days where they have no lunch service: Abbey Service (Autumn Term), Open Evening (Autumn Term) & Verulympics (Summer Term).The contract offered covers the scope for the provision of all catering services within the School, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged with a margin attached and hospitality will be charged based on consumption and at net food cost. Whilst the Trust prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price. The Trust expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters. The Trust believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning.

Value: 8050000
Published: 2023-12-06
Deadline: 2024-01-05
8050000 2023-12-06 2024-01-05
BBB Structured Finance Legal Services Panel
UK Sheffield British Business Bank

1.OverviewIn line with the Prior Information Notice ("PIN") as issued on 8th September 2023, British Business Bank ("BBB") are undertaking an open procurement exercise by which to create a framework (the "Framework") for the appointment of a BBB Structured Finance Legal Services Panel for provision of legal advice services in relation to structured finance transactions.2.IntroductionBBB is an economic development bank which is 100% owned and funded by the UK Government. Established on 1 November 2014, the BBB's mission is to drive sustainable growth and prosperity across the UK, and to enable the transition to a net zero economy, by supporting access to finance for smaller businesses. BBB brings together expertise and funding to support economic growth by improving the UK's business finance markets. BBB invests or administers Government funding alongside or through private sector partners and uses targeted guarantees and funding options to encourage more private sector lending and investment.British Business Financial Services Ltd ("BBFSL") administers certain programmes on behalf of HM Government. British Business Investments Limited ("BBI") is part of the BBB's commercial arm. BBFSL and BBI are both wholly owned subsidiaries of BBB.In support of the delivery of its programmes, BBB are issuing this framework procurement for the appointment of a BBB Structured Finance Legal Services Panel for provision of legal advice services in relation to structured finance transactions pursuant to programmes administered by BBB, BBFSL, BBI or their respective subsidiaries.3.Nature of Services(a)The procurement exercise will welcome Suppliers with the requisite skills to provide legal services relevant to the Programmes, including but not limited to:(i)advice relating to finance, debt capital markets, guarantees, trusts, bank lending, structured finance, derivatives and/or securitisation as required;(ii)corporate and contract law advice;(iii)financial and non-financial regulatory advice;(iv)consumer credit and real estate finance advice;(v)where applicable, foreign law advice or 'issue spotting' (noting that any contracts to be entered into by the Buyers will be governed by English law);(vi)tax law advice;(vii)general transaction management; and(viii)advice relating to disputes, litigation, investigations and other contentious matters.4.Procurement ProcessThis procurement is being conducted via the Delta e-tendering platform, for which registration is free at the link contained - https://www.delta-esourcing.com/tenders/UK-GB-Sheffield:-BBB-Structured-Finance-Legal-Services-Panel/34XH2S5K93, should it be required the access code is 34XH2S5K93.The Framework will be in place for a period of 4 years and will be non-exclusive and non-committal. As such, guaranteed volumes of work cannot be provided and the values outlined are anticipated only.The deadline for submission of clarification questions is 11th December 2023, with submission of bids to be received by 10th January 2024 at midday.

Value: 4000000
Published: 2023-12-06
Deadline: 2024-01-10
4000000 2023-12-06 2024-01-10
BBB Structured Finance Legal Services Panel
UK Sheffield British Business Bank

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. To view this notice, please click here:

Value:
Published: 2023-12-04
Deadline:
2023-12-04
Valentines High School ~ Catering Tender
UK Essex Valentines High School

The successful Supplier will be required to provide catering services for Valentines High School.Contract value = £350k p.aThe successful tenderer will be required to provide catering services at Valentines High SchoolCranbrook RoadGants HillIlfordEssexIG2 6HXThe contract being tendered is for 36 months in duration from August 2024 until July 2027. 1.There are currently up to 1650 students and 150 teaching and non-teaching staff within the School.2.The School day begins at 8:30 hours and ends at 15:15 hours. Lunch break runs from 13:00 until 14:00 hours. The site closes at 19:003.The School year is based on a calendar of 195 days. 4.Five days are to be used for staff professional development, which means that the school will be open to receive students for the legal minimum of 190 days. 5.The school site is constantly evolving and it is expected that the new contractor will become involved with the growth and enhancement of the catering services to students and staffMore information about Valentines high School can be found by visiting the school’s web page at http://www.valentines-school.org.ukSee SQ Documentation for more information.

Value: 1050000
Published: 2023-12-03
Deadline: 2024-01-12
1050000 2023-12-03 2024-01-12
SANDWELL PROMOTING INDEPENDENCE REABLEMENT SERVICE
UK OLDBURY Sandwell Metropolitan Borough Council

Sandwell Metropolitan Borough Council wishes to appoint 10 Providers for the provision of a Reablement Service to eligible individuals living in Sandwell. All Providers will be appointed to deliver the Service across the whole of the Borough of Sandwell. It is anticipated that the Service will support approximately 2000 hours of care per week, however the amount of hours of care per week may vary during the duration of the Agreement.The Service will provide Reablement services to eligible adults (18 years old and over) aimed at enabling individuals:• To safely leave hospital where they would otherwise remain in hospital or avoid a hospital admission and remain in their own home or place of residence;• Provide a short term, time limited (up to 6 weeks) Reablement Service for Adults who have been assessed and have demonstrated the potential to benefit from home care reablement to regain their independence and live well at home after an illness, injury or period of reduced mobility;The hourly fee rate will be set by the Council and based on the prevailing ASC084 Domiciliary Care Service hourly rate as increased from time to time by the Council. The current Domiciliary Care hourly rate is £18.40 from 1 April 2023 to 31 March 2024. Any increases to this rate normally take place on 1 April each year. Any changes to this rate will be notified in the Award Letter to successful Bidders.Providers will be required to provide a high-quality service that aligns with the Council's vision for Adult Social Care and whilst participating in the further implementation of the personalisation agenda, giving citizens greater choice and control in this process.The Sandwell Reablement Service Agreement will commence on 3 June 2024 and will initially run for a 2 year period to 2 June 2026, with the option to extend, subject to review, for up to a maximum of 2 x 12-month periods from 3 June 2026 to 2 June 2027 and 3 June 2027 to 2 June 2028. Bidders attention is drawn to and they should note the following:a) There is no guarantee of volumes of work as referrals can decrease and / or increase; b) There is no guarantee that all Providers will receive an equal share of the work; c) Providers should be aware that the Council may wish to utilise the eBrokerage system for Referrals in the future, if so then Providers will be notified accordingly and provided with suitable training.d) Prospective Bidders should seek their own legal advice with regards to TUPE;e) The Council does not hold any TUPE Information. Details of unsuccessful Incumbent Providers TUPE Contact Points will be sent to successful Bidders in the Award letters;

Value: 9000000
Published: 2023-12-01
Deadline: 2024-01-10
9000000 2023-12-01 2024-01-10
HCC - 11/23 - Provision of Food Waste Treatment Services from 2024 and 2025
UK Hertford Hertfordshire County Council

Hertfordshire County Council is currently out to procurement for the Provision of Food Waste Treatment Services from 2024 and 2025Approximately 2,600 tonnes per annum. Treatment of Contract Waste at a Treatment Facility or acceptance at a Delivery Point for onward Transfer to a Treatment Facility (either option must meet the Accessibility Requirements).This procurement is an Open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 26th January 2023.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 website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/HomePlease refer to the Specification (Schedule 1) of the Contract Document for full details of the Council's requirements.Please note: The value in II.2.6 is for the core period inclusive of any extensions

Value: 2676300
Published: 2023-11-30
Deadline: 2024-01-26
2676300 2023-11-30 2024-01-26
The Evaluation of Market Ready agricultural Technology Options (TEMaRTO)
UK London Defra Network eTendering Portal

The Delivering Clean Growth through Sustainable Intensification (CGSI) project has been critical in developing a rigorous, evidence-based decarbonisation pathway for agriculture that demonstrates compliance with the 5th and 6th carbon budget (CB) periods. This work directly informed development of the Carbon Budget Delivery Plan (Department for Energy Security and Net Zero, 2023) and planning for Sustainable Farming Incentive (SFI) standards.<br/><br/>In preparation for the legal establishment of CB7 (2038 to 2042) it is time to refresh and update the evidence of the CGSI. We propose that this refresh looks to build on the successes of CGSI by filling evidence gaps around currently unquantified or exploratory measures in the CBDP, identify new mitigation technologies and innovations, refresh the trajectory in preparation for CB7, and explore potential for a long-term service agreement to test and implement evidence-based policy decisions. In advance, the successful contractor will receive a list of the unquantified/exploratory measures (also found in the published Net Zero growth plan), but also encouraged to explore other alternative emerging solutions. The refresh should adopt and enforce Maximum Technical Potential (MTP), ensuring the MTPs given for each measure are robust and credible. (MTP represents the maximum carbon savings that would be possible if we ignore limitations of cost, logistics and other non-market barriers). In reality the effective potential will be significantly lower or take longer than 30 years to deliver (i.e., not necessarily contributing to the 2050 target).

Value: 1
Published: 2023-11-30
Deadline: 2024-01-12
1 2023-11-30 2024-01-12
Sherborne Area Schools' Trust ~ Catering Tender
UK Dorset Sherborne Area Schools' Trust

SAST is a family of 18 Primary and Secondary schools across Dorset and Somerset, working together to deliver educational excellence for all of the children within these communities. More information with regards to the Trust can be found here: https://www.sast.org.uk/The Trust is seeking to ensure best value from the catering provision at its’ schools. Across the schools at present, there are some in house catering solutions, some contracted solutions, some schools that are hub kitchens and some that have their meals delivered in. This tender provides the opportunity to consolidate, streamline and improve the catering provision across the Trust, under one contracted provider. Contract value:Sales performance per annum for all schools is circa £735,000 The value of the new contract is therefore circa £3,675,000 (Total annual sales at all schools, multiplied by 5 as the maximum term of the contract is 5 years) The tenderThe tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities of all schools, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The Schools would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st September 2024 to 31st August 2027 with the option to extend for up to a further 2 years at the discretion of the client. This contract will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Schools a guaranteed return / cost per annum or cost per meal, for the provision of catering services. Sovereignty of the cash tariff is to remain with the Trust for the duration of this contract.The School year at all schools, is based on a calendar of 195 days. Five days are to be used for staff professional development which means that Schools will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the Schools, which currently includes (where applicable); morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged per pupil on uptake with a margin attached, and hospitality will be charged based on consumption and at net food cost.Whilst the Trust prioritises value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price.The Trust expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters. The Trust believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning.As schools who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding funding improvements as part of the Contractor’s tender submission would be welcomed. Please see SQ Document for more information

Value: 3675000
Published: 2023-11-30
Deadline: 2024-01-12
3675000 2023-11-30 2024-01-12
Pagabo National Framework for Academy Services
UK Harrogate Red Kite Learning Trust

This lot is for the provision of legal services specfically to Academies, Single Academy Trusts and Multi Academy Trusts in line with the Academy Trust Handbook.

Value: 89500000
Published: 2023-11-30
Deadline: 2024-01-11
89500000 2023-11-30 2024-01-11
HCC - Nov 23 - The Provision of Residential Placements for Four (4) / Five (5) Children and Young People Aged 7-18 with Highly Challenging Behaviour and Complex Needs
UK Stevenage Hertfordshire County Council

The estimated values stated in II.1.5 and II.2.6 are for the contract period inclusive of the approximate value for extension.The Contract Period for this Contract is an initial period of two (2) years with the option to extend for a further period or periods of up to a total of a further three (3) years. Therefore, the maximum duration of this Contract could be five (5) years.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.The use of Lots has been considered for this procurement, but have not been used, as the Council requires an integrated and cohesive provision across the Service. Please Note The TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information must be protected as personal data in accordance with the requirements of Data Protection legislation and must also be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree:a)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 .b)That under no circumstances will any of the information be disclosed by your organisation or your personnel to any third party without the Council’s prior consent in writing.c)That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation’s bid has been submitted or you decide not to proceed with a tender submission. d)That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Employee Liability Information.e)The requirements above apply whether the supplier uploads a tender response to this procurement or not.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.

Value: 6845982
Published: 2023-11-29
Deadline: 2024-01-11
6845982 2023-11-29 2024-01-11
Outdoor education - support and guidance services for off-site activities and educational visits
UK PORTSMOUTH Portsmouth City Council

Key purpose of the service:To ensure the health and safety of young people involved in educational visits, off-site and adventurous activities from Portsmouth City Council Schools as identified by Portsmouth City Council and including DofE expeditions managed on behalf of Portsmouth City Council by Motiv8. This service will guarantee good practice and safety management for off-site educational visits and outdoor learning.Support for Portsmouth City Council in complying with its legal framework as employers in relation to;- Off-site activity and educational visits, as outlined in DfE Guidance to Schools (2014), and including Health and Safety: Responsibilities and Powers (2011), and National Guidance for Off-Site Visits (2018)- Physical education and sport, see Physical Education and the Law in safe Practice ain PE and School Sport (AfPE, 2017)- Liaise with named and agreed Council staffKey activities are;- Provide legal guidance on off-site activities and educational visits, DofE expeditions and physical education and sport through publications, information notes, communications and access to website(s), this to include up-to-date advice on best and safe practice and risk management.- Provide an agreed approval system in order to assess the needs of individual educational visits and Daffi expeditions. Offer access to a web-based approval and guidance system.- Provide access to an Outdoor Education (PE and Sport) Service to make available:o advice and guidance, and support problem/issue solvingo additional access to advice from Service managerso advice on further related contacts as required, for example technical advisers.- Monitor activity providers of outdoor education/ outdoor activities, physical education and sport and confirm that their safety management systems are in place. Follow up any issues, inspect centres and visit providers as issues arise or near misses are reported. In liaison with City Council staff and as agreed, support and follow up any incidents or emergencies.- Operate an Adventure Activities Licence for outdoor activities in scope of the scheme to ensure compliance and provide advice.- Offer a comprehensive outdoor education training programme to ensure that training needs are addressed. Provide access to initiatives such as safety management, curriculum development and high quality physical education and sport, in addition to those available through the sports partnerships and Local Delivery Agency.- Provide data from the approval system to demonstrate the range and extent of approved ventures. (Continue to develop and support data provision through the web system.)- Provide an annual report that will include: o educational visit and venture statisticso training recommended and numbers attending (both areas)o advice given and typical activity undertaken (both areas)o any areas of concern or recommendations to consider (national and local information - both areas).- In addition, liaise with:o City Council staff to ensure that incident and emergency arrangements for off-site activities and educational visits are in place and effective.o the City Council's Insurance and Risk Manager to ensure that current practice is shared, and issues are addressed.- Liaise directly over the provision of suitable training and the development of training teams.

Value: 150000
Published: 2023-11-28
Deadline:
150000 2023-11-28
Cleaning Service Contract - The Latymer School
UK Southend-On-Sea The Latymer School C/o SSC Partnership Limited

The contract will be for the provision of outsourced cleaning services to the Client The Latymer School, including daily cleaning, and out of term deep cleaning, for spaces including but not limited to teaching, office, circulation, and communal spaces. It is anticipated that the contract will commence on 1st April 2024 for an initial term of 3 years.Arrangements will be made for Tenderers to visit The Latymer School and view the current facilities to obtain a better understanding of the layout and any other relevant information to help in putting together tender bids. The site visit is planned to take place on Tuesday 12th December 2023. Further details are available in the ITT documentation. The Client has historically provided and managed the cleaning service in-house. The Company must provide effective management and operational level communication regarding the cleaning service with the Client. In addition, the provider will also be responsible for all legal, and health and safety requirements in delivering the services. Cleaning is also required during weekend periods for lettings. Shift patterns can change depending on the lettings on site, but access is available between 08:00 – 16:00, and no supervision is required during this time.The Client currently operates a split cleaning shift (morning and afternoon).The Client has advised that there is some flexibility with the start and finish times, but this would need to be agreed between parties prior to contract commencement.Further information of the services required are included Part 2 Specification.Tenders will be evaluated using a method known as MEAT (most economically advantageous tender). There will be mandatory and desirable requirements.Mandatory requirements are stipulations which must be present, or the tender will be eliminated from the evaluation.Desirable characteristics are elements of the tender which are to be scored by the Client. Full details of the evaluation and tender process are included within the tender documentation.

Value:
Published: 2023-11-26
Deadline: 2023-12-29
2023-11-26 2023-12-29
The Willink School ~ Catering Tender
UK Reading The Willink School

As the preferred state school in our area, we attract learners beyond our catchment, including Hampshire, Reading, and Wokingham. Our broad and balanced curriculum has a strong international flavour, tailored to cultivate a global mindset in our students. Rooted in our heritage as a Language College, we teach four foreign languages which fosters linguistic proficiency and cultural understanding. Exceptional academic outcomes position us among Berkshire’s top ten non-selective schools, reflecting our commitment to educational excellence. As leaders in mathematics instruction we head the Mobius Maths Hub, a national centre of excellence, thus extending our influence across Berkshire and Wiltshire. We maintain strategic partnerships with Teaching School Hub Berkshire, underscoring our dedication to exceptional education. Above all, The Willink is a lively, welcoming institution encouraging high aspirations and expectations for our learning community.The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1250 students on roll and 217 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 01 August 2024 to 31 July 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with The Willink for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the School, which currently includes morning break, lunch, all hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.Please see SQ Document for more information.

Value: 1390000
Published: 2023-11-24
Deadline: 2024-01-05
1390000 2023-11-24 2024-01-05
The Willink School ~ Cleaning Tender
UK Reading The Willink School

As the preferred state school in our area, we attract learners beyond our catchment, including Hampshire, Reading, and Wokingham. Our broad and balanced curriculum has a strong international flavour, tailored to cultivate a global mindset in our students. Rooted in our heritage as a Language College, we teach four foreign languages which fosters linguistic proficiency and cultural understanding. Exceptional academic outcomes position us among Berkshire’s top ten non-selective schools, reflecting our commitment to educational excellence. As leaders in mathematics instruction, we head the Mobius Maths Hub, a national centre of excellence, thus extending our influence across Berkshire and Wiltshire. We maintain strategic partnerships with Teaching School Hub Berkshire, underscoring our dedication to exceptional education. Above all, The Willink is a lively, welcoming institution encouraging high aspirations and expectations for our learning community.The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1250 students on roll and 217 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 01 September 2024 to 31 August 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with The Willink for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.Please see SQ document for more information.

Value: 384600
Published: 2023-11-24
Deadline: 2024-01-05
384600 2023-11-24 2024-01-05
HCC - 11/23 - The Provision of a Record Management Storage and Retrieval System
UK Hertford Hertfordshire County Council

Hertfordshire County Council is currently out to procurement for the Provision of a Record Management Storage and Retrieval System.The Contract requires a Contractor to provide;1. Storage for physical records2. Electronic and Physical Retrieval of the above records 3. Secure destruction of the records when required4. Collection of Confidential waste for destruction from various sites within Hertfordshire on requestWe expect the Contractor to have a number of years’ experience in carrying out similar contracts Please refer to the Specification (Schedule 1) of the Contract Document for full details of the Council's requirements.This procurement is an Open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on 20th December 2023.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 website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Value: 1200000
Published: 2023-11-22
Deadline: 2023-12-20
1200000 2023-11-22 2023-12-20
Legal Advice for Gas Security
UK London Department for Energy Security & Net Zero

Value:
Published: 2023-11-22
Deadline:
2023-11-22
DoF - Collaborative Arrangement – Provision of Unmetered Electricity 2024-2026 (ID 4668771)
UK BELFAST Department of Finance

This contract will be for the supply of 100 per cent green Unmetered Electricity for a maximum term of two years. The anticipated commencement date shall be 1st April 2024. The Contract will be utilised by the following clients: • Department for Infrastructure (DfI); • NI Water (NIW); • The Police Service of Northern Ireland (PSNI); • Northern Ireland Housing Executive (NIHE); and • Translink Each Client will be wholly responsible for the performance of its obligations under the contract. As CPD and its Clients are committed to the Central Government Energy Management Strategy and Action Plan to 2030 Contractors must provide 100 per cent green electricity. This commits all Central Government bodies to reduce costs and consumption consistent with draft Programme for Government (PFG) indicators on greenhouse gas emissions and enhancing security of supply. This is delivered through a target to reduce net energy consumption by 30 per cent by 2030 and to spend no more on energy in 2030 as we do today. In addition Department for Economy (DfE) has published an issues paper considering how best to advance proposals for an energy strategy that will enable new and challenging decarbonisation targets to be met. Not least among these is the UK Government legal requirement to achieve “net zero carbon” by 2050. Further details on this initiative can be found at https://www.economy-ni.gov.uk/energy-strategy-call-for-evidence and https://www.gov.uk/government/news/uk-becomes-first-major-economy-to-pass-net-zero-emissions-law DfI has embarked on a street lighting LED retrofit programme to replace existing sodium street lighting units with LED ones resulting in reduced consumption as the year progresses. Consequently, the retrofit projects will have an impact on this contract as they will have a direct effect on the consumption of unmetered electricity. The rates submitted must be honoured for the duration of the contract despite the likelihood of a reduction in the annual usage, the supplier should take this into consideration when submitting their response.

Value: 31500000
Published: 2023-11-15
Deadline: 2023-12-14
31500000 2023-11-15 2023-12-14
Research on Legal Aid Payment in Scotland
UK Glasgow Scottish Government

The Scottish Government wishes to commission research legal aid remuneration to focus on four key research questions recommended in the report of the Legal Aid Payment Review Panel (https://www.gov.scot/publications/legal-aid-payment-review-panel-report-minister-community-safety/) regarding:-The actual and expected remuneration of legal aid providers under the existing system-The conditions needed to secure sufficient supply to enable the effective delivery of legal aid services at a scale and quality consistent with prevailing needs and in line with legal aid policy and stated strategic justice and social outcomes-The development of metrics to assess the ‘health’ of the legal aid sector-Measures that can be used to assess legal aid fees from year to yearThe research will be conducted over two Phases. Phase 1 will involve collection of specific evidence from solicitor firms about the costs and financial structure of their businesses – information that will be discussed and agreed with the RAG. It is expected that this will include detail on fee income, overhead costs; staff numbers, grades/status and remuneration; the allocation of their time to legal aid or private business; the turnover of the firm and the profit taken by (or available to) partners. This information would then be linked to data supplied by SLAB that covers legal aid volumes, aid types, subject areas, fees, firm location and such like. Phase 2 will be the analysis and reporting of the data.The successful bidder is not expected to action the findings of the report. This is a time limited research project, the contract expected to begin in January 2024 to last no more than 8 months from the commencement of the research to delivery of the findings.

Value: 100000
Published: 2023-11-15
Deadline: 2023-12-15
100000 2023-11-15 2023-12-15
Public Analyst
UK Liverpool Liverpool City Council

The Mersey Port Health Authority (MPHA) holds a legal obligation for conducting agri-food product sampling upon arrival at the Port of Liverpool. Consequently, MPHA is in the process of selecting a Public Analyst to execute analytical assessments of these products.

Value: 300000
Published: 2023-11-11
Deadline: 2023-12-11
300000 2023-11-11 2023-12-11
HCC11/23- Framework Agreement for the Supply of Mobile Air Purifier Units
UK Welwyn Garden City Herts Fullstop Ltd

The Contracting Authority, acting on behalf of the Participating Authorities is leading on the procurement process to establish a Framework Agreement for The Supply of Mobile Air Purifying Units (herein after referred to as ‘Goods’) to Customers in various locations throughout the United Kingdom including: Offices, schools, colleges, universities, libraries, fire stations, police stations, hospitals, recreation centres, day centres and all other public sector establishments. The Contracting Authority is seeking suitably qualified Contractors to supply the Goods and any related Services under any Agreement resulting from this tendering exercise. Details of the Goods required under this Agreement are given in the separate excel spreadsheet titled HCC2315269 – Pricing Schedule. The requirement is for Compact high-performance air purifying mobile units developed for safe use in intensively occupied public spaces such as Schools and Children’s settings.The Council wishes to procure units that will sufficiently impact on the indoor air quality of a classroom setting without requiring multiple units in each classroom. Further technical information may be found within Schedule One, paragraph 8 of the specification. Delivery of these Goods will be free of charge to all Customers.Award will be a Multiple Contractor Award - Awarding to a maximum of 3 contractors, successful contractors will be placed in rank order. This Framework Agreement will be open to all UK public sector organisationsThe estimated annual expenditure on Goods is circa GBP 100,000 Therefore the estimated total value of the Framework Agreement could be within the range of GBP 400,000 up to GBP 5000,000The Framework Agreement may be awarded for a period of up to Four (4) yearsunless terminated in accordance with the provisions of the Framework Agreement.Please note that the requirements of the Framework Agreement will be subject to available financial resources, supplier performance and flexibility to meet changing demands. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other Contracts and arrangements with other Suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

Value: 5000000
Published: 2023-11-11
Deadline: 2023-12-11
5000000 2023-11-11 2023-12-11
Debt Collection & Enforcement Services (DCES)
UK Leeds Ministry of Justice

This procurement is for the delivery of Crown Court Means Testing (CCMT) - Debt Collection and Enforcement Services (DCES) for the Legal Aid Agency (LAA). The Supplier will be required to provide national debt collection and enforcement services in relation to monies owed by means tested defendants who are in receipt of legal aid in respect of a case to be heard, or a case that has been heard and resulted in a conviction, in the Crown Court. The Services covers all Crown Courts in England and Wales. The Supplier will be responsible for the collection and enforcement of Legal Aid Contributions which requires case management, collection, enforcement and refund of monies where appropriate. The Supplier must keep individuals fully engaged throughout the lifetime of the debt.LEGAL AID MEANS TEST REVIEW - Current estimates suggest that Crown Court Means Testing policy changes resulting from the Legal Aid Means Test Review consultation are likely to be implemented during the life of this Contract. The Authority reserves the right to change the requirements under this Contract, especially in respect of the thresholds and provisions for calculating the contributions as well as the forecasted volumes of work and administrative costs, to reflect the outcomes of the Legal Aid Means Test Review (MTR). The Supplier will be required to implement changes to its digital systems and processes in accordance with the outcomes of the Legal Aid Means Test Review (each such Change being an MTR Change). Further information is provided in the Invitation to Tender documentation. This requirement is being competed under the Open Procedure. Please note that this is not a call for Expressions of Interest and potential suppliers are therefore required to submit their full tender in accordance with the instructions in the Invitation to Tender (ITT) Instructions for Bidders document. The Cabinet Office has introduced mandatory requirements relating to data handling, security, and information assurance in Government contracts. Information, systems, equipment and processes must be protected and Government suppliers must provide an appropriate level of security. Please note that it is a mandatory requirement that suppliers must hold Cyber Essentials Plus certification. The original contract duration will be 48 months with a potential to extend for a maximum of a further 24 months.

Value:
Published: 2023-11-10
Deadline: 2023-12-19
2023-11-10 2023-12-19
Your Alerts:

Related articles...

Made by Statuo