Talk to us 01204 238 046

The Ultimate Guide to Winning Legal Services Tenders

Written by Thornton And Lowe

|

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
HCC Sept 2023 - The Provision of Children and Young Persons Advocacy Services for Bedfordshire Borough Council, Hertfordshire County Council and Luton Borough Council
UK HERTFORD Hertfordshire County Council

Hertfordshire County Council, Bedford Borough Council and Luton Borough Council jointly wish to commission Advocacy services to empower children and young people designated as Children in Need, Looked After and Care Leavers in order to make sure their rights are respected, and views are heard. The service is expected to be delivered in line with the National Standards for The Provision of Children’s Advocacy along with other relevant legislation and guidance.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 between the Participating Authorities is £380,000. The breakdown of this annual spend is as follows – Bedfordshire Borough Council £75,000Hertfordshire County Council £190,000Luton Borough Council £115,000The Contract will be awarded for an initial term of three 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: 1900000
Published: 2023-09-26
Deadline: 2023-10-23
1900000 2023-09-26 2023-10-23
Care and Repair Service September 23
UK Knowsley Knowsley Council

Home Improvement Agencies (HIAs) help elderly people, people with disabilities and othervulnerable people make adaptations to the homes they own. A Home Improvement Agencywill give information, advice and support to homeowners who need repairs or improvementsto their homes, or the assistance of a handyperson for decorating or gardening. The HIA willassess the homeowner’s needs and advise on practical, financial and legal matters related toadapting the home, repairing or insulating it. The main purpose of HIA is to help vulnerablepeople continue to live as independently as possible in their own homes for as long aspossible through prevention and early intervention services.There is provision to extend the contract for up to 36 months in aggregate

Value: 1915000
Published: 2023-09-22
Deadline: 2023-10-10
1915000 2023-09-22 2023-10-10
Scottish Governing Bodies Expert Resource - Legal
UK Glasgow sportscotland

sportscotland is seeking to appoint a suitably qualified service provider to provide expert resource in legal matters to Scottish governing bodies of sport (SGBs) in Scotland.

Value:
Published: 2023-09-22
Deadline: 2023-10-20
2023-09-22 2023-10-20
Scottish Governing Bodies Expert Resource - Legal
UK Glasgow The Scottish Sports Council trading as sportscotland

sportscotland is seeking to appoint a suitably qualified service provider to provide expert resource in legal matters to Scottish governing bodies of sport.

Value:
Published: 2023-09-19
Deadline: 2023-10-20
2023-09-19 2023-10-20
College Road, Hereford
UK Leicester Stonewater Limited

The intention is to complete this tender exercise as an Open Procedure, in line with the instructions of the Public Contracts Regulations (2015). This single stage process will combine the Selection Questionnaire (SQ) and the Invitation to Tender (ITT), meaning that bidders will be expected to provide all requested information by one, clear deadline.The SQ is the standard format required under UK guidelines and requires all bidders to provided key information about their organisation’s financial and legal standing, as well as references of current/previous customers and details of their current insurance policies. In addition to this, Stonewater will also include questions, scored as either a “Pass” or “Fail”, based on key organisational initiatives and how well these match with Stonewater’s own policies. These will cover Corporate Social Responsibility (CSR) and Equality, Diversity and Inclusion (EDI).In addition to the information requested in the SQ, Stonewater require bidders to provide some additional information, based on the requirements of the NHBC. The questions in this section can be found in Document 2 of the tender pack and are for Stonewater’s information only.As the requirement is a price only exercise, completion of the Contract Sum Analysis will form the whole of the ITT.

Value: 5500000
Published: 2023-09-16
Deadline: 2023-10-20
5500000 2023-09-16 2023-10-20
Provision of an external legal services provider – Regulatory
UK Sheffield Social Work England

Social Work England are seeking to establish a contract with a legal services firm ("the Potential Provider") who can work in partnership with Social Work England’s legal team to deliver an external legal support function which will complement the existing support delivered by the Legal Team. Please see the associated Invitation to Tender for further details.

Value:
Published: 2023-09-16
Deadline: 2023-10-13
2023-09-16 2023-10-13
Provision of an external legal services provider – Regulatory
UK Sheffield Social Work England

Value:
Published: 2023-09-15
Deadline:
2023-09-15
Invitation to Tender- Building Capability in Product Safety, Legal Metrology and Construction Products in Local Authority Regulatory Services
NUTS: UKI UK Department for Business and Trade

The contract requires the Supplier to deliver the following outputs:(i) Each year develop and deliver specialist, technical and practical products, e-learning packages, tools and activities (for 2023-24 development and delivery will be based on that specified in the programme in Table 2). To be set out in a programme at the beginning of each year with clear learning objectives, dates & times, delivery method, numbers and evaluation approach (see Table 1 above).(ii) Conduct ongoing evaluation of the learning and development of LARS within each year and throughout the lifetime of the contract as specified below.(iii) At the end of each financial year submit a summary report of the evaluation to be agreed with OPSS, including but not limited to:• details of activities • number of training days, • delegate satisfaction, • evidence that learning objectives have been met; • delegate and geographical take up • Diversity and inclusion (iv) Conduct and submit an annual assessment of learning and development needs ahead of each year’s delivery programme. This includes an assessment in to be conducted in the final year on the contract for (see Table 1 above).(v) Provide metrics on request to support OPSS reporting and evaluation of the success of the programme.(vi) Submit a quarterly performance report, outlining what has been delivered, with metrics which demonstrate key milestones and learning objectives being met and which support the overarching aims in paragraph 1.

Value: 750000
Published: 2023-09-15
Deadline: 2023-10-17
750000 2023-09-15 2023-10-17
GSS23564: UK Research and Innovation - Oligonucleotide Synthesis and Nucleic Acid Sequencing Services Framework
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 (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2023-09-15
Deadline:
2023-09-15
North Tyneside, Northumberland and Gateshead Type 2 Diabetes Structured Education Service
UK North Shields The North East and North Cumbria Integrated Care System (ICS)

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS North East and North Cumbria (NHS NENC) Integrated Care Board (ICB) (the Contracting Authority) who are undertaking a procurement to commission Structured Education for People Living with Type 2 Diabetes under The NHS Standard Contract 2023/24 Particulars (Shorter Form), NHS Standard Contract 2023/24 Service Conditions (Shorter Form), NHS Standard Contract 2023/24 General Conditions (Shorter Form); or any edition or subsequent revisions.The contract term is for an initial period of 5 years commencing on 01 April 24, with an option to extend up to a further 2 years at the discretion of the Contracting Authority and subject to satisfactory contractual and financial performance.The closing date for submission of tenders is by 12 noon on 16 October 2023.Additional informationFirstly, the Contracting Authority anticipates that the "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may not apply to this contract. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.Secondly, previous publication concerning this procedure publication reference 2022/S 000-021913.NECS is utilising an electronic tendering tool to manage this tender exercise and communicate with potential providers. Accordingly, there will be no hard copy documents issued to potential providers and all communications with NECS, including ITT submissions, will be conducted via Atamis: https://health-family.force.com/s/WelcomeIf you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register.If you have not already done so you should now register as a Supplier on the shared system. You can register here: https://health-family.force.com/s/Welcome It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. If you find that you need any advice or support in registering please contact the Atamis helpdesk using the following details:Phone: 0800 9956035E-mail: support-health@atamis.co.ukOpening times 8am - 6pmAn Atamis Supplier guide can be accessed by clicking on this link:https://atamis-1928.my.salesforce.com/sfc/p/#0O000000rwim/a/4J000000kGJV/E7G8dJZW6I6OBziP9VjNLKQhD5jze8lO9f26f9NNk48 PLEASE NOTE: You may be asked if you wish to merge your account with an existing organisation. This is based on a number of criteria including the domain name of your email address, so please ensure that you do register with your official work email address.Legal, economic, financial, and technical informationConditions for participationObjective rules and criteria for participation Under the Public Services (Social Value) Act 2012, Contracting Authorities must consider: (a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and (b) How, in conducting the process of procurement, they might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and environmental well-being". The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in acc

Value:
Published: 2023-09-15
Deadline: 2023-10-16
2023-09-15 2023-10-16
Trauma Informed Talking Therapy Service for North West prisons
NUTS: UKD UK NHS England North West

The service is to be provided at the following sites:• HMP Altcourse;• HMP Buckley Hall;• HMP Forest Bank;• HMP Garth; • HMP Haverigg; • HMP Hindley; • HMP Kirkham; • HMP Lancaster Farms; • HMP Liverpool; • HMP Manchester;• HMP Preston; • HMP Risley; • HMP Styal;• HMP Thorn Cross; and • HMP Wymott.The contract term is for an initial period of 5 years commencing on 01 April 2024, with an option to extend for a further 2 years at the discretion of the Contracting Authority and subject to satisfactory contractual and financial performance.Please note that caveat responses will be considered as non-acceptance of this requirement.The closing date for submission of tenders is by 12:00 noon on 12 October 2023.Additional informationThe "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE)[may apply to this contract. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.Previous publication concerning this procedure publication reference 2023/S 000-016231.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:Support-health@Atamis.co.uk or phone number 0800 9956035 The helpdesk is open Monday - Friday between 9am - 5.30pmTender documentation will be available on the e-tendering site from 11 September 2023.

Value: 3675000
Published: 2023-09-12
Deadline: 2023-10-12
3675000 2023-09-12 2023-10-12
HCC - 09/23 - The Provision of Facilities for the Collection and Treatment of Scrap Metals and Lead Acid Batteries from Recycling Centres in Hertfordshire
UK Hertford Hertfordshire County Council

The Council is seeking to enter into a contractual arrangement with a Contractor/Contractors to provide management of Contract Material arising at the Recycling Centres in the Council Area, such that the Contract Material is recycled to the greatest extent possible. Please refer to Schedule 1 (Specification) of the Contract Document for full details of the Councils requirementsThis 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 9th October 2023Please 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 inclusive of the potential two (2) x 12 month extension.The value in II.2.6 is for the core period inclusive of any extension and covers all Lots

Value: 3258000
Published: 2023-09-09
Deadline: 2023-10-09
3258000 2023-09-09 2023-10-09
HCC - 09/23 - The Provision of Facilities for the Treatment of Green Garden Waste from Recycling Centres in Hertfordshire
UK Hertford Hertfordshire County Council

The Council is seeking to enter into a contractual arrangement with a Contractor/Contractors to provide management of Contract Material arising at the Recycling Centres in the Council Area, such that the Contract Material is recycled to the greatest extent possible. Please refer to Schedule 1 (Specification) of the Contract Document for full details of the Councils requirementsThis 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 9th October 2023Please 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 inclusive of the potential two (2) x 12 month extension.The value in II.2.6 is for the core period inclusive of any extension and covers all Lots

Value: 1341000
Published: 2023-09-09
Deadline: 2023-10-09
1341000 2023-09-09 2023-10-09
Insurance and related services and claims handling services
UK Solihull Platform Housing Limited

Property, legal liability and other general (non-life) insurable risks as required by Platform Housing Group and subsidiary organisations

Value: 13100000
Published: 2023-09-08
Deadline: 2023-10-10
13100000 2023-09-08 2023-10-10
HCC - 09/23 - The Provision of an Insurance Claims Handling System
UK Hertford Hertfordshire County Council

Hertfordshire County Council is currently out to procurement for the Provision of an Insurance Claims Handling System.The Contract requires the provision of an effective and flexible claim handling system in place to monitor the daily handling of claims, financial liabilities and claim experiences incurred within the authority accessible to users 24 hours a day 7 days a week.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 9th October 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 Note: the value referred to in II.2.6 below is inclusive of the potential two (2) x 12 month extension.

Value: 215000
Published: 2023-09-08
Deadline: 2023-10-09
215000 2023-09-08 2023-10-09
Electrical Maintenance Contract including PPM and Reactive Services
UK Birkenshaw, Bradford West Yorkshire Fire and Rescue Service

The scope of the contract is to perform detailed inspection, testing and maintenance of all electrical installations, ensuring WYFRS remain compliant with all legislation and legal requirements. The work includes but is not limited to, fixed wire testing, portable appliance testing, fire alarm systems, Emergency Lighting testing, Lightening Protection, Microwave ovens, hearing loops, room integrity tests, PPM works in line with current SFG20 Regulations and thermographic testing.

Value:
Published: 2023-09-06
Deadline: 2023-10-13
2023-09-06 2023-10-13
Regional Care Co-operatives Delivery Partner
UK London Department for Education

Policy Background In February 2023, the Department for Education published a vision to transform children’s social care: Stable Homes, Built on Love: Implementation Strategy and Consultation. This strategy set out proposals for reform in response to recommendations from the Independent Review of Children’s Social Care (2022), the Child Safeguarding Practice Panel review into the murders of Arthur Labinjo-Hughes and Star Hobson (2022) and the Competition and Markets Authority’s market study into children’s social care provision (2022). The strategy set out 6 pillars of reform, backed by £200 million of additional investment. The pillars of reform are: 1. Family Help provides the right support at the right time so that children can thrive with their families. 2. A decisive multi-agency child protection system. 3. Unlocking the potential of family networks. 4. Putting love, relationships and a stable home at the heart of being a child in care. 5. A valued, supported and highly skilled social worker for every child who needs one. 6. A system that continuously learns and improves and makes better use of evidence and data. As part of pillar 4, the strategy committed to testing a regional model for planning, commissioning and delivering children’s social care placements, called Regional Care Co-operatives (RCCs). The government’s long-term vision for RCCs is that they will: • Plan, commission and deliver all children’s care placements, across fostering, children’s homes and secure homes. • Improve forecasting of demand leading to better informed plans; enabling areas to ensure there are sufficient placements and support available to meet the needs of children who are in care. • Gain economies of scale, in particular around placements for children and young people with multiple complex needs and in negotiations with providers, to ensure that every pound spent makes the biggest impact possible for children. • Have greater collaboration with health and justice commissioners to improve services for children in care. • Reform foster parent recruitment and retention and, where necessary, create new forms of care to meet local need so that more children in care can stay in family environments and closer to home. RCCs are part of a broader package of measures to transform the care placement market, including: • Investing £259 million to support areas to maintain capacity and expand provision in both secure and open children’s homes. • Investing £27m to recruit and retain more foster carers. • Implementing the CMA recommendations on: o providing national forecasting, procurement, and market shaping support; o introducing a financial oversight regime; and o reforming standards of care. • Considering changes to ensure that planning requirements, or local interpretation of them, are not a barrier to the creation of more homes for children. Stable Homes, Built on Love set out that the Department would set up two RCC pathfinders over this Spending Review period to test a new regional approach to providing homes for looked after children, within the current legal framework, ahead of bringing forward legislation when parliamentary time allows. The Department will work with local authorities and other key stakeholders to co-design the pathfinders, with a view to rolling out after evaluating the best approach in conjunction with the sector. Both a delivery partner and evaluation partner will be procured to support this work.

Value:
Published: 2023-09-06
Deadline:
2023-09-06
ANDBC Tender for the Provision of Legal Services
UK Bangor Ards and North Down Borough Council

Tenders are sought by Ards and North Down Borough Council for the Provision of Legal Services.

Value: 1275000
Published: 2023-09-06
Deadline: 2023-10-06
1275000 2023-09-06 2023-10-06
ANDBC Tender for the Provision of Legal Services
UK Bangor Ards and North Down Borough Council

Value:
Published: 2023-09-05
Deadline:
2023-09-05
The Provision of Employee Assistance Programme (EAP) Bedfordshire Hospitals NHS FT
UK Luton Bedfordshire Hospitals NHS Foundation Trust

The Trust is looking to award a contract for an EAP service provider to start in 1st February 2024. It is anticipated that the contract will be for an initial period of 5 years, with the option to extend on an annual basis to a maximum term of seven years. However, the Trust is prepared to consider an alternative award duration (no longer than seven years) if there is justification in terms of either quality or cost. The current scope is for--24/7/365 days’ instant access to clinical counselling and advice /in the moment support via webchat, Freephone Number, Web Portal-legal and tax information-family care services -debt & financial management services -everyday matters-counselling and emotional Support (up to six session model) additional sessions to be authorized on a case by case basis -Ongoing Onsite support with events aligned by the trust -over 10 years’ experience of delivering successful EAP’s to the NHS -An experienced dedicated relationship manager and clinical manager to deliver on key Trust/NHS England objectives, including engagement, promotion, sharing best practice on appropriate wellbeing matters. -Electronic promotion, webinars, newsletters and topical campaigns to be provide as agreed

Value: 280000
Published: 2023-09-02
Deadline: 2023-10-06
280000 2023-09-02 2023-10-06
Sanctuary Housing Association - Legal Services Tender 2024
UK Worcester Sanctuary Housing Association

Corporate, Banking, Finance, Securitisation, Tax, IT. Regulatory Knowledge, Sustainability, Commercial, Data Laws, Procurement, Financial Regulatory, Compliance Regulatory / Health and Safety and Associated Dispute Resolution.Please refer to the procurement documents for further details.

Value: 30000000
Published: 2023-09-02
Deadline: 2023-09-29
30000000 2023-09-02 2023-09-29
Sanctuary Housing Association - Legal Services Framework Tender (2024)
UK Worcester Sanctuary Housing Association

Please refer to the procurement documents for further details. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=743529. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Please refer to the procurement documents for further details. (SC Ref:743529)

Value:
Published: 2023-09-01
Deadline:
2023-09-01
Sanctuary Housing Association - Legal Services Tender 2024
UK Worcester Sanctuary Housing Association

Value:
Published: 2023-09-01
Deadline:
2023-09-01
Employee Assistance Programme
UK Glasgow Scottish Police Authority

The re-tendered service must be an effective and modern EAP Service to Police Scotland and its Eligible Users (includes Scottish Mountain Rescue Teams). The current usage of the Service is approximately 10% per annum of the total eligible employees. However, use of this service is not mandatory and Police Scotland does not guarantee volumes. The EAP Service must:- Adopt a person centred approach with high standards of customer service.- Adopt a preventative approach, proactively engaging with our people.- Provide worksite focused programmes to assist in the identification and resolution of employee concerns which affect, or may affect, performance. Such employee concerns typically include, but are not limited to:- Personal matters - health, relationships, family, financial, emotional, legal, anxiety/depression, alcohol, drugs and other related issues.- Work matters - work demands, working relationships, personal and interpersonal skills, work/life balance, stress and other related issues. Probationary / Retirement / Grievance / Disciplinary / Return from maternity / Keeping in touch days / Long term absence / Illness Promotion / Line management or supervisory duties / Injury on Duty / Ill health retiral / Assault or abusive behaviour / Bereavement / Traumatic Exposure / Suicide Prevention.- Promote health and wellbeing services via self-service access on the Force intranet is vital to this and the Contractor will be expected both to directly contribute and to signpost individuals to relevant information.- Provide Police Scotland and the SPA with a consistent and high level of service while ensuring continuity of care provision via cross referral and awareness of respective service provisions.- Provides a programme of support, advice, information and counselling assessing the individual’s needs and providing the most appropriate therapeutic interventions to ensure that Police Scotland and SPA’s requirements are met. The type and duration of support driven by need.- Make available a website, which will be developed and maintained by the Contractor, containing information for users on the EAP services available and how to access them.- Have full accessibility for all, including alternative delivery formats, i.e. larger text, email contact and text phone.- Ensure counsellors, clinicians and staff providing professional advice/and or support to Police Scotland’s employees, including those not directly employed by the Contractor, must meet the minimum level of relevant qualifications and experience required for membership of their appropriate professional body.- Have quality management systems that will enable them to provide effective clinical, professional and administrative services in keeping with the key performance indicators.- Adhere to the Employee Assistance Professionals Association (EAPA) standards of practice and professional guidelines.- Deliver 24/7 EAP services EAP which include:- Telephone Counselling Service- Information Service- Face-to-face Counselling Sessions- Referral Procedures- Onward Referral Procedures- E-Counselling

Value:
Published: 2023-09-01
Deadline: 2023-10-10
2023-09-01 2023-10-10
HCC - Aug 23 - Contract for the Provision of Residential Placements for Two (2)/Three (3) Children/Young People Aged 7-18 with Highly Challenging Behaviour and Complex Needs – St Albans Road
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. 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: 4649585
Published: 2023-08-31
Deadline: 2023-10-11
4649585 2023-08-31 2023-10-11
Primary Care Service (Medical and Nursing) including Integrated Substance Misuse Service and Integrated Mental Health including Learning Disabilities and Autism Service for HM Prison Full Sutton and HM Prison Millsike
UK Leeds NHS England North East and Yorkshire

The contract term is for an initial period of 6 years commencing on 01 June 2024, with an option to extend for a further 3 years at the discretion of the Contracting Authority and subject to satisfactory contractual and financial performance. Please note year 1 for HMP Millsike is mobilisation only.The closing date for submission of tenders is by 12 noon on 26 September 2023.Additional informationThe "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract (NB no TUPE for HMP Millsike, as a new build facility. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. If you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register.If you have not already done so you should now register as a Supplier on the shared system. You can register here: https://health-family.force.com/s/WelcomeIt is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:Support-health@Atamis.co.uk or phone number 0800 9956035 The helpdesk is open Monday - Friday between 9am - 5.30pmTender documentation will be available on the e-tendering site from 25 August 2023.

Value:
Published: 2023-08-26
Deadline: 2023-09-26
2023-08-26 2023-09-26
V&A Microsoft Dynavics 365 Business Central (LS Central) Project Two
UK London Victoria and Albert Museum

The V&A has completed Project One, the scope of which was to replace Microsoft Navision 2013 Retail Management System (LS Retail NAV) and to transition the financial management and operation of the V&A Enterprises Ltd entity that the retail operation lives within to the same single platform.Previously, the finances for V&A Enterprises Ltd were managed in the museum’s Microsoft NAV 2016 system along with the finances of the other four legal entities that make up the V&A Museum estate.The core requirement of this Project Two project is to transition the finance management of these other entities to this new Microsoft Dynamics 365 Business Central system implemented as Project One.

Value: 700000
Published: 2023-08-19
Deadline: 2023-09-19
700000 2023-08-19 2023-09-19
Local Heat and Energy Efficiency Strategies Review
UK Edinburgh Scottish Government

LHEES are at the heart of a place based, locally led and tailored approach to delivering the transition to climate-friendly, more energy efficient homes and non-domestic buildings. These local Strategies will underpin an area-based approach to heat and energy efficiency planning and delivery. They will set out the long-term plan for decarbonising heat in buildings and improving their energy efficiency across an entire local authority area.The Local Heat and Energy Efficiency Strategies (Scotland) Order 2022 came into force on 21 May 2022. The Order sets out a legal requirement for local authorities to produce Local Heat and Energy Efficiency Strategies and Delivery Plans by 31 December 2023 and update them every five years. The Order was developed in partnership with COSLA and creates a clear statutory basis that will ensure consistency and comprehensive coverage across Scotland against a common minimum standard, raising the profile of local Strategies with industry and investors.To fulfil their statutory duty as set out in the Order, the Scottish Government has published LHEES Guidance, which sets out what is required in terms of the production and content of an LHEES. The Scottish Government has also made available to all 32 local authorities an LHEES Methodology, which is a more detailed, step by step approach, representing best practice in how to produce an LHEES. However the LHEES Methodology isn’t mandatory, local authorities are able to modify their approach to reflect local circumstances as long as they fulfil the requirements as set out in the LHEES Guidance.The Scottish Government is looking to appoint a supplier to deliver three objectives in relation to the review, summarisation and collation of all 32 local authorities’ Local Heat and Energy Efficiency Strategies and Delivery Plans.Part 1 – Review of draft LHEES- The supplier will provide a review function for local authorities’ draft Strategies and Delivery Plans. Reviewing of the draft Strategy and Delivery Plan documentation against the expectations outlined within the LHEES Guidance.- The supplier will act as a critical friend providing feedback to local authorities regarding the quality and clarity of their draft and importantly whether it fulfils the requirements as set out in the LHEES Guidance.Part 2 – Review and summary of published LHEES- Once local authorities publish their LHEES (by the end of 2023) and building on any reviews carried out in Part 1 and any reviews done by others ahead of the contract award, the supplier will review all published Strategies and Delivery Plans against the LHEES Guidance and provide a summary report of all 32 local authorities’ LHEES drawing out key themes and actions that may need to be considered at a national level.Part 3 – Collation of data- The supplier will collate, catalogue and combine all relevant LHEES data from published strategies and delivery plans. The collation, cataloguing and combining of data will include:- Collation of data from all local authorities and from their published strategies and delivery plan documents.- Cataloguing of data, as a minimum, against the six LHEES considerations outlined in Annex A of the LHEES Guidance and also data associated with strategic zoning and delivery area zoning as defined in the LHEES Guidance.- Combining of data from all local authorities based into a national data set. The supplier may need to perform some conversions to the data formats provided to enable the creation of a national dataset of a single format.

Value: 150000
Published: 2023-08-19
Deadline: 2023-09-18
150000 2023-08-19 2023-09-18
Local Heat and Energy Efficiency Strategies Review
UK Edinburgh Scottish Government

LHEES are at the heart of a place based, locally led and tailored approach to delivering the transition to climate-friendly, more energy efficient homes and non-domestic buildings. These local Strategies will underpin an area-based approach to heat and energy efficiency planning and delivery. They will set out the long-term plan for decarbonising heat in buildings and improving their energy efficiency across an entire local authority area.The Local Heat and Energy Efficiency Strategies (Scotland) Order 2022 came into force on 21 May 2022. The Order sets out a legal requirement for local authorities to produce Local Heat and Energy Efficiency Strategies and Delivery Plans by 31 December 2023 and update them every five years. The Order was developed in partnership with COSLA and creates a clear statutory basis that will ensure consistency and comprehensive coverage across Scotland against a common minimum standard, raising the profile of local Strategies with industry and investors.To fulfil their statutory duty as set out in the Order, the Scottish Government has published LHEES Guidance, which sets out what is required in terms of the production and content of an LHEES. The Scottish Government has also made available to all 32 local authorities an LHEES Methodology, which is a more detailed, step by step approach, representing best practice in how to produce an LHEES. However the LHEES Methodology isn’t mandatory, local authorities are able to modify their approach to reflect local circumstances as long as they fulfil the requirements as set out in the LHEES Guidance.

Value: 150000
Published: 2023-08-18
Deadline: 2023-09-18
150000 2023-08-18 2023-09-18
Mental Health Clinical Outcome Review Programme
UK London Healthcare Quality Improvement Partnership (HQIP)

The Healthcare Quality Improvement Partnership (HQIP) is seeking to commission an organisation that will support the delivery of the Mental Health Clinical Outcome Review Programme (MH CORP).The programme will initially be delivered for NHS-funded care in England, Wales, Scotland, Northern Ireland, Jersey and Isle of Man but may later extend to include Guernsey and other Devolved Nations/ Crown Dependencies.The total contract value is £1,952,640 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of £650,880 per year.The aspirational intent including the core 3 year value, extension value and all other aspirational intent as defined in section 12 of the specification of this ITT has a potential ceiling value of up to £7,397,951.28.It is anticipated that the new service will commence in April 2024. This procurement is for clinical services which are part of the 'Public Contract Regulations (PCR2015)' for the purpose of the Regulations. The commissioner is not voluntarily following any other part of the Regulations. The process will be similar to an Open Procedure where the Regulations apply and so reserves the right to depart from that procedure at any point. The procedure that the Commissioner is following is set out in the Invitation to Tender.To access the ITT documents, please follow the access link defined above in this notice.Bidders must respond to all questions. The deadline for the submission of the tender is 12 noon on 15 September 2023. Please note that any communication from HQIP regarding this tender will be via the Delta messaging board. Bidders must use the Delta messaging board for their communications with HQIP regarding this procurement.Bidders should note that HQIP does not accept requests to amend the published Terms and Conditions of Contract after bid submission or prior to contract signature.Bidders must sign the Form of Tender to indicate acceptance of these Terms and Conditions of Contract. Failure to sign the Form of Tender will make your bid submission non compliantand subject to disqualification.In rare cases where a bidder wishes to raise a potential legal implication to agreeing to the terms and conditions, this must be raised during the published bidder clarification time window via the messaging module within the e-tendering portal so that it can be addressed via the standard process for all bidder clarifications.HQIP would like to bring to the attention of bidders that the qualitative response section of this tender now includes question 13 Social Value.

Value: 7397951
Published: 2023-08-17
Deadline: 2023-09-15
7397951 2023-08-17 2023-09-15
HCC 08/23 - Provision of Hospital and Community Navigation Service
UK HERTFORD Hertfordshire County Council

Hertfordshire County Council (the ‘Council’) are currently out to procurement for the commissioning of the Hospital and Community Navigation Service (HCNS) the countywide face to face social prescribing service in Hertfordshire.HCNS is commissioned jointly by Hertfordshire County Council (HCC) and the Integrated Care Board (ICB) who fund the service to reduce the unnecessary use of statutory services and reduce the number of individuals entering crisis or developing significant use of statutory Health and Social Care services that is unnecessary or inappropriate or that relates to needs that are best met in a different way. The current contract is coming to an end in March 2024 and the service is being retendered. The service acts as a gateway into both statutory and non-statutory services in Hertfordshire.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 value of the Contract will be approximately £1762756. The Contract will be awarded for an initial term of three (3) years, with the option to extend the Contract by up to two (2) further years at the Council's discretion. 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: 8813780
Published: 2023-08-17
Deadline: 2023-10-09
8813780 2023-08-17 2023-10-09
Grays Inn Road project
UK London London Borough of Camden

‘Gray’s Inn Road’ will provide a trauma and psychologically informed environment away from the streets where individuals are assessed and supported, linked to relevant services, and provided with a move-on offer which meets their needs. The service will work collaboratively with a range of partners including Connect Forward, the Camden Adult Pathway, In Roads (Substance Misuse Service) and Camden Routes off The Streets. The service will support men, women, and transgender individuals.It is an exciting service that will support Camden in its ambition to make rough sleeping rare, brief, and non-recurrent. With support from the local authority and key partners, Gray’s Inn Road will integrate much of Camden’s Homelessness System Transformation work into its delivery. The Homelessness System Transformation aims to deliver a more integrated response to homelessness in Camden that is strength based, trauma and gender informed in its approach across housing, health, wellbeing, and care.The project will provide safe off the street accommodation for those who are rough sleeping in the borough. Each person will be provided with a private room, on-site support and a designated support worker and catering. After the initial stay of around 3-6 months, we expect clients to move on to longer term accommodation.The service will deliver tailored support for service users and drive outcomes in the following areas:• Detailed assessment and onward referrals- ensuring that all service users are assessed, are allocated a key worker and that action plans are in place which address their immediate needs and risks• Team Around Me (TAM) approach to support – a person centred approach to keywork where all professionals working with a person come together to set plans. It is the role of the service with support from commissioners to bring together relevant agencies such as mental health teams, legal support, housing, drug and alcohol service. TAM models have a ‘system blockage’ focus. The team can log issues with the commissioner, and this will form part of the service monitoring, creating ethos of continuous improvement• Accessing treatment for substance addiction - Ensure that service users access treatment options for drug and alcohol addiction.• Health and wellbeing – supporting service users to register with a GP enabling them to address physical, sexual health and mental health issues. There will be in reach from CAPP and Find and Treat, so needs are met on site as much as possible• Financial resilience – Supporting service users to ac-cess ID, bank accounts and benefits, where appropriate.• Move-on – Ensuring that service users engage with viable move on plans ensuring a positive move from the project• Safeguarding including Modern slavery - Make MASH referrals and ensure quality safeguarding processes are followed. Ensure that service users who are victims of modern slavery are able to access the National Referral Mechanism or the Support For Migrant Victims Scheme• Safety planning - Ensure that victims of DV or other VAWG issues are made safer through collaborative working with the MARAC, The Metropolitan Police, Camden Safety Net and other appropriate agencies• Behavioural and trauma support through psychological interventions such as reflective practice sessions for staff, talking therapy for clients.• Development and use of a ‘Client Passport’ alongside other partner agencies – a key recommendation from the Homelessness System Transformation. Clients will be invited to reflect on their behaviours and identify triggers through their own ‘passport’ that can be shared with other support services• Provide additional off the street emergency accommodation during Severe Weather Emergency Protocols (SWEP)

Value:
Published: 2023-08-12
Deadline: 2023-10-06
2023-08-12 2023-10-06
Y23031 - Language Services
UK West Malling Kent County Council (t/a Procurement Services)

The Framework Agreement will enable Customers to facilitate communication between individuals, or groups of people, who either do not speak the same language, or have a degree of hearing loss, and also for Customers who wish to translate written material from one language to another or transcribe written material into an alternative format, Services may include, but are not limited to: •Audio transcription•Braille transcription•Business translation•Conference interpretation•Document translation•Face to face interpretation (spoken and non-spoken, including BSL)•Legal translation•Medical interpretation•Medical translation•Telephone interpretation•Video interpretation (spoken and non-spoken)•Website translation

Value: 20000000
Published: 2023-08-12
Deadline: 2023-10-09
20000000 2023-08-12 2023-10-09
Care and Repair Service (Home Improvement Agency)
UK Knowsley Knowsley Council

Home Improvement Agencies (HIAs) help elderly people, people with disabilities and other vulnerable people make adaptations to the homes they own. A Home Improvement Agency will give information, advice and support to homeowners who need repairs or improvements to their homes, or the assistance of a handyperson for decorating or gardening. The HIA will assess the homeowner’s needs and advise on practical, financial and legal matters related to adapting the home, repairing or insulating it. The main purpose of HIA is to help vulnerable people continue to live as independently as possible in their own homes for as long as possible through prevention and early intervention services.There is provision to extend the contract for up to 36 months in aggregate.

Value: 1915000
Published: 2023-08-12
Deadline: 2023-09-15
1915000 2023-08-12 2023-09-15
HCC - 08/23 - Provision of Security Services
UK Hertford Hertfordshire County Council

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

Value: 5400000
Published: 2023-08-11
Deadline: 2023-09-11
5400000 2023-08-11 2023-09-11
DWP Digital Channels Contact Centre (DC3)
UK London Department for Work and Pensions

DC3 will provide enhanced capabilities including softphone inbound and outbound calls, Work Force Optimisation (WFO), webchat, Interactive Voice Response (IVR), advisor skills based call routing, call recording and call transcription. It will be cloud hosted and will renew integrations with existing platforms that delivery capabilities for Non-Geographic Numbers (0800 etc), Video, Payment Card Industry compliance, automated customer experience as well as integrations into Business Group CRM and call routing strategies.The contract will be based on the Model Services Contract (“MSC”) v2.1 (Combined Schedules version 2.1) 2023 developed by the Cabinet Office and the Government Legal Department (“GLD”), amended in line with Cabinet Office Guidance in respect of the MSC, the Sourcing Playbook and Procurement Policy Notes (“PPN”). The MSC will be further amended in line with the DWP MSC Toolkit developed by the DWP Commercial Policy team in conjunction with GLD to reflect departmental policy requirements for best practice, and to reflect the specific requirements of this requirement.

Value: 159200000
Published: 2023-08-11
Deadline: 2023-09-25
159200000 2023-08-11 2023-09-25
PS23216 - Legal Services for Innovate UK Loans - RFP
UK SWINDON UK Research & Innovation (UKRI)

How to Apply UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement. To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/. Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number PS23216 or prj_1057

Value:
Published: 2023-08-10
Deadline:
2023-08-10
PRO004713 – Standpipes – Supply & Revenue Collection
UK Warrington United Utilities Water Limited

The purpose of this PIN is to engage with the supply base and request information relating to the existing solutions available in the market, specifically the services include the following: • Provide live system access to see usage in progress. • System support/training to support usage. • Custom reports as required. • All invoices and debt collection to be handled directly between the partner and customer. UU shall receive volumetric payments directly from the third party. • Delivery/collection service for standpipe hire/off-hire/exchanges within defined SLAs/KPI’s. • Defined SLAs/KPI’s for customer service • Management of transition to new equipment for all existing customers. • Adherence to KPIs negotiated annually. • Annual price review in line with regulatory wholesale published charging requirements. • Active policing of water network illegal usage to provide UU with appropriate evidence for legal processes to be followed.

Value:
Published: 2023-08-09
Deadline:
2023-08-09
ITQ FOR ANNUAL INSPECTION OF WAREHOUSE STYLE RACKING AND ASSOCIATED WORKS
UK Dundee Dundee City Council

The purpose of the document is to specify the requirements for the provision of Annual Inspection of Warehouse Style Racking and Associated Works which is a requirement under the Provision and Use of Work Equipment Regulations 1998 (PUWER) over the course of the contracted period, 18 September 2023 to 18 September 2026 + option to extend for 12 months, then a further 12 months (potential maximum of 5 years).The contract is for the provision of an inspection program for nominated properties dispersed throughout Dundee City Council on an annual basis.In order to fulfil this legal requirement, DCC is interested in receiving approaches from suppliers who can deliver an inspection program for nominated properties on an annual basis.Engineers/operatives under the Provision and Use of Work Equipment Regulations 1998 (PUWER) warehouse style racking must be inspected regularly by a Storage Equipment Manufacturer’s Association (SEMA) approved rack inspector every 12 months with a written report submitted detailing observations and proposals for any action required.

Value: 45000
Published: 2023-08-09
Deadline: 2023-09-04
45000 2023-08-09 2023-09-04
HCC - 08/23 - The Provision of Discharge to Assess Pathway Two/Care Home Provision
UK Hertford Hertfordshire County Council

Please refer to Schedule 1 of the Specification (1A and 1B) contained within the Framework Agreement.Hertfordshire County Council is currently out to procurement for the Provision of Discharge to Assess Pathway Two/Care Home ProvisionThe purpose of this tender is to procure Discharge to Assess Services in Hertfordshire care homes for individuals leaving hospital requiring an ongoing assessment and/or enablement in a 24-hour setting.This procurement is a one stage 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 12noon on the 6th September 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 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.Please note that the Framework 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 the entire Framework across all Lots for the entire Framework Agreement Period inclusive of any available extension.

Value: 25500000
Published: 2023-08-08
Deadline: 2023-09-06
25500000 2023-08-08 2023-09-06
GB-UK-St.Helens: Request for Quotation - Technical Development Consultant
United Kingdom UK-St.Helens Torus62 Developments Limited

Torus Developments require technical consultant/s to unlock site constraints, optimise value and realise the development potential of sites through pragmatic solutions tailored for contractors. The technical consultant/s will be expected to think laterally about issues, co-ordinate between other consultants and provide advice to the lead Project Manager about the suitability of sites for development at key stages in the process: feasibility and offer, legal acquisition, detailed planning and pre-tender. Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Value: 500000
Published: 2023-08-07
Deadline:
500000 2023-08-07
Fields Head Lane, Birstall
UK Leicester Stonewater Limited

The intention is to complete this tender exercise as an Open Procedure, in line with the instructions of the Public Contracts Regulations (2015). This single stage process will combine the Selection Questionnaire (SQ) and the Invitation to Tender (ITT), meaning that bidders will be expected to provide all requested information by one, clear deadline.The SQ is the standard format required under UK guidelines and requires all bidders to provided key information about their organisation’s financial and legal standing, as well as references of current/previous customers and details of their current insurance policies. In addition to this, Stonewater will also include questions, scored as either a “Pass” or “Fail”, based on key organisational initiatives and how well these match with Stonewater’s own policies. These will include, but not be limited to, Corporate Social Responsibility (CSR) and Equality, Diversity and Inclusion (EDI).The ITT will require bidders to complete the Form of Tender as well as providing responses to some additional questioning, specific to this site. The questions posed will cover areas that are important to the project and to Stonewater as an organisation and will challenge prospective bidders to think about the additional value they can provide, beyond the standard remit. The pricing requirements of the tender can be found in the Contract Sum Analysis, located in the appendices of the tender pack. All bidders should be able to provide a cost for the PCSA requirement, as well as a full build package, based on the site documentation provided. Bothe elements will be considered and scored as part of the pricing assessment.

Value: 7100000
Published: 2023-08-05
Deadline: 2023-09-29
7100000 2023-08-05 2023-09-29
Procurement of Housing and Debt Services from 1 October 2023
UK Westminster The Legal Aid Agency

The Legal Aid Agency (“LAA”) has identified the need to increase access to legal aid Housing and Debt Services in specific Procurement areas. Accordingly, it is inviting Applicants to submit a Tender to deliver Housing and Debt Services in:1. WalsallThe opportunity to deliver housing and debt services is open to any organisation that can meet the minimum tender requirements. An organisation does not need to be a current legal aid provider to tender for this opportunity.The Deadline for submitting Tenders is 5pm on 4 September 2023 (“Deadline”) All Tenders must be completed and submitted using the eTendering system. This can be accessed either through a link on the tender pages of the LAA website or directly at www.legalaid.bravosolution.co.uk. Late submissions will not be considered under any circumstances. It is the Applicant’s sole responsibility to ensure that the LAA receives its Tender before the Deadline.The LAA is looking for Applicants who can start delivering Contact Work from 1 October 2023 where possible. But organisations unable to start on 1 October 2023 will be able to tender to start delivering work from a later date. Applicants will be required to state in their Tender when they can start delivering Contract Work from each Office from which they are bidding. Contracts will run until 31 August 2024 (subject to the LAA’s rights of early termination).

Value:
Published: 2023-08-03
Deadline: 2023-09-04
2023-08-03 2023-09-04
HCC08/23- Framework Agreement For The Supply of Art and Craft Materials, Art Papers, and Adhesives
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 art and craft materials, art papers and adhesives (herein after referred to as ‘Goods’), and is seeking suitably qualified Contractor(s) 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 HCC2314568-Pricing Schedule. The requirement is for delivery of the Goods in bulk drops to the Participating Authority’s central stores. The method of delivery and palletisation will be as stated in Sections 10-13 of this specification. The requirement is split into four lots: - Lot 1: Craft Materials- Lot 2: Glitter, Sand and Sequins - Lot 3: Art Paper - Lot 4: Adhesives The Lots will be awarded on a line-by-line basis, meaning there is no requirement to bid on every item listed on HCC2314568 – Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in the Instructions to Tenderer’s documentation. Orders will be placed to the first ranked contractor, In the event the first ranked contractor is unable to fulfil the order, the Council shall repeat this exercise with the next ranked contractor and shall continue in this way until the Council identifies a contractor to whom the order may be issued.Samples or Colour Swatches are required for this tender opportunity for all goods the contractor bids for; full details of this requirement are outlined in section 23 of the specification.The Council reserves the right to request further samples during the procurement process, such as evaluation stage, if required. Requests for samples will be made via the Supply Hertfordshire portal.Further samples may be requested by the Contracting Authority throughout the term of the Framework. Requests for further samples will be made via the Framework Contract Manager. The anticipated total annual joint expenditure across the Participating Authorities on these Goods is presently circa GBP 2,193,000 per annum.The estimated annual spend by each Participating Authority can be broken down as follows: Hampshire County Council GBP 887,000Hertfordshire County Council GBP 1,306,000The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four-year term, together with the Individual Orders and their possible durations. It is anticipated that the term of the Individual Orders awarded under this Framework Agreement could be up to 4 years. For the avoidance of doubt, the estimated total value of the Framework Agreement could be up to GBP 8,772,000. The Framework Agreement may be awarded for a period of up to Four (4) years, unless terminated in accordance with the provisions of the Framework AgreementPlease 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: 8772000
Published: 2023-08-02
Deadline: 2023-09-04
8772000 2023-08-02 2023-09-04
Provision of Integrated Tier 2 and Tier 3 Adult Weight Management Service
UK HERTFORD Hertfordshire County Council

Hertfordshire County Council (the ‘Council’) are currently out to procurement for the commissioning of an integrated Adult Weight Management service which provides a single point of entry for patients who are eligible for Tier 2 and Tier 3 Adult Weight Management services across Hertfordshire. This service will operate as a key element of the local weight management pathway and look to have clear outcomes in both the short and long term at supporting overweight and obese adults to adopt a healthy lifestyle to lose weight and maintain a healthy weight. 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 value of the Contract will be approximately £556071. The Contract will be awarded for an initial term of Three (3) years, with the option to extend the Contract by up to a maximum of Four (4) further years (1+1+1+1) at the Council’s discretion. 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: 3892497
Published: 2023-08-02
Deadline: 2023-09-04
3892497 2023-08-02 2023-09-04
Town & Country Planning, DCO Planning and associated Engagement and Consultation services
UK Worthing Southern Water Services Ltd.

Provision of Town & Country Planning, DCO Planning and associated Engagement and Consultation services to support project development including but not limited to:1. Permitted development:• Support in interpreting, applying and maximising the use of PD rights.• Preparing and/or reviewing EIA screening opinions to confirm applicability of EIA and PD rights.• Leading on preparation and submission of screening direction requests to the Secretary of State.• Preparing and managing submissions or notifications to local authorities to either confirm PD rights or undertake PD works, coordinating all necessary inputs and engagement with stakeholders.2. Planning submissions (under the Town & Country Planning Act):• Advising on planning requirements, including strategy, schedules, resources, key issues, etc. from early stages of project development;• Managing the planning application process from pre-application through to decision, including advising on strategy, engagement, consultation, and other matters.• Undertaking stakeholder engagement and public consultation as required to support the planning process.• Supporting on the preparation of EIA scoping requests and environment statements, and preparing/reviewing other assessments and documentation necessary to support planning submissions.• Advising on and supporting post-application requirements and discharge of conditions.• Collaborating with other disciplines/experts to support planning requirements.3. Planning appeals (under the Town & Country Planning Act):• Advising on appeal strategies, key issues, resourcing, timescales, risks, etc.• Managing the preparation and submission of appeals and related documentation, including collaborating, coordinating and reviewing specialist/expert inputs.• Managing and reviewing inputs to appeal proceedings, coordinating resources as required.4. Planning policy:• Advising on and preparing representations to development plan and strategy reviews to promote and protect Southern Water's interests.• Engaging with relevant external bodies and coordinating inputs from key stakeholders.5. NSIPs (Nationally Significant Infrastructure Projects)/DCO applications• Advising on NSIP thresholds, s35 direction, consenting strategies, policy compliance, need case, programme, governance, deliverables, engagement, resourcing and associated requirements.• Managing the pre-application and examination processes, and leading on related planning activities.• Advising on and supporting activities and outputs of other key disciplines including engagement, consultation, EIA, design, engineering, lands/property, and legal. 6. Stakeholder Engagement• Advising on stakeholder engagement requirements to consenting activities and processes.• Undertaking stakeholder engagement activities including preparation of engagement plans, organisation and delivery of stakeholder interfaces and communications, and management of stakeholder systems/processes and correspondence.7. Public Consultation• Advising on consultation strategies to support consent processes.• Preparation of delivery plans, including production plans for collateral, and execution plans for delivery of digital and live events and all related communications ;• Reporting on consultation feedback.• Collaborating with relevant workstreams to oversee and contribute to the delivery of consultation materials/collateral.

Value: 9100000
Published: 2023-07-27
Deadline: 2023-09-04
9100000 2023-07-27 2023-09-04
Employment services for representatives based in overseas locations
UK Birmingham University of Birmingham

The University of Birmingham invites tenders for the supply of employment services for University representatives based overseas. Companies whose sole business is international student recruitment should not submit tenders for consideration.Tenderers will be required to employ representatives in global locations to deliver student recruitment activities on behalf of the University. They will provide a legal and compliant structure for employing representatives in each jurisdiction on behalf of the University. Employment of representatives should be fully compliant with national labour, financial and tax laws. Tenderers will manage representatives’ payroll and salaries along with any additional costs. The requirement will also include specific identified individuals to be employed including some already identified from the beginning of the contract. There would be an agreed advertising / shortlisting process for new staff. The University would supply the initial Job Description, the supplier would advertise and shortlist, and the University would conduct the interview.

Value:
Published: 2023-07-27
Deadline: 2023-08-25
2023-07-27 2023-08-25
Transcription and Logger services
United Kingdom UK-UK-London: Legal services.: Legal services. General Dental Council

The General Dental Council (GDC) is seeking transcription and logger services to record and transcribe legal hearings that take place over TEAMS. 90% of Fitness to Practise Hearings take place over TEAMS and it is essential to have a recording of these hearings and to produce transcriptions of these logs when required. The initial contract will have a term of 3 years with an option to extend by 2 further years.

Value: 1058000
Published: 2023-07-26
Deadline:
1058000 2023-07-26
Transcription and Logger services
UK UK-UK-London: Legal services.: Legal services. General Dental Council

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

Value:
Published: 2023-07-26
Deadline:
2023-07-26
Newcastle PSDS Phase 3b Property Decarbonisation Programme
UK NEWCASTLE-UPON-TYNE Newcastle City Council

The Council requires the services of experienced consultants who are experts in district energy / heat networks across a variety of capabilities including general consultancy, technical advisory and commercial advisory and consultancy.These resources will need to familiarise themselves thoroughly with all aspects (legal, commercial, and technical) of the Regenerate partnering arrangement and as called upon, provide proactive support to the Council across a range of energy network activities which will be at varying stages throughout this commission.

Value:
Published: 2023-07-22
Deadline: 2023-07-22
2023-07-22 2023-07-22
Basingstoke Primary Schools Cluster ~ Catering Tender
UK Basingstoke Basingstoke Primary Schools Cluster

Overton CE Primary School caters for children aged four to eleven (Reception to Year 6). It was founded in 1847 as a Church of England Foundation. The current main building was built in 1969 and was designed as a semi-open plan school for 210 children. The school was extended and upgraded in 1998, 2001 and 2012. The school underwent a multi-million-pound refurbishment in 2018 and we now have around 400 children in 14 classes with 2 classes per year group.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 380 children on roll and 45 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of child tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1 January 2024 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 Overton CE Primary School for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive children 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.The value of the current contract is: - Sept 2022 – 31 May 2023Cash sales£26,771Free School Meals £5,814Hospitality£1,000Total£33,585Overton CE Primary School. expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters. The School believes that success should be celebrated and that children should enjoy their time at school; if lessons are stimulating and challenging then children 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 children. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor. As a school who are continually seeking ways to improve and develop the ethos and environment for children 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 with an appreciation this is a multi-purpose spacePlease be advised that this contract will be let on a 3 + 2 years basis.Winklebury Junior School is in Basingstoke, Hampshire.Please see SQ document for more information.

Value: 2680000
Published: 2023-07-21
Deadline: 2023-08-25
2680000 2023-07-21 2023-08-25
Robert May’s School ~ Catering Tender
UK Hampshire Robert May’s School

Robert May’s School is located in Odiham, Hampshire, which was founded in 1694. In May 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 1350 students on roll and 157 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 five years in duration from 1 January 2024 to 31 December 2029 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 Robert May’s 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 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: - 2021/ 20222022/23 (YTD month 9)Cash sales£280,375£292,480Free School Meals £39,633£50,107Hospitality£15,057£4,655Total£335,065£347,242The 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. 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 kitchen and dining area.Please be advised that this contract will be let on a 5-year basis.Annual contract basis: £1.7 millionPlease see SQ document for further information

Value: 1700000
Published: 2023-07-21
Deadline: 2023-08-18
1700000 2023-07-21 2023-08-18
Robert May’s School ~ Cleaning Tender
UK Hampshire Robert May’s School

Robert May’s School is located in Odiham, Hampshire and in May 2012, the School became an Academy. The school is proud of its heritage and has been serving the local community since 1694. There is a strong ethos of mutual respect and appreciation of hard work, characterised by an unfailing belief that all students can succeed in their chosen paths and are capable of achieving excellence every day in whatever they do.The successful supplier will be required to provide cleaning services for Robert May’s School. The school has 1350 students on roll and 157 teaching and support staff. The contract being tendered is for three years in duration from 1 January 2024 to 31 December 2027. 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 comprises 7 buildings over a fairly compact site – mainly classrooms and offices with a few specialist areas including a sports hall, gym, drama studio, dining hall and a main hall. 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: - 2021/22 £119,390 excl vat2022/23 £131,328 excl vatRobert May’s School expects the successful contractor to provide and maintain the level and standard of cleaning. The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required by the Academy management team. Labour resource and relief cover is very important for meeting the performance criteria of this contract. The school expects the successful tenderer to evidence, through their bid, how they shall ensure staff resources and cleaning standards will be delivered. Please be advised that this contract will be let on a 3+2-year fixed price basis.Contract value: £700,000 (annual value)Please see DQ document for more information

Value: 700000
Published: 2023-07-21
Deadline: 2023-08-18
700000 2023-07-21 2023-08-18
Legal Publications
UK London Ministry of Justice

Provision of Legal Publications of legal books and eBooks for the Public Sector.

Value: 20000000
Published: 2023-07-21
Deadline: 2023-08-17
20000000 2023-07-21 2023-08-17
Provision of Care & Support into Tamar & Waverley Court - Extra Care Housing
UK Weston-super-Mare North Somerset Council

North Somerset Council would like to invite you to tender for the Provision of Care and Support in Tamar and Waverley Courts - Extra Care Housing.Extra Care Housing is designed with the needs of older people in mind and with varying levels of care and support available on site. Residents of extra care housing have their own self-contained homes, their own front doors, and a legal right to occupy the property. Extra care housing is not a care home. There is an on-site care provider who will deliver care and support to the residents of the development with a view to enabling clients to remain as independent as possible in their own home. The care provider is also available for any emergency calls required by the clients.Please note: these are two separate contracts for two separate Extra Care Housing Schemes. Providers can bid for one or both of the contracts but any bids for both schemes will be evaluated and awarded separately.Please see attachments for full information and instructions..

Value:
Published: 2023-07-21
Deadline: 2023-08-18
2023-07-21 2023-08-18
HCC 07/23 – Framework For The Supply Of Paint, Brushes, Crayons, Chalk, Pastels, Easels and Paint Accessories
UK HERTFORD Hertfordshire County Council

Hertfordshire County Council (the ‘Council’) is currently out to procurement and leading the procurement process to establish a Framework Agreement for the Supply of Paint, Brushes, Crayons, Chalk, Pastels, Easels & Paint Accessories (herein after referred to as "Goods").This tender will be awarded on a Line-by-Line basis, meaning there is no requirement to bid on every item listed on HCC2314569 – Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in this Instructions to Tenderers Documentation.The estimated total value of the Contract is stated in II.1.5 of this notice and is for the four (4) year term of the Framework. For the avoidance of doubt, the estimated annual value across all Lots will be approximately £420,000.00. The Framework will be awarded for a term of four (4)years, with no option to extend.Organisations should be aware that due to the nature of the procurement, 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: 1680000
Published: 2023-07-21
Deadline: 2023-08-17
1680000 2023-07-21 2023-08-17
Legal Publications
UK London Ministry of Justice

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

Value:
Published: 2023-07-17
Deadline:
2023-07-17
RFI-Geospatial Data Application and Services for the UK Legal Deposit Libraries
UK London British Library

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

Value:
Published: 2023-07-07
Deadline:
2023-07-07
Clapton Girls Academy ~ Catering Tender
UK Lower Clapton Clapton Girls' Academy

Clapton Girls’ Academy Trust a Secondary School in Hackney, London. For over 100 years the young women of Hackney have had the opportunity to achieve academic success through attending the school now known as Clapton Girls' Academy. In the early 1820's Hackney School, which resided on the present CGA site, was demolished and replaced by the London Orphan Asylum in 1826. The school now known as Clapton Girls’ Academy has existed without a break since 1906. Throughout the school's history names and buildings have changed but the school's aim has always been the same:To provide a safe environment which will help local girls become well-educated, strong, confident and tolerant women. 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 1185 students on roll and 140 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 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. We run a cashless system and this needs to be in consideration as the academy is not looking to move away from this.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.The value of the current contract is: - Cash sales£395,225.55Free School Meals £137,109.00Hospitality£14,432.83Total£546,767.38Clapton Girls’ Academy 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. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor. As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century, any consideration regarding inward capital investment as part of the Contractor’s tender submission would be welcomed. The School would wish for the Contractor to look at making this investment within the existing dining area.

Value: 546767
Published: 2023-07-06
Deadline: 2023-09-15
546767 2023-07-06 2023-09-15
SPS 2689 - Provision of a complete package of insurances for Greenwich Service Plus Ltd
UK London Royal Borough of Greenwich

Greenwich Service Plus Ltd is seeking tender(s) for Insurance packages as a whole embracing all aspects of insurance (with claims handling) including Uninsured Loss Recovery and Legal Expenses. The Contract will commence from 1st April 2024 till 31st March 2025 as a minimum, however Greenwich Service Plus will consider entering into a long-term agreement with an option to extend and will be open to consider long term agreements with insurers so initially please quote terms for 1 year, 3 years, 3+2 year and a 5-year period.The procurement will take place under the Open Procedure as stipulated in the Public Contracts Regulations 2015. The estimated total value is £219,708.66 including IPT & VAT – based on last year’s annual renewal.

Value: 219708
Published: 2023-07-04
Deadline: 2023-08-23
219708 2023-07-04 2023-08-23
Legal Services Framework
UK ABERDEEN Langstane Housing Association Ltd

Langstane Group wishes to establish a framework of suitably qualified, experienced and professional legal service providers where they can draw upon, as required, for legal services, advice and guidance. The requirements include general legal, contractual, procurement, construction, acquisitions and conveyancing, court work, governance, regulation, financial management, charity and employment law.

Value: 300000
Published: 2023-06-29
Deadline: 2023-08-07
300000 2023-06-29 2023-08-07
Legal Services Framework
UK ABERDEEN Langstane Housing Association Ltd

Langstane Group wishes to establish a framework of suitably qualified, experienced and professional legal service providers where they can draw upon, as required, for legal services, advice and guidance. The requirements include general legal, contractual, procurement, construction, acquisitions and conveyancing, court work, governance, regulation, financial management, charity and employment law.

Value: 300000
Published: 2023-06-28
Deadline: 2023-08-07
300000 2023-06-28 2023-08-07
HCC – Jun 23 - Provision of Extra Care Services
UK HERTFORD 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 three (3) years with the option to extend to a further period or periods up to a total of a further two (2) 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.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.The use of Lots has been considered for this procurement, but have not been used, as the Council requires an integrated and cohesive provision across the Service.

Value: 2300000
Published: 2023-06-28
Deadline: 2023-07-19
2300000 2023-06-28 2023-07-19
Fund Advisory Services for Ambition North Wales Clean Energy Fund
UK Llandudno Junction Cyngor Gwynedd Council

Ambition North Wales (ANW) is seeking to procure a Fund Advisor for two distinct stages of work. The first stage will involve assisting ANW with preparation for launch and will include input in the following key areas:Market intelligence input into the Investment Strategy and associated priorities to support finalisation of this Strategy;Developing a marketing strategy and a launch plan;Input into the ANW fund management plan, which can be defined as: a document which sets out the operational procedures for the Fund for it to be established, managed effectively, and deliver against the objectives for the Fund. It will provide an overview of the key activities of the Fund over the medium term, covering the set up and then ongoing operation and management of the Fund;Scoping the support required to enable an online application process channelled through ANW website; andScoping any legal input or other external advisory support required for launch of the fund.The second stage will provide advisory support to operate the fund during the deployment period and it is envisaged this will be over a minimum 5-year contract period. The advisor will be responsible for sourcing investments, undertaking due diligence, developing investment business cases, and recommending investments for approval and then providing regular progress and monitoring reports on the performance of investments and the portfolio of the Fund.It should be noted that the investment strategy is a live document that has built-in flexibility to change throughout the life of the fund in response to changing market demand and conditions.

Value: 810000
Published: 2023-06-27
Deadline: 2023-07-28
810000 2023-06-27 2023-07-28
CivTech 9.1 - How can technology help us rapidly and accurately gather and analyse stress, pests and disease data in trees and wild plants to aid early detection at national levels?
UK Edinburgh Scottish Forestry

The key aims of Scottish Forestry are to improve the contribution of forests and woodlands to a healthy and high quality environment and sustainable economic growth. Evidence shows that the pace and scale of tree pest and disease incursions to Scotland are escalating and will be accelerated by further trade globalisation and climate change. There is both a legal and an environmental imperative to understand, scale, prevalence and distribution of stress, pests and disease in trees and wild plants across Scotland. By using technology to gain understanding of these issues Scottish Forestry will be better placed to create and deploy interventions to minimise their impact across the short and long term.Please visit our website for information on CivTech and how to get involved: https://www.civtech.scot/how-to-apply-civtech-9https://www.civtech.scot/civtech-9-challenge-1-disease-stress-pest-detection-in-trees-plants

Value: 1300000
Published: 2023-06-23
Deadline: 2023-08-22
1300000 2023-06-23 2023-08-22
HCC - 06/23 - 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 24th July 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: 2023-06-22
Deadline: 2023-07-24
1200000 2023-06-22 2023-07-24
HBC 0623 The provision of Grounds Maintenance and Cemetery Services
UK Borehamwood Hertsmere Borough Council

The contract covers a range of grounds maintenance tasks across the whole borough, principally in parks, amenity areas and at Allum Lane Cemetery, where grave digging and related services are also included.The contract also covers some allotments, closed churchyards, war memorials and highway land. In addition to grounds maintenance tasks, the contract includes parks cleansing, locking and unlocking of some sites, managing bookings for football and management of splash parks.The contract duration is for seven years with the option to extend for a further seven years.Hertsmere’s specific aims in relation to the grounds maintenance service are: To ensure the highest standards of grounds maintenance across the borough within budget constraints. To seek new opportunities to enhance the level of service provided and to improve the quality of the environment. This procurement is an open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system.Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. 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.The use of Lots has been considered for this procurement, but have not been used, as smaller lots would not provide value for money.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Value: 8000000
Published: 2023-06-21
Deadline: 2023-08-18
8000000 2023-06-21 2023-08-18
The Astley Cooper School ~ Catering Tender
UK Hertfordshire The Astley Cooper School

Astley Cooper School:A secondary school with 1,035 students. We have a mix of a brand new building and older buildings on the site. Ofsted rated Good in all areas.•Further details with regards to the school can be found here: https://www.astleycooper.herts.sch.uk/ •Catering services are currently provided by Aspens Catering Services •There are not any incumbent staff within the Local Government Pension Scheme 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 the 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 April 2024 to 31st March 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 (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 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. The value of the new contract for the full 5 years is £1,240,000.

Value: 1240000
Published: 2023-06-21
Deadline: 2023-07-28
1240000 2023-06-21 2023-07-28
Domestic Mobility Equipment Servicing, Maintenance and Inspection Services
UK Inverness NHS Highland

There are two main legal frameworks relating to the maintenance and inspection of community equipment.Lifting Operations and Lifting Equipment Regulations 1998 (LOLER).This involves bi-annual thorough examinations by legally competent staff.Provision and Use of Work Equipment Regulations 1998 (PUWER).This often involves annual servicing by legally competent staff.Both these acts are underpinned by the Health & Safety at Work Act 1974 which means that NHS Highland has a legal duty to mitigate the risks associated with their actions as far as is practicable.The requirement is for a service contract which services Domestic Mobility Equipment in Adult Social Care Domestic settings within NHSH. This contract will consist of the Annual PPM Servicing and Maintenance PUWER for Lifting, Stairlifts and Other Equipment and Bi Annual Thorough Examination LOLER for Lifting Equipment and Stairlifts. The contract will also consist of Annual PPM servicing and Maintenance PUWER community store equipment which is a new service for this contract.

Value: 1020000
Published: 2023-06-21
Deadline: 2023-07-21
1020000 2023-06-21 2023-07-21
Advocacy and Related Support Services
UK PORTSMOUTH Portsmouth City Council

The purpose of the service is to provide good quality independent advocacy for the most vulnerable in our community which will support them to make decisions about their treatment, care, and support and to ensure the Local Authority fulfils its statutory obligations with regards to advocacy support outlined in the relevant legislation and statutory guidance.A full service description, eligibility criteria, staffing responsibilities and expectations for each aspect of the required service are set out in the service specification document, however are summarised as follows:1. Independent Mental Health Advocacy (IMHA)To provide support to secure or exercise their rights, choices and interests to individuals detained or receiving treatment under the Mental Health Act (1983). The overall purpose of the Service would be to provide an advocacy service to eligible individuals who are community based within Portsmouth City and/or who are patients in Solent NHS Trust in-patient units. It would also extend to those who are subject to detention under the Mental Health Act (1983).2. Independent Mental Capacity Advocacy (IMCA) - Including IMCA in DoLS processesTo provide support to secure or exercise their rights, choices and interests to individuals designated as lacking the capacity to take decisions as per the Mental Capacity Act (2005) as amended by the Mental Health Act (2007). The Service would operate as specified in, and within the legal framework of, the Mental Capacity Act (2005) and associated regulations/codes of practice and respond quickly and appropriately to changes or the introduction of any new legislation.3. Relevant Person Representative (IMCA)To represent and support people deprived or potentially deprived of liberty safeguard ("the Relevant Person") as defined by The Mental Capacity Act (2005) as amended by the Mental Health Act (2007). In addition, to maintain contact with the Service User (the "Relevant Person"). Further, to also represent and support the Relevant Person in all matters relating to the DoLS including if appropriate triggering a review, using an organisation's complaints procedure on the Relevant Person's behalf or making an application to the Court of Protection.4. Care Act 2014There is a requirement set within the Care Act 2014 that local authorities must provide independent advocacy to ensure that they meet their statutory duty to involve individuals in the completion of assessments and care plans, where without this support they would have significant difficult in being involved. Local Authorities must consider whether the individual would experience substantial difficulty in any of the following areas:• Understanding the information required• Retaining the information• Using or weighing up the information as part of the process of being involvedThe service provider will be required to deliver different types of advocacy at different times, depending on people's needs/ statutory requirements. As far as possible however, the service provider will support self-advocacy which is where an individual is supported to speak or act on their own behalf either as a member of a group or as an individual.All services will be available to individuals who are residents of Portsmouth (PO1 - PO6 postcodes). All elements of the Service will be open to take referrals and telephone requests Monday - Friday 9:00am - 5:00pm. Provision of support should be flexible and based around individual need and statutory requirements. The service provider will have simple referral criteria and establish systems to facilitate ease of use for Council staff, Adult Mental Health staff at Solent NHS Trust, the individuals' carers, family, friends and significant others to directly refer into the service. Referrals will be accepted from a person acting in the best interests of a person who lacks capacity. The service

Value: 1055000
Published: 2023-06-21
Deadline: 2023-07-25
1055000 2023-06-21 2023-07-25
Swarcliffe Avenue, Swarcliffe
UK Leicester Stonewater Limited

Due to the value of this project, any tender process is governed by the regulations of the Public Contracts Regulations (2015) and will therefore be subject to the same processes and timeframes required. The intention is to complete this tender exercise as an Open Procedure, in line with the instructions of the Public Contracts Regulations (2015). This single stage process will combine the Selection Questionnaire (SQ) and the Invitation to Tender (ITT), meaning that bidders will be expected to provide all requested information by one, clear deadline.The SQ is the standard format required under UK guidelines and requires all bidders to provided key information about their organisation’s financial and legal standing, as well as references of current/previous customers and details of their current insurance policies. In addition to this, Stonewater will also include questions, scored as either a “Pass” or “Fail”, based on key organisational initiatives and how well these match with Stonewater’s own policies. These will cover Corporate Social Responsibility (CSR) and Equality, Diversity and Inclusion (EDI).The ITT will require bidders to complete the Form of Tender as well as providing responses to some additional questioning, specific to this site. The questions posed will cover areas that are important to the project and to Stonewater as an organisation and will challenge prospective bidders to think about the additional value they can provide, beyond the standard remit.The pricing requirements of the tender can be found in the Contract Sum Analysis, located in Appendix 2. All bidders should ensure that this is completed fully and in as much detail as possible.The overall process will be scored against the Most Economically Advantageous Tender (MEAT) principle.

Value: 5790106
Published: 2023-06-21
Deadline: 2023-08-14
5790106 2023-06-21 2023-08-14
HCC - 06/23 - Provision of Facilities for the Treatment of Various Materials from Recycling Centres in Hertfordshire
UK Hertford Hertfordshire County Council

Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home This procurement is an Open (one stage process). Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system.To be considered as a Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on the 18th July 2023Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline.Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Please note this Lot is income generation to the Council and therefore the value pa is: -£430,000, therefore please disregard the value in II.2.6 below

Value: 13000000
Published: 2023-06-16
Deadline: 2023-07-18
13000000 2023-06-16 2023-07-18
ID4329886 DfE - FE - Framework Agreement for the Provision of Legal Services to FE Sector
UK BELFAST Belfast Metropolitan College

Value:
Published: 2023-06-16
Deadline:
2023-06-16
Department for Business and Trade – Bill of Lading Shipping Data
NUTS: UK UK Department for Business and Trade

Department for Business and Trade (DBT) (previously known as Department for International Trade) has a requirement for the delivery of Bill of Lading data for: exports from the UK where a container leaves from a UK port and imports to the UK where the container lands at a UK port or the container lands at a foreign port but with a final destination of the UK. The requirement is for access to the Tenderer’s data service (e.g., via an intermediary cloud platform, APIs, and/or bulk downloads).The requirement and subsequent contract shall be for an initial period of 12 months from 01st November 2023 with the option to extend for an additional 12 months.A maximum budget of £280,000 (including VAT) for each of the 12-month periods has been allocated with a total contract value of £560,000 (including VAT). The start date for this requirement is expected to be 1st November 2023, with a 1-month implementation period from this date.This Procurement is being carried out in accordance with the Public Contract Regulations 2015 under the open procedure (PCR Regulation 27). Tenderers can submit a Tender as a single legal entity, with other legal entities (to form a consortium) or with named sub-contractors.The data will be shared with the department’s Partner Organisations, including the Department for Transport and the Office for National Statistics. The data will also be shared with the Global Supply Chains Intelligence Programme, a DBT led project. The successful Tenderer must agree to allow the UK Government to publish anonymous and non-disclosive findings that includes the data, in regular or ad hoc statistics and research . This will enable the UK Government to show how it uses this data to support its policy and decision making and to inform the general public.Interested Suppliers should register and access the procurement documentation on our e-tendering portal, Jaggaer, via the link on this notice. The clarification period ends on 17.00 BST 23/06/2023. You must submit your tender to arrive no later than 17.00 BST 14/07/2023.

Value: 560000
Published: 2023-06-15
Deadline: 2023-07-13
560000 2023-06-15 2023-07-13
Insurance Legal Panel for the Insurance London Consortium (ILC)
UK Croydon Croydon Council

The London Borough of Croydon ("the Council") and the participating members of the Insurance London Consortium (ILC) are tendering for their Insurance Legal Panel Services Framework Contract.The five (5) highest scoring Tenderers following the tender evaluation will be awarded the contract and appointed Panel Members.The consortium is made up of nine London Boroughs are: London Borough of Croydon, London Borough of Camden, London Borough of Haringey, London Borough of Harrow, London Borough of Islington, Royal Borough of Kingston upon Thames, London Borough of Lambeth, London Borough of Tower Hamlets and London Borough of SuttonThe contract will commence on the 1st of September 2023 for a term of 4 years.The Council reserves the right, subject to the provisions of the Public Contracts Regulations 2015 to change without notice the basis of any part of the procurement process or to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process.If you wish to register an interest in this contract please register your company free of charge via https://www.londontenders.org/procontract/supplier.nsf/frm_home openFormAll questions and queries regarding the procurement must be posed via the London Tenders Portal. Kindly note that this is a Open Procedure

Value:
Published: 2023-06-15
Deadline: 2023-07-14
2023-06-15 2023-07-14
NNC / WNC- NHS Health Checks DPS (Dynamic Purchasing system)
UK Kettering North Northamptonshire Council

The NHS Health Check programme aims to reduce avoidable premature mortality by early identification and management of cardiovascular risk factors and disease in people aged between 40 and 74 years who have no previous history of CVD disease. In Northamptonshire, 75 in every 100,000 people die prematurely before the age of 75 from cardiovascular disease. Under the Health and Social Care Act 2012, local authorities have a legal responsibility to commission and monitor their local health check programme. All local authorities must offer an NHS Health Check to 100% of their eligible population every 5 years by inviting 20% of the eligible population each year over the five year period. In Northamptonshire 228,466 people are eligible for an NHS Health Check meaning that 45,694 people should be offered a check each year. Public Health England expect that 66% of health checks offered should be taken up equating to 27,417 checks delivered each year.This DPS Agreement is for an initial term of three years, with an option to extend for a further two years. The DPS Rounds will be closed for evaluation at the Council's discretion from Round 3 onwards; however, Providers will be able to apply for the DPS at any time within a Round.Please note, the current round is Round 11 and we are using a 1 year extension. This DPS Agreement is for an initial period of 3 years (up to 31st March 2022) with an option to extend for a further period of up to 2 years, taking the total contract term to a maximum of 5 years and has currently been extended to Sunday 31st March 2024. Any extension will be agreed between the Council and the Provider(s).The deadline for completed applications within "Round 11" to be received on the In-tend eTendering Portal is 12:00noon on Thursday 13th July 2023. Please see In-tend for details of future Round deadlines.Please note, the Authority is now North Northamptonshire Council (formerly Northamptonshire County Council).

Value: 3474645
Published: 2023-06-14
Deadline: 2023-07-13
3474645 2023-06-14 2023-07-13
Metering Services
UK MANSFIELD The Coal Authority

The Coal Authority (Client) was established by Parliament to undertake specific statutory duties, set out in the Coal Industry Act 1994, associated with licensing coal mining operations; managing property and the historic legacy arising from the ownership of the coal reserves and underground workings; settling subsidence damage claims not falling on coal mine operators and providing access to coal mining information.The Coal Authority has a legal duty under the Coal Mining Subsidence Act 1991, to repair properties damaged by coal mining subsidence in the five coalfield regions. The works are funded by grant in aid from central government, in order that the Coal Authority can discharge its statutory duty.The Coal Authority employs over 300, based mainly at the head office in Mansfield with some field staff remotely based in order to enable a fast response to incidents in the coal mining areas.The Coal Authority is funded by grant in aid from the Department of Energy Security and Net Zero (DESNZ).This notice relates to the retendering of our metering contract which expires in September 2023This notice is published by way of giving interested parties the opportunity to tender for this requirement.We require consolidated meter readings across approximately 80 sites, with additional sites to be included as they are commissioned at a rate or 1 to 2 a year. This is for consolidating smart meter readings from:• Electricity meters• Electricity generation meters• Electricity export meters• Water metersAs part of this contract we will require maintenance of existing meters plus the installation of new electricity and water meters at approximately 10 sites around England, Scotland and Wales as well as a review and potential upgrade of electricity generation meters at approximately 10 sites.Meter readings should be provided on a central portal with potential to provide an API for data transfer to a Coal Authority reporting system in the future.No action is required in response to this Prior Information Notice but if you have any questions about this opportunity please contact Sarah Kendrick, Procurement Business Partner - sarahkendrick@coal.gov.uk

Value: 100000
Published: 2023-06-14
Deadline: 2023-07-13
100000 2023-06-14 2023-07-13
Installation, supply and maintenance of Customer Information Notice Labels
UK LONDON Transport for London

Installation and Maintenance of Bus Customer Information Notice Labels Contract NoticeTransport for London (TfL) requires a service for the installation, supply, maintenance, and audit for bus labels across TfL's bus fleet. The service provider will maintain accurate, presentable, and consistent signs and notices across a fleet of around 9000 buses, operated by eight bus operating suppliers, across approximately 85 sites. In addition the incumbent will carry out audits across the bus fleet for compliance and garage reports will be made available to TfL. The contract covers a wide array of customer information notices; not just mandatory legal notices but also TfL specified notices. In addition to internal notices, external notices are also required as well as vehicle wraps on an ad hoc basis.The current contract was awarded in January 2020 for 2 years + 1 year + 1 year, with the term of the contract ending in January 2024.TfL are looking to re-procure this contract to commence in January 2024 for 2 years + 2 years. If this opportunity is of interest to you please can you email DeepaHalai@tfl.gov.uk by 11th July 2023. Expressions of interest are invited by completion of a Supplier Selection Questionnaire.To be able to participate in the tender, suppliers must be registered on TfL's SAP Ariba system.To express an interest for this contract, interested bidders must BOTH confirm by email to DeepaHalai@tfl.gov.uk to express their interest in the opportunity AND complete Ariba registration, if required. Upon completion of registration and confirmation that the bidder has been invited to the Sourcing Event in Ariba, the interested bidder will have unrestricted and full access to the procurement documents, free of charge through their dashboard when they login to Ariba at https://service.ariba.com/Supplier.aw. Any additional information can be obtained from the above mentioned email address. Economic operators need to complete and submit a response to the relevant procurement documents by the deadline date set out in these documents.To register or to check if you are already registered in Ariba log on to https://service.ariba.com/Supplier.aw. Interested participants must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of this opportunity and the procurement exercise before submitting their response. For help on uploading your responses, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk Please note, even if you are already a registered supplier on SAP Ariba you must without any delay confirm to the Procurement Lead DeepaHalai@tfl.gov.uk your intention to participate in this opportunity and your details as follows, so that the Procurement Lead can manually add vital details to the Sourcing Event on SAP Ariba. You must provide:- your single point of contact first name and surname- your email address- your position in the organisation- your organisation name

Value: 2405585
Published: 2023-06-13
Deadline: 2023-07-11
2405585 2023-06-13 2023-07-11
CO0346 Employee Assistance Programme
UK Chelmsford Essex County Council

At Essex County Council (ECC) we are committed to supporting the wellbeing of our people. We strive to enable the right environment, conditions, and behaviours so individual and organisational wellbeing is embedded in everything we do.The purpose of our Employee Assistance Programme (EAP) provision is to provide confidential and professional support to employees who may be experiencing personal or work-related issues. This will be offering counselling, guidance, and resources for a range of challenges such as stress, anxiety, depression, substance abuse, financial or legal issues, and more.We are seeking a Provider to deliver an EAP service within ECC as a crucial aspect of our broader wellbeing offer, to ensure that our employees have access to timely and effective support to help them cope with personal and work-related challenges, and ultimately, maintain a healthy and productive workforce.ECC’s EAP is currently delivered by an external Provider, the contract of which is due to expire on 31st August 2023.Services provided include, but are not limited to: advice and support counselling services management support services trauma and critical incident support promotion of the Employee Assistance Programme therapeutic interventions bullying and harassment support interactive health content via a web platform and mobile applicationThe annual utilisation rate with our current provider in 2022 (April – September) was 4.17%.The organisation focused service will provide: An assessment of organisational need and the design of tailored EAP services Clear communication of the EAP defining the purpose, objectives, and parameters of the service Clear communication so that the EAP is used to maximum advantage for both employees and ECC Comprehensive procedures outlining how the EAP will operate and be monitored and evaluated An effective implementation and on-going promotion plan to reach all those eligible to use the service Feedback to ECC on themes and trends which would benefit from action by the authority Arrangements for audit, evaluation, and service developmentsOccupational Health Services, general medical treatment, tax advice, legal advice aside from signposting in the context of welfare counselling and relevant consultation and advice relating to leisure or recreation are outside the scope of this procurement.For a full description, please refer to the specification provided within the tender.

Value: 351000
Published: 2023-06-09
Deadline: 2023-07-10
351000 2023-06-09 2023-07-10
Ivy Learning Trust Mechanical and Electrical Service Contract
UK Southend-On-Sea Ivy Learning Trust C/o SSC Partnership Limited

This contract is for the management and provision of the annual planned and preventative maintenance for mechanical and electrical services to 14 primary schools within the Ivy Learning Trust as listed below:• Brimsdown Primary School, Green Street, Enfield EN3 7NA• Churchfield Primary School, Latymer Road, London N9 9PL• Crabtree Infants School, Crabtree Lane, Harpenden, Hertfordshire AL5 5PU• Crabtree Junior School, Crabtree Lane, Harpenden, Hertfordshire AL5 5PU• Eastfield Primary School, Eastfield Road, Enfield EN3 5UX• Larkspur Primary School, Tower Road, Ware SG12 7LP• Lavender Primary School, Lavender Road, Enfield EN2 0SX• Martins Wood Primary School, Mildmay Road, Stevenage, Hertfordshire, SG1 5RT• Peartree Primary School, Peartree Lane, Welwyn Garden City, Hertfordshire AL7 3XW• Round Diamond Primary School, Whitehorse Lane, Great Ashby Way, Stevenage, Herts SG1 6NH• The Wroxham, Wroxham Gardens, Potters Bar EN6 3DJ• Walker Primary School, Waterfall Road, London N14 7EG• Watchlytes Primary School, Welwyn Garden City, Hertfordshire, AL7 2AZ• Woodside Primary School, Jones Road, Goffs Oak, Herts EN7 5JSThe current service contract operates for 52 weeks a year. Essential non disruptive planned maintenance aspects can be carried out during normal working hours, Monday to Friday term time. For all other activities which may compromise the daily smooth operation of the schools the Company will need to plan and schedule in agreement with the Client. Access is limited during the Christmas period and planned maintenance would not be permitted during these times. The supplier shall establish effective management and operational level communication systems at all levels regarding the service with the Client. In addition, the provider will also be responsible for all legal, and health and safety requirements in delivering the services. All the information regarding this procurement is included in the tender pack.

Value:
Published: 2023-06-08
Deadline: 2023-07-10
2023-06-08 2023-07-10
PURCH2239 PROVISION OF A CONTRACT FOR THE EMPLOYER OF RECORD
UK Glasgow University of Glasgow

PURCH2239 PROVISION OF A CONTRACT FOR THE EMPLOYER OF RECORDThe University identified the need to engage a supplier who can act as an ‘Employer of Record’ or EoR. The EoR would be the legal employer of workers engaged by the University overseas, primarily in Europe and the US.The EoR must be able to advise the University on, and manage, all compliance aspects of employment.Please refer to the PURCH2239 - Invitation to Tender Goods or Services document for full details.

Value:
Published: 2023-06-08
Deadline: 2023-07-07
2023-06-08 2023-07-07
Sanctuary Housing Association - Legal Services Tender 2024
UK Worcester Sanctuary Housing Association

Value:
Published: 2023-06-07
Deadline:
2023-06-07
P24-0014 Business Response Framework
UK Glasgow Scottish Enterprise

Scottish Enterprise is seeking to establish a Framework Agreement to provide a range of due diligence on companies in difficulty and/or where significant job losses are anticipated, to inform decision making for Scottish Enterprise.We intend to appoint up to 4 suppliers to the Framework and each will be expected to deliver a full range of integrated professional services including accountancy/financial management, legal and tax advice, specialist technical expertise and other considerations including UK Subsidy Control.The Framework is expected to commence on 20 October 2023 with an end date of 19 October 2026. After this time Scottish Enterprise will have the option to extend the Framework for a further 12 month period.

Value: 1750000
Published: 2023-06-02
Deadline: 2023-07-05
1750000 2023-06-02 2023-07-05
Recovery Strategy Unit (RSU) Legal Support Services Framework
UK London Department of Levelling Up, Housing and Communities

Value:
Published: 2023-06-02
Deadline:
2023-06-02
Front Office Counter Services 2
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/79c4da9b-d074-4942-b691-7be6f2681901 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. This procurement is being conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the legal services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) 2015 as a specific service.

Value:
Published: 2023-05-31
Deadline:
2023-05-31
Legal Services segregated into two lots relating to Housing Management (Lot 1) and Development (including Property Sales) (Lot 2) respectively.
UK Norwich Broadland Housing Association Limited

Lot 1 - Housing Management to include:-i) Preparation, in conjunction with Broadland’s staff, of all necessary documentation for contested eviction and possession proceedings as instructed by Broadland.ii)Attendance at Court and presentation of such cases above as required.iii)Attendance at Court and presentation on uncontested but more complex eviction and possession cases and advice relating to such cases.iv)Preparation, in conjunction with Broadland’s staff, of all necessary documentation in obtaining an Injunction Order relating to Gas Safety Checks and electrical inspections.v)Other general advice in relation to housing management matters, including advice on other tenancy related matters, e.g. drafting tenancy agreements, service charges and leaseholder matters and complex rent arrears cases.vi)Advice on non commercial leases, support services agreements and management agreements at schemes as Broadland has a number of homes which are managed by third parties and from time to time it may become necessary to review or terminate these and guidance will be required.vii)Advise Broadland’s staff on the handling of complex tenant complaints.Provide advice or attend eviction appeal panels as required to provide Broadland with Legal Advice.When required, source and appoint a barrister, taking into consideration value for money and expertise. Anti-Social Behaviour to include:-i)General advice on the approach to specific anti-social behaviour cases.ii)Advice on the use of starter and demoted tenancies.iii)Preparation, in conjunction with Broadland’s staff, of all necessary documentation to obtain demotion orders and injunctions.iv)Preparation, in conjunction with Broadland’s staff, of all necessary documentation for eviction and possession proceedings in relation to anti-social behaviour legislation.v)Attendance at Court and presentation of such cases above.

Value: 1000000
Published: 2023-05-31
Deadline: 2023-07-04
1000000 2023-05-31 2023-07-04
Domestic Mobility Equipment Servicing, Maintenance and Inspection Services
UK Inverness NHS Highland

There are two main legal frameworks relating to the maintenance and inspection of community equipment.Lifting Operations and Lifting Equipment Regulations 1998 (LOLER).This involves bi-annual thorough examinations by legally competent staff.Provision and Use of Work Equipment Regulations 1998 (PUWER).This often involves annual servicing by legally competent staff.Both these acts are underpinned by the Health & Safety at Work Act 1974 which means that NHS Highland has a legal duty to mitigate the risks associated with their actions as far as is practicable.The requirement is for a service contract which services Domestic Mobility Equipment in Adult Social Care Domestic settings within NHSH. This contract will consist of the Annual PPM Servicing and Maintenance PUWER for Lifting, Stairlifts and Other Equipment and Bi Annual Thorough Examination LOLER for Lifting Equipment and Stairlifts. The contract will also consist of Annual PPM servicing and Maintenance PUWER community store equipment which is a new service for this contract.

Value: 1020000
Published: 2023-05-30
Deadline: 2023-06-30
1020000 2023-05-30 2023-06-30
Zenith Multi Academy Trust ~ Catering Tender
UK Essex Zenith Multi Academy Trust

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 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 April 2024 to 31st March 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 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); breakfast provision, 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 on-site, with sustainability at the heart of all aspects of the provision. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of “Dignity, Collaboration, Positivity & Aspiration”. 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, we want 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. We are a South East Essex Multi Academy Trust, currently comprising 3 secondary schools and one primary school: The King John School in Benfleet, The James Hornsby School in Basildon, and Castle View secondary school on Canvey Island, plus Laindon Park Primary School and Nursery in Basildon. Three of the four School are rated Good in their recent Ofsted inspections respectively.The Trust’s core aim is to ensure that we enhance the life chances of all the young people within the Trust to enable them to fulfil their potential and achieve the best possible outcomes. This is at the heart of everything we do.Please note that Laindon Park Primary School runs their catering in house and is not participating in this tender. Castle View School •https://www.castleview.essex.sch.uk/•Current annual catering sales £346k•Aspens Services •There are not incumbent staff within the Local Government Pension Scheme James Hornsby School •https://www.jameshornsby.essex.sch.uk/•Current annual catering sales £293k•Aspens Services •There are not incumbent staff within the Local Government Pension Scheme King John School •https://www.thekjs.essex.sch.uk/•Current annual catering sa

Value: 5823075
Published: 2023-05-26
Deadline: 2023-06-30
5823075 2023-05-26 2023-06-30
CT2945 Legal Services Framework
UK Edinburgh The City of Edinburgh Council

Lot 1: CommercialThe Council expects the following services from Service Providers to include but is not limited to: Public law, Corporate law, Commercial contracts, Finance law and financial services law, Intellectual property, IT, Procurement, FOISA, Data protection, RIPSA and RIPA, Commercial and Pensions.

Value: 22000000
Published: 2023-05-26
Deadline: 2023-06-26
22000000 2023-05-26 2023-06-26
CT2945 Legal Services Framework
UK Edinburgh The City of Edinburgh Council

The City of Edinburgh Council’s in-house legal team provides advice and support on all legal matters relating to the Council. The team instructs external firms where it has insufficient capacity or where particular specialist advice is required. The Council wishes to appoint a number of suitably qualified and experienced law firms (“Service Providers”) to a six lot Framework Agreement to carry out legal services for the City of Edinburgh Council and other named Scottish local authorities. The type and volume of advice required may fluctuate during the period of the Contract.

Value: 22000000
Published: 2023-05-25
Deadline: 2023-06-26
22000000 2023-05-25 2023-06-26
HAC5901 Sanctuary Scheme Projects
UK London Tower Hamlets

• To provide increased security in the homes of VAWG victims and their families so they can remain living in their homes• The Sanctuary scheme prevents homelessness amongst VAWG victims and their families. It allows victims to feel safer and remain in their community.• The Sanctuary Scheme provides additional support to cases where there are legal orders in place to prevent the perpetrators from attending the property or contacting the victim (for example, a non-molestation order)• The Sanctuary scheme is integral to child protection and safeguarding processes within this borough and actively seeks to increase the safety of victimsWe are committed to delivering a trauma-informed approach to working with victims of VAWG, given that a high proportion of them will have experienced some degree of trauma during their lives. Therefore we want the contractor to show that they are working in a trauma-informed way.

Value:
Published: 2023-05-25
Deadline: 2023-06-15
2023-05-25 2023-06-15
FOIA Dispute Resolution Training
UK Wilmslow Information Commissioner’s Office

The ICO is the UK's independent body set up to uphold information rights. Our purpose as a regulator is informed by a range of statutory duties across 11 separate legal frameworks.These legislative frameworks are set by Parliament. While we are independent in how we set and deliver our objectives, we are accountable to Parliament and the public for the outcomes we achieve through a variety of regulatory interventions. For example:•the provision of advice;•offering guidance and tools;•publishing formal Opinions;•undertaking audits and inspections;•issuing recommendations from complaints and breach reports;•mandating changes to practice or processes; and•where necessary, issuing monetary penalties.Our aim is to provide certainty. We deliver a range of services to help organisations understand and comply with their obligations, always aware of the difference between minimum legal requirements and good practice advice. We also work to ensure people know their rights, and to enable wide-ranging societal and economic benefits.The ICO’s Freedom of Information (FOI) and Transparency Directorate is responsible for promoting good practice in how public authorities make their information available to the public, and deals with complaints for information under the Freedom of Information Act (FOI), Environmental Information Regulation (EIR) or the Re-use of Public Sector Information Regulations 2015 (RPSI).

Value: 250000
Published: 2023-05-24
Deadline: 2023-06-29
250000 2023-05-24 2023-06-29
Human Resources Consultancy Services
UK Inverness Bòrd na Gàidhlig

3. KEY TASKSLiaise as appropriate with Bòrd na Gàidhlig Head of Finance & Corporate Affairs and Operations Manager in order to discuss HR issues and priorities and to agree desired outcomes and deliverables.Advise on formal correspondence between line managers and employees on matters of terms and conditions, salary, joining and exit events.Maintain currency of employment contracts and staff policies and procedures in line with legislation, best practice, and staff consultation.Advise on the performance appraisal process and remuneration planningAdvise senior management on legal and procedural requirements relating to staff issues.Oversee HR administration and ensure correct use of HR software tools.Quarterly HR Update report for management and board / committees.Review, manage and keep up to date: employee contracts, employee files, policies, practices, and procedures.Advise the Head of Finance & Corporate Affairs on any matter requiring remedy or action in relation to employee matters.Advise on the consistent application of appraisal and objective-setting criteria across the organisation.Act as a source of information to staff in relation to the support afforded them by the organisation as an aid to achieving a healthy work-life balance.Advise on processes in relation to new starts, leavers, absence, maternity and paternity leave, retirement, secondments or placements to other organisations, entitlements etc as they arise.Advise on training and coaching for all staff in relation to diversity, equality and other relevant matters, and for line managers in relation to management, objective-setting, and appraisals.Advise in relation to disciplinary, grievance or other matters in which employee rights are in point (although this may also be sourced from legal advisers).Support and advise individual staff and line managers on HR matters.

Value:
Published: 2023-05-20
Deadline: 2023-06-02
2023-05-20 2023-06-02
ID4329886 DfE - FE - Framework Agreement for the Provision of Legal Services to FE Sector
UK BELFAST Belfast Metropolitan College

On behalf of the six Regional Colleges in Northern Ireland (“NI Colleges”):- Belfast Metropolitan College (BMC); Northern Regional College (NRC); North West Regional College (NWRC); Southern Regional College (SRC); South Eastern Regional College (SERC); and South West College (SWC) Belfast Metropolitan College (BMC) wishes to award a Framework Agreement for the provision of legal Services. This competition will establish a Framework Agreement containing Seven (7) Lots for the provision of legal services as described in the Framework Agreement Specification, they are: 1) Employment Equality and Human Rights; 2) Public Law (and corporate governance); 3) Information Law; 4) Property Law; 5) Corporate and Commercial, plus Alternative Dispute Resolution; 6) Procurement Law; and 7) Student / Curriculum. The three highest ranked tenderers for each Lot will be awarded a place on the Framework Agreement. Tenderers can tender for one, multiple, or all Lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for.

Value: 1800000
Published: 2023-05-19
Deadline: 2023-06-21
1800000 2023-05-19 2023-06-21
London Boroughs’ Legal Alliance (LBLA) Barrister Framework CH232459
UK Ealing London Borough of Ealing

1. Adult Social Services• Mental Health• Displacement of nearest relatives (under Mental Health) in County Court;• Community care, including procurement issues relating to providers• Mental capacity and deprivation of liberty• Court of protection• Functions of the local authority under the Care Act 2014 and relevant legislation relating tochildren (for example at transition, young carers, etc.)• Forced marriages, regardless of the age of the parties concerned (including children)• Inquests• Judicial Review;• Public Interest Immunity;• Inherent Jurisdiction;• Leaving Care;• NRPF single adults;• Continuing Health Funding including disputes and advice re Health Bodies;• Ordinary Residence

Value: 60000000
Published: 2023-05-19
Deadline: 2023-06-23
60000000 2023-05-19 2023-06-23
Advice Services - Debt Counselling and Welfare Rights
UK Lochgilphead Argyll and Bute Council

The Council is seeking a single provider of free debt counselling and welfare rights advice with a particular focus on prevention and intervention to people resident in Argyll and Bute Council are who are vulnerable at the point of access.This services will form part of a range of advice services, which will comprise services delivered by free national/local advice resources; the Council/its Partners; other third party agencies and the Provider of services detailed in this contract.This service will be provided in line with the Scottish National Standards for Information and Advice Providers (SNSIAP) and the provider will be accredited by the relevant schemes as administered and introduced by he Scottish Legal Aid Board or equivalent standard.

Value:
Published: 2023-05-18
Deadline: 2023-06-30
2023-05-18 2023-06-30
ID4329886 DfE - FE - Framework Agreement for the Provision of Legal Services to FE Sector
UK BELFAST Belfast Metropolitan College

Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years.. . . Framework Agreement: On behalf of the six Regional Colleges in Northern Ireland (“NI Colleges”):-. • Belfast Metropolitan College (BMC). • Northern Regional College (NRC). • North West Regional College (NWRC). • Southern Regional College (SRC). • South Eastern Regional College (SERC). • South West College (SWC). Belfast Metropolitan College (BMC) wishes to award a Framework Agreement for the provision of legal Services.. . The estimated value over four years is £1,800,000. The College’s need for a legal service fluctuates from year to year and so it is not easy to estimate the volume of work. A breakdown by Lot or College is not available. However the main areas of the legal services requirement would be around GDPR, Data protection, HR/Employment law. The Colleges do not give any guarantee as to the volume of work that will be instructed under this framework.

Value:
Published: 2023-05-18
Deadline:
2023-05-18
Maintenance and Testing of Fire Alarm Systems [3413748]
UK Ballymena Business Services Organisation, Procurement and Logistics Service

Tender process discontinued for all Lots: 1, 2 and 3. No award has been made for any lot, Tender stood down following legal challenge.

Value:
Published: 2023-05-18
Deadline:
2023-05-18
Westcliff High School (Boys and Girls) ~ Catering Tender
UK Essex Westcliff High School for Girls

The successful Supplier will be required to provide catering services for both Westcliff High School for Girls (WHSG) and Westcliff High School for Boys (WHSB). The two schools share one catering facility.WHSGWHSG is a high achieving girls’ grammar school, with a mixed sixth form, based in Westcliff-on-Sea Essex. There are up to 915 students in years 7-11 and a further 440 in the sixth form. Students travel from a wide area to attend and have diverse dietary needs. The school currently offers break and lunch to all the students and runs a separate coffee shop, which is distinct from the catering offer, that provides food and drink to all before school and to the sixth form throughout the day.WHSBWHSG is a high achieving boys’ grammar school, with a mixed sixth form, based in Westcliff-on-Sea Essex. There are up to 925 pupils in years 7-11 (Sixth Form students are catered for separately, in the School’s own 6th Form Canteen, and this is not part of this tender). Pupils travel from a wide area to attend and have diverse dietary needs. The school currently offers lunch to all the pupils. Due to logistical reasons, a break-time service for the boys’ school is not currently offered, but the School are open to ideas. The two schools jointly own the catering facility which is run in house, where all the current financial transactions pass through WHSG. The lunch service starts at 12.10 for WHSG and at 1.50 for WHSB. The students are kept separate.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 facility of the 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 January 2024 to 31st December 2026 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 schools for the duration of this contract.The School year at both 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 Schools, which currently includes morning break (at WHSG), 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 schools prioritise value for money as a key objective of the Competitive Tender Process, it is not obliged to accept the lowest price. Furthermore, in the event that none of the bids find favour, the schools reserve the right not to appoint. 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 schools expect 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 schools believe 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.Please see SQ Document for more information.

Value: 2980000
Published: 2023-05-11
Deadline: 2023-06-16
2980000 2023-05-11 2023-06-16
Cleaning Service Contract - Ivy Learning Trust
UK Southend-on-Sea Ivy Learning Trust C/o SSC Partnership Limited

The contract will be for the provision of outsourced cleaning services to the Client (consisting of 11 primary schools), including daily cleaning, and out of term deep cleaning, for spaces including but not limited to teaching, office, circulation, and communal spaces. Schools included within this contract:• Brimsdown Primary School, Green Street, Enfield EN3 7NA• Churchfield Primary School, Latymer Road, London N9 9PL• Crabtree Infants School, Crabtree Lane, Harpenden, Hertfordshire AL5 5PU• Crabtree Junior School, Crabtree Lane, Harpenden, Hertfordshire AL5 5PU• Eastfield Primary School, Eastfield Road, Enfield EN3 5UX• Larkspur Primary School, Tower Road, Ware SG12 7LP• Lavender Primary School, Lavender Road, Enfield EN2 0SX• Martins Wood Primary School, Mildmay Road, Stevenage, Hertfordshire, SG1 5RT• Peartree Primary School, Peartree Lane, Welwyn Garden City, Hertfordshire AL7 3XW• Walker Primary School, Waterfall Road, London N14 7EG• Watchlytes Primary School, Welwyn Garden City, Hertfordshire, AL7 2AZConsistently maintaining a clean, sustainable working environment for students and staff is paramount. 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. Tender submissions should clearly demonstrate:1. A thorough understanding of the Scope of Work2. Ability to deliver the services required and have a flexible approach3. Technical expertise and relevant experience4. Best value for money5. Suitability for the undertaking of the work.6. Procedures and practices which will be utilised to ensure quality and compliance with the specification.Further information full details of the services and procurement process are included in the ITT and tender documents.

Value:
Published: 2023-05-10
Deadline: 2023-06-09
2023-05-10 2023-06-09
Your Alerts:

Related articles...

Made by Statuo