Tendering Subcontractor Bids – Find Contracts Free
How to Bid for UK Contracts & Find Procurement Opportunities for Subcontractor Tendering
Subcontractor contract opportunities, as well as division of contracts and tender splitting or can provide additional opportunities for specialists and small to medium enterprises (SMEs). The availability of separate contracts spans industry from business services and niche expertise, to specific trade skills. Subcontracting in procurement can bridge the gap between a project’s conception and its tangible completion. CCS Frameworks are often divided into lots by product or service type and suppliers may compete for a place on a framework. Each framework sets standards for suppliers to demonstrate how they can meet these requirements.
Bid Consultancy, Support & Bid Writing
Bid Consultancy & Bid Support for Subcontractor contracts with Tender & Bid Writing Services ensure a comprehensive and precise tender submission to position your business as a valuable partner in this sector.
Subcontractor Bids & Tenders: Winning Competitive Advantage
- Certifications and Standards: Specialist subcontractors often need specific certifications that attest to their expertise, and adherence to industry standards is non-negotiable.
- Material Sourcing: Where and how materials are sourced, especially in terms of sustainability and quality, can play a significant role in tendering processes.
- Collaboration and Integration: Demonstrating how the subcontractor’s services will integrate seamlessly with other aspects of the project, ensuring minimal disruption and maximum synergy.
- Safety Protocols: Given the on-site nature of their work, adherence to rigorous safety standards, and protocols can be a central focus, particularly in high-risk environments or densely populated areas.
- Technological Integration: With the rise of smart homes and IoT, showcasing expertise in integrating modern technologies can be an edge in tenders.
- Public Sector Contracts: Emphasis tends to lean towards value for money, community impact, sustainability, and adherence to national standards or regulations. Timely completion and transparency in operations are often highlighted.
Page Contents
Tender Finder
Your membership your way
🔥 Let the tenders come to you with our up-to-date contract alerts. Fill in the form & find out more:
We are professional writers of bids, tender requests for contracts, CCS framework bids and funding applications e.g.
- DPS Frameworks & Free Search (CCS opportunities)
- CCS Frameworks (Plus Free Search)
- RFP Bid Writing (Request For Proposal)
- Financial & Technical Requests
- Single Stage Tendering
- Two Stage Tendering
- PQQ Bid Writing (Pre-qualification Questionnaire)
- ITT Bid Writing (Invitation To Tender)
- SQ or SSQ Bid Writing (Selection Questionnaire)
- Government Grants & Funding Bids, Requests or Applications
The Significant Advantage of Partnerships with Construction and Property Contractors
Building strategic partnerships with leading construction or property development companies can be a game-changer for specialist subcontractors. In the tendering process, showcasing strong existing partnerships or the capacity to form them can be a significant advantage, illustrating the subcontractor’s collaborative nature and reliability. Strong partnerships & collaborations can lead to:
- Consistent Workflow: Aligning with a larger entity often means a more predictable stream of projects, offering stability and long-term growth opportunities.
- Larger Project Access: Being associated with a prominent construction or property development business can provide subcontractors with the opportunity to work on landmark or large-scale projects.
- Shared Resources and Knowledge: Partnerships often facilitate the sharing of resources, from machinery to workforce training, which can lead to efficiency improvements and cost savings.
- Enhanced Reputation: Being chosen as a trusted partner by a renowned organisation can significantly boost a subcontractor’s market reputation, making them more appealing in future tendering processes.
- Integrated Planning: Early involvement in projects through partnerships can result in better integration, allowing for smoother project execution and reduced chances of costly adjustments or reworks.
- Financial Stability: With a consistent workflow from a trusted partner, there’s a potential for improved financial stability, making it easier for subcontractors to invest in their growth, resources, and workforce.
Supplier & Contract Opportunity Examples
- Business Services Subcontracting: The need for specialist subcontractor services spans all industries, whether it’s for consultation, learning, technology, engineering or construction etc. Tender splitting can also provide division of contracts into separate lots for subcontracting.
- Electrical Services: Specialist companies provide
everything from basic wiring to smart home integrations and large-scale
industrial electrical solutions. - Plumbing and Heating: Expertise in this area ranges
from basic pipework to advanced heating, ventilation, and air
conditioning (HVAC) system installations. - Landscaping: Beyond just aesthetics, this includes
drainage solutions, erosion control, and integrating green spaces into
urban environments. - Masonry and Carpentry: These artisans bring structures to life, whether through intricately laid brickwork or precision-crafted wood fittings.
- Façade and Cladding Specialists: Ensuring buildings not only look good but also are weatherproof and energy-efficient.
- Fit-out Specialists: Tailoring interiors to specific needs, whether commercial spaces, retail outlets, or residential complexes.
Bidding & Tendering Processes in Procurement
- SQ and PQQ: Due to the niche nature of their services, subcontractors might need to showcase past projects, industry certifications, material sourcing strategies, and client testimonials to demonstrate their competency and reliability.
- RFP: Detailed methods of work, timelines, equipment to be used, and safety protocols often take precedence, coupled with an understanding of how the specialist service fits within the larger project scope.
- ITT: Costs are outlined with clarity on inclusions and exclusions, with emphasis on the quality of materials and craftsmanship.
Public Sector & Private Sector Contract Bidding Potential
Find more subcontracting bids, public sector links to the private sector, supply chain dynamics, partnerships, CCS & DPS frameworks, and public sector funding.
Subcontractors in various sectors can benefit from both public procurement and private sector contracts. Key areas include supply chain dynamics, partnerships, public funding, CCS & DPS frameworks, and compliance with procurement regulations. These opportunities enhance business prospects, drive innovation, and support sustainability.
Supply Chain Dynamics
The supply chain in subcontracting involves the procurement of specialised services, materials, and expertise to complete specific parts of larger projects. Effective management ensures quality, safety, and timely delivery. Organisations seek public and private contracts with subcontractors to handle specialised tasks and services.
Example: A construction business subcontracts electrical work to a specialised electrical contractor for a large housing project, detailing quality standards, schedules, and pricing.
Public Sector & Private Sector Contracts
Businesses, Local Authority, Public Services, Educational Institutions, Charitable Organisations, Trusts, Public Bodies
Public sector, public services, and local authority contracts need to ensure transparency and fair competition. Contracts from private sector companies, educational institutions, public bodies, and charitable organisations like trusts, subject to public procurement regulations, provide greater access to opportunities to ensure fairness, such as government and local authority funded or community and national lottery projects. Public funding supports government initiatives like health and social care, education, accessibility, transport, sustainability, technology, and innovation, with companies adhering to procurement rules.
Example: A university receiving public funding publishes a contract for IT services, subcontracting the development of a new campus-wide network infrastructure to a specialised IT company, ensuring compliance with procurement regulations and quality standards.
CCS Frameworks & DPS Frameworks
CCS (Crown Commercial Service) frameworks and DPS (Dynamic Purchasing System) frameworks provide structured procurement routes for public sector contracts. Subcontractors can join these frameworks to access long-term contract opportunities and a wide range of public sector clients.
Example: A facilities management company joins a CCS framework to provide maintenance services to government buildings, subcontracting specialised tasks like HVAC maintenance to expert suppliers, ensuring streamlined procurement and consistent business.
Partnerships and Collaborations
Collaborations drive innovation and competitiveness. Subcontractors can engage in joint ventures, partnerships with public sector organisations, and strategic alliances to improve service quality and efficiency.
Example: A healthcare provider partners with a biotechnology business to develop a new medical device, subcontracting the manufacturing process to a specialised medical equipment company, combining resources and expertise to achieve better outcomes.
Subcontracting/Subcontractor
Subcontractors handle tasks across various sectors, including construction, IT, healthcare, and more. Larger companies with public contracts may subcontract parts of the work to specialised suppliers.
Example: A large engineering company subcontracting plumbing work to a specialised plumbing business for a major infrastructure project, allowing the primary contractor to focus on overall project management and integration.
Public Procurement and Compliance
Subcontractors must comply with procurement regulations when using public funds, ensuring transparency and quality. This involves engaging in transparent tendering processes, adhering to quality standards, and ensuring value for money.
Example: A subcontractor bidding for a public contract to provide catering services for a government event demonstrates compliance with health and safety regulations, competitive pricing, and transparent procurement processes.
Specialised Services
Subcontractors provide specialised services in various industries, enhancing the capabilities of the primary contractor and ensuring project success.
Example: A renewable energy company subcontracts the installation of solar panels to a supplier specialising in solar technology, ensuring the project meets high standards of efficiency and sustainability.
Maintenance and Support Services
Subcontractors offer ongoing maintenance and support services, ensuring the longevity and efficiency of systems and infrastructure.
Example: A city council contracts a property management company to maintain public buildings, subcontracting specific tasks like elevator maintenance to specialised suppliers.
Find Available, Open & Live Subcontractor & Separate Contracts (Free Version)
Find available contracts, open tenders & live contract bids. Free online/no sign-up & updated daily. Get Bid Support with Professional Bid Writing from Tender Consultant Specialists:
>> Tender Finder Membership
>> Professional Bid Writing
Date Published | Contract Title | Contract Details & Bidding Information | Procuring Organisation | Bid Closing Date |
---|---|---|---|---|
15/01/2025 04:13 PM | THE PROVISION OF EXTRA CARE SERVICES | Hartfields Extra Care Housing Scheme was developed in partnership with Hartlepool Borough Council and offers 242 units of extra care accommodation. The scheme is mixed tenure meaning some properties are social rent, some are outright purchase and other are part purchase.The Agreement for the provision of the services outlined below will commence on 22nd May 2025 for a period of 5 years with options to extend for a further 2 x 12 months.The successful provider will be required to enter into a Partnership Agreement with Jsoeph Rowntree Housing Trust who is the landlord/housing support provider at Hartfields. They will also be expected to enter into sub-contracting arrangements with JRHT for the provision of out of hours support as detailed below. The value of the sub-contracting arrangements is available on request. The subcontracting arrangements are a fundamental part of this Service and are not negotiable.The care and support provider will be required to provide planned care and support to anyone assessed by the Council as requiring support. Over the last 6 months the average number of hours of care and support provided was 875 hours per week. This depends on the needs of individual residents in the scheme and may fluctuate as peoples needs change and people move into and out of Hartfields.The NEPO E-Procurement Portal is being used for this Tender. In order to express your interest please register as a supplier on the NEPO. https://procontract.due-north.com. Once you have registered please view the opportunities register. The reference for this tender is as follows:-Procontract Reference No. DN 759026Completed submissions must be returned via the NEPO E-Procurement Portal not later than 2pm on Monday, 17th February 2025. | Hartlepool Borough Council | 17/02/2025 |
15/01/2025 01:47 PM | Central Venous Catheters and Associated Products | NHS Supply Chain seek to establish a Framework agreement for the supply of Central Venous Catheters and Associated Products including but not limited to Arterial Lines, Arterial Cannula, Central Venous Catheters (Tunnelled / Non-Tunnelled), Catheter Fixation / Securement Devices, Port Introducers, Implantable Ports (Chest / Arm), Introducers, Tunnelling Rods, Midlines, PICCs, Vascular Catheters, Safety Huber Needles (with / without Y-Site), Wireless ECG Tip Location Systems and their Accessories, and Repair Kits.The Framework Agreement will be for supply of Central Venous Catheters and Associated Products to NHS Supply Chain and to the NHS Supply Chain customer base via the E-Direct Route. The Framework term will be on a 2+ 2 year basis (with a maximum term of 48 months). It is anticipated that initial expenditure will be in the region of £30,000,000 to £34,125,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Estimated value over the maximum 4 year Framework Agreement (2 + 2 Term) will be in the region of £120,000,000 to £136,500,000.The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it. | NHS Supply Chain | 17/02/2025 |
15/01/2025 08:21 AM | Traffic Management - A46 Newark Bypass Improvement Scheme | The A46 Newark Bypass is a complex major infrastructure improvement scheme being developed by National Highways to widen the A46 to dual carriageway from the Farndon Roundabout to the Winthorpe Roundabout.The A46 Newark Bypass scheme requires a traffic management subcontractor able to: - provide Early Contractor Involvement (ECI) to plan the scheme. - Produce traffic management designs and plans. - Supply, install and maintain temporary traffic management equipment on the A46. | SKANSKA CONSTRUCTION UK LIMITED | 29/01/2025 |
14/01/2025 05:42 PM | NCC1215 Operator for Wansbeck Square | Northumberland County Council are seeking proposals for a partner to operate the new facility in Ashington once it is constructed. It is expected that the operator (and possible partners or sub-contractors) will run and manage the new centre in line with the Council's and funder's expectations and requirements, which are broadly grouped around three themes: • Building Management and Programming • Training, skills and apprenticeships • Youth provision and activities Northumberland County Council has secured significant investment for delivery of an ambitious regeneration programme in Ashington. This includes funding from HM Government (MHCLG), North East Combined Authority (NECA) and the Council. This investment will drive forward demolition of vacant buildings on the Wansbeck Square site and enable construction of a new £14.6m community and cultural facility with improved public realm.All tender documents are available FOC via https://procontract.due-north.com ref NCC1215 DN731216 | Northumberland County Council | 25/02/2025 |
14/01/2025 09:49 AM | Market Engagement Event for School Teacher Recruitment Marketing Campaign | School Teacher Recruitment Marketing Campaign - Strategic Creative Agency Prior Information Notice (PIN)To note: This PIN does not signify the commencement of any competitive process and does not constitute any commitment by the Department for Education (DfE). If DfE decides to commence any competitive process(es) as contemplated by this notice, a separate notice(s) will be published at the relevant time.Purpose of this notice The purpose of this PIN is to inform the market that DfE is considering how it can further grow the appeal of teaching, to support the government's mission to give every child the best start in life, breaking the link between background and opportunity. This campaign supports the DfE's priority of helping every child achieve and thrive at school - including through our commitment to recruit 6,500 more teachers by the end of the ParliamentThis is an opportunity to set the new direction for the high-profile, award-winning School Teacher Recruitment marketing (Teaching) campaign, tackling a challenging, ever-changing graduate recruitment market, working with a fully-integrated, end-to-end government service. Agencies will help us make the most of our Government Communications Service (GCS) remit for communications excellence and innovation.The main aim of the market engagement is to begin a conversation with the market about the future ambition for the new campaign. We will provide you with an understanding of what services are in and out of scope, the planned procurement, and current thinking on the payment model and timescales. The engagement will detail the importance of Social Value and information regarding the Procurement Act 2023. We will be Inviting questions and feedback during the event and through the questionnaire following this call. | Department for Education | 22/01/2025 |
13/01/2025 01:26 PM | Skin Cleansing Disinfection and Hygiene 2025 | The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence, Project_1236 - Skin Cleansing, during the subsequent 12 months for the Supply of Skin Cleansing Disinfection and Hygiene products for patient and clinician use.Products include but are not limited to patient dry wipes, skin cleansing wipes, continence wipes, patient cleansing hygiene and personal care products, alcohol wipes for use on skin, antimicrobial body wash products, biocidal skin disinfectants, LMP skin disinfectants and pre-operative skin preparation products.Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £59,250,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the total Framework Agreement term (2 + 2 year term) is anticipated to be approximately £237,000,000.The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it. | NHS Supply Chain | 11/02/2025 |
11/01/2025 02:52 AM | EMPOWER - Strengthening access to Family Planning (FP) in the Private Sector | Foreign, Commonwealth and Development Office (FCDO) will be looking for a Supplier to provide deliver Component 3 of Empowering Women for Better Reproductive Health Outcomes (EMPOWER) Programme, which aims to contribute to creating a vibrant and self-sustaining private sector market for voluntary Family Planning (FP) services in Urban and Semi-urban areas in Uganda. The Contract is anticipated to commence on 1 April 1, 2025, and run until no later than 31 March 2029 and the Contract value is up to £3,600,000. The budget is exclusive of UK VAT but includes all applicable local taxes. The Contract will include the options of for further extension for up to two years and three months, if required and increase in value up to additional £1.8m, subject to evidence of effectiveness of interventions, internal approvals and the availability of funds.The overall intended outcome is to contribute to creating a vibrant and sustainable Private sector market for FP commodities. This is expected to reduce donor reliance on FP commodities and services and ensure that both donor and Government of Uganda (GOU) services are prioritised for the most disadvantaged who would not be able to access FP services on their own. By enabling those with willingness and ability to pay, and channelling resources where they are needed the most, this component will improve the longer-term value -for -money (VFM) of the programme, particularly around economy and equity.FCDO expects the private sector to play an increasing role in contributing to Uganda's targeted modern Contraceptive Prevalence Rate (mCPR) and to increase the share of FP service delivery covered by other funding sources beyond Government of Uganda (GOU) and donors, including, for example, out of pocket and health insurance. Potential interventions are expected to address both demand and supply factors, and the delivery partner(s) are expected to test and scale up the most appropriate interventions.The Terms of References (ToRs) should be read in conjunction with the EMPOWER Business Case, RISE endline Knowledge, Attitudes and Practices survey and the Terms of Reference for the Accountable Grant, which will be part of the tender documents to be published in the FCDO's eTendering Portal https://fcdo.bravosolution.co.uk under itt_6610.Please note that this Opportunity will be tendered using procedure defined under regulations 74 to 76 of Section 7 Social and Other Specific Services of Chapter 3 Particular Procurement Regimes, Public Contract Regulations 2015, i.e. Light Touch Regime (LTR). The procedure, the Negotiation with the Preferred Supplier is based on the principles of the Open Procedure up to the selection of Preferred Supplier who will be invited to the Negotiation step prior to the award of the Contract | Foreign Commonwealth and Development Office | 01/01/2001 |
10/01/2025 04:15 PM | Framework of Training Providers for Skills Bootcamp Delivery | Gateshead College is seeking to establish a framework of training providers, with whom we may partner with in the delivery of Skills Bootcamps, on a subcontract basis. | Gateshead College | 10/02/2025 |
10/01/2025 03:20 PM | Surgical Instruments | NHS Supply Chain seeks to establish a Framework for the supply of Surgical Instruments including Single Use Surgical Instruments, Reusable Surgical Instruments, Scalpel Blades, Scalpel Handles, Disposable Handles and Blade Removers, Repair and Maintenance of Surgical Instruments and Metal Instrument Recycling. It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £27,750,000 (approximate only). The figures for the total estimated value are based on initial expenditure and include a forecast for growth. | NHS Supply Chain | 10/02/2025 |
10/01/2025 11:22 AM | FDIS - Arbroath External Refurbishments to 20 properties - FY2025/26 - Amey North Region - Scotland | Arbroath Ext Refurbs to 20 properties - North Region - ScotlandBrief Scope of Works • New replacement roof coverings including ARC eaves insulation • Loft Insulation • Finlock gutter partial removal plus associated lintel insertion • Soffits/fascias and RWG replacement. • Chimney demolition • Itemised new external doors & windows • Itemised replacement outhouse/garage personnel/store doors & windows • Replace all cast iron SVP and wastepipes • External render decoration • Minor electrical works • Dedicated On Site Liaison OfficerAmey have been tasked by the Defence Infrastructure Organisation through the Future Defence Infrastructure Service to deliver the Regional Accommodation Maintenance Service for the Central and North Regions.For Amey to accept any Expression of Interest it is ESSENTIAL that any subcontractor is: • willing to act as Main Contractor (essential requirement); • a member of Constructionline at GOLD LEVEL 3; • capable of working to MOD SFG20 (Pre-Planned Maintenance works only); • capable of working in a Building Information Management (BIM) Level 2 environment (where applicable); • compliant with DefStan 05-138 (required if you are likely to handle MoD Identifiable Information on your IT system); • willing to work with Amey to deliver Social Value to our Client. DESIRABLE attributes of our Supply Chain: • have a Corporate Social Responsibility policy; • have a Business Continuity and Disaster Recovery PlanIf successful the subcontractor will need to pass a pre-qualification questionnaire, sign up to Amey Terms and Conditions, and meet the MoD Security Requirements. This advert is for Expressions of Interest (BY EMAIL ONLY) - from the responses and our existing subcontractor data base we shall compile the tender list.Tender packs will follow separately via our e-tender portal (Curtis Fitch).Note 1: The bidder must quote for all aspects of the Works. Note 2: Future works of a similar nature may be negotiated based upon submitted rates. Note 3: To comply with The Public Contract Regulations 2015 or Procurement Act 2023, those making an Expression of Interest may be required to sign-up to our 'Sub-contract Agreement' where 'Mini Competitions' or 'Call Offs' may be used to tender works/services. Note 4: For complex projects such as External Wall Insulation installation, Structural works etc. it is a requirement that the bidder must carry Professional Indemnity Insurance cover of not less than £1,000,000.This opportunity is also advertised on Constructionline. | AMEY DEFENCE SERVICES LIMITED | 24/01/2025 |
08/01/2025 09:33 AM | Tamar Crossings - Painting, Paint Inspection & Maintenance Support Services | Tamar Crossings and Cornwall Council, on behalf of the parent authorities of Cornwall Council and Plymouth City Council, invites tender submissions, from experienced contractors to provide a wide range of maintenance and support services to the engineering function at Tamar Crossings. The maximum opportunity of this contract is for a period of 10 years, as detailed by the start and end dates, comprising of an initial 4 year contract term, which may be followed by up to two optional extension clauses, the first of which is 4 years and then a further for 2 years providing the maximum opportunity of 10 years.Prospective Contractors will be required to confirm they currently hold the following key Quality based, Industry recognised Accreditation requirements (or equivalents), and maintain these throughout the life of the contract:- ISO9001 (Quality Management Systems) - ISO14001 (Environmental Management Systems) - ISO45001 (Occupational Health and Safety Management Systems) - NHSS19A (National Highways Sector Scheme for Highways Painting) - ICATS registered (Industrial Coatings Applicator Training Scheme)The Form of Contract will be an NEC4 Term Service Short Contract. It should be noted that there will be no minimum guaranteed volume of work and future works will be dependent on maintenance inspections, budget restraints etc. Work is instructed by the client, based on a schedule contractual rate which vary depending on skill levels utilised. For example the general litter picking rate might be the lowest hourly rate and specialist paint inspections services might be the highest hourly rate.The incumbent contractor currently has between 4-12 personnel working on site daily throughout the year. This will vary depending on client requirements, budget provisions, availability of work, and weather. It is anticipated that TUPE staff transfers will apply.Below is a list of the typical services that are required under the contract - - Inspection support for Tamar Bridge inspectors - Contract support services -paint inspection, rope access inspection, ferry operations - Maintenance painting to buildings, structures or ferries - Minor structural repairs - replacing damaged drainage, parapet mesh panels and more - Clearance of Debris and detritus across the Tamar Crossings Estate - Rope access services - painting, difficult access inspections, inspection support - Provision of other special access requirements - access towers, mobile platforms - Confined space work - Vegetation clearance - General labour support - ferry chain replacement, ferry gantry maintenance - Occasional overnight or weekend working requirements, where necessary.....Description continues...... | Cornwall Council | 05/03/2025 |
07/01/2025 05:39 PM | Replacement Air Conditioning - Conference Rooms 1 & 2 | The contract is to replace the air conditioning to Conference Rooms 1 & 2 at Beech Hurst, SP10 3AJThe works require making good to all areas adjacent to the work for a full and complete installation.The Main Contractor is required to programme and co-ordinate the work of all subcontractors and should plan for the works to be completed in 6 weeks.The works must be carried out in strict accordance with the drawings and other tender documents which will ensure the obligations set out under planning permission relating to the window replacement are met.Further details are available at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89064&B=UK | Test Valley Borough Council | 24/01/2025 |
07/01/2025 05:28 PM | GSCIP Datasets 2025-28 | The Department for Business and Trade ("DBT") has a requirement for the provision of generalist company and supply level datasets & risk datasets.DBT leads a cross-government programme that combines both government (HMG), private sector and open-source datasets to build detailed global supply chain maps at commodity and company level using a third- party ring-fenced graph style database stored on DBT's own environment.The structure will be: - Lot 1: Generalist Company and Supply Level Data Lot Value: £3,629,529 (excluding VAT) Individual Total Contract Value: Up to £1,209,843 (inclusive of all extension periods) Individual Annual Contract Value: Up to £403,281 Contacts to be awarded: 3 - with the option to award to a 4th contingent upon the availability of remaining budget - Lot 2: Company-level Risk Information Lot Value: £2,403,000 (excluding VAT) Individual Total Contract Value: Up to £1,500,000 (inclusive of all extension periods) Individual Annual Contract Value: Up to £500,000 Contacts to be awarded: 1 - with the option to award to a 2nd contingent upon the availability of remaining budget - Lot 3: Country-level Risk Information Lot Value: £926,100 (excluding VAT) Individual Total Contract Value: Up to £926,100 (inclusive of all extension periods) Individual Annual Contract Value: Up to £308,700 Contacts to be awarded: 1 | Department for International Trade | 24/01/2025 |
07/01/2025 01:17 PM | Supply Chain Notice: Pj COOKSON - Industry Day Proposal | The UK MOD will be holding a Project COOKSON Challenge Session on Wednesday 22nd of January 2025 in London, UK. Industry partners from NATO, Ukraine and Five-Eyes countries are invited to attend. If you have expertise in vessels, vessel launcher systems, surface-surface effectors, counter air effectors, marinized GNSS hardened navigation, sensors, integrators, autonomous systems, or beyond line of sight com-munications, this session might be of interest to you. Please see the detailed de-scription attached and if you would like to register your interest in attending please complete the following:: https://forms.office.com/e/FWNBCBxGGj. Registration will close on 16th January 2025. Due to capacity limitations, this industry day is limited to 1 person from each company. Completion of the form is registration of your interest not confirmation of attendance which will be sent as a separate invite. If the event is over subscribed MOD will use the information given in the form to identify the compa-nies with the largest potential contribution. | Ministry of Defence | 16/01/2025 |
06/01/2025 04:27 PM | Framework Agreement for Energy Infrastructure Improvement projects supporting the delivery of Net Zero targets | The Countess of Chester Hospital Commercial Procurement Services (CPS) and the Carbon and Energy Fund Ltd (CEF) seek to procure and manage a framework of capable contractors to provide initial and ongoing net zero energy related resilience and service improvements to the public sector in the UK.The proposed framework will cover onsite comprehensive initial and ongoing low carbon energy efficient infrastructure services, improvement, and upgrades to existing or new facilities (LOT1) coupled with one of the main routes to net zero which are available in the UK, namely geothermal energy (LOT2), green district heating energy (LOT3), hydrogen or biogas delivery (LOT4.)This notice is for pre-engagement only and seeks market feedback concerning the proposed public sector building net zero framework agreement in energy management for capable suppliers to propose, design, and contract to take public buildings to net zero.This will be subject to Cabinet Office approval.Provisional dates for pre-engagement presentations:8/1/25 Teams call 12h00 for 45 mins (link available on request ) 15/1/25 Teams call 12h00 for 45 mins (link available on request ) 28/1/25 Teams call 12h00 for 45 mins (link available on request)Please email ku.oc1738929639.spc-1738929639hcoc@1738929639ofni1738929639 to express interest in taking part in this early engagement exercise, including one of the dates detailed above to be invited to the session of your choice.Note that this is NOT a call for competition. If we decide to go ahead with the framework, we will publish a separate notice.The purpose of this Early Engagement notice is to conduct preliminary market consultation, with a view to preparing a procurement. Suppliers participating in this market consultation are not guaranteed to receive either an invitation to tender (if invitations to tender are issued), or a place on any framework agreement which may be awarded following an invitation to tender. | Countess of Chester Hospital NHS Foundation Trust | 21/01/2025 |
06/01/2025 03:37 PM | Grounds Maintenance and Play Services | The London Borough of Camden is looking to award a contract for Grounds Maintenance and Play Services. The contract is for the provision of grounds maintenance across all of Camden's public green spaces: · Grass and Meadow Maintenance · Hedge Maintenance · Plant Maintenance - Shrubs, Roses, Herbaceous Perennials, Rock Gardens · Weed Management · Play Area Maintenance, Cleaning and Inspections · Park Keepers · Parks Opening and Closing & Security Locking · Fleet and Machinery · Health and Safety Management Full details of the service requirements are set out in the Specification | London Borough of Camden | 05/02/2025 |
22/12/2024 09:37 PM | Fore Street Public Realm Project | Saltash Town Team through Saltash Town Council (STC) is inviting tenders for the design, supply and installation of street furniture to include planters and signage together with appropriate plants/trees to improve the visual impact of Fore Street and aid navigation around the town. Saltash Town Team is looking to issue a contract to one company to oversee this project; that company may sub-contract some of the deliverables, if necessary.Potential bidders are advised to follow the instructions in the Invitation to Tender document | Saltash Town Council | 17/01/2025 |
20/12/2024 10:16 AM | A417 Missing Link - Concrete Surface Water Channel & Concrete Safety Barrier | Purpose of Notice - The procurement of a Subcontractor for the A417 Missing Link - Concrete Surface Water Channel & Concrete Safety Barrier works in connection with the A417 Missing Link at Air Balloon.Scheme Description - Under the National Highways Limited Regional Delivery Partnership (RDP), we are appointed as the Principal Contractor for the design and construction of a new dual carriageway at the A417 Missing Link at Air Balloon.The scheme would provide 3.4 miles (5.5km) of new, rural all-purpose dual carriageway for the A417. The new dual carriageway would connect the existing A417 Brockworth bypass with the existing dual carriageway A417 south of Cowley.Registering Interest - Interested parties are to register their interest through making contact via ku.oc1738929639.reik1738929639@yesn1738929639roh.y1738929639ug1738929639. | KIER TRANSPORTATION LIMITED | 31/01/2025 |
19/12/2024 11:19 AM | 713285451 - Future Air Dominance System (FADS) - RFI - Market Engagement | The Future Air Dominance System (FADS) Team within Defence Equipment & Support (DE&S), part of the UK Ministry of Defence ("the Authority") is seeking to engage with suppliers for the purposes of gaining a clearer understanding of current market capabilities and potential offerings which may be relevant to FADS.FADS is a transformative multi-domain programme that will provide Maritime Integrated Air and Missile Defence (M-IAMD) against the toughest of threats in the air and space domain, and Long-Range Precision Strike (LRPS) against the hardest of targets in air, land, and maritime domains. The FADS programme will align itself with a 'system of systems' approach and brigade around the themes of; SENSE, DECIDE, EFFECT, CONNECT, HOST and ENABLE.FADS will deliver Air Defence of the Carrier Strike Group and Littoral Strike Group from the mid-2030s; a role currently being provided primarily by the Royal Navy's Type 45 Destroyers.Following the issuance of a Prior Information Notice (PIN), dated 18 November 2024 (Ref. 2024/S 000-037234), the Authority would like to sincerely thank all suppliers who have expressed an interest in the FADS programme. If you attended the brief on 03 December and would like to provide some feedback, the Authority would be grateful if you could complete the questionnaire linked herehttps://forms.office.com/e/9K96GW0B7g- to provide feedback that will help us improve how we engage with you in the future.The slide pack shared at the brief is available for viewing via AWARD. To access the documentation, interested suppliers will have to register to AWARD and pass necessary checks in a security gateway. To register, please follow this link - https://award.commercedecisions.com/dsp/web/project/c681dabd-6f69-4130-a815-9a82d6902ca3/register- and follow the instructions when prompted.This second notice serves to provide further information regarding the next Market Engagement Event 2 (MEE2): One to Ones.These sessions will be held on 28, 29 and 30 January 2025.FOR FULL NOTICE INFORMATION PLEASE OPEN ATTACHMENT | Ministry of Defence | 17/01/2025 |
18/12/2024 04:35 PM | Supply of Firefighting Equipment, Spares and Repairs / Supply of Dummies and Spares | Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (the 'Prime Contract'). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together 'Team Leidos'). This requirement is subject to the Public Procurement Regulations and respective advertising action.The General Supplies Team, which forms part of Leidos Supply Ltd is considering the potential requirement for the Supply of Firefighting Equipment, Spares and Repairs / Supply of Dummies and Spares on behalf of the UK MOD, consisting of 8 Lots:Lot 1: First Aid ExtinguishersLot 2: Miscellaneous Equipment RangeLot 3: Fire DummiesLot 4: Historical Spares - List ALot 5: Historical Spares - List BLot 6: Foam TrolleyLot 7: PFAS Free Foam First AidLot 8: PFAS (C6) Containing Foam First AidThe total estimated value for this contract will be between £ £7,000,000 - £11,350,000, with a total contract length of 4 Years.If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=59265Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre. | Leidos Supply | 06/02/2025 |
13/12/2024 04:03 PM | Supply Chain Notice: DEOP Imjin Barracks - 439093.01 Fire Stopping | Work packages for the construction delivery services at Imjin Barracks for the Defence Estate Optimisation Portfolio. Lendlease are delivering works at Imjin Barracks on behalf of the Defence Infrastructure Organisation involving the reconfiguration and refurbishment of existing infrastructure and construction of new infrastructure to provide the MOD with improved Live/Work/Train requirements.High-level Scope of works:The Subcontractor is to provide and maintain temporary fire stopping to partitions to ensure compliance with the project fire risk assessment.Fire stopping to all service penetrations, this includes but is not limited to:Ductwork, Soil and Vent Pipes, Electrical containment trays & cables, Comms Cabling, Water pipes, Sprinkler pipes, All associated system dampers, Plantrooms, Substations.Fire stopping to complete and maintain internal fire compartmentalisation. | Ministry of Defence | 01/01/2001 |
13/12/2024 02:05 PM | GoJ - NHFP - Overdale Acute Hospital - Main Works Delivery Partner | The Government of Jersey is seeking a Main Works Delivery Partner (MWDP) to complete the design and construction of the Overdale Acute Hospital as part of the NHF Programme.The focus of this procurement is the design, construction, testing and commissioning of a new Acute Hospital in St Helier on the site known as Overdale.Programme OverviewThe NHFP's primary objective is to deliver modern, fit for purpose secondary health and care facilities estate for Jersey in line with the decisions of the States Assembly and the States of Jersey Common Strategic Policy.The key objectives of the wider NHF Programme are:• To produce a multi-site health and care estate which will enable a high-quality healthcare provision that delivers efficient, effective, timely and accessible care for all service users and, furthermore, delivers the best possible experience for service users, visitors, and staff.• To deliver facilities that are safe, compliant, flexible and the right size for the future delivery of clinical and other services, and enables service transformation.• To deliver new healthcare facilities that ensures the financial sustainability of the health economy.• To deliver facilities that contribute to building a thriving community and well-being of staff and patients with positive socio-economic and environmental impacts.The Programme has significant political, clinical, and local support, and benefits from an optimised governance model.Overdale Acute ProjectThe wider NHF programme includes building the Acute Hospital at Overdale and other projects at the existing Jersey General Hospital site for ambulatory services, and the development of mental health services within the wider health estate. As part of the programme, demolition and site clearance works have been completed at the site at Overdale in preparation for the construction of the new Acute Hospital.It is intended that we appoint a single MWDP for the Acute Hospital at Overdale who will design and construct a new circa 47,500m2 Acute Hospital with associated services and external spaces. It will require a MWDP to provide a full suite of services through the pre-construction, construction, and commissioning stages through to Practical Completion.The Acute Hospital will include the Emergency Department, Theatres, Inpatient wards and Women's and Children's inpatient services with associated infrastructure, including surface landscaped car parking. | Government of Jersey | 31/01/2025 |
10/12/2024 10:14 AM | Oak National Academy: Market Impact Assessment 2024 | The DfE would like to hear from commercial suppliers within the education sector about the impact (if any) of the resources made available free of charge by Oak since it became an NDPB on 1 September 2022.We are interested in information and views about any impact (positive or negative) on both domestic and international markets, if appropriate.Wherever possible, information provided should be accompanied by evidence. We will look at all data collectively, and not rely on just one source or submission.In relation to any estimates of perceived future impact or significant trends, please provide as much detail as possible on the reasoning for these assumptions.Membership organisations may provide an aggregated submission on behalf of their members.Two documents are available to download with this notice.One document of which is to be completed and returned to the email address detailed within.This a zero value PIN notice to undertake a market assessment impact only.Accordingly The Department will not be responsible for any expenditure incurred by any organisation responding to this notice.If unable to download the documents from this notice, you may need to register on the following portal https://education.app.jaggaer.comSSQ_531 refersPlease note the MIA questionnaire for completion has been updated to correct a fault experienced by some users in respect of the functionality of the tick boxes | Department for Education | 21/01/2025 |
09/12/2024 11:22 AM | Provision of weir wire ropes and fittings | Provision of supply of stainless-steel marine grade components for underwater structures for the Thames Area.• Approx.700 wire assemblies over 4 years (2+1+1) • Wire ropes at specified materials, diameters and lengths ( Stainless steel 12mm - 26mm wire thickness, 5m -15m length, between 3 - 8 ton lifting capacity ) • Fixtures and fittings at specified materials, sizes and configuration ( marine grade stainless steel D shackles of specified sizes, Swaged ends, Spelter Sockets, U-Bolts, Bulldogs, and other similar products) • QA Certificates to ensure the working load limits are within specification • Accurate lead times for deliveryThe opportunity is being administered on Defra's e-tendering portal: https://defra-family.force.com/s/Welcome If you are interested in this tender, please register your interest on the above portal, by 17:00, 31/01/2025.Government Classification of: Official SensitiveAll weirs in the Thames area which use wire ropes (stainless steel) and suitable shackles to lift and lower gates during operation and maintenance, require routine wire rope replacement. The replacement requires the manufacture of gate specific wire ropes, built to individual asset specifications of length, thickness, working load limits, ends (e.g. hard eye, swaged studs, fused and tapered) and shackle type. Once manufactured, these must be delivered to the EA Depot for the EA's diving contractor who will install them.The supplier must have: • Relevant experience • Ability to provide QA Certificates to ensure the working load limits are within specification • Ability to meet the lead times for deliveryThe Contractor may subcontract the provision of weir ropes, fixtures and fittings however, it must not affect the Contractor's ability to fulfil its obligations under the contract.The following will be provided in the Bidder Pack, which will be published to the suppliers who registered their interest on Defra's e-tendering portal: •.Procurement process for each item •.Specification | Environment Agency | 04/03/2025 |
06/12/2024 04:18 PM | Tactical Hearing Protection - RFI | The MOD is conducting market engagement to inform potential future requirements to procure new in-ear Tactical Hearing Protection, whilst continuing to optimise and develop our capabilities.The MOD currently supplies a number of Hearing Protection capabilities to a variety of Users across the UK Armed Forces. The Authority is looking to gather information on the current market for individual hearing protection, for use in the tactical environment against battlefield noise, whilst maintaining situational awareness and ability to use communication systems. The authority also seeks clarity on what in-ear fit testing solutions are on the market too, both software based hearing test approach and hardware approach using pressure tests.The RFI document is attached to the DSP opportunity listing at the following link:https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59188 | Ministry of Defence | 22/01/2025 |
06/12/2024 02:32 PM | Sub-Contractor Framework | The purpose of this framework is to appoint a selection of experienced and competent contractors to join Via's Subcontractor Framework. These contractors will work in partnership with Via to deliver a variety of works on both a planned and ad-hoc basis, addressing situations where internal resources are insufficient. The scope of works includes Lot 1 Arboricultural Services Lot 2 Day Works Lot 3 Drainage Lot 4 Electrical Lot 5 Rights of Way Lot 6 Surfacing Lot 7 Pavement Investigation Lot 8 Vehicle Restraint Systems The framework will operate from 1st May 2025 to 30th April 2027, with an option to extend for up to two (2) additional years in one-year increments | Via East Midlands | 07/02/2025 |
06/12/2024 09:40 AM | CP2463-23 Devon & Torbay Local Electric Vehicle Infrastructure | Concession contract for:The Councils intend to work with Private Sector Partner(s) (PSP) using a concessions approach, supplemented with the LEVI Capital Funding, to deliver approximately 2000 electric vehicle chargepoints in car parks and on-street locations across Devon & Torbay.This is a joint project between Devon County Council and Torbay Council. The Devon District authorities (East Devon District Council, Exeter City Council, Mid Devon District Council, Teignbridge District Council, South Hams District Council, Torridge District Council, and West Devon Borough Council) and Devon Parish Councils are also delivery partners contributing to the successful delivery of the project, which will include granting leases at council owned car parks.The Lots for this procurement are split based on the type of chargepoint, as per the Specification.Lot 1 is for Rapids DC (50kW+) Lot 2 is for Fast AC (22kW) Lot 3 is for Standard AC (<8kW) Bollard Chargepoints Lot 4 is for On-Street Lamp Column ChargepointsAlthough at the outset Torbay Council will not be awarded under every Lot, the Authority reserves the right to modify the contract to allow Torbay Council to call off at a later date by mutual agreement with the successful provider. | Devon County Council | 11/02/2025 |
05/12/2024 04:21 PM | CST195 - Provision of Approved Mental Health Practitioner Training (AMHP) | The Council is inviting a single Provider or a lead Provider with consortia or sub-contracting arrangement to deliver AMHP training for Council employees, ensuring our organisation can meet its legal duties and offer a 24/7 AMHP service. | Derbyshire County Council | 16/01/2025 |
05/12/2024 01:22 PM | Play Equipment for Winchester Playground | To supply play equipment as described in specification document. | Lancaster City Council | 31/01/2025 |
05/12/2024 12:08 PM | Total Workforce Solutions III: Strategic Workforce Services | HTE, on behalf of Mid And South Essex NHS Foundation Trust placed a Contract Notice in the Find a Tender ("FTS") seeking expressions of interest for the provision of the agreement of Managed Bank, Managed Agency & Workforce Efficiency Solutions, which comprises of 4 Lots, as listed below:- Lot 2a (Managed Bank Solutions) enables Participating Authorities to access Suppliers who are capable of providing one or more staff groups of Flexible Workers through deployment of a Managed Bank. - Lot 2b (Managed Agency Solutions) facilitating access to Suppliers providing Temporary Workers and operating as a Prime Contractor via appropriate Sub-Contractor relationships with Employment Businesses and/or Employment Agencies. - Lot 2c (Workforce Efficiency & Optimisation Solutions) enables Participating Authorities to access Suppliers who are capable of providing workforce efficiency and optimisation solutions, that includes but is not limited to Bank and Agency Demand Solutions, Direct Engagement Services and Workforce Consultancy Support. - Lot 2d (Bundled Strategic Workforce Services) enables Suppliers awarded to both of Lots 2a and 2b to combine the provision of all the awarded Services under a single contract. - Lot 2a (Managed Bank Solutions) enables Participating Authorities to access Suppliers who are capable of providing one or more staff groups of Flexible Workers through deployment of a Managed Bank. - Lot 2b (Managed Agency Solutions) facilitating access to Suppliers providing Temporary Workers and operating as a Prime Contractor via appropriate Sub-Contractor relationships with Employment Businesses and/or Employment Agencies. - Lot 2c (Workforce Efficiency & Optimisation Solutions) enables Participating Authorities to access Suppliers who are capable of providing workforce efficiency and optimisation solutions, that includes but is not limited to Bank and Agency Demand Solutions, Direct Engagement Services and Workforce Consultancy Support. - Lot 2d (Bundled Strategic Workforce Services) enables Suppliers awarded to a minimum of two (2) of Lots 2a, 2b and 2c to combine the provision of all the awarded Services under a single contract.. | HealthTrust Europe LLP (HTE) acting on behalf of | 17/01/2025 |
03/12/2024 10:29 AM | The Supply of Plastic, Rubber and Cork Sheeting | Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (the 'Prime Contract'). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together 'Team Leidos'). This requirement is subject to the Public Procurement Regulations and respective advertising action.The X Team, which forms part of Leidos Supply Ltd is considering the potential requirement for the supply of Plastic, Rubber and Cork Sheeting on behalf of the UK MOD, consisting of 1 Lot:Lot 1: - The Supply Of Plastic, Rubber and Cork SheetingThe total estimated value for this contract will be between £800,000 - £2,000,000, with a total contract length of 4 Years.If this is of further interest, please register on our eProcurement system, Jaggaer:https://leidos-supply.app.jaggaer.comBidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre. | Leidos Supply | 21/01/2025 |
29/11/2024 11:31 AM | Provision of Enforcement Services | The Driver and Vehicle Licencing Agency (DVLA) invites tenders for the provision of enforcement services across the UK, including Northern Ireland.This service will help identify untaxed vehicles or vehicles that are in breach of Statutory off Road Notification (SORN) and, where necessary, immobilise or remove vehicles. The services required encompass:- Immobilisation, Removal, Storage and Disposal of vehicles - Enforcement Warning Notice Issuing Services and; - Automatic Number Plate Recognition (ANPR) services for detection and action against untaxed non-Compliant vehiclesThis service provision is to supplement other DVLA Enforcement actions undertaken and help DVLA to continue to improve on the high compliance rate of Vehicle Excise Duty collection. This provision will provide quick, robust and proportionate action against those who don't to comply.The services for all elements must be considered when submitting your proposals, although subcontracting and consortia-bidding is acceptable. All products and services procured by or on behalf of the Authority must comply with the Government Buying Standards (GBS) and the Supplier must be able to meet and evidence compliance with the relevant GBS.The Annual Enforcement Targets for the first Contract Year are forecast to be: -118,500 Clean Enforcement Actions to include up to 2,500 Motorcycles and 125 Heavy Goods Vehicles. - 62,000 Enforcement Warning Notices. - The required volume of ANPR Actionable Images from the supplier fleet is a minimum of 14,000 per month, which correctly identify an unlicenced vehicle on the road. As a guideline, to deliver this volume of Actionable Images the total number of ANPR reads would need to be in the region of 4,000,000 per month. It is anticipated that the Authority will provide a minimum of a further 5,000 Actionable Images from their own fleet of vehicles into the suppliers Back Office function each month.Please be aware that forecasted targets are non-binding and for indicative purposes only. Suppliers must have the ability to scale up and down to meet DVLA business needs.Suppliers wishing to view and apply for this opportunity, must visit register on the Jaggaer E-tendering portal at:https://dft.app.jaggaer.comPlease refer to Project: tender_6387 - Provision of Enforcement Services Your Tender must be submitted through the Jaggaer E-tendering portal. | DVLA - Driver & Vehicle Licensing Agency | 22/01/2025 |
21/11/2024 12:53 PM | Invitation to Tender (ITT) for Tackling Antisemitism in Education Programme 2025/2028 | THIS IS A CONTRACT OPPORTUNITYThe Department invites organisations to tender for up to three contracts for the delivery of the Tackling of Antisemitism in Education Programme 2025-28.The aim of the Tackling Antisemitism in Education programme is to support schools, colleges, and universities to tackle antisemitism effectively by increasing the confidence of teachers and university staff to:-Teach (in schools and colleges) and facilitate discussions related to antisemitism, including related discussions about the Israel/Palestine conflict-Recognise and respond to incidents of antisemitic abuse-Develop policies and procedures to better tackle antisemitism, which also promote respect and tolerance more broadly, and therefore help tackle wider forms of hate and discrimination against all forms of hate and discrimination-Share lessons on tackling antisemitism with other staff and learners at the participant's institution.The Department is seeking to appoint one or more Prime Supplier(s) or Consortia(s) to deliver the TAE Programme, from FY25-26 to FY27-28.The requirements are split across three (3) Lots:Lot 1 - Scholarships and Action Learning Network - two scholarship programmes for (i) school and college teachers and staff, and (ii) university administration and student union permanent staff that will provide in-depth training on antisemitism and its impact on England today, to include a domestic study visit and an Action Learning Network for those that complete the scholarship.Lot 2 - Training and Resources for Universities - a programme of training and resources aimed at: i) university administration; ii) student union permanent and sabbatical staff; and iii) campus security.Lot 3 - Training and Resources for Schools and Colleges - a programme of training for teachers/ staff, targeted support for identified settings, and the development of three online learning resources to be hosted on the Department for Education's Educate Against Hate website.Access and further information is available via the Departments e-Tendering portal - Jaggaer: https://education.app.jaggaer.com/ | Department for Education | 16/01/2025 |
20/11/2024 10:06 AM | Voluntary and Community Sector (VCS) - Resource and Funding Maximisation Market Engagement | Further to the previous FTS PIN (ref. no: 2024/S 000-037463), which was published on 20th November 2024 regarding this forthcoming procurement opportunity, Essex County Council ("the Council") would like to invite prospective providers to engage in a soft market test as part of the market engagement for this project. The soft market test has been designed to establish the potential level of interest from organisations to deliver a Voluntary and Community Sector (VCS) - Resource and Funding Maximisation service and to invite feedback on the proposed structure of this service to inform the Council's commissioning intentions. Pending a review of the market feedback for this soft market test, the Council intends to commission a VCS Resource and Funding Maximisation Service offer which will work collaboratively with: • A VCS Universal Standard Support Offer, providing digital business, compliance and learning resources. • A VCS Community Participation partner, working strategically to develop a culture of participation across Essex and: • Geographically based resources offering targeted and bespoke support across a range of outcomes. The primary scope of the VCS Resource and Funding Maximisation service is predicated upon investing in a partner to enable a more strategic approach to maximising the funding and resources for the VCS. This partner will leverage financial and non-financial resources, strengthen the VCS capacity to secure funding, and support a strategic approach to distributing funding and non-financial resources. For the avoidance of any further doubt, please note that the Council will finalise the scope of this procurement opportunity following the conclusion of the market engagement phase of this project. Therefore, the inclusion of any proposed scope of this procurement alongside any dates and budgetary information for the forthcoming procurement is provided for indicative purposes only. The Council reserves the right to amend this information following confirmation of the procurement timetable for this project. Full details of the structure of this procurement and associated timetable will be detailed within the corresponding Contract Notice in due course. Further details of the Council's current commissioning intentions for this service and a copy of the online soft market test questionnaire can be accessed via the Council's e-tendering portal: https://procontract.due-north.com/ Please note that you will need to complete the registration process to secure a user account to access the soft market test questionnaire on ProContract. However, please be advised that the registration process is free of charge and provides access to all the current and forthcoming procurement opportunities for Essex County Council alongside several other public sector organisations. Please note that the deadline for the soft market test responses will be Monday 20th January 2025 at 12:00 and all responses must be submitted via ProContract. | Essex County Council | 20/01/2025 |
19/11/2024 03:47 PM | A47/A11 Thickthorn Interchange Project | This new project on the A47/A11 Thickthorn Interchange is looking for potential subcontractors for our Waterproofing package.Currently, we do not have any further information on this package but if you would like to be considered for this work, please complete an Expression of Interest form attached and return to ku.oc1738929639.aksn1738929639aks@g1738929639nilta1738929639rps.a1738929639esleh1738929639c1738929639 with the subject line of: "Expression of Interest - 2000.01 Waterproofing - *Your Company Name*" | SKANSKA CONSTRUCTION UK LIMITED | 28/02/2025 |
19/11/2024 03:44 PM | A47/A11 Thickthorn Interchange Project | This new project on the A47/A11 Thickthorn Interchange is looking for potential subcontractors for our Site Security package.Currently, we do not have any further information on this package but if you would like to be considered for this work, please complete an Expression of Interest form attached and return to ku.oc1738929639.aksn1738929639aks@g1738929639nilta1738929639rps.a1738929639esleh1738929639c1738929639 with the subject line of: "Expression of Interest - 0100.18 - Site Security - *Your Company Name*" | SKANSKA CONSTRUCTION UK LIMITED | 30/01/2025 |
19/11/2024 03:40 PM | A47/A11 Thickthorn Interchange Project | This new project on the A47/A11 Thickthorn Interchange is looking for potential subcontractors for our Site Clearance - Bridge Demolition package.Currently, we do not have any further information on this package but if you would like to be considered for this work, please complete an Expression of Interest form attached and return to ku.oc1738929639.aksn1738929639aks@g1738929639nilta1738929639rps.a1738929639esleh1738929639c1738929639 with the subject line of: "Expression of Interest - 0200.03 Site Clearance - Bridge Demolition - *Your Company Name*" | SKANSKA CONSTRUCTION UK LIMITED | 30/03/2025 |
19/11/2024 03:38 PM | A47/A11 Thickthorn Interchange Project | This new project on the A47/A11 Thickthorn Interchange is looking for potential subcontractors for our Landscaping package.Currently, we do not have any further information on this package other than you will be required to hold "NHSS 18 Environment and Landscape including Ecology" accreditation, but if you would like to be considered for this work, please complete an Expression of Interest form attached and return to ku.oc1738929639.aksn1738929639aks@g1738929639nilta1738929639rps.a1738929639esleh1738929639c1738929639 with the subject line of: "Expression of Interest - 3000.01 Landscaping - *Your Company Name*" | SKANSKA CONSTRUCTION UK LIMITED | 30/01/2025 |
15/11/2024 09:21 AM | Mental Health Support Services - NHS Sussex ICB | Mental Health Support Services - Brighton and Hove / West Sussex - ITT The Commissioners (NHS Sussex Integrated Care Board and Brighton and Hove City Council) are seeking to appoint suitably experienced providers, to deliver Mental Health Support Services to the populations of Brighton and Hove and of West Sussex from 1st October 2025. The provision is divided into two Lots by geography: Lot a) Brighton and Hove Lot b) West Sussex. Providers may submit a bid response to one or both lots. The Commissioners will contract with a single legal entity for each Lot (one in Brighton and Hove and one in West Sussex), responsible for delivery of all required Mental Health Support Services in each area. Providers will decide and detail within their bid/s, how to structure themselves in order to ensure successful delivery of all required services. It is anticipated that organisations will join together to form business relationships in order to bid collectively as a single legal entity, for example, as a Lead Provider/Sub-Contractor model, a form of Alliance model with a Lead Member, a Consortium and so on.The NHS Standard Contracts will be for a period of 5 years with an option (of the commissioner) to extend for a period of up to a further 24 months (5+2). The combined annual value across the two lots is £6,963,091.00, £34,815,455.00 over the 5 year duration and £48,741,637.00 should the full potential extension period be taken up. The aim of the Mental Health Support Services (MHSS) is to improve the mental health and wellbeing of the adult population in Brighton and Hove and West Sussex. This is a Provider Selection Regime (PSR) Contract Notice, procured as a 'Mixed Procurement' through the Competitive Process, subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this procurement nor any subsequent contract award.Interested providers can view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://atamis-1928.my.site.com/s/Welcome .Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the Invitation To Tender (ITT) documentation, you will need to click on 'Register interest' - this will take you to the log-in page. If you are not already registered on the system, you will need to do so before gaining full access to the documentation and to be able to submit your response through Atamis.Please complete your response and return via the Atamis eTendering Portal, reference: C316974 - Mental Health Support Services - NHS Sussex ITT by 20th January 2025 at 12 noon. | NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT | 20/01/2025 |
14/11/2024 04:09 PM | Bar Supplies | The Council requires the supply of bar stock for re-sale including a full range of alcoholic and non-alcoholic beverages and a beverage solution for the supply of draught beverages. | Lancaster City Council | 07/02/2025 |
14/11/2024 08:47 AM | Treatment & Conditioning Services Framework (2026-2030) | Nuclear Waste Services (NWS), (the Client) through its Waste Services line of business, is procuring this Framework for Waste Treatment and Conditioning Services on behalf of its Customers. A Customer is defined as any organisation that holds a Waste Services Contract (WSC) with the Client.This Waste Treatment and Conditioning Services will support the delivery of the Integrated Waste Management Programme (IWMP) by providing the Client and its Customers access to a supply chain for treatment and conditioning of waste (primarily radioactive but may contain quantities of norm waste). This includes but is not limited to soft/solid combustible/compactable wastes through to oils, liquids, resins etc. and covering activity levels ranging from lower activity low level waste up to boundary waste and beyond including radioactively contaminated chemical and hazardous wastes.The services to be provided under this framework will cover all stages of the waste lifecycle and to this end, Contractors must have knowledge and understanding across the full radioactive waste management lifecycle and the ability to operate and execute work and provide support and services the Client may require at each stage of the waste management lifecycle.Contractor's must have the ability to deliver all aspects of the service. Such ability may include the use of appropriate subcontractors in accordance with the conditions of contract.To maintain access to established waste management routes which are now embedded in waste producer's operations, the Client requires the Contractor to be able to provide either Incineration or Supercompaction (both of which must be able to deal with radioactive wastes) as a minimum requirement in order to secure a place on the framework, these will be referred to as minimum treatment capabilities. In addition to the minimum treatment capabilities, Contractors may offer other optional treatment processes, should the Contractor wish to offer additional treatments, any such capability should be detailed within their tender bid submission.We intend to hold an in person Supplier Engagement Event on Tuesday 10th December 2024 from 09:00 till 14:00 to share high-level scope and other details. To register interest in the opportunity and to book your place at the engagement event please contact either: - ku.se1738929639civre1738929639setsa1738929639wrael1738929639cun@y1738929639ellam1738929639S.J.w1738929639ehtta1738929639M1738929639 - ku.se1738929639civre1738929639setsa1738929639wrael1738929639cun@e1738929639cnepS1738929639.nail1738929639liG1738929639 - ku.se1738929639civre1738929639setsa1738929639wrael1738929639cun@y1738929639nohtn1738929639A.E.y1738929639aF1738929639 | Nuclear Waste Services | 17/07/2025 |
11/11/2024 04:17 PM | Building Safety and Compliance Framework | Fusion21 is developing a framework for the full provision of Building Safety and Compliance related works/services. The Framework will be split into 12 lots as follows:Lot 1: Asbestos Surveying & Consultancy CPV: 71313410, 71315100, 71317210, 71600000, 71900000, 80500000, 80531200 Description: Includes; asbestos consultancy air monitoring, training and related services Value: £50mLot 2: Asbestos Abatement & Removal CPV: 45262660, 90650000 Description: Includes; asbestos removal, disposal, encapsulation and related services Value: £90mLot 3: Legionella & Water Hygiene Consultancy CPV: 71313410, 71317210, 71600000, 71800000, 80500000, 80531200 Description: water hygiene consultancy services, undertaking risk assessments, producing written schemes/management plans, training and related services. Value: £10mLot 4: Legionella Monitoring & Control CPV: 45332000, 50511000, 50513000, 50514100, 51810000, 71600000, 71700000, 71800000, 71900000, 80531200, 90913100 Description: Legionella and temperature monitoring, testing and sampling and related services/works. Value: £50mLot 5: Fire Safety Surveying & Consultancy (Multi- Disciplinary) CPV: 71313410, 71315400, 71317100, 71317210, 71600000, 71631000, 75251110, 80500000, 80531200 Description: Fire safety, surveying and consultancy related works/services. Value: £20mLot 6: Fire Risk Assessments CPV: 71313410, 71317100, 71317210, 75251110, 80500000, 80531200 Description: Fire risk assessments and related services Value: £40mLot 7: Fire Safety Inspections CPV: 71315400, 71631000 Description: Fire safety routine or ad-hoc inspections Value: £40mLot 8: Passive Fire Protection CPV: 44221220, 45343000, 45343100 Description: Includes design, supply, installation, maintenance and other related works/services Value: £290mLot 9: Fire Suppression (Sprinkler & Mist) Systems CPV: 35111500, 44115500, 45343000, 45343100, 45343230 Description: Includes design and installation/upgrading of fire safety measures Value: £40mLot 10: Active Fire Safety CPV: 31500000, 31518200, 31625100, 31625200, 35111000, 35111320, 44480000, 45312100, 45343000, 50413200, 51700000 Description: Includes fire detection, evacuation, alarm systems and similar service/works Value: £90mLot 11: Warden Call & Tele-health CPV: 31620000, 33195000, 33196000, 42961100, 79711000 Description: Includes design, supply, installation, maintenance and other related works/services Value: £40mLot 12: Electronic Security CPV: 31625000, 35120000, 42961100, 45312000, 50610000, 79711000 Description: Includes door access control, CTTV, alarms and other related services/work Value: £40mFurther information and the Tender Pack can be found in the Opportunities section on the Buyers e-procurement Portal - https://fusion21.ukp.app.jaggaer.com | Fusion21 Members Consortium | 17/01/2025 |
07/11/2024 04:21 PM | Fire Doors and Components Testing to the General Public Safety Regulations 2005 | The Department for Business and Trade (DBT) expects to publish a contract opportunity relating to its requirement for the provision of fire door-sets testing.DBT are requesting Expressions of Interest ("EOI") pertaining to this requirement. Please email: ku.vo1738929639g.eda1738929639rtdna1738929639sseni1738929639sub@o1738929639pblai1738929639cremm1738929639oc1738929639 by 30th November 2024 in order to register your interest.At this stage, DBT wishes to understand the size and capability of the supply market. Information that it gathers will be used to refine requirements to ensure they are fit for suppliers to deliver against. Meetings will also be held directly with interested participants at a future date, subject to capacity.The full specification shall be provided with the tender documents, but it is expected to incorporate the testing of a selection of fire doors and their component parts to verify their fire resistance performance.The aims of testing are:• To perform a series of screen tests on products on the UK market to verify their fire resistance properties.• To gather data on this product sector, which will feed into the Buyer's wider construction products planning.The successful supplier will be expected to provide all required testing of the products as well as provide any staff/subcontractors required for testing to be performed.It is anticipated that the contract shall be for an initial period of 24 months. The requirement has an estimated total value of £750,000 excluding VAT and this value includes any available contract option(s).It should be noted that DBT makes no commitment to procure these services and may decide to not progress this any further following this engagement with the market. DBT reserves the right to change any information contained within the Early Engagement documentation at any time, and Potential Suppliers rely upon any information provided entirely at their own risk.BackgroundThe Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance.OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation.Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services | Department for Business and Trade | 20/01/2025 |
25/10/2024 03:39 PM | PRJ8500: DSA - Data & Analytics Services | Future Opportunity Description: The Home Office's Data Services & Analytics (DSA) Unit intends to put in place two (2) new contracts, with Prime Delivery Partners and supporting supply chains that will include SMEs for the provision of Data and Analytics Services.DSA delivers critical matching, analytic, reporting and insight services across all areas of the Home Office and beyond. DSA currently has several major contracts providing a significant proportion of these services all of whose initial term will end at the end of calendar year 2024 and into 2025. It is anticipated that the extension options available under the contracts will be utilised to allow a gradual transition during 2025/26.With the major focus on Data and Analytics as described under the SFIA view, underpinned by the Data related roles described under the latest Government Digital and Data Profession Capability Framework, the contracts are planned to provide data related professions on a resource augmentation basis as well as Data and Analytics outcome based pieces of work. Whilst the majority of roles under the latter will be data and analytics related, in order to deliver outcomes, there will be provision for non-data roles (e.g. delivery, architecture, user centred design, etc.).The requirement will cover two Lots as detailed:Lot A - Data Led Multifunctional Teams: Multi-functional integrated teams commissioned to support the transformative implementation of DSA's emerging data strategy. This includes the ability to increasingly standardise and integrate current bespoke functionality from related programmes into DSA's core offerings. Lot A is expected to have a non-committed capped value of c. £200m over the maximum term.Lot B - Data Professions: Teams and/or specialist individuals within the data and data related DDaT Professions. If non-data professions are required to create a team, these to be sourced as civil servants, via interim frameworks and/or other HO DDaT Central Profession based contracts. Lot B is expected to have a non-committed capped value of c. £150m over the maximum term.*Suppliers may bid for one, or more Lots but can only be awarded one of the resulting contracts.An early market engagement exercise was conducted in July 2024, details of which can be requested at https://www.techuk.orgSummary details:Route to Market: Crown Commercial Services framework for Digital Specialists and Programmes (DSP) - RM6263 Framework - Lot 1 - Digital Programmes.Lots: Two (2)Indicative Total Value of Contract: Up to a maximum of £350,000,000 (see Lots) over the maximum five (5) year term.Framework Supplier Engagement: July 2024 (conducted via Tech UK - details available)Draft ITT issued: December 2024Target Further Competition Date: January 2025Term: 4 (+1 year Optional extension)Target Contract Commencement Date: August 2025Target Contract End Date: August 2029, plus, the option to extend for a further period of up to twelve months | Home Office | 01/01/2001 |
24/10/2024 08:43 AM | The Supply of Ceremonial Accoutrements | Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (the 'Prime Contract'). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together 'Team Leidos'). This requirement is subject to the Public Procurement Regulations and respective advertising action.The Defence ClothingTeam, which forms part of Leidos Supply Ltd is considering the potential requirement for The Supply of Ceremonial Accoutrements on behalf of the UK MOD, consisting of eight (8) Lot(s): Lot 1: Leather & Plastic Lot 2: Cuirasses & Helmets Lot 3: Plumes, Feather & Hair Lot 4: Textiles Lot 5: Corded Items Lot 6: Swords & Scabbards Lot 7: Wooden Items Lot 8: MetalwareThe total estimated value for this contract will be between £6,500,000 - £16,200,000, with a total contract length of Five (5) Years.If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=58944Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre. | Leidos Supply | 20/03/2025 |
21/10/2024 03:42 PM | Project Academy - Training and Educational Services | Sellafield Ltd and the NDA Group require the provision of programme and project related short courses, professional qualifications and degree programmes in a variety subjects related to the delivery of our Programmes and Projects. Sellafield Ltd will be the primary interface for the procurement of Project Academy services on behalf of the NDA group of companies which currently comprises;• Sellafield Ltd. • Nuclear Restoration Services Limited (NRS) - previously known as Magnox Ltd. and Dounreay Restoration Sites Ltd. • Nuclear Waste Services Ltd. (NWS) - Previously known as Low Level Waste Ltd. (LLWR) and Radioactive Waste Management Ltd. (RWML) • International Nuclear Services (INS) and its subsidiary Pacific Nuclear Transport Ltd. (PNTL) - trading as Nuclear Transport Solutions Limited (NTS) • The Nuclear Decommissioning Authority (NDA) and its subsidiary NDA Archives Ltd.It is essential that the Training Provider be a 'Recognised Body' and have awarding powers granted under The Education (Recognised Bodies) (England) Order 2013. It is however recognised that the Training Provider may choose to use subcontractors to deliver the breadth of training and educational services required. The Training Provider or its chosen subcontractor(s) should have a proven track record of delivering Project Management Education to PhD / Master's Degree level and be a current Association for Project Management (APM) Accredited Academic organisation. As the Project Academy evolves over the duration of this framework agreement, it is essential that the Training Provider work collaboratively with Sellafield Ltd to develop additional bespoke courses to meet demand.The Framework Agreement will be between Sellafield Ltd and the successful Training Provider who will procure the services on behalf of the NDA Group of companies listed above. The framework will be for a period of 6 years, with the option to extend for a further 3 to maximum of 9 years. The estimated value is within a range of £15m to £18.2m across the 9 year duration, with £16.6m being the mid-point based on the anticipated scope and volume. Sellafield Ltd gives no guarantee as to the actual spend.This procurement will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis, which can be accessed via the URL https://atamis-2464.my.site.com/s/Welcome . Once you have registered on Atamis, you can access all documentation and submit a response using the record reference C8351. | Sellafield Ltd | 03/02/2025 |
08/10/2024 03:02 PM | The Supply of Mixed PPE | Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (the 'Prime Contract'). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together 'Team Leidos'). This requirement is subject to the Public Procurement Regulations and respective advertising action.The Defence Clothing Team, which forms part of Leidos Supply Ltd is considering the potential requirement for the supply of Mixed PPE on behalf of the UK MOD, consisting of 10 Lot(s): Lot 1 - Mixed PPE Lot 2 - Mechanical & Chemical Gloves Lot 3 - Eyewear Lot 4 - Headwear Lot 5 - Disposable and Half Masks Lot 6 - Negative Pressure Masks Lot 7 - Positive Pressure Masks Lot 8 - Sunglasses Lot 9 - Primary Flight Deck Goggle Lot 10 - Refueling GoggleThe total estimated value for this contract will be between £8,335,000.00 - £ 20,645,000.00, with a total contract length of 4 Years.If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=58888Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre. | Leidos Supply | 25/02/2025 |
20/09/2024 01:07 PM | 710338451 ALT PNT RFI | Following on from our recent Industry Day on 1st March 2024, and subsequent update provided in June 2024, we thank you again for the engagement and RFI information provided, this has helped to steer our planning for the next stage of the Alt PNT project. The requirements for ALT PNT is still evolving, we have decided as we want to progress activities we are taking a measured approach at this stage, and focusing on Deployable eLoran technologies only at this time , we therefore are seeking RFI responses to support us in progressing this project.Please see attachment associated with this notice. | Ministry of Defence | 01/01/2001 |
13/09/2024 02:43 PM | Nuclear Deterrence Fund | The UKs independent nuclear deterrent has existed for over 60 years to deter the most extreme threats to our national security and way of life, and that of our NATO Allies. UK nuclear policymakers will be confronted with an array of challenges in the coming decades, including from major nuclear armed states, emerging nuclear states and state-sponsored nuclear terrorism. The complexity and breadth of these challenges requires the UK to consider how to adapt its approach to deterrence across the spectrum of conflict, including nuclear and strategic deterrence. This, in turn, requires an intellectual capability that can assist UK policymakers in understanding the new security dynamic and its implications for future deterrence requirements. The MoD is committed to not only developing this expertise within Government, but through a thriving and robust civil society which can provide valuable research and challenge to Government on these issues. The Nuclear Deterrence Fund (NDF) is a £3.3m pilot programme which will run between FY24-27 to stimulate wider UK expertise in nuclear deterrence issues and to generate a research base to support nuclear deterrence policymaking.The Fund is now accepting proposals. Upcoming deadlines for January and March 2025 submissions are as follows: Supplier Registration on DSP Deadline 03/01/25 I 06/03/25Project Proposal Submission & Contract Terms Acceptance Deadline (12:30 GMT) 20/01/25 I 20/03/25Programme Board Meetings 22/01/25 I 27/03/25 (The Nuclear Deterrence Fund reserves the right to change these dates and intends to move to a quarterly review cycle from financial year 2025/26.)To submit proposals to the NDF, suppliers must register for the NDF PQQ on the Defence Sourcing Portal (DSP). Once the necessary checks have been completed, suppliers will be onboarded onto a Dynamic Purchasing System (DPS) which will provide the contractual terms. Suppliers can onboard onto the DPS between 09/24 and 01/27. Once on the DPS, suppliers can submit research project proposals for consideration. The detail of any funding agreements for successful bids will be covered by supplementary project tasking form. | Ministry of Defence | 31/01/2027 |
10/09/2024 11:08 AM | Royal Navy Industry Engagement Workshop: A Strategic Vision for a Novel Nuclear Navy | *Update 14/01/2025* Due to an error on the application form, all submissions have been received as anonymous. Please can everyone that has applied to attend this event, edit or re-submit their application to include an email contact address. Thank you.*Updated notice 10/01/2025*This is a calling notice - not a tendering opportunity.The Royal Navy would like to thank all industry stakeholders that provided an RFI submission for RFI0046 Generation 4 nuclear technologies for integration into surface ships.The Royal Navy Develop Directorate will host a workshop to engage with industrial stakeholders on a Novel Nuclear Surface Fleet; then seek industry's view on investigating a plausible strategic vision for a novel nuclear Navy, focusing on the operational advantages and feasibility of nuclear technology in naval surface applications.Please see the attached document for further details, including how to apply to attend the workshop. | Ministry of Defence | 31/01/2025 |
03/09/2024 04:04 PM | The Supply of Flight Deck Helmets & Protective Head Pads | Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (the 'Prime Contract'). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together 'Team Leidos'). This requirement is subject to the Public Procurement Regulations and respective advertising action.The Defence Clothing Team, which forms part of Leidos Supply Ltd is considering the potential requirement for the supply of Flight Deck Helmets & Protective Head Pads on behalf of the UK MOD, consisting of 1 Lot(s): Lot 1: - The Supply of Flight Deck Helmets & Protective Head PadsThe total estimated value for this contract will be between £316,000 and £790,000, with a total contract length of 4 Years.If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.comBidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre. | Leidos Supply | 18/02/2025 |
29/08/2024 03:03 PM | The Supply of Army No.1 Dress | Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (the 'Prime Contract'). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together 'Team Leidos'). This requirement is subject to the Public Procurement Regulations and respective advertising action.The Defence Clothing Team, which forms part of Leidos Supply Ltd is considering the potential requirement for the supply of Army No.1 Dress on behalf of the UK MOD, consisting of 1 Lot: Lot 1: - The Supply of Army No.1 DressThe total estimated value for this contract will be between £1,500,000 - £4,000,000, with a total contract length of 4 Years.If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.comBidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre. | Leidos Supply | 25/02/2025 |
22/08/2024 01:52 PM | Water Network Management Services | AWE is looking to award a contract for the management, maintenance and operation of AWE's water and waste water networks including upgrades to its existing capability. The services required will consist of:• Managing, maintaining and operating AWE's water networks in line with AWE site licence conditions, statutory legislation, regulations, and approved codes of practice (ACOPs)• Upgrade and optimise the water networks through the delivery of an agreed programme with AWE issued via a task order process• 24/7/365 response to maintain the availability of networks for AWE Operations and meet the requirements of AWE's business resilience plans• Provision other repairs/works as necessary to keep infrastructure operational in accordance with agreed KPIs • Provision of project resource, as required, to deliver the above, operating with AWE working practices and meeting legislative and regulatory requirements • Provision of sampling and analysis capabilities including access to UKAS approved laboratories to meet regulatory compliance• Manage, maintain and operate all equipment, supplies, spares and vehicles as is necessary to conduct the contract scope• Understand and meet evolving regulatory requirements to provide compliant water services in line with the private drinking water regulations. In delivering the above, AWE is seeking the expertise of its chosen supplier to bring the necessary people, capability and technology to improve it's water networks and a supplier that can adapt to an evolving landscape as the network of buildings within the AWE site footprint changes during the contract term."Please register your interest in this procurement by emailing ku.oc1738929639.ewa@1738929639tneme1738929639rucor1738929639PEWA1738929639. On registration of interest,Bidders will be initially asked to complete an NDA and Security Assurance Questionnaire.On successful conclusion of these documents, Bidders will be invited to a Pre-Qualifying Questionnaire (PQQ) stage with a deadline of 7th October 2024." | AWE PLC | 24/03/2025 |
31/07/2024 04:33 PM | Local Net Zero Accelerator Pilot - Finance Support Services DPS | Cambridgeshire & Peterborough Combined Authority ("CPCA") is establishing a dynamic purchasing system ("DPS") to engage expertise in a range of areas to support the delivery of net zero finance initiatives. This document provides a description of the types of services required, and what types of services are included within each DPS category. CPCA's ambition is to appoint Suppliers who will be considered by Buyers for a number of Call-Off Contracts. This will enable those Buyers to have access to relevant skills, knowledge and experience in finance, legal services, procurement and other specialist fields. The Suppliers will support the delivery of ambitious and high-profile net zero programmes while developing a base of knowledge and resources for the benefit of the wider public sector. | Cambridgeshire & Peterborough Combined Authority | 24/07/2028 |
22/07/2024 09:40 PM | Monitoring Evaluation and Learning (MEL) for Green Urban Growth in Somalia Programme | PLEASE NOTE: The tender process for this Monitoring Evaluation and Learning for Green Urban Growth in Somalia (MEL-GUG) itt_6537 is now set to proceed from the 27 November 2024. All the tender documents and the new timetable have been updated in the itt pack.Please note that the original tender process as advertise in FTS (#) has been update on 16 August 2024, ref - 2024/S 000-026211 and on 27 November 2024, ref - 2024/S 000-038269.Foreign, Commonwealth and Development Office (FCDO) is looking for a Supplier to perform Monitoring, Evaluation and Learning (MEL) services for its Green Urban Growth in Somalia (GUG) Programme.The purpose of the Contract is to provide the independent MEL for GUG's overall programme delivered through the two modalities (commercial contract for £25 million and Partnership Finance Fund agreement worth £11 million) with the aim to: i) assess the UK's overall contribution towards achieving the Theory of Change (ToC) outcomes and impact, ii) review the validity of assumptions in the ToC throughout implementation; and iii) assess if the programme structure and delivery modalities are fit-for-purpose to achieve the desired results and iv) document lessons learned to inform decision-making and strengthen the global evidence base on urban development and building resilience to climate change in FCAS.The expected start date of the Contract is March/April 2025. The Contract will run until 30 September 2025 with an option to extend by up to further 24 months.The Contract will comprise of two phases: - Inception Phase up to 4 months; - Implementation Phase - remainder of contract period, with the last 3 - 6 months before the end focusing on the closure of the Contract and the responsible exit.Contact Value is up to £3,000,000 million, with an option to increase the value by up to an additional £1,500,000. Please note that the Contract value is exclusive of VAT but inclusive of all applicable / local taxes.The tender has been published in the FCDO eSourcing Portal https://fcdo.bravosolution.co.uk (itt_6537). You will need to login / register in order to access the tender document and to submit your proposal. If you have any technical issues with the Portal, please call eSourcing helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK). Any queries related to the Tender documents must be addressed through the "messages" functionality linked to itt_6537. | Foreign Commonwealth and Development Office | 29/01/2025 |
23/05/2024 03:34 PM | Green and Inclusive Growth Centre of Expertise | The Green and Inclusive Growth Centre of Expertise (GIG CoE) is intended to be one of five Economic Development Centres of Expertise (COEs) being established at the Foreign, Commonwealth and Development Office (FCDO) to support delivery of the UK's new International Development Strategy. COEs will offer demand led and efficient mechanisms to access the best expertise in the UK and globally from multiple sources including from within FCDO and XHMG, to support economic development. Consistent with commitments in the Development White Paper on locally-led development, COEs should also include local suppliers and expertise as a core part of the COE offer - potentially twinned/partnered with UK/international expertise. As part of this, FCDO is designing a new programme - UK Centre for Green and Inclusive Growth (GIG). This aims to build directly upon the success of the following FCDO flagship programmes which currently make up the first phase of the GIG CoE: - The International Growth Centre (2018-2026) - Growth Gateway (2019-2026) - Manufacturing Africa (2017-2026) - Work and Opportunities for Women (2016-2025) GIG will aim to contribute to inclusive and sustainable poverty reduction, promote low carbon transformational growth and enhance world class research, analysis and expertise in target sectors: mainly manufacturing and services, and are likely to include agri-processing, green construction materials, textiles, electric vehicle production parts and assembly, environment-friendly packaging; and the services that complement these sectors and account for much of the value-add in the supply chain (e.g. design, logistics, e-commerce, and professional services). Focusing on these sectoral drivers of green and inclusive growth in the real economy has been shown by predecessor programmes to address a market failure in overcoming the binding constraints to green and inclusive economic growth (e.g. low private sector productivity, lack of responsible business practices, lack of inclusion - particularly women's economic empowerment). GIG will seek to support generating quality jobs, economic inclusion and especially women's economic empowerment, responsible business, and actions to drive green transitions as objectives across all its work. This is a Prior Information Notice and not a call for competition at this time. It is used to highlight to the market that we intend to reach tender stage in the future. This programme is currently working through the FCDO Business Case approvals process. Please register interest on the FCDO Portal: (https://fcdo.bravosolution.co.uk/web/login.html(project_10939)(pqq_1655). We are holding an online event on 12th June 2024 at 2pm, please register your intention to attend using the Market Survey: https://forms.office.com/e/PXsdYF0ZVj. This event will be used to give information at this time and we will also be seeking feedback to inform design of the programme delivery mechanisms. | Foreign Commonwealth and Development Office | 01/04/2025 |
20/05/2024 02:34 PM | Specialist Education Framework Phase 1 - Independent Non-Maintained Special Schools Round 3 | Nottinghamshire County Council (the Council) is seeking to add further Independent non-maintained Special Schools (INMSS) to a new Framework Agreement under which the Council are looking to commission INMSS and Post-16 (where the provision is delivered in house by the school) provision of specialist school placements for pupils who are not attending mainstream or maintained special schools and who have an Education Health Care (EHC) Plan. This will replace the current Independent / non-maintained special schools Approved Provider List for Nottinghamshire (NAPL). The framework will commence from the 1st January 2025 for an initial term of 5 years with 3 optional extensions of 24 months eachAll Providers currently delivering or intending to deliver services detailed within the updated Specification (Part 4 - Specification) must apply to be on the new Framework Agreement as the current provider list (NAPL) will come to an end on the 31st of December 2024.This initial phase of the framework will have two lots under which the Council can make specialist school placements (See paragraph 5 below for further details). In Lot 1 commissioners will put in place block contracts with providers and Lot 2 will see the establishment of an approved INMSS provider listThis process is the reopening of the framework for new providers to bid to join the new INMSS framework and is the third tender round. This tender round is only open to bid to join the INMSS Approved Provider List which is Lot 2 of the Framework Agreement. The Council are not re-opening Lot 1 Block Contract in this tender round. Any providers who were unsuccessful in the previous tender rounds (1 and 2) for Lot 2 can reapply in this tender round (3).ANY PROVIDERS WHO HAVE ALREADY SUCCESSFULLY APPLIED IN PREVIOUS TENDER ROUNDS AND HAVE BEEN AWARDED A PLACE ON THE FRAMEWORK DO NOT NEED TO APPLY AGAIN IN THIS TENDER ROUNDTo register your interest in this tender and to view the tender documents, the tender ispublished on https://www.eastmidstenders.org/Reference DN756213The closing date for all tenders is the 28th of January 2025 at 5.00pm.Please note that a standstill period of 10 days will commence from the notification of thecontract award. | Nottinghamshire County Council | 28/01/2025 |
27/02/2024 06:20 PM | Forensics - National Crime Agency | C0983 Forensics - Traditional PhysicalThe National Crime Agency protects the public from serious and organised crime; and is inviting tenders for the provision of analytical forensic services across a wide range of disciplines playing a pivotal role in its mission. These tenders present an exciting opportunity for Suppliers with expertise in delivering forensic capability against a comprehensive range of services, that combine quality, value , legal and forensic compliance. The contract duration will be for eight (8) years and split in to three contracts. Suppliers have the option of bidding for one or more contracts.For Contract C0983 Traditional Forensics - The Authority is seeking to award a single contract for a managed service utilising sub-contracting arrangements to deliver all disciplines. Suppliers will be required to manage complex cases and be multi-disciplined. It is intended that work submitted under this contract will be managed on a split basis.Other related Tenders open: Contract C0984 Forensics - Digital & Technology the Authority is looking to award to multiple suppliersContract C0985 Forensic Consumables The Authority is looking to award a single contract for this requirement.For more info: https://nca-atamis.my.site.com/ProSpend_eSourcing_Community_registration?locale=uk. | National Crime Agency | 06/03/2025 |
23/10/2023 09:04 AM | Overseas Deployable Food (DFP) | Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (the 'Prime Contract'). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together 'Team Leidos').Team Leidos wishes to stimulate interest, information and views across the market for the fulfilment of this requirement via this PIN. The Food team, which forms part of Leidos Supply Ltd. is considering the potential requirement for Overseas Deployable Food (ODF) on behalf of the UK Ministry of Defence (MOD). This requirement aims to deliver a cost effective, secure food supply to the British Armed Forces and entitled personnel serving in overseas areas either in permanent or non-permanent locations. This requirement will cover (but will not be limited to) the sourcing and distribution of Food Products, Non-Food Products and beverages to overseas locations as well as to future overseas operations and/or exercises.The supply of food will be to permanent and non-permanent operations and exercise overseas locations specified by the MOD. An example of these locations include, but are not limited to: British Forces South Atlantic Islands, Kenya, Nepal, Germany, Norway, USA, Belize, Jordan and Oman. Supply requirements to overseas operations and exercises may potentially involve deliveries to hostile and remote locations.Potential providers must have the capability and flexibility to establish and manage supply chains for food on a global basis to cope with the demands and surge requirements of the British Armed Forces.The potential provider shall manage the supply chain to source and deliver fresh, ambient, chilled and frozen food products, as well as catering non-food products, to each permanent and non-permanent location (No. lines may vary depending on location and scope ~400 lines per location). Representative examples of the typical types and range of products are as follows:Food Products: Fresh fruit, vegetables, salad, Ambient, Chilled, and FrozenNon-Food Products: Aluminium foil, cling film, biodegradable cutlery and food handling and cleaning products.Logistics: Storage and transportation of food and non-food products worldwide to serve specified MOD permanent and non-permanent overseas locations. Temporary hire of static frozen, chilled and dry reefer containers with associated power generators and distribution boards and container lifting equipment for non-permanent overseas locations specified by the MOD.The framework length should not exceed 7 years, and is anticipated to commence in 2026.The value of this framework is estimated to be between £100,000,000 - £250,000,000.If interested, Suppliers may respond to this PIN by 30.11.2024 at midday, in order to receive further information. | Leidos Supply | 01/01/2001 |
14/08/2023 11:28 AM | Term Extension of the National Highway's Social Enterprise Dynamic Purchasing System | National Highways is inviting organisations to apply to the Social Enterprise Dynamic Purchasing System (SEDPS) to provide Goods and/or Services to National Highways, our Supply Chain and other Government departments across England. The SEDPS is available to organisations with primarily social objectives whose surpluses are principally reinvested for that purpose in the business or in the community, rather than being driven by the need to maximise profit for shareholders and owners. If you are interested in applying to join the SEDPS or would like further information, please contact the National Highways Procurement Team at ku.oc1738929639.syaw1738929639hgihl1738929639anoit1738929639an@sp1738929639desir1738929639pretn1738929639elaic1738929639os1738929639 or visit our webpage below. https://nationalhighways.co.uk/suppliers/becoming-a-supplier/social-enterprises/The SEDPS is open for use by all Government Agency and Public Bodies for the full duration of the SEDPS that are identified in the following link: https://www.gov.uk/government/organisations, Local Authorities in England and Wales who are identified in following link: https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online, Local Authorities in Scotland who are identified in the following link: https://www.mygov.scot/organisations, and Universities and educational providers who are identified in the following link: https://www.ucas.com/explore/search/providers?query=.The SEDPS is also open for use by any organisations that directly (i.e. any organisation who has a live contract directly with National Highways) and indirectly (i.e. any organisations who has a live contract with a direct supplier of National Highways) provides works and/or goods and/or services to National Highways. If you are interested in using the SEDPS or would like further information, please contact the National Highways Procurement Team at ku.oc1738929639.syaw1738929639hgihl1738929639anoit1738929639an@sp1738929639desir1738929639pretn1738929639elaic1738929639os1738929639.The use of the SEDPS is to further National Highways' commitment to social value, in support of National Highways Social Value Plan. A link to the plan can be found below. https://nationalhighways.co.uk/media/tdog2fma/ccs0622297296-003_social-value-strategy-report_final.pdfThe SEDPS launched on the 14th August 2023 for 3 years, with an expiry date of the 14th August 2026. The purpose of this notice is to inform the market that National Highways has extended the lifetime of the SEDPS for a further two years. The SEDPS will now expire on the 14th August 2028.Please contact the National Highways Procurement Team at ku.oc1738929639.syaw1738929639hgihl1738929639anoit1738929639an@sp1738929639desir1738929639pretn1738929639elaic1738929639os1738929639 or visit our webpage below for more information. | National Highways | 14/08/2028 |
07/07/2023 11:08 AM | Dynamic Purchasing System (DPS) for SEN, Social Care & Social Inclusion Passenger Transport Services | On 18 August 2023 the Authority established a dynamic purchasing system (DPS) for SEN, social care and social inclusion passenger transport services which includes a requirement for passenger assistants. This was originally advertised in Contracts Finder (7 July 2023) and Find a Tender Service (7 July 2023) with a closing date of 7 August 2023 to allow for the evaluation of initial expressions of interest.This advert is published to update the closing date to 17 August 2028 which is the end of the initial term of the DPS. Interested suppliers are invited to submit an application to join the DPS at any time up to 17 August 2028 by completing the application documents available on the Authority's etendering system ProContract https://procontract.due-north.com/Advert?advertId=385f8334-d91b-ee11-8123-005056b64545The DPS will be accessible to other Liverpool City Region Authorities who will be able to run their own further competitions using the suppliers who have qualified to join the DPS. | Liverpool City Council | 17/08/2028 |
16/06/2023 07:19 AM | Essex County Council - Future Highways Provision (September 2023 update) | Essex County Council's (the Council) current Highways Strategic Transformation Contract (Highways Contract) ends on the 31st March 2027 with no further option to extend. Therefore, the Council has started on our journey of discovery, regarding how the Highways Service provision could evolve and innovate beyond this date.The purpose of this notice is to explore further the different contract models available in the highways industry, with an opportunity for Providers to give their preference, through the completion of an online questionnaire.There will also be two live MS Teams sessions to explain each of the contract models on 22nd September at 10am and 26th September at 7.30am. Each session will be 30 mins in duration and will contain the same content. Bidders only need attend ONE session. Please note, these sessions are solely to aid with completion of the questionnaire. It is not an update on our procurement process to date.This notice is not a call for competition, nor a 'live tender'. The purpose of this questionnaire is to learn which contract models the industry prefers and why.To access the questionnaire pack, please log into ProContract, the Council's eSourcing portal. URL links are provided below. In 'Find Opportunities', search for "Essex County Council - Future Highways Provision (September 2023 update)" Project Reference: DN688327. You will be required to "express your interest" in the opportunity, in order to then access and complete the questionnaire.To register a place for either live MS Teams session, please use the ProContract messaging functionality to register your place. You will be required to "express your interest" in the opportunity, in order to access the messaging functionality.The deadline for clarifications is 12.00pm Friday 29th September 2023, and the deadline for all questionnaire returns is 12.00pm Friday 6th October 2023. | Essex County Council | 01/04/2025 |
02/05/2023 11:44 AM | London & Quadrant Housing Trust- Logistics Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Logistics for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. General The following is a summary and clarification of the Sub-Contract Scope of Works and forms part of the Contractor's Requirements. This Scope is not exhaustive and shall not limit the extent of the Sub-contract Works which is more fully described by all of the Contractor's Requirements. The Sub-Contractor shall provide all services and works as required by and further described by the Contractor's Requirements in order to complete the whole of the SubContract package of works. The following is provided for the avoidance of doubt except that where this Scope identifies works not shown within the other Contractor's Requirements those works shall be included within the Sub-contract. Extent of Subcontract Works The Sub-contract Works shall include all management and resourcing of labour and small tools and consumables for the package of works. The Sub-contractor shall provide all labour, materials, plant and equipment, sundries, attendance on Contractor / Sub-contractors, to complete the works unless agreed otherwise in writing by the Contractor. Interface with other Trades The Sub-contractor shall allow/has allowed for interfacing, coordinating with and working alongside/in conjunction with other Sub-contract trades and Consultants which may affect the Sub-contract Works including but not limited to; • Groundworker • Scaffolder • Brickwork • Steelwork • Roofer • Carpentry & Joinery • Paintin... | L&Q Construction | 29/11/2032 |
26/04/2023 01:05 PM | London & Quadrant Housing Trust- Carpentry Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Groundwork, RC Frame, External Works and Piling for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Sub-contractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Carpentry: All or any of the following: o Labour Only o Supply and Fix o Carpentry First & Second Fix o Apartments and Communal/Public Areas o Kitchens units and worktops. o Staircases including handrails, balustrades, etc o Structural: Flooring & Roofing Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. o Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders o Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). o Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the process where relevant. Therefore, the Lot sizes have been based on a combination of QCS project ranges and also the varying sizes of the trade specific supply chain 2.2 Proposed London Lots o Up to ?1m o ?2m to ?3m o Above ?3m 5.0 Potential ... | L&Q Construction | 04/08/2032 |
26/04/2023 01:00 PM | London & Quadrant Housing Trust- Brick, Blockwork and Scaffolding Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Groundwork, RC Frame, External Works and Piling for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Sub-contractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Brickwork, Blockwork & Scaffolding: All or any of the following: o Labour Only (Brick & Blockwork Only) o Supply and Fix o Brickwork o Blockwork o Tube and Clip Scaffolding (Cuplock, Kwikstage, Haki, etc..) o System Scaffolding o Stone Banding/Cills o Brickwork Structural Support System (Shelf Angles) o Cavity Insulation o Fire Barriers/Breaks o DPC, Lintels and all Associated Sundry Items Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. o Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders o Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). o Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the process where relevant. Therefore, the Lot sizes have been based on a combination of QCS project ranges and also the ... | L&Q Construction | 03/08/2032 |
26/04/2023 12:59 PM | London & Quadrant Housing Trust- Brickwork and Blockwork Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Groundwork, RC Frame, External Works and Piling for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Sub-contractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Brickwork & Blockwork: All or any of the following: o Labour Only o Supply and Fix o Brickwork o Blockwork o Stone Banding/Cills o Brickwork Structural Support System (Shelf Angles) o Cavity Insulation o Fire Barriers/Breaks o DPC, Lintels and all Associated Sundry Items Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. o Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders o Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). o Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the process where relevant. Therefore, the Lot sizes have been based on a combination of QCS project ranges and also the varying sizes of the trade specific supply chain 2.2 Proposed London Lots o Up to ?2m o ?2m to ?5m o Above ?5m... | L&Q Construction | 03/08/2032 |
26/04/2023 12:58 PM | London & Quadrant Housing Trust- Scaffolding Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Groundwork, RC Frame, External Works and Piling for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Sub-contractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Scaffolding: All or any of the following: o Scaffolding o Tube and Clip Scaffolding o System Scaffolding (Cuplock, Kwikstage, Haki, etc..) Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. o Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders o Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). o Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the process where relevant. Therefore, the Lot sizes have been based on a combination of QCS project ranges and also the varying sizes of the trade specific supply chain 2.2 Proposed London Lots o Up to ?2m o Above ?2m 5.0 Potential reasons for being removed from DPS list: o KPI's (performance on projects). Providers who receive poor KPI scores could be removed from the... | L&Q Construction | 03/08/2032 |
26/04/2023 12:07 PM | London & Quadrant Housing Trust- Mechanical Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Groundwork, RC Frame, External Works and Piling for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Sub-contractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Mechanical & Plumbing: All or any of the following: o Mechanical first and final fix o Plumbing first and final fix o Design o Apartments, Communal, Public and External areas o Domestic o Commercial o Statutory o CHP System o Heat Recovery System o Mechanical Ventilation System o Building Management System o Life Safe Systems o Plant Room o Energy Centre o Maintenance Package o Emergency Call out Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. o Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders o Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). o Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the process where relevant. Therefore, the Lot sizes have been based on a combination of QCS proj... | L&Q Construction | 03/08/2032 |
26/04/2023 12:03 PM | London & Quadrant Housing Trust- Electrical Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Groundwork, RC Frame, External Works and Piling for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Sub-contractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Electrical: All or any of the following: o Electrical first and final fix o Design o Apartments, Communal, Public and External areas o Domestic o Commercial o Statutory o CHP System o Building Management System o PV's o Life Safe Systems o Security & CCTV System o Plant Room o Energy Centre o Maintenance Package o Emergency Call out Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. o Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders o Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). o Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the process where relevant. Therefore, the Lot sizes have been based on a combination of QCS project ranges and also the varying sizes of the trade specific supply c... | L&Q Construction | 03/08/2032 |
26/04/2023 11:58 AM | London & Quadrant Housing Trust- Mechanical and Electrical Combined Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Groundwork, RC Frame, External Works and Piling for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Sub-contractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Mechanical, Electrical & Plumbing (MEP): All or any of the following: o Mechanical first and final fix o Plumbing first and final fix o Electrical first and final fix o Design o Apartments, Communal, Public and External areas o Domestic o Commercial o Statutory o CHP System o Heat Recovery System o Mechanical Ventilation System o PV's o Building Management System o Life Safe Systems o Security & CCTV System o Plant Room o Energy Centre o Maintenance Package o Emergency Call out Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. o Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders o Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). o Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the pr... | L&Q Construction | 03/08/2032 |
04/04/2023 01:29 PM | Health Physics 3 DPS Qualification | The Magnox Ltd Health Physics 3 (HP3) dynamic purchasing system (DPS) is open for use by Magnox, DSRL, LLWR, NNL and Sellafield (the Participating Entities).This opportunity is a collaborative procurement for the provision of health physics monitoring surveyors resources and other health physics monitoring resources with portable metrology and includes manual assistance in decommissioning and waste management operations.The following services shall be procured using the DPS: -Category 1: Health physicists including Radiation Protection Advisors to provide health physics advice and training to staff, subcontractors and visitors.Category 2: Health physics monitoring surveyors resource and other health physics support resource, without portable metrology.Category 3: Health physics monitoring surveyors resource and other health physics support resource supplied with portable metrology instruments.Candidates can apply for pre-qualification against one or more categories to gain access to award stage work packages. Pre-qualification remains open and live for the duration of the DPS, therefore a pre-qualification response can be submitted at any time.Please use the Atamis e-Sourcing system via the following link to view the opportunity: https://one-nda.force.com/s/Welcome. The Atamis procurement reference is C13402.Please note that the value provided is only an estimate and no guarantee of value or volume of work through the DPS can be offered. | Magnox Ltd | 31/03/2029 |
13/01/2023 11:51 AM | G&R/HRA/DPS for Provision of Conversion, Adaptations, Extension & Refurbishment, Enabling & Investigation and Specialist Repair Works | BSH/HRA/DPS for Provision of Conversion, Extension & Refurbishment, Enabling & Investigation and Specialist Repair Works.Please note the contract dates in this notice do not reflect the actual contract dates. The dates in this notice are just for the purpose of being able to submit this extension notice. The actual dates of the DPS are 1st April 2023 to 31st March 2026. | Bristol City Council | 31/03/2026 |
29/11/2022 10:53 AM | Dynamic Purchasing System (DPS) for Sustainable and Ethically sourced Works/Construction projects (including professional services) delivering decarbonisation, biodiversity, energy efficiency, estate management and social value in local communities | Education Commercial Services (ECS) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of ethically and sustainably sourced Construction, Works and Professional Services from a wide range of suppliers who can make a positive impact on the environment and our communities whilst managing the increasing risk of modern slavery in their sectors.Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector.We are focused on providing high quality commercial support to the education sector UK wide. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives and values. We identify savings whilst delivering Social Value benefits, managing Decarbonisation, Biodiversity, Deforestation, Resource use, Health & Safety, and supporting the local economy and communities.This DPS will be available and open to the full Public Sector across all regions within the United Kingdom (UK), and has been set up provide public sector buyers with an ethical and sustainable route to market for Construction, Works and associated Professional Services to have a focus on ethical and sustainable practices across suppliers and their supply chains to drive social and environmental impact.The DPS will create the following benefits across all sectors, locations and suppliers:• support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy • increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing • reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles • Mandated sign up to the Government prompt payment policy for suppliers and subcontractors to support local businesses • Improve supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chainWhen applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competitionThe three (3) categories compromise of:• Service Category • Geographical Location • Additional CapabilitiesFully compliant with the Public Contracts regulations 2015 | Bishop Wilkinson Catholic Education Trust | 19/12/2027 |
08/06/2022 11:31 AM | Responsive Repairs and Voids Sub Contractors | First Choice Homes Oldham (FCHO) is a not for profit registered provider of social housing. FCHO has responsibility for managing, maintaining and improving its housing stock and the wider neighbourhood environment for customers to over 11,500 properties around the Borough of Oldham. FCHO undertakes the full range of repairs and maintenance services using in-house teams with directly employed staff. FCHOs Property Care Service delivers repairs and maintenance work including small volumes of planned investment work. The Property Care Service utilises a range of sub-contractors to support delivery of these services, including to carry out specialist work and to assist with managing demand and capacity. FCHO are looking to appoint contractors to a Dynamic Purchasing System to provide support to the in-house maintenance and repairs teams covering a number of workstreams for both Responsive Repairs and Void Repairs and which also includes complete rewiring, kitchen and bathroom installs. | First Choice Homes Oldham | 31/08/2032 |
09/05/2022 11:03 AM | A DPS for sustainable and ethically sourced goods and services, delivering social value in local communities | Bishop Wilkinson Catholic Education Trust (BWCET) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of commonly used goods and services from a wide range of suppliers to create an ethical and sustainable supply chain to deliver social value in local communities.Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector.Education Commercial Services (ECS) is focused on providing high quality commercial support to the education sector with a specific focus on supporting the North East region. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives whilst identifying savings, social value benefits and supporting the local economy and communities.Although ECS currently has a focus within the education sector in the North East, the DPS will be available and open to the full Public Sector to access an ethical and sustainable supply chain for commonly used goods and services across all regions within the United Kingdom (UK).The DPS has been designed and set up to have a focus on ethical and sustainable practices across suppliers and their supply chain to drive social value outcomesThe DPS will create the following benefits across all sectors, locations and suppliers:• support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy• increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing• reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles• encourage 10-day payment terms for suppliers and subcontractors to support local businesses• create supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chainWhen applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competitionThe three (3) categories compromise of:• Service Category• Geographical Location• Additional Capabilities | Bishop Wilkinson Catholic Education Trust | 06/05/2028 |
18/11/2021 06:27 AM | Magnox - HP3 Qualification - Cat 3: Health Physics Monitoring Resources (with Portable Metrology) | Magnox Ltd is creating the Health Physics 3 (HP3) dynamic purchasing system (DPS) which will be open for use by Magnox, DSRL, LLWR, NNL and Sellafield (the Participating Entities).This opportunity is a collaborative procurement for the provision of health physics monitoring surveyors resources and other health physics monitoring resources with portable metrology but to include manual assistance in decommissioning and waste management operationsThe following services which shall be procured using a Dynamic Purchasing System (DPS): Category 1) Health physicists including Radiation Protection Advisers to provide health physics advice and training to staff, subcontractors and visitors Category 2) Health physics monitoring surveyors resource and other health physics support resource, without portable metrology Category 3) Health physics monitoring surveyors resource and other health physics support resource supplied with portable metrology instruments. | CTM Portal for the NDA Shared Services Alliance | 31/03/2029 |
20/09/2021 11:54 AM | London and Quadrant Housing Trust - Drylining, SFS, Screed and Windows Dynamic Purchase System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of works for; Dry lining, SFS, Screeding and Windows for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Framework Agreement with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Subcontractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Goods. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Drylining: All or any of the following: • Drylining • Structural Frame System (SFS) • Screed • Window Installation (optional) Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. • Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders • Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). • Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the process where relevant. Therefore, the Lot sizes have been based on a combination of QCS project ranges and also the varying sizes of the trade specific supply chain 2.1 Proposed London Lots • Up to £2m • £2m to £5m • Above £5m 3.0 Potential reasons for being removed from DPS list: • KPI's (perform... | L&Q Construction | 20/09/2025 |
17/09/2021 01:08 PM | FSF Dynamic Purchasing System 2 - For the Provision of Work Focused Activities. Project_23908 | The Department for Work and Pensions (DWP) intends to establish a Dynamic Purchasing System (DPS) to procure Work Focused Activities in Jobcentre Plus Districts in England, Scotland and Wales.The DPS is for the procurement of social and other services referred to in Regulation 74 of the Public Contracts Regulations (2015) and as such, the intention is to use a light touch regime, rather than the full regime described in Regulation 34 (Dynamic Purchasing System). The DPS is for the sole use of DWP.The Flexible Support Fund Dynamic Purchasing System 2 - For the Provision of Work Focused Activities (FSF DPS 2) is the replacement for the DWP Dynamic Purchasing System for provision of work-focused activities known as the Flexible Support Fund DPS (FSF DPS). The current FSF DPS will expire on 31st October 2021 and FSF DPS 2 will replace it for new call-offs from 1st November 2021.The DPS will open for Supplier accreditation applications from 20 September 2021.The full suite of documentation including specification and specific details relating to the Dynamic Purchasing System (DPS) can be found on Jaggaer via the following link https://dwp.bravosolution.co.uk/web/login.shtmlIf you haven't already got a Jaggaer account, you will need to register and create an account. You will be able to find the full suite of documentation on Jaggaer by searching for either the Project Reference (23908), or PQQ Reference (pqq_28872)Estimated overall value of this DPS will be £250,000,000.00*** *** *** ADDENDUMS 12/09/2024 - The new regulations will now come into effect on 24 February 2025.27/08/2024 - The Flexible Support Fund Dynamic Purchasing System 2 (FSF DPS 2) is due to expire September 2025 and as per the 'Transforming Public Procurement - Communication Note' issued on 19 February 2024, the new "Procurement Regulation 2024" will come into effect for any new frameworks / DPS in October 2024.For DWP to fully understand the implications and implementation of the new Procurement Act Regulations, we have taken the decision to extend the current FSF DPS 2 (per Regulation 34 of the Public Contract Regulations 2015 ("PCR 2015"), Regulation 34(28)).The extension period for the FSF DPS2 will be from 20 September 2025 up to 30 September 2028. However, as per Para 14.2 of the Core Terms, DWP reserve the right to terminate the FSF DPS 2 earlier. It is highly anticipated that this right will be exercised in due course to create a "Dynamic Market" under the new regulations.DWP will ensure that those suppliers accredited onto the FSF DPS 2 will be given advance notice of any change, but until such time, the FSF DPS 2 will continue to run as normal and any supplier wishing to apply to join, should follow the guidance issued. | Department for Work and Pensions | 30/09/2028 |
10/09/2021 02:08 PM | MoJ Minor Works Dynamic Purchasing System | The Ministry of Justice (MoJ) (the "Authority") seeks to establish a Dynamic Purchasing System for Minor Works (MWDPS) and is inviting applications from suitably qualified and experienced Contractors. The contract will cover construction, maintenance and resultant remedial small scope high impact works to the MoJ estate. In the main, this includes prison establishments but may also include courts, tribunals, Home Office controlled and corporate buildings.The MWDPS will also be made available for use by Gov. Facility Services Limited, a MoJ wholly owned company responsible for the total facilities management of 48 prisons across the South of England, to source subcontractors to support its maintenance and project activities . Call-off contracts let under the MWDPS will have a maximum contract value of £1,000,000 GBP, however we expect the majority of projects to have a contract value of <£500,000 GBP.The procurement will be undertaken in accordance with Regulation 34 of the Public Contracts Regulations 2015.The MWDPS will operate across England, Wales and Scotland and is divided into four (4) headline Lots:- - FM Maintenance Services - Project & Construction Works - System/Asset Procurement & Installation - Specialist/Miscellaneous RequirementsEach of the Lots are further subdivided into Categories.There is a desire to attract a broad range of Contractors to be part of the MWDPS. The number of Contractors appointed to the MWDPS is unlimited. The MWDPS will initially be in operation for Four (4) years with an option to extend for a further two (2), two (2) year terms, at the sole discretion of the Authority, making a total of eight (8) years. However, the duration may be varied (reduced or extended) in line with emerging business needs . The estimated spend for the first 4 years of the MWDPS is £296,000,000 GBP (£74,000,000 GPB per annum made up of £64,000,000 GBP per annum for project work and £10,000,000 per annum for maintenance related activity).The MWDPS, in itself, is not a works contract. Call Off Competitions will be held under the MWDPS for specific Projects or maintenance contracts. The proposed terms and conditions to be used for the Call Off Contracts are the NEC: Engineering & Construction Short Contract for Project Work and the NEC Term Services Contract for maintenance work, however consideration is also being given to a bespoke set of terms and conditions for straightforward or very low value works. Individual call off project durations may be as short as 2 weeks but could be as long as 9 months. Maintenance contracts may be let for in excess of one year. | Ministry of Justice | 07/09/2029 |
31/08/2021 11:56 AM | 21034 Social and Education transport Services Dynamic Purchasing System 2021 (DN559834) | This DPS is for delivery of home to school and social care transport services. These will be for a range of client groups including pupils (to/from mainstream and special educational needs establishments), children's social care service users and adult social care service users. These services will be for the Authorities primarily, though other local authorities and public bodies within Cambridgeshire may also access services.The DPS is part of the wider project to bring the transport services across the two Authorities together and give a consistent approach to service providers.Offering one Platform to service providers to bid for work for Home to School transport services both mainstream and SEND, Children's social care and Adult social care transport services across the County | Cambridgeshire County Council | 30/08/2026 |
18/08/2021 12:29 PM | London and Quadrant Housing Trust - Groundwork, RC Frame, External Works and Piling - Dynamic Purchasing System (DPS) | London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of services for Groundwork, RC Frame, External Works and Piling for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Sub-contractors only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Works. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. 1.0 Scope of Services - Groundworks and RC Frame: All or any of the following: o Groundworks o RC Frame o Piling o External works Following the completion of the DPS Framework, L&Q will conduct a mini-competition tenders between all capable providers on a project by project basis, which may be shortlisted by following the process below. All tendering will be conducted using L&Q's In-Tend E-Procurement Portal. o Opt in - Each capable provider will be given the opportunity to opt in for individual project tenders o Stage 1 - SSQ response from all interested tenderers (quality, relevant experience etc.). o Stage 2 - shortlisted S/C's only invited to tender Stage 1 SSQ would identify the scope for each project and any shortlisting criteria. 2.0 Proposed Lots: We intend to breakdown the DPS into Lots based on value / size, so that all levels of Subcontractors are included in the process where relevant. Therefore, the Lot sizes have been based on a combination of QCS project ranges and also the varying sizes of the trade specific supply chain. 2.1 Proposed London Lots o Up to ?5m o Above ?5m 3.0 Potential reasons for being removed from DPS list: o KPI's (performance on projects). Providers who receive poor KPI scores could be removed from the DPS o Uncompetitiv... | L&Q Construction | 18/08/2031 |
26/07/2021 04:12 PM | Development Site - North Perimeter Road, Knowsley Business Park, Knowsley | Knowsley Metropolitan Borough Council is seeking to select a bidder to enter into an Agreement for Building Lease, Building Lease and Lease and develop the Site, all preceded by an Exclusivity Agreement if required by the successful bidder.For a full specification for this opportunity, please register your interest.Suppliers are advised to clarify any points of doubt or difficulty relating to the documentation before submitting their response. Any queries should be submitted through the question and answer function via The Chest (Pro-Contract) e-tendering system. Please refer to previously asked questions before asking a question as duplicate questions will not be answered.Both questions and answers will either be made public on The Chest or responded to directly to the originator depending on the content.It is your responsibility to ensure that the completed submission is uploaded successfully on The Chest by the deadline specified. Bidders are advised that the deadline set out above is absolute. You are advised to upload your submission well in advance of the deadline to avoid any technical issues that might arise causing you to fail to meet the deadline which would lead to the rejection of your submission. The Council is conscious that Bidders spend a huge amount of time, effort and expense in putting together a submission and is keen to ensure that no bid is rejected for this reason.In submitting your quotation you agree to contract on the Council's own terms and conditions. Due to the Council's obligations of fairness and equal treatment to all bidders it cannot accept amendments to its terms and conditions or alternative terms and conditions. If you seek to amend the Council's terms and conditions or submit alternative terms and conditions the Council may reject your quotation. | Knowsley Council | 24/02/2025 |
16/07/2021 08:29 AM | Provision for a Dynamic Purchasing System for Passenger Transport Services | Second extension to original contract under reference DN124758Northumberland County Council, Northumbria Healthcare NHS Foundation Trust and North Cumbria University Hospitals NHS Trust (from this point onwards the latter will be referred to as "Authority" or "Contracting Authority") organises and funds transport for a wide range of passengers travelling from and within Northumberland. Actual delivery of the service is undertaken by a broad range of suppliers, from sole-trader taxi operators through to minibus, coach and bus operators who bid for the work as and when tender opportunities become available throughout the year. A tender is being carried out to put in place a Dynamic Purchasing System (DPS) for the provision of passenger transport services on behalf of the Contracting Authority. This DPS is an agreement that sets out the terms under which individual contracts (call-offs) are made throughout the period the DPS is in place for. Initially the DPS will be in place for 5 years with the option to extend this timeframe.A DPS is used where the Contracting Authority know they are likely to have a need for particular passenger transport services, but are unsure of the extent or schedule. The passenger transport services that will be required incorporates transport for school children and social care clients as well as passengers travelling by bus services financially supported by NCC and NHS patients attending hospital appointments.This DPS will establish multiple suppliers who through this procurement exercise will have demonstrated that they can deliver the service and agreed to pre-determined terms and conditions. Call offs or individual contracts will be awarded on the basis of a further mini-competition (also known as invitation to tender) which will be held between all the suppliers on the DPS | Northumberland County Council | 16/06/2028 |
18/03/2021 04:38 PM | Energy Efficient Retrofit Installers (CPU4591) | Nottingham City Council, as the accountable body for the Midlands Energy Hub, is inviting applications from suitably experienced and qualified entities to participate in a DPS covering the design, supply, and installation, of a number of categories of energy-efficient equipment and solutions to domestic premises.Full details, requests for further information, and applications to participate, should all be submitted using the Authority's eTendering portal, as linked to below.Please note the inconsistency in contract dates shown above: Contracts Finder does not accept contract start dates prior to the deadline date, which dioes not fit with a DPS. For clarity, the DPS is expected to expire on the 15th April 2025. Applications to join may be submitted, and contracts awarded, up to that date. | Nottingham City Council | 15/04/2025 |
04/12/2020 11:25 AM | BHIVE - Heat Networks Investment Vehicle | The aim of the BHIVE DPS is to establish a competitively procured arrangement that will facilitate investment (equity and asset finance) into Heat Network projects and provide projects with access to an investor base with the experience, appetite and capabilities to deliver successful heat network projects.BEIS would expect the DPS to be utilised by Potential Providers (suppliers) to provide investment (equity and asset finance) and ancillary services to support the delivery of Heat Network projects.The BHIVE DPS will be open to all public sector in England and Wales only. Further Information can be accessed via https://tp-heatnetworks.org/bhive. The BHIVE DPS will be accepting applications until the 31st March 2025. | Department for Business, Energy and Industrial Strategy (BEIS) | 31/03/2025 |
22/11/2020 02:46 PM | M&Y Maintenance & Construction Subcontractor Dynamic Purchasing System v2 | M&Y Maintenance and Construction, a wholly owned commercial subsidiary of Regenda Ltd, wish to establish a DPS for provision of sub-contractors to assist with the delivery of the services provided by M&Y including repairs, maintenance, refurbishment and construction. The DPS has been sub-divided into 49 categories; sub-contractors can apply for one or more categories. It is intended that the DPS will run for an initial period of 10 years. Works will be required, predominantly, for individual or communal residential sites, but may also include individual, communal, commercial/industrial sites, sites of historical nature, or new building sites. All applicants who meet the standard selection criteria will be admitted to the DPS. There will be no minimum or maximum number of applicants qualifying per category. All contracts awarded via the DPS will be via a competitive tender procedure with qualified DPS contractors. | REGENDA LIMITED | 13/11/2030 |
07/01/2020 09:32 AM | Community Based Day Opportunities | The Council invites suppliers to join a Light Touch Regime Dynamic Purchasing System (LTR DPS) for the provision of Community Based Day Opportunities for Individuals with a Learning Disabilities, Autistic Spectrum Conditions, Mental Ill Health, Acquired Brain Injuries, Physical Disabilities, Sensory Impairments and/ or Behaviours that Challenge (aged 16+).This LTR DPS is a two-stage process and is run as an electronic process using the Council's eSourcing solution Proactis. This process follows the 'Light Touch Regime' in accordance with Regulation 74 and the principles of the DPS procedures as set out in Regulation 34 of the Public Contracts Regulations 2015.The Council will utilise this LTR DPS for new Community Based Day Opportunities arrangements and may using its absolute discretion also undertake a competitive process to formally call for competition current spot purchased arrangements via the DPS.The initial closing date to join the DPS is 12 noon on 6th February 2020 with the intention that calls for competition will commence from 9th March 2020. The LTR DPS will re-open for the duration of the term for new requests to join at 12 noon on 6th February 2020.Interested suppliers should register on the Proactis e-tendering system: https://supplierlive.proactisp2p.com/Account/Login and then register an interest in this opportunity (CPV code is 85000000 Health and social work services).The Council would like to invite interested suppliers to a bidders event on 23rd January 2020 from 1000 to 1200 in the Boscobel Room, 1 Staffordshire Place, Stafford, ST16 2DH.If you would like to attend the event, please provide name and contact details by e-mail to ku.vo1738929639g.eri1738929639hsdro1738929639ffats1738929639@maet1738929639.laic1738929639remmo1738929639c1738929639, to confirm a place. Places at the event are limited to one per organisation, so please ensure the most appropriate person from your organisation attends. | Staffordshire County Council | 08/03/2025 |
28/05/2019 10:15 AM | Supported Accommodation for Young People - Pseudo Dynamic Purchasing System | Lancashire County Council is seeking to commission high quality flexible support and accommodation services to achieve the best possible outcomes for our young people. The Authority wishes to establish a Pseudo Dynamic Purchasing System (PDPS) for service providers to deliver sufficient good quality supported accommodation services to meet a wide range of needs. | Lancashire County Council | 30/04/2029 |
28/05/2019 09:55 AM | Provision of Passenger Transport Services - Dynamic Purchasing System | Lancashire County Council (the Authority) plan and procure Authority commissioned accessible passenger transport services for service users to and from various establishments within and outside of Lancashire. The Authority is inviting economic operators to participate in a dynamic purchasing system (DPS) for the future provision of these services.Service users are from some of the most vulnerable groups in Lancashire and may have learning difficulties, visual impairment, and behavioural, emotional and social difficulties. Categorisations of service user include but are not limited to Special Education Needs (SEN), Adult Services, Mainstream Home to School Taxi Services, Pupil Referral Units (PRUs) and some discretionary transport. Some service users require Passenger Assistants, parents, school staff, or nurses to accompany them on journeys.Accessible passenger transport services may be required to run on a daily, weekly, or fortnightly basis depending on service user requirements, to transport service users from within and outside of Lancashire to various sites including but not limited to: SEN schools, mainstream schools, colleges, respite care, day care, and short stay establishments.There are approximately 1100 contracts that are competed annually. These contracts have differing requirements relating to the type of vehicle required to fulfil the contract which may include wheelchair accessible vehicles, vehicles between 4 and 8 passenger seats, vehicles with more than 8 passenger seats, and ambulances.The DPS will be split into the following categories: - Wheelchair Accessible Vehicles (WAV) - Vehicles with between 4 and 8 passenger seats - Vehicles with more than 8 passenger seats (PSV buses) - AmbulanceThese categories will be further split by geographical area (North, South & Central, East, and Out of County). The DPS is to be open for applications to participate for a period of up to ten years.When requesting to participate in this DPS, economic operators will be required to go through a selection process which sets out the minimum entry standards required to join the DPS. Economic operators will be invited to select which categories and geographic areas they wish to provide services for. There is no limit on the number of categories or geographic areas that an economic operator may choose to participate in.The estimated value of the services to be purchased for the entire duration of the DPS is purely indicative and cannot be guaranteed by the Authority.Further information including details on how the DPS will operate, T&C's, specifications, pictorial user guides, the selection questionnaire required to be completed when requesting to participate in the DPS, and evaluation award criteria to be used to award contracts from the DPS can be found on following webpage: https://www.lancashire.gov.uk/business/tenders-and-procurement/tenders/lps-corp-provision-of-passenger-transport-services-dynamic-purchasing-system/ | Lancashire County Council | 30/06/2029 |
08/03/2018 09:57 AM | Herefordshire Stop Smoking Services - Pharmacotherapy | Herefordshire Council is creating an approved list of accredited providers, in respect of Stop Smoking Services - Pharmacotherapy throughout Herefordshire.This Any Qualified Provider (AQP) procurement offer is designed to support the development of Stop Smoking Services in Herefordshire.Please note this opportunity has been extended for a further 12 months until 31st March 2025.Contract dates shown reflect the limitations of the system. | Herefordshire Council | 31/03/2025 |
Source: UK Contracts Finder