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
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
Water Hygiene and Legionella Service Contract
UK Southend-on-sea Ivy Learning Trust C/o SSC Partnership Limited

A. This contract is for the management and provision of the annual planned and preventative maintenance for water hygiene 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 5JSB. The 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. C. 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. 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.More details are available within the ITT and procurement documentation.

Value:
Published: 2023-05-10
Deadline: 2023-06-09
2023-05-10 2023-06-09
The Provision of Leisure Services Management
UK Aylesbury Buckinghamshire Council

This is a notice for the provision of Leisure Services Management. Buckinghamshire Councilare seeking suitably qualified and experienced organisations to provide this service.The contract opportunity includes the Buckinghamshire Leisure Services Management Contract (the Contract) which comprises the following leisure centres:• Aqua Vale Leisure Centre, Aylesbury a leisure pools site with fitness and outdoor 3G pitches• Swan Pool and Leisure Centre, Buckingham, a pool and fitness site, with outdoor 3G• Beacon Sports Centre & Theatre, Beaconsfield, a sports hall and fitness site, with mini soccer outdoor pitches.• Evreham Centre, Iver – small sports hall and fitness site, with outdoor 3G and grass pitches.• Little Marlow Running Track – 8 lane athletics trackThe Council is also interested to understand the Operator’s view of the opportunities presented by including the management of the South Buckinghamshire Golf Course as a Variant Bid Option. The Council is developing a new outdoor hub in Winslow and this facility may be included in the Contract once built.The Council intends to request a variant bid to be submitted for the management of the centre to gauge market interest and understand the likely cost to manage it, given the outline information available to date about the centre. The Council can provide no guarantee that the centre will be delivered, and the inclusion of such facility will be via the change protocol in the Contract.The Contract term will be 5 years, 3 months, (with an optional extension of up to 12 months) intended to commence 1st April 2024.The Facilities are currently managed by several operators, Everyone Active (SLM), GLL and More Leisure, whose contracts expire on the 31st March 2024.The annual turnover of the centres is - £3.6m. Therefore, the value of the contract is the annual turnover x 5.25 (years) = £18.9m (approximately)Capital Investment – given the medium term length of the contract, the Council is not intending that significant works are undertaken as part of the contract. However, if operators deem that small scale improvements can be made (and will payback during the contract term), to improve the financial position and meet the Council’s outcomes, this would be welcomed.Buckinghamshire Physical Activity Strategy 2018-23: Making physical activity a priority - The Council has developed its Physical Activity Strategy. The aims of the strategy is to increase levels of activity by encouraging inactive residents into regular activity throughout their lives and to increase the number of residents achieving the Chief Medical Officer guidelines for physical activity throughout life. The specification includes outcomes from the strategy which the Contractor will be expected to deliver as part of the management of the leisure centres.TUPE & Pensions - This Procurement may be subject to the transfer of employees under the Transfer of Undertakings (Protection of Employment) Regulations 2006 (“TUPE”) as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014. The application of TUPE will always be a matter of law. The Council will assist Candidates by making TUPE information available where possible. It is recommended that Candidates seek their own legal advice regarding this area of employment law. There are a small number of employees who are members of the Local Government Pension Scheme (LGPS). Further information and risk profile between the parties will be provided at ISIT stage.To access the tender documentation, you will need to register via the Buckinghamshire Business Portalhttps://www.supplybucksbusiness.org.uk/buckscc/portal.nsf/content/DEVA-A4NC3ZA Competitive Procedure with Negotiation process is being used;● Stage one of this process comprises this Standard Selection Questionnai

Value: 18900000
Published: 2023-05-10
Deadline: 2023-06-12
18900000 2023-05-10 2023-06-12
Legal Services Framework
UK Halifax Together Housing Association

More fully described in the Procurement Documents

Value:
Published: 2023-05-10
Deadline: 2023-06-12
2023-05-10 2023-06-12
Legal Services Framework
UK Halifax Together Housing Association

Value:
Published: 2023-05-09
Deadline:
2023-05-09
Framework for the Provision of Temporary Legal Staff
UK Edinburgh Scottish Government

The Scottish Government Legal Directorate (SGLD) has a requirement to place a contract with an external service provider for the provision of a Framework for the Provision of Temporary Legal Staff in order to fill temporary gaps in staffing and/or in response to unforeseen business requirements for SGLD, the Office of the Advocate General, Public Local Inquiries and the Scottish Law Commission.

Value: 8000000
Published: 2023-05-05
Deadline: 2023-06-07
8000000 2023-05-05 2023-06-07
Framework for the Provision of Temporary Legal Staff
UK Edinburgh Scottish Government

The Scottish Government Legal Directorate (SGLD) has a requirement to place a contract with an external service provider for the provision of a Framework for the Provision of Temporary Legal Staff in order to fill temporary gaps in staffing and/or in response to unforeseen business requirements for SGLD, the Office of the Advocate General, Public Local Inquiries and the Scottish Law Commission.

Value: 8000000
Published: 2023-05-04
Deadline: 2023-06-07
8000000 2023-05-04 2023-06-07
800000
NUTS: UK UK Ministry of Defence

The MOD needs to minimise the effect upon its aircraft operations caused by collisions with birds and wildlife. The MOD has a legal responsibility to ensure that its operations are conducted in as safe a manner as is reasonably practicable. Regulatory Article (RA) 3270 and CAP 772 provide regulation, guidance and policy on the requirements of Airfield Wildlife Control. An Independent Specialist advisor is required to provide advice and assurance which forms part of this process.

Value:
Published: 2023-05-03
Deadline: 2023-05-11
2023-05-03 2023-05-11
Legal Services
UK Gateshead THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED

NEPO are using an open procedure for the procurement of this Framework Agreement for the provision Legal Services. The Framework Agreement will consist of a maximum of twelve Suppliers who are able to provide legal services. Tenderers will be evaluated in accordance with the award criteria contained within the invitation to tender documents.

Value: 50000000
Published: 2023-05-03
Deadline: 2023-06-06
50000000 2023-05-03 2023-06-06
Legal Services
UK Gateshead THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED

NEPO is a Central Purchasing Body as defined in the Public Contract Regulations 2015 (PCR15). This means that NEPO may provide central purchasing activity on behalf of Contracting Authorities. The agreement will be available for use by all NEPO Members within the North East region. A list of member organisations is available in the About section of the NEPO website at: www.nepo.org This agreement will also be made available to all current and future NEPO Associate Members throughout the North East region. Current Associate Members are listed in the Associate Member section of the NEPO website at: www.nepo.org/associate-membership/list NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout the North East region (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further details: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm https://www.gov.uk/government/organisations/department-for-education https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies http://www.schoolswebdirectory.co.uk/localauthorities.php http://www.ukschoolsdirectory.net https://www.gov.uk/find-school-in-england http://apps.education-ni.gov.uk/appinstitutes/default.aspx https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development http://unistats.direct.gov.uk/institutions/ http://www.hefce.ac.uk/workprovide/unicoll/heis/ http://www.hefce.ac.uk/workprovide/unicoll/fecs/ http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm https://www.gov.uk/government/organisations https://www.communities-ni.gov.uk/contact https://www.ons.gov.uk/ http://www.police.uk/forces.htm http://www.police-information.co.uk/index.html https://www.gov.uk/government/organisations/maritime-and-coastguard-agency http://www.fireservice.co.uk/information/ukfrs http://www.fire.org.uk/fire-brigades.html http://www.oscr.org.uk/ https://www.gov.uk/government/publications/current-registered-providers-of-social-housing http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx http://www.communities.gov.uk/newsroom/factsandfigures/housingplanning1/facts/socialhousing/?id=1822644 A complete list of permissible users is shown on the NEPO website below: https://www.nepo.org/associate-membership/permissible-users Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance. Further information can be found at: www.nepo.org

Value:
Published: 2023-05-02
Deadline:
2023-05-02
P24-0005: Strategic Innovation and Place Acquisition Programme
UK Glasgow Scottish Enterprise

The purpose of this ITT is for Scottish Enterprise to appoint a property consultant to (i) develop an appropriate search criteria and scoring methodology for property acquisitions that reflect current SE strategy, (ii) provide the necessary professional services to support property acquisitions in line with SE’s obligations for best value under the Scottish Public Finance Manual (SPFM), (iii) represent SE in acquisition negotiations with vendors, (iv) liaise with SE’s professional and legal advisors to conclude acquisitions on satisfactory commercial terms. The services may also encompass providing advice on property appraisals, and associated commercial advice, where SE considers providing grant aid funding for existing landowners is an appropriate way to unlock sites for future development.It is anticipated that the contract will start in July 2023 and is anticipated to end in June 2025. SE will retain the option of two extension periods. The first extension period will be for a further 48-month period, the second extension period will be for a further 12-month period.The total estimated value of the contract over the total duration is estimated to be between GBP150,000 and an overall fee cap of GBP200,000 (excl VAT).Further details can be found within the Invitation to Tender (ITT) document.

Value: 200000
Published: 2023-04-28
Deadline: 2023-06-01
200000 2023-04-28 2023-06-01
Northern Ireland GP Digital Care Services Framework Agreement
UK Belfast Procurement and Logistics Service

Estimated value is £60,000,000 GBP. This is the highest potential estimated value and the actual value may be different from that quoted here.. . Further detail is contained in the Invitation to Tender and the Specification available with the procurement documents on eTendersNI. The proposed framework agreement will be entered into by BSO.. . A bidder information session will be held on Monday, 15 May 2023 at 10:00 am. The session will take place remotely via Microsoft Teams. To register attendance at this session, bidders should provide the names of proposed participants relating to their tender response via the messaging facility on eTendersNI by no later than 9 May 2023. The Authority will issue details of the session arrangements and an agenda by 5 May 2023. Please note that each bidder may have a maximum of 5 participants on the Microsoft Teams call. Further details are provided in the ITT (section 3.5).. . BSO reserves the right to require groups of economic operators to assume a specific legal form once they have been awarded the NI GPDCS Framework Agreement, to the extent considered necessary for the satisfactory performance of the contract and in particular to ensure that the contracting counter-party has available to it the financial and technical resources as relied upon during the procurement to secure the award of the NI GPDCS Framework Agreement. BSO will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Contract Regulations as amended provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).. . To apply for this opportunity bidders must be registered on the eTendersNI platform. To register please go to https:\\etendersni.gov.uk. Help and Supplier Walkthrough Guides are available from the eTendersNI home page. A telephone helpline is also available from the home page or you may contact the helpdesk via email, ni-eprochelpdesk@eurodyn.com

Value:
Published: 2023-04-28
Deadline:
2023-04-28
Northern Ireland GP Digital Care Services Framework Agreement
UK Belfast Procurement and Logistics Service

Estimated value is £60,000,000 GBP. This is the highest potential estimated value and the actual value may be different from that quoted here.. . Further detail is contained in the Invitation to Tender and the Specification available with the procurement documents on eTendersNI. The proposed framework agreement will be entered into by BSO.. . A bidder information session will be held on Monday, 15 May 2023 at 10:00 am. The session will take place remotely via Microsoft Teams. To register attendance at this session, bidders should provide the names of proposed participants relating to their tender response via the messaging facility on eTendersNI by no later than 9 May 2023. The Authority will issue details of the session arrangements and an agenda by 5 May 2023. Please note that each bidder may have a maximum of 5 participants on the Microsoft Teams call. Further details are provided in the ITT (section 3.5).. . BSO reserves the right to require groups of economic operators to assume a specific legal form once they have been awarded the NI GPDCS Framework Agreement, to the extent considered necessary for the satisfactory performance of the contract and in particular to ensure that the contracting counter-party has available to it the financial and technical resources as relied upon during the procurement to secure the award of the NI GPDCS Framework Agreement. BSO will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Contract Regulations as amended provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).. . To apply for this opportunity bidders must be registered on the eTendersNI platform. To register please go to https:\\etendersni.gov.uk. Help and Supplier Walkthrough Guides are available from the eTendersNI home page. A telephone helpline is also available from the home page or you may contact the helpdesk via email, ni-eprochelpdesk@eurodyn.com

Value:
Published: 2023-04-28
Deadline:
2023-04-28
Northern Ireland GP Digital Care Services Framework Agreement
UK Belfast Procurement and Logistics Service

Estimated value is £60,000,000 GBP. This is the highest potential estimated value and the actual value may be different from that quoted here.. . Further detail is contained in the Invitation to Tender and the Specification available with the procurement documents on eTendersNI. The proposed framework agreement will be entered into by BSO.. . A bidder information session will be held on Monday, 15 May 2023 at 10:00 am. The session will take place remotely via Microsoft Teams. To register attendance at this session, bidders should provide the names of proposed participants relating to their tender response via the messaging facility on eTendersNI by no later than 9 May 2023. The Authority will issue details of the session arrangements and an agenda by 5 May 2023. Please note that each bidder may have a maximum of 5 participants on the Microsoft Teams call. Further details are provided in the ITT (section 3.5).. . BSO reserves the right to require groups of economic operators to assume a specific legal form once they have been awarded the NI GPDCS Framework Agreement, to the extent considered necessary for the satisfactory performance of the contract and in particular to ensure that the contracting counter-party has available to it the financial and technical resources as relied upon during the procurement to secure the award of the NI GPDCS Framework Agreement. BSO will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Contract Regulations as amended provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).. . To apply for this opportunity bidders must be registered on the eTendersNI platform. To register please go to https:\\etendersni.gov.uk. Help and Supplier Walkthrough Guides are available from the eTendersNI home page. A telephone helpline is also available from the home page or you may contact the helpdesk via email, ni-eprochelpdesk@eurodyn.com

Value:
Published: 2023-04-28
Deadline:
2023-04-28
Northern Ireland GP Digital Care Services Framework Agreement
UK Belfast Procurement and Logistics Service

Estimated value is £60,000,000 GBP. This is the highest potential estimated value and the actual value may be different from that quoted here.. . Further detail is contained in the Invitation to Tender and the Specification available with the procurement documents on eTendersNI. The proposed framework agreement will be entered into by BSO.. . A bidder information session will be held on Monday, 15 May 2023 at 10:00 am. The session will take place remotely via Microsoft Teams. To register attendance at this session, bidders should provide the names of proposed participants relating to their tender response via the messaging facility on eTendersNI by no later than 9 May 2023. The Authority will issue details of the session arrangements and an agenda by 5 May 2023. Please note that each bidder may have a maximum of 5 participants on the Microsoft Teams call. Further details are provided in the ITT (section 3.5).. . BSO reserves the right to require groups of economic operators to assume a specific legal form once they have been awarded the NI GPDCS Framework Agreement, to the extent considered necessary for the satisfactory performance of the contract and in particular to ensure that the contracting counter-party has available to it the financial and technical resources as relied upon during the procurement to secure the award of the NI GPDCS Framework Agreement. BSO will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Contract Regulations as amended provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).. . To apply for this opportunity bidders must be registered on the eTendersNI platform. To register please go to https:\\etendersni.gov.uk. Help and Supplier Walkthrough Guides are available from the eTendersNI home page. A telephone helpline is also available from the home page or you may contact the helpdesk via email, ni-eprochelpdesk@eurodyn.com

Value:
Published: 2023-04-28
Deadline:
2023-04-28
LS1721 Legal Services Framework - Solicitors
UK Trowbridge Wiltshire Council

Planning - Please refer to Part E Specification for full details.

Value:
Published: 2023-04-27
Deadline: 2023-06-16
2023-04-27 2023-06-16
Big Life Schools - Professional and Shared Services
UK Manchester Big Life Schools

Big Life Schools have a requirement for a range of professional services to support its ongoing operations across finance, payroll, facilities, communications, marketing, legal and human resources, strategic support and governance.

Value:
Published: 2023-04-27
Deadline: 2023-05-26
2023-04-27 2023-05-26
P24-0005: Strategic Innovation and Place Acquisition Programme
UK Glasgow Scottish Enterprise

The purpose of this ITT is for Scottish Enterprise to appoint a property consultant to (i) develop an appropriate search criteria and scoring methodology for property acquisitions that reflect current SE strategy, (ii) provide the necessary professional services to support property acquisitions in line with SE’s obligations for best value under the Scottish Public Finance Manual (SPFM), (iii) represent SE in acquisition negotiations with vendors, (iv) liaise with SE’s professional and legal advisors to conclude acquisitions on satisfactory commercial terms. The services may also encompass providing advice on property appraisals, and associated commercial advice, where SE considers providing grant aid funding for existing landowners is an appropriate way to unlock sites for future development.It is anticipated that the contract will start in July 2023 and is anticipated to end in June 2025. SE will retain the option of two extension periods. The first extension period will be for a further 48-month period, the second extension period will be for a further 12-month period.The total estimated value of the contract over the total duration is estimated to be between GBP150,000 and an overall fee cap of GBP200,000 (excl VAT).Further details can be found within the Invitation to Tender (ITT) document.

Value: 200000
Published: 2023-04-27
Deadline: 2023-06-01
200000 2023-04-27 2023-06-01
TRHS0001 Administration of the Shimmer Relocation Appreciation Loan Scheme
UK London Department for Transport

The contract will require the Tenderer to work with both the DfT and HS2 Ltd. While the DfT will perform the role of Contract Manager, delivery reports will need to be distributed to both organisations. The RAL will provide a capped loan to homeowners who cannot purchase a replacement local property independently. No interest will be charged on the amount of the loan over its duration, although applicants will be able to make repayments within scheme rules. The loan will be repayable as a proportion of the property’s value when the replacement property next changes ownership, enforceable via a legal charge placed on the property. The loan will complement existing Compensation Code payments and cover any shortfall between an applicant’s Compensation Code payment and the cost of a replacement local equivalent property (subject to certain caveats). Caps will apply to the loan amount and to the equity share in the replacement property, which will be confirmed at the contract award stage. RICS valuation of the applicant’s current property, and their chosen alternative property, as well as a RICS assessment of whether the alternative property is considered “local” and “comparable” will be carried out by another third party (estate agent or similar) organisation in line with the scheme’s criteria. The winning contractor will be able, and expected, to use valuations commissioned from this third party organisation when assessing RAL applications, and when administering repayments during the loan’s life. The tender response must make reference to how loan applicants will be financially assessed, including checking for interests in other properties (both here and abroad), and savings held.The Contract term will be for an initial term of 36 months, with an option to extend at the DfT’s sole discretion for 12+12 months if required.

Value: 70000
Published: 2023-04-26
Deadline: 2023-05-26
70000 2023-04-26 2023-05-26
Pan London - In-Patient Detoxification and Stabilisation Universal Beds
UK London The Mayor and Commonalty and Citizens of the City of London

The Service to be procured from the proposed contract is classified under Schedule 3 of the Public Contracts Regulations 2015 as “Provision of services to the community”.Therefore, the Service advertised in this contract notice fall among those listed in Annex XIV to Directive 2014/24/EU and the full obligations set out in that directive do not apply. For the avoidance of doubt, the contract is to be procured in accordance with the Public Contracts Regulations 2015 Regulations 74 to 78, morecommonly known as the Light Touch Regime. The precise procurement process to be used is as described in the procurement documents.The procurement is being run as a one stage process, resembling the open procedure and its main features - which includes the core elements of the standard Selection Questionnaire (SQ). Any organisation that considers itself able to meet the requirements of the selection criteria within the Qualification Envelope is invited to submit a tender.The requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.comThe City of London wishes to commission an organisation with relevant experience to provide a hospital-based inpatient detoxification and stabilisation (IPD) service for drugs and alcohol as part of a pan-London response to increasing inpatient detoxification capacity for substance misusers with co-morbid physical and mental health needs. The service will make a critical contribution to the wider strategic intention to reduce drug and alcohol related offending and reduce harm linked to substance misuse.The vision is to commission a high-quality, outcomes-focused service which offers safe,psychologically informed and person-centred, interventions which are evidence-based and represent good value for money. The service will seek to maximise positive treatment outcomes, as well as improve the health, wellbeing and life chances of alcohol and drug dependent service users who require inpatient detoxification.The aims of the service are to:• To deliver an integrated IPD care pathway underpinned by a shared understanding of the recovery principles applicable to all commissioned drug and alcohol treatment services across London boroughs• To provide a multi-disciplinary partnership between pan-London local authorities, community substance misuse teams, housing and social care, and tertiary care in order to provide a holistic inpatient detoxification service• To collaborate with the provision of local authority services aligning with presenting needs aiming to maximise positive treatment outcomes• To prioritise those who have additional physical and mental health needs• To place service users at the centre of delivering holistic care, promoting health, well-being and life chances• To raise the aspirations of service users and lower barriers to care to strengthen engagement with treatment by building trust and understanding in the serviceprovidedOrganisations should note that the total fixed budget for this Service is £1,950,000 and is based on a core budget of £650,000 GBP for six months.The duration of the contract is six (6) months, with the option to extend for a further one (1) year. The Contract is intended to commence from 1st October 2023 to 31st March 2024. Please note that confirmed grant funding has been received from 01/10/2023 to 31/03/2024 and indicative grant funding has been received from 01/04/2024 to 31/03/2025.The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions.Organisations should be aware that due to the contract value (of the Service), any contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal

Value: 1950000
Published: 2023-04-19
Deadline: 2023-05-19
1950000 2023-04-19 2023-05-19
HCC - 04/23 - The Provision of Safe Space Art Therapists/Clinical Supervisors and Counsellors
UK Hertford Hertfordshire County Council

You will be expected to deliver Individual Art / Drama / Play Therapy sessions to children and young people aged 4-19 years (21 years if care leavers) referred through the Safe Space Service. Please refer to Schedule 1 of the Specification contained within the Framework Agreement.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 the 19th May 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 the total value of the entire Framework across all Lots for the entire Framework Agreement Period inclusive of any available extension.

Value: 1000000
Published: 2023-04-18
Deadline: 2023-05-19
1000000 2023-04-18 2023-05-19
Framework Agreement for the Provision of a Legal Case Management System
UK Flintshire Flintshire County Council

This project is to award a Framework Agreement for a single supplier to provide a legal case management system for up to six North Wales Local Authorities.Four of the North Wales Authorities require a Legal Case Management System imminently and the framework agreement will be available for the other two Local Authorities to utilise during the 4 year framework term if they so wish.Contracts will be awarded by each individual Authority with four being awarded following the award of the framework agreement.The system should have the facility support the following:Definable roles and permissions used for accessRemote access to all elements of the systemCategorisation of mattersTracking the status of matters and work distributionTime recording and billingDocument creation and storage – bundling, versioning etc.Detail reporting and case-related metricsRetention policies; easy to archive and delete matters, automated where possibleProvision of precedents, templates and workflows to automate routine legal processesIntegration with key systems utilised i.e., HMCTS portals, Land Registry etc.Integration with core Microsoft Products, including Word, Outlook, Excel and Share Point, and importantly, secure email functionality. The Councils have completed, or are in the process of, migrating their estate to Microsoft 365 – the system must be compatible with this technology.The system should have a sustainable development pathway

Value:
Published: 2023-04-18
Deadline: 2023-05-18
2023-04-18 2023-05-18
Legal Framework
UK COVENTRY CADENT GAS LIMITED

Value:
Published: 2023-04-17
Deadline:
2023-04-17
THE PROVISION OF LEGAL ADVICE AND SERVICES RELATED TO CREATIVE SCOTLAND'S SCREEN SCOTLAND ACTIVITY
UK Glasgow Creative Scotland

THE PROVISION OF LEGAL SERVICES IN RESPECT OF SCREEN SCOTLAND'S FILM DEVELOPMENT AND PRODUCTION FUND, BROADCAST CONTENT FUND & PRODUCTION GROWTH FUND AS DETAILED WITHIN THE TENDER BRIEF ATTACHED

Value:
Published: 2023-04-15
Deadline: 2023-05-17
2023-04-15 2023-05-17
Scottish COVID-19 Inquiry (SCI) Transcription Services
UK Glasgow Scottish Government

The Scottish COVID-19 Inquiry (“SCI” or the “Inquiry”) requires real-time legal transcription services (the “Services”). The Service Provider will provide real-time verbatim legal transcription of the proceedings.

Value: 1071500
Published: 2023-04-15
Deadline: 2023-05-17
1071500 2023-04-15 2023-05-17
Scottish COVID-19 Inquiry (SCI) Transcription Services
UK Glasgow Scottish Government

The Scottish COVID-19 Inquiry (“SCI” or the “Inquiry”) requires real-time legal transcription services (the “Services”). The Inquiry will hold public hearings at its hearing venue which ordinarily will be broadcast via its website and YouTube channel. At such public hearings, the Inquiry requires real-time, legal transcription services to be performed on its behalf. The appointed Service Provider must have the necessary experience, ability, capacity, and resilience to perform the services described in this specification.

Value: 1071500
Published: 2023-04-14
Deadline: 2023-05-17
1071500 2023-04-14 2023-05-17
THE PROVISION OF LEGAL ADVICE AND SERVICES RELATED TO CREATIVE SCOTLAND'S SCREEN SCOTLAND ACTIVITY
UK Glasgow Creative Scotland

THE PROVISION OF LEGAL ADVICE AND SERVICES RELATED TO CREATIVE SCOTLAND'S SCREEN SCOTLAND ACTIVITY AS PER TENDER BRIEF ATTACHED

Value:
Published: 2023-04-14
Deadline: 2023-05-17
2023-04-14 2023-05-17
Legal Services Support for Recovery Strategy Unit (RSU)
UK London Department of Levelling Up, Housing and Communities

Value:
Published: 2023-04-13
Deadline:
2023-04-13
Provision of Legal Services, 2023 – 2026 (Re-tender)
UK Edinburgh Cairn Housing Association

Provision of legal services to a Scottish Housing Association. Fields of Scots law to be covered include Property and Housing Management, Human Resources and Employment, Corporate and Governance, Financial Management, Transfers of Engagement, Procurement,Data Protection and Freedom of Information

Value:
Published: 2023-04-11
Deadline: 2023-05-12
2023-04-11 2023-05-12
PROVISION OF A ROUGH SLEEPER ASSESSMENT CENTRE
UK London The Mayor and Commonalty and Citizens of the City of London

The Service to be procured from the proposed contract is classified under Schedule 3 of the Public Contracts Regulations 2015 as "Provision of services to the community". Therefore, the Service advertised i.e. this contract notice, fall among those listed in Annex XIV to Directive 2014/24/EU and the full obligations set out in that directive do not apply. For the avoidance of doubt, the contract is to be procured in accordance with the Public Contracts Regulations 2015 Regulations 74 to 78, more commonly known as the Light Touch Regime. The precise procurement process to be used is as described in the procurement documents.The procurement is being run as a one stage process, resembling the open procedure and its main features - which includes the core elements of the standard Selection Questionnaire (SQ). Any organisation that considers itself able to meet the requirements of the selection criteria within the Qualification Envelope is invited to submit a tender.The Department of Community and Children's Services of the City of London wishes to commission a Service Provider to manage a Rough Sleeper Assessment Centre for rough sleepers within the Square Mile to support the City's strategic intention to end rough sleeping.For rough sleepers, it will provide a safe, accessible space to have their needs triaged and met while working with staff on establishing a speedy route out of street homelessness. For many - who will not have a local connection - this will include reconnection to home areas. The fundamental aim of the service is to identify a credible and sustainable route off the streets and encourage and support each service user to work with the service to take up the offer of accommodation that is being madeThe successful provider will ensure that three distinct service offers are in place for service users:1.) Initial assessment - the first 3-7 days will be used to meet the immediate mental and physical health needs of service users, undertake a rapid assessment and determine a credible route out of homelessness for the individual.2.) Accommodation within the pathway - where the City of London has a responsibility for housing, the service user should be found accommodation within the existing pathway in accordance with needs and availability.3.) Accommodation via safe and supported reconnection - where the City of London has no responsibility for housing, the service user should be provided with support to return to accommodation in the area where they have a local connection.The full requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.comThe duration of the contract is 36 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to 24 months. The maximum length of the contract is therefore 60 months subject to performance and funding availability.The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions.Organisations should be aware that due to the contract value (of the Service), 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 tender, where appropriate.

Value: 2475000
Published: 2023-04-06
Deadline: 2023-05-19
2475000 2023-04-06 2023-05-19
Tyre Service Contract
UK Bournemouth Bournemouth Christchurch and Poole Council

Supply and fit vehicle / plant tyres and associated parts, with a 24 hour/365 days response serviceThe successful tenderer will be responsible for the day-to-day management of tyresassociated with the Councils Operators licenced vehicles ( LGV ) carrying outregular inspections ensuing legal compliance in support of existing driver check anddefect system processes.

Value: 100000
Published: 2023-04-06
Deadline: 2023-05-12
100000 2023-04-06 2023-05-12
Legal Services
UK Glasgow Tollcross Housing Association Limited

Tollcross Housing Association is seeking one firm to provide legal services for the Association and its subsidiary Auchenshuggle Develops. The aim of this procurement exercise is to appoint one firm for five years to provide the full range of Legal Services as detailed in the Tender Brief.

Value:
Published: 2023-04-06
Deadline: 2023-05-15
2023-04-06 2023-05-15
Provision of Medical Services for BF Custody Suites
UK London Home Office

Border Force is a law enforcement command within the Home Office. We secure the UK border by carrying out immigration and customs controls for people and goods entering the UK. The scope of the tender is for the provision of healthcare in a Border Force (Police and Criminal Evidence Act 1984 (PACE)) Customs Custody environment.This places a specific legal responsibility on the custody officer (usually a Border Force officer) who is responsible for ensuring the legal process is discharged and who has a strict duty of care to all detainees under the PACE 1984 and its Codes of Practice.PACE Code C sets out the requirements for the detention, treatment and questioning of suspects not related to terrorism. In addition, it provides a legislative framework for Border Force Customs Custody staff as to when it is appropriate to access medical attentionThe scope of work is to provide a clinical health care service 24/7 365 days per year acrossBorder Force (BF) Customs custody suites. The service provider is required to fulfil the healthcare requirements of BF, including the handling, processing, recording and reporting of request for service at the required locations. The clinical staff must hold the appropriate qualifications, skill and knowledge to provide the appropriate care, clinical advice and treatment required by individuals.Clinical staff must be available, when required, to provide the following:Clinical advice by telephoneClinical advice by attendanceAssess the fitness of individuals.Fitness for InterviewAdvice at an alternative location

Value:
Published: 2023-04-04
Deadline: 2023-05-11
2023-04-04 2023-05-11
Asset and Estates Management Support
UK London The Griffin Schools Trust

Tenders are sought from suitably qualified firms for asset and estate management support services for a period of two years, with a possible extension of two years, subject to annual review.The Trust require support from suitably qualified experts to bring additional expertise to the asset team. The Trust is working to ensure that assets will be efficiently and effectively managed in terms of both financial resource and support in achieving strategic objectives. Success will be measured against criteria, such as Griffin Great.Our expert/s will support the team with:PFI Lifecycle Management:We require an expert to provide tailored support throughout the lifecycle of our PFI contracts, supporting us to ensure buildings are safe and compliant. We also require support with end of PFI contract planning and the subsequent maintenance and management of these to ensure they remain fit for purpose.Managing Asset VariationsDfE and ESFA Good Estate Management supportApplications for Capital funding opportunities;School Land Transaction Proposals, legal regulations for lettings and leases;Applications for Building change of use and ensure compliance with funding agreementsPreparation of documents for asset and estates projects;Managing asset variations of PFI contracts;Due diligence of asset in relation to on boarding schools;Ad-hoc Good Estate Management(GEM) support

Value: 40000
Published: 2023-04-04
Deadline: 2023-05-05
40000 2023-04-04 2023-05-05
Samphire Star Education Trust ~ Cleaning Tender
UK Kent Samphire Star Education Trust

Samphire Star Education Trust.Our Trust began working together in 2007 as a maintained federation and converted to an academy trust in 2012. In 2022 we have rebranded as we look towards the future and reaffirm the values that drive us in striving to provide achievement for all those learning or working in the Trust. Our trust is a family of schools working in collaboration as one entity to improve and maintain high educational standards. Our trust has a single legal and moral purpose: to advance education for the public benefit. We are currently 4 schools, 1 Secondary and 3 Primaries working closely together to ensure the best outcomes for the children in our care.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 1,585 students on roll and 210 teaching and support staff. The Trust 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 2023 to 2026 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the Trust a guaranteed return / cost per annum for the provision of cleaning services. The Trust year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that Trust will be open to receive students for the legal minimum of 190 days.Samphire Star Education Trust expects the successful contractor to enable the continued development of cleaning services. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of the Trust.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. 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 Trust who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century.Please be advised that this contract will be let on a 3 year fixed price basis.Please see SQ Document for further information.

Value: 720843
Published: 2023-04-01
Deadline: 2023-04-17
720843 2023-04-01 2023-04-17
Legal Services
UK LONDON ADVANCED RESEARCH AND INVENTION AGENCY

ARIA is looking to contract with a legal services provider to deliver legal support in its start-up and ongoing stages. This will include, but not be limited to, legal advice across commercial, corporate, employment, IP and tax law.

Value:
Published: 2023-04-01
Deadline: 2023-04-19
2023-04-01 2023-04-19
Provision of General Dental Services in Swansea
UK NEATH NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

The Health Board will seek to offer additional Units of Dental Activity to existing full NHS contracts, or for the development of a new dental practice, under the terms of the NHS (General Dental Services Agreement) (Wales) Regulations 2006.Providers wishing to apply to increase their current GDS contract value must therefore meet all the legal requirements of the General Dental Services (GDS) contract. In addition, you must have recent demonstrable experience of successful delivery of NHS dental services and must be able to guarantee that additional workforce capacity is available at your practice to deliver any additional contract value that may be awarded.

Value: 25000000
Published: 2023-03-31
Deadline: 2023-05-09
25000000 2023-03-31 2023-05-09
PROC 23 2079 Provision of Legal Accountancy Services
UK Glasgow Scottish Police Authority

Open Tender (Non-FTS)

Value:
Published: 2023-03-28
Deadline: 2023-04-26
2023-03-28 2023-04-26
PROC 23 2079 Provision of Legal Accountancy Services
UK Glasgow Scottish Police Authority

The Authority is seeking services of a Legal Accountant an ongoing basis to independently review fee notes and itemised invoices received by the Authority / Police Scotland from Legal agents involved in relevant existing legal proceedings or new cases

Value:
Published: 2023-03-27
Deadline: 2023-04-26
2023-03-27 2023-04-26
2223-0314 North Central London Support-after-Suicide Service
UK London Islington Council

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

Value: 825000
Published: 2023-03-25
Deadline: 2023-05-05
825000 2023-03-25 2023-05-05
Catering Services for the Attigo Academy Trust
UK Southend on sea Attigo Academy Trust C/o SSC Partnership Limited

Open single stage procurement process. Tenders must be submitted in accordance with the ITT instructions. The instructions are designed to ensure that all tenders are treated equally and comply with all the legal requirements for public sector procurement. Failure to comply with these instructions and conditions may invalidate your tender.This ITT is presented in three parts. Part 1 provides information about the ITT; Part 2 provides information about the Specification and Part 3 provides Schedules for completion and return by Tenderers. It is the intent of the Trust to offer a good value meal service to pupils and staff. Within the constraints of the meal price the Tenderer shall be required to provide a good quality, nutritionally balanced meal for the children, through an efficient service with a good standard of presentation and a menu that meets the varying dietary needs of the nationalities of the children. Service should be personal and responsive at a Silver Food for Life standard. The Trust are dedicated to work with a catering provider to increase the staff meal uptake. A menu specially designed for staff meals would be welcomed. The Trust will use the catering provision for inset lunches and hospitality functions across the schools and require a provider that has the capacity and menu variety to accommodate this need.Cashless payment and pre ordering systems are used by the schools within the Trust. The Trust want to move to one integrated and simple system and will consider proposals from Tenderers. The Trust is keen to appoint a catering Company who can drive the services forward in an innovative and exciting manor.Tender submissions should clearly demonstrate:A thorough understanding of the Scope of WorkAbility to deliver the services required and have a flexible approachTechnical expertise and relevant experienceBest value for moneySuitability for the undertaking of the work.Procedures and practices which will be utilised to ensure quality and compliance with the specification.The Trust will sign a contract with the successful Company for a period of 36 months with the option to extend for up to a further 24 months. It is expected that the contract will commence 1st August 2023.

Value:
Published: 2023-03-24
Deadline: 2023-04-25
2023-03-24 2023-04-25
Catering Services for Latymer All Saints Primary School
UK Southend on sea Latymer All Saints Primary School C/o SSC Partnership Limited

Open single stage procurement.Tenders must be submitted in accordance with the ITT instructions. The instructions are designed to ensure that all tenders are treated equally and comply with all the legal requirements for public sector procurement. Failure to comply with these instructions and conditions may invalidate your tender.This ITT is presented in three parts. Part 1 provides information about the ITT; Part 2 provides information about the Specification and Part 3 provides Schedules for completion and return by Tenderers. Tender submissions should clearly demonstrate:A thorough understanding of the Scope of WorkAbility to deliver the services required and have a flexible approachTechnical expertise and relevant experienceBest value for moneySuitability for the undertaking of the work.Procedures and practices which will be utilised to ensure quality and compliance with the specification.The school will sign a contract with the successful Company for a period of 36 months with the option to extend for up to a further 24 months. It is expected that the contract will commence June/ July 2023.

Value:
Published: 2023-03-24
Deadline: 2023-04-25
2023-03-24 2023-04-25
East Sheen Primary School ~ Cleaning
UK London East Sheen Primary School

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

Value: 166950
Published: 2023-03-23
Deadline: 2023-04-06
166950 2023-03-23 2023-04-06
West of Scotland Housing Association - Legal Services Tender
UK Glasgow West of Scotland Housing Association Ltd

Provision of Legal Services for the following categories:Procurement, Construction, Acquisitions, Litigation & Property Conveyancing

Value: 310000
Published: 2023-03-23
Deadline: 2023-04-21
310000 2023-03-23 2023-04-21
East Sheen Primary School ~ Catering Tender
UK London, East Sheen Primary School

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

Value: 935300
Published: 2023-03-23
Deadline: 2023-04-06
935300 2023-03-23 2023-04-06
Expression of Interest - Intensive Support Service (Learning Disabilities)
UK Norwich NHS Norfolk & Waveney Integrated Care Board

Expression of Interest - The service is a Schedule 3 Service and is being procured under the Light Touch Regime (LTR) of the Public Contract Regulations 2015. This notice is a Prior Information Notice under the permitted procedure for social and other specific services, as provided for in the Public Contracts Regulations 2015 - Regulation 48. In accordance with Regulation 32(b)(ii) of the Regulations, interested parties should note that the contract for the services may be awarded without further publication and interested parties should express their interest in writing by following the instructions in this document and responding to all questions accordingly.<br/>Providers will be required to respond to a series of questions which are scored on a "Pass/Fail"basis. The scoring criteria is stipulated within the question.<br/>Only providers who score a "Pass" on all "Pass/Fail" questions will be deemed compliant and capable.<br/>Where a single Provider has expressed an interest and met the requirements, the Commissioner reserves the right to direct award to that provider with no further competition.<br/>Where there is more than one Provider who has expressed an interest and scored a "Pass" on all "Pass/Fail" questions, then the Commissioner may seek to undertake a formal competitive process.<br/><br/>The purpose of the Intensive Support Service is to:<br/>Prevent admission to inpatient services except where absolutely necessary to prevent harm<br/>Support a successful transition from in-patient Assessment & Treatment Service to community settings<br/>To support individuals with a learning disability and additional mental health needs are treated in the least restrictive environment and as close to home as possible.<br/>Promote principles of recovery and participation <br/>Provide individual care pathways based on evidence based practice and NICE guidance that offers timely interventions<br/>Work with adults with learning disabilities and their carers/family carers to develop coping skills in order to manage emotions and difficult situations<br/>Work with other services to develop an organisational strategy to cope with and manage an individual’s challenging responses and complex needs.<br/>Work with adult with learning disabilities and their carers to develop effective communication strategies; this may involve referrals to other agencies.<br/>Work alongside people to develop their skills and independence in activities of daily living; this may involve referrals to other agencies.<br/>Support social and community integration by providing inclusive services<br/>Support individuals and families to maintain healthy relationships<br/>Support people to use mainstream services by working to develop the skills and ability in the service by offering specialist support and advice as well as training, consultation and hands on support<br/>Be committed to providing a service which is flexible and responsive to gender, ethnicity, cultural, religious, physical and sensory needs.<br/>Respect confidentiality within the context of professional and legal constraints, in accordance with the Trust policies and inter-agency protocols.<br/>To develop personal behaviour support plans for individuals and to upskill and support staff in developing skills around positive behaviour support <br/><br/>Please note that in relation to section 2.5.1.1 below Expressions will be reviewed in line with the Pass/Fail criteria set out within EOI Document 1. <br/>Please see EOI Document 1 for a full breakdown of EOI Pass/Fail Criteria - a brief overview below.<br/>Del Please see EOI Document 1 for the EOI Pass/Fail Questions<br/>Del Staffing and Supervision - Pass/Fail<br/>Del Provider Information - For Information only<br/>Del Supporting Documentation and Declarations - Pass/Fail<br/>De

Value: 1300000
Published: 2023-03-22
Deadline:
1300000 2023-03-22
UKRI-2952 Specialist Electrical Maintenance Services
UK Swindon UK Research & Innovation

The Specialist Electrical Maintenance Contract shall ensure that all maintainable assets in scope, including software, non-fixed plant and equipment within the various premises are maintained to the required ‘fit for function’ performance level, meeting the manufacturer’s and installer’s recommendations (whilst taking account of any supplementary servicing needs that arise from the as-built environment) and to ensure strict compliance with all statutory/legal and mandatory obligations. Business continuity is imperative as numerous key scientific areas require 24/7 response within 4 hours to FM problems as consequent failures of scientific experiments can put months of research in jeopardyIn addition to the maintainable assets listed in ITT Appendix A Specification a significant proportion of this contract requires a specialist Building Management Systems (BMS) contractor to maintain and service the specialist state-of-the-art facilities, which use complex Tridium and Trend engineering solutions to support the challenging needs of complex scientific research programmes.

Value: 2750000
Published: 2023-03-22
Deadline: 2023-04-18
2750000 2023-03-22 2023-04-18
West of Scotland Housing Association - Legal Services Tender
UK Glasgow West of Scotland Housing Association Ltd

Provision of Legal Services to West of Scotland Housing Association and its subsidiaries.

Value: 310000
Published: 2023-03-21
Deadline: 2023-04-21
310000 2023-03-21 2023-04-21
Supply, Implementation and Support of Health and Safety Management System for Ayrshire College
UK Kilmarnock Ayrshire College

Ayrshire College requires a comprehensive and integrated health and safety software solution to ensure that best practice is followed and legal requirements are met while encompassing functionality for use across the College’s multisite structure.1.The software must allow the Health, Safety and Wellbeing and Estates Teams to work effectively in real time, improving data visibility and ensuring a consistent approach to the measurement and benchmarking of risk assessments, policies and identifying and reporting on incidents, trends and gap analysis.2.The system should have the capability to record, review and report on all areas of Health, Safety and Wellbeing and Estates including Audits, Training, Investigations, Claims, Incidents/accidents and Near misses, Equipment and Inspection Checks. Unlimited user friendly access must be available for nominated employees of the college to update data and report simply and quickly.3.The system should have the ability to link to Training Records and Asset Register where applicable to capture data where an individual or equipment is involved. It is a further requirement of the system to link with associated training records and/or maintenance records or reviews.4.The system should have the capability to interface with the College’s existing systems such as iTrent – HR Management System

Value: 88000
Published: 2023-03-17
Deadline: 2023-04-05
88000 2023-03-17 2023-04-05
Western Riverside Waste Authority - Procurement of Legal Advice
UK London Western Riverside Waste Authority

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

Value: 4000000
Published: 2023-03-16
Deadline: 2023-04-13
4000000 2023-03-16 2023-04-13
HCC - 03/23 - The Provision of Camera Enforcement Services for Bus Lane and Moving Traffic Contraventions
UK Hertford Hertfordshire County Council

Hertfordshire County Council is currently out to procurement for Camera Enforcement Services for Bus Lane and Moving Traffic ContraventionsThe highway network provides one of the most important and valuable public facilities for Hertfordshire and it is continuously occupied for place, movement and asset management purposes. The competing and sometimes conflicting demands for use of the highway far outstrips its capacity and, therefore the network needs to be managed actively. In some cases, pro-active enforcement will be necessary to ensure that the local traffic management objectives are achieved.The Council is looking to undertake camera enforcement of bus lanes, bus gates and other moving traffic offences from early 2023. The necessary powers for unattended camera enforcement of bus lanes and gates were obtained in 2007 but enforcement is not currently undertaken. The Council is preparing to seek powers under Part 6 of the Traffic Management Act (2004) for the civil enforcement of other moving traffic offencesTo support this ambition the Council wants to procure an optimum service from a single end-to-end provider through a four-year contract, extendable to seven years.Please refer to Schedule 1 of the Contract- Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 21st April 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.The use of Lots has been considered for this procurement, but have not been used, because the Council requires an end to end’ holistic service from a single supplier, who will manage the internal interfaces or the supply chain themselves.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Please note the value referred to in II.2.6 below is the total value inclusive of any extension

Value: 24000000
Published: 2023-03-16
Deadline: 2023-04-21
24000000 2023-03-16 2023-04-21
IG Support and Data Protection Officer Service to the Norfolk and Waveney GP Practices
UK Norwich NHS Norfolk & Waveney Integrated Care Board

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

Value: 360000
Published: 2023-03-16
Deadline: 2023-04-13
360000 2023-03-16 2023-04-13
HCC 03/23 - Provision of Herts Help Information Advice Helpline
UK HERTFORD Hertfordshire County Council

Lot 2 is for the Provision of Specialist Financial Advice to Prevent CrisisThe 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 extension. The estimated annual value of the Contract for Lot 2 will be approximately £397267.The Contract for Lot 2 will be awarded for an initial term of 5 years with the option to extend for a further four years. Therefore, the maximum duration of this Contract could be nine 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: 9560560
Published: 2023-03-16
Deadline: 2023-04-17
9560560 2023-03-16 2023-04-17
Provision of Legal Services
UK Selkirk Eildon Housing Association Ltd

Procurement, Construction, Acquisition & Property Conveyancing

Value: 365000
Published: 2023-03-16
Deadline: 2023-04-19
365000 2023-03-16 2023-04-19
Provision of Legal Services
UK Selkirk Eildon Housing Association

Provision of Legal Services

Value: 365000
Published: 2023-03-15
Deadline: 2023-04-19
365000 2023-03-15 2023-04-19
SIEM / SOAR / TIP Technologies (Global)
UK LONDON NATIONAL GRID UK LIMITED

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

Value:
Published: 2023-03-15
Deadline:
2023-03-15
Marine Subsea Survey DPS
UK Glasgow SSE plc

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

Value: 120000000
Published: 2023-03-14
Deadline: 2031-03-14
120000000 2023-03-14 2031-03-14
Framework Agreement for the provision of Legal Services
UK Edgbaston, Birmingham HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")

Please provide a detailed description of the notice you are adding:Establishment of Legal Services 2023 Framework Agreement. Requires all awarded suppliers to be able to cover all mandatory specialisms of law as outlined below to the required standard:• Corporate• Healthcare including Mental Health Law• Commercial• Employment• Real Estate and Property Law• Cyber, Data Protection and Information Law• Finance• Environmental, Social and Governance (ESG)There are, in addition, a number of specialist areas of law which are deemed optional, please see below:• Procurement• Intellectual Property, IT, Telecoms, Media and eCommerce Law• International Law• Tax• Mergers & Acquisitions• Litigation, Dispute Resolution, Arbitration and Investigations• Education• Public Sector Law• Private Finance Initiatives (PFI) and Public Private Partnerships (PPP)• Immigration• Social Care• Child law• Charities LawWhich suppliers will be able to provide under the Framework Agreement providing they meet the minimum capability score.TERMS AND CONDITIONS/ACTIVITY BASED INCOME (ABI) The terms and conditions of this frameworkagreement and any resulting call-off contract is appended to the ITT. These terms include provisionsrequiring the payment by the supplier of an ABI management charge in consideration of the award of thisframework agreement, The management and administration by HTE of the overall contract structure andassociated documentation,as well as the requirement to submit regular management information to HTE.SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION This exercise will beconducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions ofinterest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Log into theportal with username/password. Click the SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs opento any registered supplier. Click on the relevant SQ/ITT to access the content. Click the Express Interestbutton at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access anyattachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the on screen instructions tocomplete the SQ/ITT. Submit your reply using the Submit Response button at the top of the page. If yourequire any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk. Sid4GovHTE utilises the sid4gov supplier information database. Candidates should register on sid4gov athttps://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile forpublication on the database. Candidates already registered on sid4gov must ensure information is up to date.Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk.Please note that sid4gov does not prepopulate any fields of the SQ on HTE's Bravo portal. Candidates mustcomplete the Qualification & Technical Envelopes of the SQ in Bravo in full.

Value: 40000000
Published: 2023-03-14
Deadline: 2023-04-11
40000000 2023-03-14 2023-04-11
Framework Agreement for the provision of Legal Services
UK Edgbaston, Birmingham HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")

HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet of the following weblink are envisaged as framework agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk). This list includes each organisation's successors and assigns, any equivalent organisations and associated organisations created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisations.

Value:
Published: 2023-03-13
Deadline:
2023-03-13
Framework Agreement for the provision of Legal Services
UK Edgbaston, Birmingham HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")

HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet of the following weblink are envisaged as framework agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk). This list includes each organisation's successors and assigns, any equivalent organisations and associated organisations created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisations.

Value:
Published: 2023-03-13
Deadline:
2023-03-13
Framework Agreement for the provision of Legal Services
UK Edgbaston, Birmingham HealthTrust Europe LLP (HTE) acting on behalf of

Value:
Published: 2023-03-13
Deadline:
2023-03-13
Framework Agreement for the provision of Legal Services
UK Edgbaston, Birmingham HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")

HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet of the following weblink are envisaged as framework agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk). This list includes each organisation's successors and assigns, any equivalent organisations and associated organisations created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisations.

Value:
Published: 2023-03-13
Deadline:
2023-03-13
21049-23 CCC Insurance Brokerage and Associated Services
UK Huntingdon Cambridgeshire County Council

From 1 December 2020 Cambridgeshire County Council, Milton Keynes Council and Northamptonshire County Council (now superseded by North and West Northamptonshire Council’s) entered into a Lead Authority arrangement for the delivery of shared services. These arrangements followed the disaggregation of the former LGSS shared service model.The management of each individual shared service area has transferred to the ‘lead’ council who will be responsible for the performance of the service to its customers and partners.Cambridgeshire County Council is the lead authority for all aspects of insurance services to the lead authority partners.Each Authority’s insurance arrangements are managed by a dedicated team which forms part of the Cambridgeshire County Council Lead Authority Services Provision.In addition to providing insurance services to the Lead Authority partners the Insurance Service also provides insurance services to the following organisations: Norwich City Council, including Norwich City Services Ltd Northampton Partnership Homes Pathfinder Legal Services Ltd Cambridge City Council Maintained and Academy SchoolsThe Insurance Service delivers• Insurance Programme Management• Provision of Insurance and insurable risk related advice• Claims Management ServiceThe service provides professional, high quality insurance services and is responsible for ensuring that insurable risks are identified and catered for within the partner’s insurance arrangements as well as the control and management of insurable risk, the raising of managerial awareness of operational and strategic pressures, and the minimising of risks which could adversely affect service delivery and lead to civil litigation.The Procurement is being procured by the Lead Authority for the benefit of the Authority and the Partner Organisations. For the purposes of this tender the partner organisations are Milton Keynes Council, West Northamptonshire Council North Northamptonshire Council, Norwich City Council and Northamptonshire Partnership Homes.Cambridge City Council shall consider utilising the arrangement upon the end of their existing agreement but Bidders should note there is no guarantee of them doing so.Cambridgeshire County Council shall act as the lead Authority and will enter into the Contract with the successful Bidder(s). While Cambridgeshire County Council will be the contracting party, the Services will be performed by the selected Suppliers for the Authority and the Partner OrganisationsThe following approach will be taken to the contract arrangements:• The Authority will enter into the Contract with the successful Bidder on behalf of itself and the Partner Organisations.• Cambridgeshire County Council (CCC) Insurance Services is responsible for the management of claims made by and against the Council and the procurement and management of insurance arrangements entered into the Council.The Authority proposes to enter into one Contract for an initial period of 60 months with the preferred bidder, with an option to extend for up to two further 12 months, making 84 months in total.The Contract has an estimated annual spend of £60,000 (exclusive of VAT and insurance service brokerage fees) for the delivery of Insurance Brokerage and Associated Services across all bodies using the Insurance Service.

Value: 420000
Published: 2023-03-10
Deadline: 2023-04-17
420000 2023-03-10 2023-04-17
Audit & Inspections of Property Managed Commercial Assets across Network Rails Regional and Central Departments.
UK London Network Rail Infrastructure Ltd

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

Value: 10000000
Published: 2023-03-10
Deadline: 2023-04-14
10000000 2023-03-10 2023-04-14
Procurement of 2018 Contracts for Civil Legal Aid services from 1 September 2023
UK Westminster The Legal Aid Agency

The Legal Aid Agency (“LAA”) is inviting Tenders to deliver the publicly funded face to face civil legal aid services from 1 September 2023 under the 2018 Standard Civil Contract (“2018 Contract”) in the following Categories of Law:• Family• Housing, Debt and Welfare Benefits• Immigration and Asylum (including work at Immigration Removal Centres (“IRCs”)• Mental Health• Community Care• Claims Against Public Authorities • Clinical Negligence• Public Law• Family Mediation• Education• DiscriminationOn 3 October 2022, the LAA confirmed that it would be extending the 2018 Contract to allow current contract holders to continue delivering contracted services until the new end date of 31 August 2024.On 3 November 2022, the LAA confirmed it would offer further opportunities to apply to deliver work under the 2018 Contract extension period.The Contract Work awarded under this procurement process will run from 1 September 2023 to 31 August 2024.This procurement process is open to:• New Entrants seeking to deliver publicly funded civil legal aid services; and• existing Providers who hold a 2018 Contract and who are seeking to deliver publicly funded civil legal aid services in additional Categories of Law; and• existing Providers who hold a 2018 Contract and who are seeking to deliver publicly funded civil legal aid services from additional offices / Procurement Areas.The Deadline for submitting Tenders is 5pm on 31 March 2023 (“Deadline”) All Tenders must be completed and submitted using the eTendering system. This can be accessed either through a link on the tender pages of the LAA website or directly at www.legalaid.bravosolution.co.uk. Late submissions will not be considered under any circumstances. It is the Applicant’s sole responsibility to ensure that the LAA receives its Tender before the Deadline.

Value:
Published: 2023-03-08
Deadline: 2023-03-31
2023-03-08 2023-03-31
Development of the North Lanarkshire Council Local Heat and Energy Efficiency Strategy (LHEES) and Delivery Plan
UK Motherwell North Lanarkshire Council

In 2021 the Scottish Government’s consultation ‘Draft Heat in Buildings Strategy: Achieving Net Zero Emissions in Scotland’s Buildings’ described Local Heat and Energy Efficiency Strategies (LHEES) as the essential vehicle for the transition to decarbonised heat by linking the pathway to net-zero, place, people, investment and energy networks. The purpose of LHEES is to provide ‘a framework for taking an area-based approach to heat and energy efficiency planning and delivery’ and aims to:-set out how each segment of the building stock needs to change to meet national objectives, including achieving zero greenhouse gas emissions in the building sector, and the removal of poor energy efficiency as a driver of fuel poverty;-identify heat decarbonisation zones, and setting out the primary measures for reducing emissions within each zone, with a view to zones acting as a potential trigger for regulation in the future if required; and-prioritise areas for delivery, against national and local priorities.The methodology for developing a LHEES was issued to local authority contacts Autumn 2021 with the final guidance issued in October 2022. Under the Local Heat and Energy Efficiency Strategies (Scotland) Order 2022.North Lanarkshire Council (the Council) is therefore seeking to appoint a consultant (Contractor) via this procurement procedure to ensure the legal obligation to prepare and implement a LHEES and a Local Heat and Energy Efficiency Delivery Plan (LHEEDP) for North Lanarkshire by 31 December 2023.

Value:
Published: 2023-03-07
Deadline: 2023-03-28
2023-03-07 2023-03-28
HCC - 03/23 - The Provision of Transport Implementation and Planning Services Framework (2023)
UK Hertford Hertfordshire County Council

Spatial Planning and Policy services cut across several departments, including the Spatial Planning and Policy Unit, the Waste Operations and Contract Unit, Growth & Infrastructure, and the Highways service.The services outlined in this lot have traditionally been commissioned by in-house staff and delivered through the Council’s existing Transport Planning framework.With significant growth planned for Hertfordshire, the chosen supplier will play an active role in ensuring this growth is good growth, providing the expertise, evidence and strategic vision to support economically, socially and environmentally sustainable development.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 26th April 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 the value referred to in II.2.6 below is the total value inclusive of any extension

Value: 12180000
Published: 2023-03-07
Deadline: 2023-04-26
12180000 2023-03-07 2023-04-26
Framework Agreement for the provision of Property Construction and Estate Management Legal Services for First Rail Holdings and First Bus.
UK Aberdeen FIRSTGROUP PLC

Value:
Published: 2023-03-07
Deadline:
2023-03-07
DDaT22481 - CMMS/EAM Software for the ISIS Facility
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. 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 DDaT22481.

Value:
Published: 2023-03-06
Deadline:
2023-03-06
Housing Insecurity and Hidden Homelessness
UK Glasgow Scottish Government

The Scottish Government is committed to preventing and ending all forms of homelessness and we want our homelessness policies to meet a broad range of needs. It is challenging to develop housing and homelessness policies and allocate the right level of resources to solve problems when we do not fully understand the range of people’s experiences and the scale of the problem. Some people may be experiencing homelessness or are at risk of homelessness – and would meet the legal definition of homelessness – but do not appear in official homelessness statistics. This type of homelessness is hidden from view.The overarching aim of this research is to reach a better understanding of those people who are homeless, at imminent risk of homelessness or who face housing insecurity but do not appear in Scotland’s official figures. This includes people who do not approach their local authority for help; people who approach their local authority but do not get a response that meets their needs; those who find alternative solutions; or those who do not see themselves as homeless. An improved understanding of the different routes into and out of homelessness will help us address gaps in provision and make Scotland’s homelessness system more responsive to people’s needs.

Value: 75000
Published: 2023-03-04
Deadline: 2023-04-04
75000 2023-03-04 2023-04-04
ANDBC Tender for the Supply and Delivery of Cemeteries Plant Machinery and Utility Vehicles
UK Bangor Ards and North Down Borough Council

Tenders are sought by Ards and North Down Borough Council for the supply and delivery of the following machines and vehicles: • Two 3600kg (max) Compact Track Excavator with Cabin • One 2500kg (max) Compact Track Excavator with Cabin • Four 20hp (min) Street Legal Utility Vehicles. Option to Purchase Additional Machines: The Council may require up to a maximum of a further one (1no) excavator as specified in Lot One, one (1no) excavator as specified in Lot Two and one (1no) utility vehicle as specified in Lot Three. This will be dependent on operational needs and budget availability.

Value: 300000
Published: 2023-03-03
Deadline: 2023-04-13
300000 2023-03-03 2023-04-13
Housing Insecurity and Hidden Homelessness
UK Glasgow Scottish Government

The Scottish Government is committed to preventing and ending all forms of homelessness and we want our homelessness policies to meet a broad range of needs. It is challenging to develop housing and homelessness policies and allocate the right level of resources to solve problems when we do not fully understand the range of people’s experiences and the scale of the problem. Some people may be experiencing homelessness or are at risk of homelessness – and would meet the legal definition of homelessness – but do not appear in official homelessness statistics. This type of homelessness is hidden from view.The overarching aim of this research is to reach a better understanding of those people who are homeless, at imminent risk of homelessness or who face housing insecurity but do not appear in Scotland’s official figures. This includes people who do not approach their local authority for help; people who approach their local authority but do not get a response that meets their needs; those who find alternative solutions; or those who do not see themselves as homeless. An improved understanding of the different routes into and out of homelessness will help us address gaps in provision and make Scotland’s homelessness system more responsive to people’s needs.

Value: 75000
Published: 2023-03-03
Deadline: 2023-04-04
75000 2023-03-03 2023-04-04
Provision of Legal Services 2023-2026
UK Clydebank Knowes Housing Association Ltd

Knowes Housing Association Ltd is a registered social landlord based in the Faifley area of Clydebank with 1048 properties for rent and 571 factored owners. The Association wishes to enter into a Measure Term Contract Agreement with a single supplier who is suitably qualified and experienced in the provision of Legal Services for the following areas:-1: Legal matters concerning Scottish housing Law, Scottish Housing tenancy issues, property condition, health and safety legal requirements for RSLs, anti-social behaviour and arrears collection2: Purchases and sales of land and properties/development/loan arrangement3: Factoring and owner debt recovery.4: Employment law5: Governance and charity legal adviceSupplier(s) with the Most Economically Advantageous Tender (MEAT) for providing all the service listed above will be awarded to provide all or some of the service provisions listed above.It is intended that the contract be awarded for three years with an option to add 2 x single year extensions to a maximum of five years.

Value:
Published: 2023-03-02
Deadline: 2023-04-14
2023-03-02 2023-04-14
Supply of Timber Materials
UK Oldbury Sandwell Metropolitan Borough Council

Sandwell Metropolitan Borough Council has a requirement for a range of timber and timber products as detailed in the pricing schedule for delivery into the Council’s supplies section at Roway Lane, Oldbury, West Midlands carriage paid. The tenderer must ensure that all timber or timber related products fully comply with the United Kingdom Government Timber Procurement Policy and are purchased from legal and sustainable sources and accompanied by full chain of custody evidence. This policy can be found online at: https://www.gov.uk/guidance/timber-procurement-policy-tpp-prove-legality-and-sustainablity The Council’s supplies section operates a Just in Time (JIT) system and orders are placed automatically when stock levels dictate. Once an order is placed, supplies materials and Joinery timber must be delivered within 48 hours.

Value: 677000
Published: 2023-03-01
Deadline: 2023-04-07
677000 2023-03-01 2023-04-07
Provision of Care Home Beds via Block Booking
UK HOVE Brighton & Hove City Council

In accordance with the requirements of the Light Tough Regime of the Public Contracts Regulations 2015 ('The Regulations'), Brighton & Hove City Council ('The Council') is seeking expressions of interest to establish a Prequalified List of providers for the provision of care home (nursing and residential) beds contracted on a block basis. For the avoidance of doubt, this Prequalified List is not intended to operate as DPS or a Framework as defined in The Regulations.The beds commissioned under the Prequalified List may be used for both short or long term and will support a variety of needs, including but not limited to general nursing, dementia, acquired brain injuries, physical disabilities, continuing health care needs and/or obesity related support.The Council will only accept applications from services with an overall rating of 'Requires Improvement' or higher from the Care Quality Commission. All Providers who are subsequently successful in being awarded a Call-Off Contract but whose home has a 'Requires Improvement' Rating will be expected to obtain a rating of 'Good' within two (2) years of the call-off contract start date.Providers should send expressions of interest to William.McConchie@brighton-hove.gov.uk before the closing date on this notice.You include the following information in your expression of interest:(1) the name of the home, the current CQC status, the legal name of your organisation, a lead contact and their contact details, including their role, email and phone number.(2) the number of beds that your organisation can provide, the price you propose to charge per bed and the length of contract that these prices will be fixed for in periods of one year each (e.g. one year, two years, three years, four years). Any submission for a contract period of longer than one year must include the price for a year contract as well. For example, if you submit price for a term of three years, then you must include a price for a one year and two year Contract length also. An excel template can be requested via email to William.McConchie@brighton-hove.gov.uk for you to complete and include with your submission.All providers who meet the stipulated CQC rating requirement will be offered a place on the Council's Prequalified List. The pricing information submitted as part of the initial expression of interest will be used in the first round of call-offs under the newly established list. The Council may later request updated pricing for any future block booking needs. The Council may also, at its sole discretion, re-advertise the re-opening of the list via the use of additional Prior Information Notices or equivalent notice created under future legislation, at any point during the lifetime of the arrangement, so as to admit additional suppliers.The Council will suspend a home on the Prequalified List if the home obtains an overall CQC rating of 'Inadequate', and may suspend the home if the home does not improve their rating during delivery from 'Requires Improvement' to 'Good' as required above.The Prequalified List will run from the 1st of July 2023 for a period of four (4) years with a further optional extension period of up to four (4) years. Call-offs may be for any period of up to four (4) years.All prequalified providers will be given the opportunity to re-submit pricing if further call-offs are run.Any call-off made against the Prequalified List, either in the first round or in any subsequent round will be awarded according to the below process:(1) The Council will stipulate the maximum number of beds that it will commission as part of each call-off and the length of time for the call-off contract. The Council are only seeking to commission nursing beds in the first round. The maximum total number of beds the Council will commission in the first round is 150 beds.(2) Optionally the Council may at this point invit

Value: 200000000
Published: 2023-03-01
Deadline:
200000000 2023-03-01
Provision of Insurance and Related Services to Clarion Housing Group Limited
UK London Clarion Housing Group Limited

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

Value: 30000000
Published: 2023-02-25
Deadline: 2023-03-29
30000000 2023-02-25 2023-03-29
HCC02/23- Framework Agreement for the Supply of Office and Commercial Furniture
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 Office and Commercial Furniture (herein after referred to as ‘Goods’) to Customers in various locations throughout the United Kingdom including: Offices, schools, colleges, universities, libraries, fire stations, police stations, hospitals, recreation centres, day centres and all other public sector establishments. The Contracting Authority is seeking suitably qualified Contractors to supply the Goods and any related Services under any Agreement resulting from this tendering exercise. Details of the Goods required under this Agreement are given in the separate excel spreadsheet titled HCC2214198 – Pricing Schedule. The requirement is for both conventional and modern office furniture that will be used to adapt to the changing way in which employees now work and tenderers are expected to offer solutions to the changing working environment. It is a requirement that the successful contractor(s) will not only supply the Goods but assemble, install, and place in position on site in an area agreed with the Customer. Delivery must be free of charge to all Customers, unless otherwise agreed with the Customer, for example, if the delivery was urgent and required for the following day. Delivery must be pre-booked with the Customer giving a minimum of 24 hours’ notice and arranged to fit in with the requirements and working hours of the Customer. The Customer must not help with the offloading of Goods or removal of the packaging. Deliveries must be fully installed and assembled in situ anywhere as required in the Customer’s site. Herts FullStop reserve the right to market and supply Office and Commercial furniture under its own brand for advertisement in its catalogue, website or associated publications. The requirement is for the Contractor to provide marketing literature and support to facilitate this. It is expected that the majority of the requirement will be for the items listed in HCC2214198 – Pricing Schedule. However, there will also be occasions when the Customers will require other items not included in the list of standard requirements and any additional items required should be priced at the discounted rates offered. The Goods required under this Framework Agreement have been split into the following Lots:- Lot 1 Office Chairs - Lot 2 Desking And Storage- Lot 3 Office Steel Storage- Lot 4 Collaborative Furniture- Lot 5 Residential Furniture - Lot 6 Complete Projects SolutionsThis Framework Agreement will be open to all UK public sector organisationsThe 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 annual range of the Framework Agreement will be approximately GBP 500,000.00 to GBP 7,400,000.00.Please note that the requirements of the Framework Agreement will be subject to available financial resources, supplier performance and flexibility to meet changing demands. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other Contracts and arrangements with other Suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

Value: 29600000
Published: 2023-02-24
Deadline: 2023-03-27
29600000 2023-02-24 2023-03-27
Special Education Needs and Disability Information Advice and Support Service (SENDIASS)
UK WARWICK Warwickshire County Council

The service will provide free, accessible, accurate, confidential, timely and impartial information, advice and support on matters relating to education, health and social care to Children and young people up to the age of 25 years with special educational needs and/or disabilities (SEND); their parents/carers and professionals involved in the provision of educational services for children and young people with SEND.Commissioners expect the service to:• deliver all requirements as set out in this specification• meet the National Minimum Standards, developed through the Information, Advice & Support Services (IASS) Network• be proactive to national, regional and local guidance, policy, strategies and trends; and be guided by evidenced best practice• work alongside the commissioners and other stakeholders including parents' representatives to ensure the service remains responsive to local needsInformation, advice & support will be provided (and recorded) at four intervention levels as defined through the National Information Advice & Support Services Network:• Level One: One-off information and advice through phone or email • Level Two: More detailed and/or personalised support (e.g., to understand or complete documentation or procedures; to communicate with agencies or to access services)• Level Three: Detailed & continuing assistance with statutory processes (such as Education Health and Care Plan needs assessment; mediation and/or disagreement resolution; exclusion appeals) • Level Four: Detailed and continuing assistance and guidance through legal processes including Tribunals; complaints to Ombudsman; Judicial Review or Child Protection disputes

Value: 915000
Published: 2023-02-23
Deadline: 2023-03-23
915000 2023-02-23 2023-03-23
Framework for the provision of Legal Services (2023-2027)
UK Glasgow Scottish Government

Lot 1 will cover a broad range of commercial and contract work arising including advice in relation to commercial arrangements required to support the drafting of contracts and other commercial documents and advising on contractual issues generally, advice in relation to corporate matters, including setting up companies, corporate governance, finance and assets.

Value: 28000000
Published: 2023-02-23
Deadline: 2023-04-05
28000000 2023-02-23 2023-04-05
Your Alerts:

Related articles...

Made by Statuo