Tendering Security Bids – Find Contracts Free
How to Bid for UK Contracts & Find Procurement Opportunities in Security Tendering
Contract opportunities in the security sector, underpinned by diverse requirements for protection and safety spanning various sectors, has evolved accordingly with the integration of technology and emerging threats. Tendering in security is necessary for organisations, businesses, and public entities aiming to safeguard their assets, data, and people. Such tenders can range from physical security measures to complex cybersecurity solutions. Given the critical nature of security, trust, demonstrated competency, and a comprehensive understanding of the challenges at hand are all impactful when proposing solutions in response to tender requests.
Bid Consultancy, Support & Bid Writing
Bid Consultancy & Bid Support for Security contracts with Tender & Bid Writing Services ensure a comprehensive and precise tender submission to position your business as a valuable partner in this sector.
Supplier & Contract Opportunity Examples
- Physical Security: This encompasses guards, surveillance systems, access control mechanisms, and alarm systems. Modern iterations also include biometric access and advanced CCTV analytics.
- Cybersecurity: Protecting digital assets from threats, breaches, and cyberattacks. Services include firewall deployment, intrusion detection systems, and threat intelligence services.
- Consultancy: Expert analysis of current security measures, risk assessments, and bespoke strategy development for both physical and cyber domains.
- Training Services: Imparting necessary skills to staff or stakeholders, ranging from basic security protocols to advanced cyber defence techniques.
- Event Security: Specialised services for public or private events, ensuring the safety of attendees, VIPs, and assets.
- Security Infrastructure Maintenance and Management: Regular updates, maintenance, and management of security infrastructure, ensuring they operate optimally and adapt to evolving threats.
Security Bids & Tenders: Winning Competitive Advantage
- Scale, Value & Transparency: The emphasis here often lies on comprehensive coverage and value for public funds. Public entities, being more exposed, also stress the importance of transparency, reporting, and accountability in their tenders.
- Discretion & Flexibility: While also focused on comprehensive solutions, procuring entities might place a premium on discretion and flexibility, e.g. integration with existing corporate systems, and flexibility in scaling solutions according to changing threats.
- Regulations and Compliance: The security sector is often heavily regulated. Tender responses must underscore adherence to regulatory standards; local, national, and even international standards, especially in the cyber domain.
- Data Handling: Particularly in cybersecurity, how data is managed, stored, and protected can be a focal point. Demonstrating GDPR compliance, for instance, can be crucial for European operations.
- Rapid Response: Given the reactive nature of security, tenders might specify rapid response times, 24/7 support, and crisis management capabilities.
- Evolution and Adaptation: Security threats evolve, and as such, a demonstration of continuous learning, adaptability, and proactive threat assessment can be highly valued in tenders.
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
Bidding & Tendering Processes in Procurement
- SQ and PQQ: Establishing trust is paramount. Hence, these stages may require detailed evidence of certifications, past performance, client testimonials, and details of the security infrastructure/tools in use.
- RFP: Proposals in security often require comprehensive solution outlines, detailing not just the ‘what’ but also the ‘how’. Emphasis on responsiveness, adaptability, and post-implementation support is common.
- ITT: Alongside cost considerations, there may be specifics on staff training, tool integration with existing systems, periodic reviews, and scalability of the proposed solution.
Public Sector & Private Sector Contract Bidding Potential
Find more security products and services contract bids, public sector links to the private sector, supply chain dynamics, partnerships, subcontracting, CCS & DPS frameworks, and public sector funding.
Suppliers in the security products and services sector can benefit from both public procurement and private sector contracts. Key areas include supply chain dynamics, partnerships, public funding, subcontracting, CCS & DPS frameworks, and compliance with procurement regulations. These opportunities enhance business prospects, drive innovation, and support sustainability.
Supply Chain Dynamics
The security supply chain involves the procurement of surveillance equipment, security personnel, cyber security solutions, and maintenance services. Effective management ensures quality, safety, and timely delivery. Organisations seek public and private contracts with suppliers of security technology, personnel, and maintenance services.
Example: A local government contracts a security business to provide surveillance cameras and monitoring services for public buildings, 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 security services to upgrade their campus security systems, 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. Security companies can join these frameworks to access long-term contract opportunities and a wide range of public sector clients.
Example: A security technology provider joins a CCS framework to supply government offices with cyber security solutions, ensuring streamlined procurement and consistent business. Similarly, a supplier specialising in physical security services secures long-term contracts through a DPS framework to provide security personnel to public sector organisations.
Partnerships and Collaborations
Collaborations drive innovation and competitiveness. Security companies can engage in joint ventures, partnerships with public sector organisations, and strategic alliances to improve service quality and efficiency.
Example: A cyber security company partners with a local council to develop a comprehensive cyber defense strategy, combining resources and expertise to protect municipal IT infrastructure.
Subcontracting
Specialised suppliers handle tasks like surveillance system installation, security personnel training, and cyber security monitoring. Larger security companies with public contracts may subcontract parts of the work to specialised suppliers.
Example: A large security company subcontracts cyber security monitoring to a specialised IT security business, allowing the primary contractor to focus on overall security management.
Public Procurement and Compliance
Security organisations 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 security business bidding for a public contract to provide surveillance and monitoring services for a city demonstrates compliance with regulatory standards, competitive pricing, and transparent procurement processes.
Physical Security Solutions
Physical security solutions include the provision of guards, barriers, and surveillance systems to protect facilities and personnel.
Example: A charitable organisation contracts a security company to provide guards and surveillance systems for their offices and shelters, ensuring the safety of their staff and clients.
Cyber Security Services
Cyber security services involve protecting digital infrastructure from cyber threats through monitoring, analysis, and response.
Example: An educational institution contracts a cyber security business to implement and manage their IT security, protecting sensitive data and ensuring compliance with regulatory standards.
Security Consultancy
Security consultancy services provide expert advice on risk management, security planning, and system integration.
Example: A property management company contracts a security consultancy to assess and enhance the security of their properties, ensuring tenant safety and asset protection.
Find Available, Open & Live Security Contracts (Free Version)
Find available contracts, open tenders & live contract bids. Free to use online & 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 |
---|---|---|---|---|
16/01/2025 01:32 AM | Provision of Security Services for British Embassy Tripoli | Provision of Security Services for British Embassy Tripoli | Foreign Commonwealth and Development Office | 14/02/2025 |
15/01/2025 07:35 PM | Design and installation of an adventure golf course | IntroductionSpecialist Contractors are invited to submit a quote for the design and installation of an adventure golf course, including entrance gates, security fencing, and associated` landscaping on a surplus c.40m x 40m bowling rink in Swanspool Gardens. You are invited to submit quotes for an 18-hole option, space permitting.Background informationSwanspool Gardens are set in a residential area on the edge of the town centre. The gardens are set within the grounds of Swanspool House, a Grade II listed Georgian building, in Wellingborough's Conservation area. The Gardens are home to an Art Deco Pavilion servicing two tennis courts and a bowling rink. Many established trees which have historical importance to the gardens and are rare specimens are dotted around the site, with floral displays to compliment the tranquil setting. Through the redevelopment of the gardens, it is envisaged that the pavilion will feature a café which will also function as a kiosk for the adventure golf course and the other sporting facilities.The gardens feature a second bowls rink in the centre, surplus to requirements. The Council is now looking to develop the area to maximise its value to the community, increase biodiversity and revenue to sustain the gardens, and complement the surroundings.Scope of workThe work will consist of: • Detailed designs for the course, including drawings and specifications. • Obtaining all necessary permissions, licences and approvals to undertake the work. • Installing an 18-hole golf course. • Erecting fencing, gates and signage. • Associated landscaping to dress the course. • Any ongoing recommended contractor maintenance and inspection costs.Anticipated value The anticipated value of the contract (based on an 18-hole course), to include all design costs, manufacture, supply and delivery, installation, associated site works, reinstatement, preliminaries, contingencies and profit, is £250,00 to £325,000.The procurement process is intended to follow the timetable below:Invitation to tender issued Monday 20th January 2025 Clarifications submitted by Friday 7th February 2025 Deadline for responses Monday 10th February 2025 Evaluation 11th -14th February 2025 Contract award 17th February 2025 Ten day voluntary standstill 18th-28th February 2025 Final award and Initial project meeting Monday 10th March 2025 Target Contract start Monday 17th March 2025 Technical design phase 17th March 2025 - 11th April 2025 Design evaluation 14th April -18th April 2025 Final scheme and cost approval 21st -25th April 2025 Planning application submitted May 2025 Planning permission granted August 2025 Build start date September 2025 Practical completion date December 2025Tenders should be made by post to the following address, marked clearly 'DO NOT OPEN UNTIL 7/02/25": Private and Confidential: Sally McLellan Town Clerk Wellingborough Town Council Swanspool House Doddington Road Wellingborough Northamptonshire NN8 1BP | WELLINGBOROUGH TOWN COUNCIL | 20/01/2025 |
15/01/2025 09:47 AM | Procurement of the delivery of cash entitlements and administration of the National Concessionary Fuel Scheme | In March 1995, following privatisation of the coal industry, HM Government inherited a legal obligation to certain former employees of the coal industry to fulfil a contractual legacy entitlement to an amount of solid fuel or cash-in-lieu of that fuel. The rules governing the entitlements are contained in fuel agreements originally put in place in the 1980s between British Coal Corporation and the Mining Unions and amended from time to time until privatisation. The vast majority of qualifying individuals now choose the cash-in-lieu option (c22,000) with around 2,700 (October 2024) still receiving solid fuel. This number is declining in line with mortality rates.The supplier shall manage all aspects of the National Concessionary Fuel Scheme. It is a demand led contract based on decreasing numbers with a number of variables and uncertainties. A flexible service which allows for a decrease of the business and unpredicted changes in requirements is required. The full requirements will be set out in the specification but will include: - Payment of cash benefits - quarterly totalling c£28,000,000 (declining year on year) - Management of entitlements through annual certificates - General administration of services to Beneficiaries including correspondence relevant to the services - Effective liaison with the solid fuel contractor - providing instructions to increase, reduce or stop solid fuel deliveries. - Participation in the National Fraud Initiative; management and pursuit of fraud and error and overpayments/irrecoverable losses - Management of data protection; cyber security and equalities compliance Concessionaires are based in coalfield communities in the UK with high concentrations of individuals in South Wales and Northern England.Expected timelines for this procurement via an open procurement:Invitation to Tender - April 2025 Tender Closes - May 2025 Contract Award - August 2025 Contract Transition/Mobilisation - September 2025 - March 2026Please note these timelines are indicative and may be subject to change.This contract will be a 5 year contract, with an optional 3 year extension built into the contract. Duration in months: 60 months plus an optional extension of 36 months.Total Value (excluding VAT) and including the optional extension period is £8 million. | DESNZ | 01/01/2001 |
14/01/2025 05:13 PM | 1120: A Restorative Justice Support Service for Victims of Crime and ASB in Dorset | The specification sets out the service required by the Police and Crime Commissioner for Dorset which has been published for the tender opportunity to provide a Restorative Justice (RJ) Service for victims of any crime or Anti-Social Behaviour (ASB). | Dorset Police | 03/03/2025 |
14/01/2025 04:07 PM | Safer Estates Contract- Neighbourhood Improvement, CCTV Service, Maintenance & Installation | Neighbourhood Improvement, CCTV Service, Maintenance & Installation. The Safer Estates Team manage, maintain and operate 89 CCTV systems made up of 735 cameras within Haringey's Housing Estates. The systems vary in scope and design. The primary use of the systems is to detect and tackle crime and anti-social behaviour. Prospective bidders will apply through Haringey Council Procurement Portal.https://s2c.waxdigital.co.uk/ProcurementLBHaringey/ | LONDON BOROUGH OF HARINGEY | 12/02/2025 |
13/01/2025 05:10 PM | Workforce Management System | The overarching purpose of the new WMS is to: • Streamline Workforce Onboarding and Management: Reduce administrative burdens, automate right-to-work checks, medical and accreditation validations, and enhance data accuracy. • Improve Site Safety and Compliance: Ensure only authorised, skilled, and medically fit workers access BBV HS2 sites. Support compliance with UK legislation (e.g., CDM Regulations, Health and Safety at Work Act), HS2 standards, and ISO certifications. • Enhance Security and Access Control: Implement robust biometric and card-based access systems to prevent unauthorised entry and maintain secure perimeters. • Increase Operational Efficiency: Provide real-time insights into workforce attendance, accreditation levels, fatigue management, and resource allocation to improve productivity and risk mitigation. • Support Data-Driven Decision Making: Deliver comprehensive, flexible reporting and analytics capabilities that integrate with BBV's data warehouse and data lake, enabling informed decision-making and continuous improvement | Balfour Beatty Vinci HS2 | 22/01/2025 |
13/01/2025 03:22 PM | Multi-Agency Case Management System | The Council is leading the procurement, on behalf of the Safer Lincolnshire Partnership, of a fully supported and maintained, cloud hosted solution to support tackling anti-social behaviour and the delivery of domestic abuse support services. The System is required to provide case management functionality, a means to capture and record incidents, interventions and support, share information between agencies, and identify repeat or vulnerable victims and perpetrators by locality. | Lincolnshire County Council | 12/02/2025 |
13/01/2025 12:19 PM | 2425-0464 -Parking enforcement, cashless parking and associated services | The Authority requires the Bidder to provide the services listed below, which will be evaluated as part of the Bidders Tender with the exception of Resilience Services:Civil Enforcement Officer (CEO) and CCTV Enforcement This element of the service includes on-street enforcement undertaken by Civil Enforcement Officers patrolling the street on foot and using appropriate vehicles to ensure Parking Restrictions are enforced 24 hours a day including bank holiday and special events taking place at the Arsenal Football Stadium. The contract requires CCTV Clip Processing to take place to identify Moving Traffic and Bus Lane contraventions and subsequently the issuance of valid Penalty Charge Notices. The Authority currently issues approximately 400,000 PCNs per year with an estimated 200,000 being issued by Civil Enforcement Officers, and an estimated 200,000 which were captured by CCTV. This service will commence on 1 October 2025.Cashless Parking Services The Authority requires a high-quality Cashless Parking Service, this will include electronic short stay purchases of kerbside parking permits and visitor vouchers. The Authority's charging structure is based on vehicle CO2 emissions. There are approximately 1.4 million transactions taking place annually. This service will commence on 1 April 2026.Printing, Posting and Scanning Services The Authority requires a solution for the printing and posting of statutory and other related documentation along with the scanning and indexing of incoming correspondence not received via our dedicated IT systems. There are approximately 500,000 letters that are printed and posted annually and an estimated 50,000 items for scanning and indexing. This service will commence on 1 April 2026.Vehicle Removal and Pound Facility The Authority requires the provision of removal trucks, clamping services and a pound facility to conduct relocations and removal of vehicles identified as persistent evaders and vehicles causing an obstruction on the public highway. There is an estimated 1200 relocations and 300 vehicles removed to the pound annually. This service will commence on 1 October 2025.Complaints Handling The contract requires the successful Bidder to be responsible for managing the first line of complaints related the services being delivered. This service will commence on 1 October 2025.Resilience Services There is also a requirement to deliver a resilience service upon request by the Authority, for services usually undertaken in house. This includes but not limited to; notice and debt processing, suspensions, sign and line maintenance and business intelligence.Additional Goods and Services During the term of the contract, with no obligation on the Authority to proceed with any or all of these options, the Authority may require the Bidder to purchase on the Authority's behalf other services, including but not limited to; • A parking management and processing IT systems • Purchase of additional CCTV | Islington | 13/02/2025 |
10/01/2025 05:45 PM | Look Ahead Care & Support - IT Managed Service Provider | The purpose of this tender is to identify a suitable supplier to deliver an IT Managed Service Provider solution to include a number of services under the following headings:-24/7 Managed Service Desk-Server hosting-Backup as a Service (BaaS)-Security services-Procurement, billing and builds-Reporting and Service Reviews-Technical and innovation guidance, advice and support in conjunction with the Look Ahead IT strategic planIt is the intention that this service will be awarded under one contract to one supplier. To deliver the requirements, an initial 3-year contract will be awarded with an optional extension of an additional 24 months. Therefore a total potential contract length of 5 years. | Look Ahead Care and Support | 11/02/2025 |
10/01/2025 04:55 PM | Fire Prevention Works | Procurement Assist Limited is seeking service providers to take part in tendering for a place on a 60 month Dynamic Purchasing System for Fire Prevention Works. The services will be split into 3 Categories, as follows: Category 1: Sprinkler System Service and Installations Category 2: Fire Alarm System Service and Installations Category 3: Fire Prevention Works (From FRA Assessments) The DPS will be available for use by iFM Bolton and the whole public sector from across the United Kingdom. The DPS initial application period is 30 days but will remain open until 31 May 2029. Applications from service providers can be made at any time during this period. The DPS is intended to be a fast route to market for Clients, with Clients not needing any further engagement with OJEU procurement processes. Procurement Assist is publishing this Notice of Amendment made pursuant to the original Notice 2020/S 084-199954 to extend the DPS to 31 May 2029. The remaining information in relation to this DPS is unchanged. | Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton) | 31/05/2029 |
10/01/2025 03:00 PM | IT and Cyber Security Services | PA invites organisations to participate in a 60-month DPS for the provision of IT and Cyber Security Services. The DPS will be accessible by all current and future Clients of PA. The DPS may be used by all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education, Charities and all other contracting authorities that are located in the United Kingdom. Procurement Assist is publishing this Notice of Amendment made pursuant to the original Notice 2023/S 000-014645 to extend the DPS to 31 May 2029. The remaining information in relation to this DPS is unchanged. | Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton) | 31/05/2029 |
10/01/2025 02:07 PM | AT1298 Fire Alarm System Planned Preventative Maintenance | Fire Alarm System Planned Preventative Maintenance https://procontract.due-north.com/Advert/Index?advertId=95391af7-7490-ef11-8130-005056b64545 | Luton Council | 11/02/2025 |
10/01/2025 12:02 PM | Framework Agreement for Security Services | Staffordshire County Council is procuring a Framework for the provision of Security Services and any additional associated services including Static & Mobile guarding, unoccupied buildings, open & lock provisions and key holding services for Staffordshire County Council establishments.The Framework Agreement is to satisfy the security requirements of the SCC portfolio and to future proof services during the contract term due to changing requirements and a changing portfolio. The services to be included are: - • Mobile patrol security cover • Provide Open and Lock up services and External and Internal Patrolling • Alarm activation and emergency response as required • Control access to the premises out of normal office hours • CCTV Monitoring • Static Guarding • Office Building and Reception SecurityThe framework is split into 5 lots and more detailed information is provided in each specification for each lot. | Staffordshire County Council | 28/02/2025 |
10/01/2025 10:09 AM | Supply and Delivery of Electronic Security Equipment | Leeds City Council are undertaking a market sounding exercise regarding a proposed competitive tender to procure a framework for the provision of Electronic Security Equipment (including CCTV, intruder alarms and door access control). The equipment will be installed by Leeds Building Services. | Leeds City Council | 17/01/2025 |
09/01/2025 09:58 PM | Support for Delivering Safety Communications for MHRA - Open Competition | The objective of this Procurement Call for Competition is to award one Contract to support delivery of the MHRA's communications to healthcare professionals (HCPs), and facilitate improved safety communications including optimising engagement rates and reach.The MHRA seeks the appointment of a Supplier who has experience of and expertise in (Technical and Professional ability): - issuing broad email campaigns to a large audience including but not limited to NHS email addresses. (Please note, the Supplier would need to own or have access to the email addresses/contacts for a range of HCPs as the MHRA cannot provide any contact/subscription details - our expectation of the extent of the database is that it can reach more than 100,000 HCPs across the UK and disciplines/specialisms; good representation across the healthcare sector) - maintaining contact details to ensure up-to-date, and seeking to expand the contacts database. - formatting and dispatching communications/emails (including ability to deal with NHS firewall/security challenges).Safety communication is a critical part of the MHRA's work, with the potential for a major and immediate impact on public health and safety, and consequently our corporate reputation. It is essential therefore that we issue effective communications and trusted advice via appropriate channels to relevant audiences/HCPs, in a timely manner, to support patient safety and public health. The information dispatched must be accessible and easy to understand including how it could affect patients' care.The Contract shall run for a period of three years (Initial Term) with provision for optional extension(s) up to a maximum period of six years (subject to earlier termination) | Medicines and Healthcare Products Regulatory Agency | 11/02/2025 |
09/01/2025 04:31 PM | Supply and Support of Electronic Chart data for Border Force Cutters | Border Force is a law enforcement arm of the Home Office and operates a fleet of five sea going Cutters operating in both UK National and International waters under the Maritime Coastguard Agency (MCA) Load Line Regulations.Provision of Electronic Navigational Charts (ENC) & Port Data is required to support safe navigation both within and outside the territorial waters of the UK, including to other EC countries, the Channel Isles and the Isle of Man.The Cutters currently operate a suite of Simrad Argus NSTR and Simrad PLECDIS. The requirement will include all supporting software, licences, software updates, access codes, encryption codes and encryption keys as applicable. | Home Office | 01/01/2001 |
09/01/2025 02:10 PM | Homes England - Newburn Riverside Scrub Clearance 2025 | Homes England is seeking to appoint a competent Supplier to undertake vegetation scrub clearance at the Newburn Riverside site, Newcastle.The Supplier is to price for the Services broadly outlined below. The Supplier must ensure that they have read and understand the requirements of the contract as outlined in Contract Drawings, Specification, Terms and Conditions of Contract, Pricing Schedule, and Supporting Appendices.Services include but are not exclusively limited to the following activities:• Responsibility for coordination, supervision and administration of the Service with all parties; • Establishment and maintenance of the Supplier's compound, offices, welfare facilities and storage area. Any compound used for storage of plant, equipment, materials, and substances will be lockable and fenced off behind security fencing with sufficient clearance space and gated access points. The location of the compound will be agreed with the Contract Administrator at or prior to the pre-start meeting and may be on or off site for the duration of the contract. Removal of the Supplier's compound, offices, welfare facilities and storage area on Completion; • Undertaking of all operations in accordance with the Scope of Services and Specification; • Undertaking of all operations in accordance with the general health and safety policy of Homes England and all relevant health and safety legislation; • Prior to commencement of any Services confirmation that all necessary consents have been obtained and given to the Contract Administrator; • Removal of all materials from site; and • Demobilisation.Other activities required for the completion of the Services include but are not exclusively limited to the following:• Preparation of a contract programme and provision of updates as required; • Provide within sufficient time to allow Commencement of the Services by the specified date the Construction Phase Health and Safety Plan, to include details on traffic management, Quality Management, Emergency Preparedness etc.; • Risk Assessments and Method Statements for all elements of the Services; and • All necessary reporting as outlined within the Scope of Services. | Homes England (the name adopted by the Homes and Communities Agency) | 31/01/2025 |
08/01/2025 02:49 PM | Access Control System Installation Partner | The Government Property Agency (GPA), in conjunction with techUK, will be holding an online supplier engagement session on Monday 27 January 2025 (11:00-12:30 GMT) to inform suppliers of the GPA's upcoming procurement for an Access Control System Installation Partner.The webinar will also cover the separate procurement of an Access Control Systems (Encryption/Cloud) Technical Services Partner.GPA are seeking to engage with potential suppliers to share GPA's strategy for these two procurements, and we are keen to engage with Access Control System (ACS) vendors, Encryption/Cloud Architect Vendors, and Security and Systems Integrators specialising in the install and maintenance of Access Control Systems. In the webinar GPA will provide an overview of the strategic direction for GovPass, potential delivery models, and the high-level requirements for the service. GPA will also collect questions during and after the webinar, and answer where possible during the session.For further information about these procurements, the webinar and how to register, please visit https://www.techuk.org/what-we-deliver/events/government-property-agency-access-control-system-installation-partner-and-access-control-systems-encryption-cloud-technical-services-partner-market-engagement-session.html. | GOVERNMENT PROPERTY AGENCY | 01/06/2025 |
08/01/2025 02:45 PM | Access Control Systems (Encryption/Cloud) Technical Services Partner | The Government Property Agency (GPA), in conjunction with techUK, will be holding an online supplier engagement session on Monday 27 January 2025 (11:00-12:30 GMT) to inform suppliers of the GPA's upcoming procurement for an Access Control Systems (Encryption/Cloud) Technical Services Partner.The webinar will also cover the separate procurement of an Access Control Systems Installation Partner for GovPass.GPA are seeking to engage with potential suppliers to share GPA's strategy for these two procurements, and we are keen to engage with Access Control System (ACS) vendors, Encryption/Cloud Architect Vendors, and Security and Systems Integrators specialising in the install and maintenance of Access Control Systems. In the webinar GPA will provide an overview of the strategic direction for GovPass, potential delivery models, and the high-level requirements for the service. GPA will also collect questions during and after the webinar, and answer where possible during the session.For further information about the procurements, the webinar and how to register, please visit https://www.techuk.org/what-we-deliver/events/government-property-agency-access-control-system-installation-partner-and-access-control-systems-encryption-cloud-technical-services-partner-market-engagement-session.html. | GOVERNMENT PROPERTY AGENCY | 01/05/2025 |
07/01/2025 10:44 AM | Provision for Lee Valley Riding Centre Fire Alarm Replacement | Lee Valley Regional Park Authority ("the Authority") Riding Centre, 71 Lea Bridge Road, Leyton, London E10 7QL requires the complete replacement of the existing fire alarm system at the venue, removing redundant radial, loop circuits and equipment, installing new loop circuits, detection and panels. | Lee Valley Regional Park Authority | 11/02/2025 |
07/01/2025 09:42 AM | London Borough of Hounslow Parking Early Engagement Expression Of Interest | We have a number of parking contracts that expire in 2025/26 financial year, including: - the main enforcement contract - cashless parking - back-office software contract - sundry support contracts (e.g. printing, posting, scanning)  There may be the option to include other contracts including environmental enforcement and some back office processing services.   Suitable suppliers are invited to a virtual informal market engagement via Teams. The supplier event will take place in January/February 2025. Suppliers will be allocated individual sessions. The exact schedule will be confirmed at a later date, depending upon the number of suppliers that wish to attend. Please specify three dates and time options between insert dates that are suitable for you, and we will endeavour to support this, although we cannot guarantee you will be allocated the date/time chosen. Please contact procurement via the portal by 12noon on 24/01/2025 if you are interested in attending. Note: We are happy to receive dates from next week. Agenda   Suppliers will be allocated a presentation slot, with the length confirmed in advance dependent on the service or services to be covered. Suppliers should focus on: - achieving best value - delivering innovation and continuous improvement for the Council - proposals for delivering a Net Zero Carbon (NZC) service - providing a case study which demonstrates the ability to achieve the above in a comparable setting   Q and A session with pre-released questions as set out below.   1. Please talk us through the latest technology you have used to reduce workforce costs and how savings can be achieved over the duration of the contract. What % savings do you think could be achieved year on year based on improved productivity and innovation?   2. Please advise what you would consider to be the optimum contract term for you to be able to invest in this contract and for LBH to achieve continual value for money, broken down into initial term/extensions/break clauses opportunities? Noting that the use of the CCS TTAS lot 6 framework constrains this to a maximum of 7 years and the Council wishes to ensure equipment is refreshed during this period if an extension is granted.   3. Please talk us through your companies Net Zero Carbon Emissions policy and how you implement this operationally on contracts, to include examples of all/majority electric fleet and other carbon savings. 4. Please comment on which additional services you feel would 'fit' this contract and why this will achieve best value for the Council? Please discuss all services referenced in the first paragraph of this e-mail and detail your experience on these.   5. Please advise us of anything else you think would be beneficial in the drafting of this specification and contract.Note as this is an informal event there is scope | London Borough of Hounslow | 07/04/2025 |
07/01/2025 09:24 AM | PLACE310. The Rectification and Operation of the Derby and Derbyshire Waste Treatment Centre for the treatment of waste | The DDWTC comprises of a Mechanical Biological Treatment for the drying of waste; a Mechanical Recovery Facility for the separation of recyclable materials; and a thermal treatment facility using Advanced Conversion Technology (ACT) (gasification) for the end disposal of residual waste. Heat produced by the ACT is used to generate electricity.The DDWTC is designed to treat 190,000 tonnes of residual waste a year. The Councils generate around 60,000 tonnes of additional residual waste per annum but this will be managed through a separate Contract and does not form part of this opportunity. The successful contractor will not be required to treat waste at the facility until steady operations have been achieved. Waste required for testing and commissioning (up to 190,000 tonnes per annum) will be provided by the Councils.The DDWTC is not currently operational. It is being preserved by an on-site operations team with the intention that the facility can be brought back into operation as part of this opportunity. As part of this procurement process, interested organisations will be provided with various survey information relating to the DDWTC to provide further information on the extent and nature of the works required to bring the DDWTC back into operation. Shortlisted SQ applicants will also be able to attend site visits of the DDWTC as part of the dialogue stage of the process.The PDD Contract will be a short term contract which will provide for the successful contractor to undertake due diligence services and preserve the current condition of the DDWTC, equipment and assets and provide security at the site. Access to the DDWTC will only be granted at this time and there are a number of activities that the successful contractor will need to complete under the PDD Contract. The PDD Contract activities will enable the successful contractor to inspect and survey the condition of the DDWTC to enable it to develop and finalise its rectification plan and fix critical plan for the DDWTC. This will support a financial investment decision to be taken by the Councils to approve the works. It is not anticipated that waste will be treated or electricity generated under the PDD Contract. The DDWTC Contract is the main long term contract for the project if the Councils approve the rectification plan solution. The DDWTC Contract will be a single contract based on a partnering approach and will deal with the rectification, optimisation, operation and maintenance of the DDWTC. The DDWTC Contract will only proceed through the various phases provided for in it if the successful contractor achieves certain pre-agreed levels of activity and where the Councils deem the project to remain commercially viable. During the DDWTC Contract, the successful contractor is anticipated to accept, process and treat up to 190,000 tonnes per annum of residual waste at the DDWTC.Further information can be found in the documents made available at www.eastmidstenders.org | Derbyshire County Council | 06/02/2025 |
06/01/2025 12:02 PM | Door Access Control System (Soft Market Testing) | Cheshire West and Chester Council is currently considering options for the delivery of a new Door Access Control System for a number of key buildings across the authority and is testing the market to establish if there are suitable providers that can provide a system of this type. | Cheshire west and Chester Borough Council | 20/01/2025 |
06/01/2025 12:00 PM | Cyber Security SOC & SEIM | Freebridge Community Housing requires an experienced company to provide and support, SOC and SIEM services to protect and ensure the security of it's networks. | Freebridge Community Housing Limited | 14/02/2025 |
24/12/2024 08:38 AM | Body Worn Video Cameras and a Data Management System | WYFRS wish to purchase a number of Body Worn Video Cameras for use on front line appliances, operational personnel and Prevention and Protection staff. there will be an initial purchase of 240 units, however during the term of the contract there may be the need to purchase ad-hoc units as and when required. The provision also includes the need for a Data Management System to facilitate the use and storage of software and relevant data for video and still images and also includes a system support service. A repair and maintenance service for the hardware will also be included in the contract. | BlueLight Commercial | 27/01/2025 |
23/12/2024 12:10 PM | Access Control Upgrade - Supply & Installation | The National Archives is undertaking a programme of upgrades to its door access controls. The controls are fitted to internal restricted/staff areas of its 'Kew 1' and 'Kew 2' buildings in Kew, west London.The scope of the contract being tendered is to supply and install door access controls (proximity readers and PCB controllers) plus associated software to integrate with the existing access control system.The installation activities will comprise the following: a) Removal of existing Equipment/ Controllers/ Readers b) Installation of new Equipment/ Controllers/ Readers c) Removal of redundant Equipment/ Controllers/ ReadersThe National Archives requires all the new Equipment/ Controllers/ Readers being supplied under this contract to be delivered on site by March 31st 2025 at the latest. The completion of all installation activities should be completed as close to March 31st 2025 as possible.This contract will include working in and around a public building. The building is open to the public 9am-5pm, Wednesday, Friday, and Saturday, 9am-7pm Tuesday and Thursday, and 11am - 4pm for the first Sunday of each month. The building must remain operational throughout the contract duration, including Monday when staff will be on site. Tender packs will be issued to potential bidders upon receipt of a completed NDA (Non-Disclosure Agreement), which must be sent to ku.vo1738762794g.sev1738762794ihcra1738762794lanoi1738762794tan@t1738762794nemer1738762794ucorp1738762794. These NDAs must be received by 5pm on January 17th, 2025. The NDA document is attached to this tender notice. | The National Archives | 31/01/2025 |
20/12/2024 09:41 AM | Security Guarding Services for the British Embassy Yerevan | Security Guarding Services for the British Embassy Yerevan | Foreign Commonwealth and Development Office | 20/01/2025 |
20/12/2024 09:30 AM | Provision of LAN and Wireless Networks | South Oxfordshire District Council and Vale of White Horse District Council (the councils) are replacing the active network components of their offices and buildings, including all switching, wireless access points and security devices. The councils wish to move to a single cloud-managed platform for all sites and devices enabling management through a single dashboard. The solution should include installation and configuration of the devices to enable the councils' network to support the migration to a Zero-Trust-Network (ZTN) using SD-WAN.All sites support hybrid working with staff being able to work at home and within the office over a corporate LAN. The councils' technology strategy is a cloud-first approach, and all main applications are either delivered software-as-a-service (SaaS), are planned to move to SaaS or be hosted in Azure. Productivity applications are provided via Microsoft 365. The councils have no main datacentre or physical centralised server-room. Each site will be connected to the internet via direct connection and will require network protection.OUTLINE REQUIREMENTSSolution must be managed through a single cloud enabled platform and provide single dashboard for unified management for switching, wireless and security appliances. Modern deployment through zero-touch provisioning. Network and wireless should support latest technology version and allow for future growth. Network switches must: • support stacking where more than one switch is being deployed in a comms rack. • Provide PoE to support wireless access points and QoS to assist with voice and video network traffic. • Switch ports to support multi-gigabit for wireless access points. • Switches to support VLAN for network segregation. Wireless access points must: • be minimum Wifi-6E (802.11ax) • support multi-gigabit ports. • Be powered via PoE wherever possible. Security Appliances must: • support SD-wan and ZTN technologies. • provide local DHCP, NAT, QoS and VLAN management services. • support site to site VPN into MS Azure for each site. Suppliers must provide a detailed price breakdown for: a. Hardware for each site b. 5 year enterprise licence and support c. Installation and configuration for each site d. Ongoing annual support for the duration of 5 year enterprise licence period | South Oxfordshire District Council | 21/01/2025 |
19/12/2024 10:32 PM | Security services solution | 2gether Support Solutions Ltd. (herein referred to as "our" or "us" or "we") was formed in April 2018 as a new, wholly owned subsidiary company of one of the largest NHS Foundation Trusts in the UK, East Kent Hospitals University NHS Foundation Trust (the "Trust"). We provide essential support services to the Trust, from facilities and property management to catering, procurement and portering.We are seeking to appoint a professional, competent and suitably experienced provider to deliver an effective security services solution across our core customer's hospitals sites all year round basis.Further information about the requirements, including how the contract will be awarded, is available from the published Tender Pack within the Suppliers Document section of the Atamis e-sourcing portal.If you are a professional, competent and suitably experienced security services solution provider, are capable of delivering the requirements described within the Tender Pack and interested in helping support us, then you are invited to submit a bid in accordance with the instructions set out in the Additional information section of this notice. | 2Gether Support Solutions Ltd | 21/01/2025 |
19/12/2024 05:55 PM | Provision of Managed Security Services and Car Park Management | Provision of managed security service and car park management to the Queen Victoria Hospital site to deliver the following; a) Maintaining a secure environment at the Queen Victoria Hospital site; b) Responding to security and alarm incidents within the Queen Victoria Hospital site c) Additional specified duties as set out in the scope of service; d) Provide reassurance, customer service, crime prevention and control and restraint.The Managed Security Service and Car Park Management shall be provided 24 hours a day, 365(6) days per years | Queen Victoria Hospital NHS Foundation Trust | 30/01/2025 |
19/12/2024 03:43 PM | Security Equipment Maintenance 2025 | The University of Hertfordshire is looking to award a single source contract to a suitably experienced Contractor for the provision of Security Equipment Maintenance Services. | University of Hertfordshire | 24/01/2025 |
19/12/2024 03:43 PM | INTENSIVE TENANCY SUPPORT FOR VULNERABLE HOUSEHOLDS | Gosport Borough Council is inviting contractors to submit a tender for the provision of intensive support to vulnerable families, single adults and non-dependent households where there is a risk of homelessness due to chaotic or anti-social behaviour. | Gosport Borough Council | 27/01/2025 |
19/12/2024 03:06 PM | DGM/2057 - Munition Packaging Service | a) APMT intend to contract the requirement of the provision of a 3-year contract to support the future and ongoing supply of the Munition Packaging Service. The Authority requires a suite of the following:b) The range of munitions packaging in scope covers approximately 60 container types, and associated internal packaging, ranging from pallet sized Unit Load Specifications (ULS) for artillery ammunition to Small Arms Ammunition Containers and other common user items. The packaging catalogue can be broadly ranged from the high value, low volume to the low value, high volume.c) Any waste generated because of the processing, refurbishment, stock management and obsolesce must, once approved by the PT, be disposed of in the most cost effective and environmentally friendly manner. More detail provided within Areas 1 and 9. This process should be affirmed within an Environmental Management Plan and Disposal Management Plan. Wherever possible options should contain a 'gainshare' solution that will see value returned to the Authority.d) To maintain visibility of the complete Supply Chain and its inventory, a warehouse stock management system must be used to manage inventory quantities, works in progress status, condition, and location. All stock must be accounted for using a recognised NATO Stock Number (NSN) or drawing number if an NSN is unavailable. Any newly manufactured or procured items will be codified by the Authority in accordance with DEFCON 117.e) This SOR scopes out nine major areas which are core obligations that must be supported:Area 1 - Refurbishment:Area 2 - Post-Design Services:Area 3 - Sourcing and Procurement of Internal Packaging:Area 4 - 1814kg NATO 2 Tonne pallets and Pallet Tray:Area 5 - Container Security Seals:Area 6 - Warehousing:Area 7 - Recycling:Area 8 - Procurement of new ammunition containersArea 9 - Project & Contract Managementbidders can bid for 2 lots, either all of the areas above or area 8 only.Access the DPQQ via the Defence Sourcing Portal (DSP) | Ministry of Defence | 21/03/2025 |
19/12/2024 02:32 PM | TC250 - Fire & Security Maintenance Contract | The Borough Council of Bolton ("the Authority") is prepared to receive tenders for a Fire & Security Maintenance Contract which will be subject to the information, specification and tender package enclosed.This procurement exercise is being run as an open Invitation to Tender (ITT) and the Authority will appoint a single (1) contractor on the Contract.This tender is to provide Fire and Security Planned Preventative Maintenance (PPM) services to the Councils property portfolio.It is intended for the Contract to commence on 13 May 2025 for a period of three (3) years. There is the option to extend for a further two (2) x twelve (12) month periods. | Bolton Council | 20/01/2025 |
19/12/2024 02:29 PM | Provision of CCTV including live monitoring | To provide for the management, maintenance of CCTV surveillance equipment and live monitoring of the equipment. Police radio links with Northants Police essential.Expression of interest and requests for more information from the Town Clerk. | Higham Ferrers Town Council | 31/01/2025 |
19/12/2024 02:22 PM | DGM/2057 - Munition Packaging Service | a) APMT intend to contract the requirement of the provision of a 3-year contract to support the future and ongoing supply of the Munition Packaging Service. The Authority requires a suite of the following:b) The range of munitions packaging in scope covers approximately 60 container types, and associated internal packaging, ranging from pallet sized Unit Load Specifications (ULS) for artillery ammunition to Small Arms Ammunition Containers and other common user items. The packaging catalogue can be broadly ranged from the high value, low volume to the low value, high volume.c) Any waste generated because of the processing, refurbishment, stock management and obsolesce must, once approved by the PT, be disposed of in the most cost effective and environmentally friendly manner. More detail provided within Areas 1 and 9. This process should be affirmed within an Environmental Management Plan and Disposal Management Plan. Wherever possible options should contain a 'gainshare' solution that will see value returned to the Authority.d) To maintain visibility of the complete Supply Chain and its inventory, a warehouse stock management system must be used to manage inventory quantities, works in progress status, condition, and location. All stock must be accounted for using a recognised NATO Stock Number (NSN) or drawing number if an NSN is unavailable. Any newly manufactured or procured items will be codified by the Authority in accordance with DEFCON 117. e) This SOR scopes out nine major areas which are core obligations that must be supported:Area 1 - Refurbishment:Area 2 - Post-Design Services:Area 3 - Sourcing and Procurement of Internal Packaging:Area 4 - 1814kg NATO 2 Tonne pallets and Pallet Tray:Area 5 - Container Security Seals:Area 6 - Warehousing:Area 7 - Recycling:Area 8 - Procurement of new ammunition containersArea 9 - Project & Contract Managementbidders can bid for 2 lots, either all of the areas above or area 8 only.Access the DPQQ via the Defence Sourcing Portal (DSP) | Ministry of Defence | 21/03/2025 |
18/12/2024 04:34 PM | Invitation to Tender for the Safe and Warm II Upgrade Scheme at Victoria House, Creswell | Bolsover District Council have recognised a need for investment in their housing stock, and particularly those buildings which provide accommodation to elderly and vulnerable tenants. This project will provide for further facility improvements and fire safety upgrading of flats and communal areas within sheltered accommodation at Victoria House Creswell to complement previous modernisation and refurbishment works undertaken as part of the Safe and Warm programme. The building, designed for independent living, consists of 32no flats incorporating communal facilities such as a day & events room, kitchen, TV room, and laundry. The Tenderer shall be the Principal Contractor and Main Contractor for this project which shall encompass the installation of new fire doors, integration of associated equipment to the buildings fire alarm system, amendment as required to the existing sprinkler system, conversion works to create an internal scooter-store facility and the re-decoration of communal areas. Contract award will be confirmed from 11th February 2025 and it is estimated for the project to commence from March 2025 within a 24 week timeframe. | Bolsover District Council | 29/01/2025 |
18/12/2024 10:27 AM | CA15082 - Tender 21/2024 - Fire Alarm and Intruder Alarms system testing and maintenance | Newry, Mourne and Down District Council (The Council) invites tenders from suitably qualified and experienced contractors to provide the inspection, maintenance, testing & remote monitoring of Fire Alarm and Intruder Alarm Systems at various Council facilities.To access this competition:Registered: Login to https://suppliers.multiquote.com and view the opportunity CA15082.Not registered: Visit https://suppliers.multiquote.com then register and quote CA15082 as the reason for registration.Any queries please contact MultiQuote on 0151 482 9230. | Newry, Mourne and Down District Council (NMD) | 29/01/2025 |
17/12/2024 01:38 PM | Wychbold Park Improvement Plan | Dodderhill Parish Council is issuing this Request for Formal Quotations for the competitive procurement of six pieces of work (5 separate phases) to be carried out at Wychbold Playing Fields, School Road, Wychbold WR9 7PU. Site visits are mandatory to tender for this work and requests for site visits or any questions can be addressed to the Wychbold PIP (Park Improvement Plan) Coordinator: ku.vo1738762794g.cp-1738762794llihr1738762794eddod1738762794@nalp1738762794kraP1738762794 or tel: 07821 641382 or to the Parish Council Clerk: ku.vo1738762794g.cp-1738762794llihr1738762794eddod1738762794@krel1738762794C1738762794 - tel: 01527 372548.Paths - Phase 1a Aims • To improve access and accessibility for all abilities to the allotments, orchard and football fields by widening and extending existing paths. • To use suitable pathway materials that will have minimal impact on the surroundings, match existing paths including those in the sensory garden; paths will include sufficient turning circles for inclusivity and relevant signage. • To include permanent distance markers on path surfaces to encourage exercise.Car Park - Phase 1b Aims • Separating pedestrian and vehicle routes where feasible. • To mark out parking spaces for disabled users and for electric charging use. • To add electric charging point for vehicles. • To replace current tarmac area with an eco-friendly surface that includes space for plants yet provides hard standing for cars • To remove and appropriately dispose of via a licensed waste carrier, the existing car park barrier. • Supply and install a replacement car park barrier with height restrictions to prevent the entrance of larger/ higher vehicles at the entrance to the car park which can be opened if/ when larger vehicles are needed to carry out works in the park area. • To replace outside lights with nocturnal animal-friendly ones. • Review of car park to provide further suggested improvements.Community Sensory Garden - Phase 2 Aims- Reduce and Tidy This is to be a beautiful and peaceful place to sit, rest and reflect and contemplate. It will also be used as a community meeting place, a site for workshops, remembrance services, carol singing and other community activities. It needs to be accessible to all and include seating and shelter.Wildlife Corridors - Phase 3 Information A number of hedges run alongside the orchard, allotments, playing fields area, car park and proposed sensory garden. These have been in situ for many years and some like the one to the side of the orchard are protected. A number of areas have been damaged or destroyed and a gate, no longer used, makes a big break in the hedge alongside Stoke Road.Orchard - Phase 4 Aims - To enhance the existing orchard so that it becomes a functioning community orchard.Community Allotment Plot - Phase 5 Aims • To improve access by widening existing paths and creating new paths • To improve the community plot. | Dodderhill Parish Council | 24/01/2025 |
17/12/2024 11:50 AM | Commercial and Industrial Waste Survey for Northern Ireland | WRAP, on behalf of DAERA, wishes to procure a Commercial and Industrial Waste Survey for Northern Ireland, closely mirroring in methodology and outputs the work conducted in Wales in 2018. The main aims of the project are to determine how much waste from C&I businesses in Northern Ireland was produced by waste type (EWC code and SOC) and sector (SIC code) and how that waste was managed during the 2024 calendar year. The successful tenderer will be contracted to commence work in Q1 of the 2025/26 calendar year, with a proposed indicative project delivery time frame of 12 months from inception, with an optional extension by a further 6 months (subject to agreement and deliverables). It is anticipated value in the range of £400,000-£645,000. The objectives of this work are: To procure business breakdown and contact details, construct an appropriate sampling frame and survey a sample - representative by sector (SIC code) and business size - of businesses across Northern Ireland. It is not possible to confirm the exact number of companies that will be targeted in the sample frame prior to the statistical work being undertaken by the successful contractor in scoping and developing sample frame options. Therefore, tenderers are requested to provide an estimated price based on 1,500 surveys. To provide WRAP and DAERA with robust data on the quantity of solid waste (including material entering preparation for reuse) arising from businesses in the Commercial and Industrial sectors in 2024. To provide a breakdown of the waste arising by industrial sector and commercial sector, and by each of the major subsectors within Northern Ireland. To provide detailed analysis of the composition of the waste arising by sector and subsector, using an approach based on the Subject Oriented Classification (SOC) approach based on European Waste Catalogue (EWC) codes. To provide a breakdown of the waste management end destinations (e.g. preparation for reuse, recycling, composting, energy from waste or landfill) of waste arising by sector, subsector and SOC. | Waste & Resources Action Programme | 14/02/2025 |
16/12/2024 12:55 PM | MVDC - CCTV Goods and Associated Services | Mole Valley District Council (the Council) invites tenders for the provision of CCTV cameras, servicing and maintenance of the new and existing camera estate and ancillary services in the form of storage and access of recorded data as set out in these documents. The Commencement Date for the delivery of the services is scheduled to be on Tuesday 1st April 2025 at 00:00 hours. The Contract will be awarded for a period of 3 years until 31st March 2028, with an option to extend for a further 2 x 12 month periods subject to performance and the absolute discretion of the Council. The Council is procuring this contract following the Open Procedure under the UK Public Contract Regulations 2015 and the Council's Procurement Code. The Council will be awarding one Contract for the provision of all services detailed in the Specification. | Mole Valley District Council | 17/01/2025 |
12/12/2024 12:18 PM | Supply Chain Notice: BAE Systems Air Sector - Supply Chain Capability Portal - Generic Request for Information (Fourth Wave) | BAE Systems is at the heart of the UK's sovereign combat air capability, delivering combat air readiness and ensuring our Air Force customers have the equipment, services and skills they need to protect and maintain security and economic prosperity. As a world-leader in defence exports, we play a crucial role in internationally collaborative programmes that enhance local industrial capability and support strategic partnerships overseas.Our goal is to accelerate the innovation of future air power through the development of technology, skills and collaborative ways of working that enable our customers to stay ahead of evolving threats.In 2021, the Air Sector developed a Supply Chain Capability Portal, which has been widely utilised to understand alignment between the supply chain and potential customer requirements, directing future engagement across a number of projects. The portal currently captures supply chain information across the following system areas: Displays & Controls, Electrical Power System, Flight Control System, Thermal Management, Communication Systems, Navigation, Computing and Landing Gear, Airspace Integration, Armaments, Fuel, Ice Protection & Detection System, Mission Management, Mission System - Software, Prognostic Health Management, Vehicle / Flight Systems Software, Payload Bay/Utility Actuation, Crew Escape System, Aircrew Equipment and Survival Aids, Life Support, Auxiliary Power System, Vehicle Management System, Hydraulic Power System and Fire Detection & Protection System.The scope of the portal is now being expanded to cover a fourth wave of systems, capturing information in these additional areas:External/ Internal Lighting, Propulsion Integration, Weapons Effects Management, Flightpath Management, Synthetic Environment, Sensing & Non Kinetic Effects, ReleasingIf you feel your company has current or future capability to support any of the above system areas, we would welcome your engagement to assess your potential to participate in a generic Request for Information (RFI).Please contact the BAE Systems Air Capability & Equipment (AC&E) Category Management Team for further information at moc.s1738762794metsy1738762794seab@1738762794latro1738762794pytil1738762794ibapa1738762794cria1738762794 | Ministry of Defence | 28/02/2025 |
12/12/2024 10:11 AM | Planning Enforcement Advice and Support | • To provide technical support and expertise on behalf of Enfield Council for the purpose of Planning Enforcement • To support the Planning Enforcement team in the discharge of their statutory duties. • To provide guidance and learning on Planning Enforcement practices within the legislative framework • To aid with high profile enforcement cases likely to involve prosecution, acting in an advisory capacity to Council officers. | London Borough of Enfield | 12/03/2025 |
11/12/2024 11:29 AM | Removal of Abandoned Vehicles | Removal, storage and disposal of abandoned vehicles as requested by Neighbourhood Enforcement following a 15-day Notice or 24hr Notice. | Telford and Wrekin Council | 17/01/2025 |
06/12/2024 01:53 PM | NATIONAL FRAMEWORK FOR THE SUPPLY AND DELIVERY OF SAFE AND WELL EQUIPMENT | Vulnerable people such as the elderly benefit from Safe and Well visits carried out by UK Fire and Rescue Services. The initiative builds on the long-standing success of Home Safety Checks, which helped to protect people from the risk of fire in their homes. Safe and Well visits include advice to help individuals improve their health and wellbeing with the ultimate goal of reducing their risk from fire. As part of these visits Fire Services supply Safe and Well Equipment.   This multi-supplier Framework Agreement is for the supply of Safe and Well Equipment to include but not limited to Fire Retardant bedding, mattress toppers, throws, blankets, curtains, mattresses, nightwear, smoking aprons, home safety security equipment to protect from arson, fire retardant rubber mats, personal protection misting systems that can be fitted into properties and keep warm packs. The framework is designed to meet the needs of UK Fire and Rescue Services (FRS's) for use in residential premises. Through the establishment of this framework agreement all UK FRS's will have the capability to place direct call off orders and run further competitions with the winning suppliers.      A directory listing potential Fire and Rescue customers can be located on the National Fire Chiefs Council (NFCC) homepage. To locate the directory please click on the following link  https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services FRS's can then be located through a postcode or region search or alphabetically.    The framework will also be available for all local authorities in England and Wales to access. A directory of relevant councils can be found at the following link: https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online   The anticipated value of the supply of the framework could potentially be between £0 and £5 million for the goods. Lot 1 Fire Retardant Bedding: £924,000 , Lot 2 Clothing: £12,500 , Lot 3 Home Security Equipment: £485,000, Lot 4 Home Safety Equipment Unknown (Unknown new Lot) ,Lot 5 Moveable Personal Protection Systems £92,500 , Lot 6 Fire Retardant Rubber Mats £79,000 , Lot 7 Keep Warm Packs (Unknown new Lot) The Authority cannot guarantee any business through the framework. Details of current expenditure, future expenditure or potential future use of the framework agreement are given in good faith as a guide only to assist you in submitting your tender.    It is intended to award the Framework Agreement in March 2025. The Framework Agreement will commence 20 April 2025  for  four years, to expire in 19 April 2029.    It is an essential requirement that winning Suppliers have an in-house Customer Services to be available by telephone during office hours and have a facility to leave messages during other hours.  | West Midlands Fire & Rescue | 24/01/2025 |
05/12/2024 01:33 PM | Expressions of Interest - Airport Perimeter Monitoring | Connected Places Catapult and Glasgow Airport have collaborated to create the Connected Airport Living Lab, based at the airport, which is designed to be a collaborative R&D asset used to showcase UK-developed innovations, attract investment, and act as an innovation catalyst for the aviation sector. We are inviting organisations and innovators to express their interest in demonstrating novel security technologies for perimeter monitoring and patrolling. This is a unique opportunity to demonstrate your solution in a real-world airport environment and contribute to the advancement of airport security. The purpose of this notice is to understand the availability, and capability of suitable perimeter monitoring and patrolling technology in the marketplace to support the planning of future demonstrations. If interested, please register at the link below, if not already registered, and Express an Interest on this project. You will be able to download the EOI response template for submission via the portal: https://procontract.due-north.com/Register Responses must be submitted by 10 January 2025 at 12:00 hrs. We will email selected responders with next steps to be involved in the event. Please provide the name, job title and email address for the relevant contact from your organisation via the email facility on the portal as per above link. | Connected Places Catapult | 17/01/2025 |
04/12/2024 04:09 PM | Wyre Council Leisure Operating Contract | The Authority is inviting tenders from suitable partners who wish to be considered to manage and operate the Authority's Leisure Services. This procurement falls under Schedule 3 of the Public Contract Regulations - Social and Other Specific Services and the Council is using the Competitive Procedure with Negotiation ("CPN").The Contract is for the operation of the Authority-owned (unless otherwise stated) Fleetwood Leisure Centre, Garstang Leisure Centre, Garstang Swimming Pool (currently owned by Lancashire County Council and leased by the council), Poulton Leisure Centre and Thornton Leisure Centre. The Contract also includes provision of a Beach Patrol Service at bathing beaches in Fleetwood and Cleveleys at weekends and school holidays during the summer period.Commencing on 1 April 2026, the contract is for 10 years, with an option to extend for up to two additional periods of up to 5 years each. The total possible contract duration, including extension provisions will be 20 years. | Wyre Borough Council | 24/01/2025 |
04/12/2024 02:20 PM | Single party framework for Fire & Security systems | Merseytravel are looking to introduce a single party framework in place, for the purpose of fire & intruder alarm system installations for works across the Merseytravel estate.At call off stage the appointed contractor is to undertake the design, supply, and installation of fire & security system, associated control cables along with the removal and safe disposal of the redundant equipment.The scope of the framework covers all Merseytravel's estate within the LCRCA region; however, all the anticipated works to be undertaken via the framework being expected to be based to works within Mersey Tunnel ferries and hubs buildings. | Merseytravel | 22/01/2025 |
04/12/2024 01:55 PM | UCA - Provision of Security Services | PLEASE NOTE THIS IS A NOTICE FOR PRIOR INFORMATION AND MARKET ENGAGEMENT - THE TENDER IS DUE TO GO LIVE IN JANUARY 2025 This is a prior information notice for a security tender, anticipated, but not guaranteed, to go live mid January via the restricted process. All information provided within this notice is subject to change, including but not limited to, contract value, duration, route to market and scope of services. This notice is to informally notify the market of the opportunity in the new year, as well as informing the market of a supplier engagement day, due to take place on 10th January 2025. Security services play a key role in the day-to-day operation of the University and the security personnel are the first point of contact for students, staff and visitors. UCA are looking for a security team with excellent customer service skills. A key aspect of the security officers' role will be acting in a safeguarding capacity. The University for the Creative Arts invites interested and suitable companies, that provide security services, to attend a market engagement session at the UCA Farnham Campus, Falkner Rd, Farnham GU9 7DS on Friday 10th January 2025. The event will run from 10.00am - 4.00pm. Please note, while the market day will take place in Farnham, the university has two further campuses in Epsom and Canterbury, which will be in scope of the contract. Members of UCA's Estates & Facilities Team will be in attendance to discuss the details of the opportunity, services required and the procurement process. A tour of the Campus will also be provided. UCA would like to extend this invitation to companies and organisations of all sizes including local SME's. Should you wish to attend the engagement session, please confirm your attendance via the correspondence functionality on the portal by 12 noon on Monday 6th January 2025. Please ensure you include the names of the attendees (max of 2 attendees per company), a contact telephone number and email address. A presentation pack and an allocated timeslot will be issued via email on Wednesday 8th January 2025. Any supplier attempting to attend who has not confirmed their attendance via the portal, may not be permitted access. All suppliers who attend should be aware that all questions and answers will be noted and shared with all bidders. For any supplier not able to attend the market engagement session, all issued materials, and any Q&A will be made available as part of any resulting tender pack. Not attending the engagement day has no bearing on a suppliers ability to participate in the tender. Additional Information: It is envisaged that the tender opportunity will be published on the Universities tender portal (https://in-tendhost.co.uk/universityforthecreativearts/) and via the Find-A-Tender service (Find high value contracts in the public sector - GOV.UK (www.gov.uk). Interested parties are solely responsible for monitoring t... | University for the Creative Arts | 04/03/2025 |
03/12/2024 08:46 PM | Redbridge Council Fire and Security Contract | The London Borough of Redbridge ("the Council") are seeking Tenders from suitably experienced and qualified organisations for the maintenance and repair of their Fire and Security assets for the Council's corporate properties which range from buildings such as offices, schools, children's centres and a small number of depots.Contract delivery will include but will not be limited to planned preventative maintenance and reactive works of the following equipment:Automatic Door Systems, Fire Alarm Systems, Access Control, CCTV, Fire Extinguishers and Emergency Lighting.The Contractor shall be responsible for managing all elements of planning, communication, scheduling, examination and testing, reporting and administration support under the contract to ensure a high-quality service is provided and in accordance with the Specification and the contract.The contract shall be for a period of three years and commence on the 1st April 2025 and shall continue up to and including the 31st March 2028. There is an option to extend for up to a further two years (12 months +12 months) with a total contract term of five years.The estimated total contract value, over the potential three-year contractual period, including extension options is £1,300,000.00. The Open Procedure is to be used and is in direct relation to Contracts Finder Notice published 3rd December 2024. | London Borough of Redbridge | 16/01/2025 |
03/12/2024 02:45 PM | Provision of MPLS Wide Area Network Upgrade | The Authority currently uses a MPLS WAN made up of fibre circuits (see MPLS LOCATIONS below) with varying bandwidths, ranging from 10Mbps to 1000Mbps on varying bearers. We require a /29 subnet at each site. The devices and systems within the internal LAN are a culmination of switches, computers, AP's, Servers and some small scale CCTV systems. The number of devices connected will vary depending on the size of the site. The Head Office at Myddelton House will have the most with approx. 300 devices connected. Our current handoff is Ethernet. The Authority currently has an on-premise server estate spread across two locations (data centre and at Head Office). As part of this tender we want to move to a fully virtualised environment as this will provide improved resilience and reliability. We are now looking for a turnkey solution for a new secure Wide Area Network with and virtualising our server estate onto a hosted cloud platform. In terms of bandwidth requirements, we require scalable bandwidth ranging from a minimum of 100Mbps and maximum of 1000Mpbs bearer across our estate. See table 1 in Appendix A for full details. We host ad-hoc events at some of the locations of varying durations. It is therefore important that we have the ability to increase and decrease bandwidth as and when required without penalty charges or admin fees via a self-service portal. Table 1 below sets out our required circuits and bandwidth provision. We are looking for the capability for allowing remote users to access the WAN via IPsec VPN. The max concurrent VPN users is 100. We currently have an Active/Passive setup so would not be looking to change this; but are looking for the bidder to provide a solution that meets the needs as set out in the specification and that is the most effective in terms of cost and resilience. In terms of servers, we have hardware at our existing COLO so plan is to move physical server infrastructure to a virtualised PaaS/IaaS platform. The successful tenderer will be required to manage this as part of the turnkey solution. | Lee Valley Regional Park Authority | 16/01/2025 |
02/12/2024 10:31 AM | Fire alarm, Firefighting Equipment and Emergency Lighting servicing | Following a measured term under the direction of Worcester City Council this contract involves undertaking, routine maintenance and minor works to the Fire Alarm Systems, Emergency Lighting Systems, Fire Extinguishers and Gas Suppression Systems in Worcester City Council properties. The service is described in the following categories: A - Fire Alarm Systems B - Emergency Lighting C - Fire Fighting Equipment • C1 - Fire Extinguishers • C2 - Dry Risers • C3 - Gas Suppression Systems Assets may be added or omitted over the course of the contract subject to requirements of the service.Properties and sites included in the service range from public buildings (mainly non-housing) and associated structures to depots, offices, community centres, car parks, allotments and communal areas within the local government boundaries of Worcester City Council. The buildings range from Listed Grade I & II, historic parks to contemporary construction. A number of the city's parks have Green Flag status.The Appointed contractor's experience should reflect the unique nature of the buildings and offer a bespoke service to the diverse and complex estate.The contract term will be a period of three years (1 April 2025 to 31 March 2028), with the option to the Council to extend for a further two years up to a maximum contract term of five years up until 31 March 2030.The Council is using the e-procurement portal known as the Proactis Pro-Contract portal https://procontract.due-north.com to conduct this procurement exercise.To gain access to the procurement documents, bidders will need to register their company details at the above website. Once registered, bidders will be emailed a log-in and password which will allow them to gain access to the procurement documents. Bidders will need to search for the invitation under Worcester City Council and then electronically submit an expression of interest and follow the online instructions to view the procurement documents. | Worcester City Council | 17/01/2025 |
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 |
19/11/2024 02:54 PM | Marine Labour | BAS requires ad-hoc marine contingent labour to be supplied to the BAS vessels as and when required. This procurement relates to the establishment of a framework agreement, which will be divided into 3 lots as follows:Lot 1 - Deck Roles covered: Master, Chief Officer, 2nd Officer, 3rd Officer, Bosun, Bosun's Mate, Science Bosun, Launchman, ABsLot 2 - Engine Roles covered: Chief Engineer, 2nd Engineer, 3rd Engineer, 4th Engineer, Deck Engineer, ETO Engineer, ETO Comms, MotormanLot 3 - Catering Roles covered: Purser, Cook-Stewards, Senior Stewards, Stewards, Chief Cook, CookMarine Recruitment Agencies must be able to deliver marine staff to the vessels within a minimum of 24 hours if the vessel is within the UK or a minimum of 72 hours if the vessel is overseas. Within the 72-hour period, it is expected that the seafarer will actually be at the ship.These mariners must be eligible to work in the UK. All supplied mariners must meet the requirements of the job role (Appendix c) and must hold all valid and relevant certificates including SEA (Seafarer Employment Agreement), passport and ENG1 prior to joining the vessels. Contingent staff are expected to have completed the required security checks prior to joining the vessel if time permits. They are also expected to have completed a further medical that allows for deployment on a British Antarctic Survey ship, this is confirmed by the British Antarctic Survey Medical Unit (BASMU). If this is not possible the agency must request approval from BAS for the worker to commence their assignment.The marine contingent staff are to remain employees of the recruitment agency. Therefore, agencies must be able to provide payroll services. Agencies will book travel to and from the vessel in line with BAS Travel Policy (Appendix B) and the below statement which is in line with a permanent employee's terms and conditions of contract, all costs that meet the criteria stated shall be invoiced to BAS.How to ApplyUK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal forthis procurement.To register on the Jaggaer eSourcing portal please use the linkhttps://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the ITT reference number ITT: itt_1857Search using the procurement reference number GSS24096 or prj_4636 | UK SHARED BUSINESS SERVICES LIMITED | 17/01/2025 |
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 |
08/11/2024 10:20 AM | CCTV & Access Control Services | Opportunity to assist with the delivery of various CCTV & Access Control Projects at Heathrow Airport. Experience of using Genetec for CCTV and CEM for ACS is required. | Atkins Ltd | 31/01/2025 |
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.vo1738762794g.eda1738762794rtdna1738762794sseni1738762794sub@o1738762794pblai1738762794cremm1738762794oc1738762794 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 |
07/11/2024 12:27 PM | 712372454- UK DEFENSIVE AIDS SYSTEM - VTN | VOLUNTARY TRANSPARENCY NOTICE (VTN) TO PLACE A SINGLE SOURCE CONTRACT FOR UK DEFENSIVE AIDS SYSTEMS (DAS) PROCURE, SUSTAIN AND ENHANCE (PSE)Air Platform Systems Delivery Team (APS DT), part of the Ministry of Defence ("the Authority"), intends to place a three (3) year contract with Leonardo UK Ltd (LUK) for the procurement of LUK supplied Defensive Aids Systems (DAS) hardware, software, ancillaries and a train-the-trainer service for users and maintainers. This contract will also include in-service support for the hardware in the form of maintenance, technical engineering, software support, training, and associated software updates. Additionally, LUK, as the Design Organisation (DO), will be responsible for a programme of enhancements covering hardware/software modifications to the DAS design to allow it to meet evolving threats. These enhancements may include the integration of additional subsystems to the DAS. UK DAS is essential for the provision of critical operational capability to Defence. The Authority intends to include further options to the contract to allow for the extension of contract duration by up to an additional two (2) years in the form of two (2) twelve (12) month extensions.The Authority has determined this single source contract is excluded from Defence and Security Public Contracts Regulations 2011 under Regulation7(1)(a) in conjunction with Regulation 6(3A) (a). In addition, a "Warlike Stores" exemption under regulation 6(3A) (b) applies. | Ministry of Defence | 31/03/2025 |
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 |
16/08/2024 10:16 AM | Facilities Management and Security Services | Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Facilities Management and Security Services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all Facilities Management required by UK Central Government Departments.The lotting structure of this framework will be determined as a result of the market engagement.Further information is included in the Additional Information section VI.3. | Crown Commercial Service | 01/09/2025 |
16/05/2024 01:43 PM | Debt Resolution Services 2 | Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Debt Resolution Services, including but not limited to: debt collection, cryptocurrency collection, enforcement, auctioneers, process services, litigation, data services, and spend analytics to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.[It is intended that this commercial agreement will be the recommended vehicle for all Debt Resolution Services required by UK Central Government Departments.]The framework will be subdivided into lots according to specialism or geographical location and it is likely it will follow the same lotting or similar lotting structure to RM6226 Debt Resolution Services framework. | Crown Commercial Service | 20/03/2025 |
08/03/2024 07:44 PM | YPO - 001200 Enforcement Agency Services | YPO are looking for Suppliers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Enforcement Agency Services. The DPS is designed to meet the needs of all public sector organisations.Please note that this DPS is open to new Suppliers throughout the period of the contract. The DPS will cover the period from 14th May 2024 to 13th May 2028. The maximum contract period will therefore be 4 years (subject to an annual review, incorporating KPI performance). | YPO | 13/05/2028 |
08/03/2024 01:29 PM | Transport Technology | Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Transport Technologies for use by Central Government and UK public sector bodies.A high level lotting structure being proposed is;- Lot 1 - Transport Professional Services - Lot 2 - Transport Data Services - Lot 3 - Parking Management - Lot 4 - Environmental Monitoring & Climate Resilience - Lot 5 - Enforcement, Security & Compliance - Lot 6 - Electric Vehicle Infrastructure - Lot 7 - Systems & Platforms - Lot 7a - System Integration - Lot 7b - Smart Ticketing - Lot 7c - Transport Network Management - Lot 8 - Passive & Active Infrastructure - Lot 8a - Network Devices - Lot 8b - Cabinets, Furniture, Storage & Ancillaries - Lot 8c - Lighting & Electrical - Lot 8d - Traffic Management Technologies - Lot 8e - Detectors, Informing systems & Communication technologiesCrown Commercial Service invites suggestions and feedback on the proposed structure of the Transport Technology structure, service lines or processes detailed in the Lots from the market including industry experts, specialists and suppliers.To participate in market engagement please access the linked specification document from our website, and the included survey. We will not be accepting direct communication and feedback for this exercise. We ask people accessing this engagement to not contact our corporate email inbox, or members of CCS teams. Please provide all feedback directly into the survey format.To access the specification, principles of the agreement and the questionnaire, go to our website: https://www.crowncommercial.gov.uk/agreements/RM6347The survey covers your organisation, and gives space to provide feedback directly against aspects of the proposed structure.If for any reason you are unable to access the questionnaire please get in touch with ku.vo1738762794g.lai1738762794cremm1738762794ocnwo1738762794rc@yg1738762794olonh1738762794cettr1738762794opsna1738762794rt1738762794 so we can support access. | Crown Commercial Service | 01/04/2025 |
01/02/2024 07:30 PM | P0819A - Application to join the Dynamic Purchasing System (DPS) for the Domestic Homicide Reporting | Birmingham City Council on behalf of the West Midlands Community Safety Partnership is seeking applications to apply to join a Dynamic Purchasing System (DPS) for Independent Author/ Chair, combined role to undertake statutory reviews for domestic homicides within the West Midlands region. The service provides a review of the circumstances in which the death of a person aged 16 years and over that has, or appears to have, resulted from violence, abuse or neglect by a person to whom they were related or with whom they were, or had been in, an intimate personal relationship or were a member of the same household as themselves. The purpose of the review is to: o Identify any lessons to be learnt from the death; o State the lessons to be learnt, the changes required, actions to achieve those changes and associated timescales; o Apply those lessons to relevant policies and procedures; o Prevent future domestic abuse and homicide. The West Midlands Community Safety Partnership is seeking for Independent Author / Chair to conduct Domestic Homicide Reviews based in the 7 Local Authorities in the West Midlands Region; as listed below: o Birmingham City Council; o Coventry City Council; o Dudley Metropolitan Borough Council; o Sandwell Metropolitan Borough Council; o Solihull Metropolitan Borough Council; o Walsall Metropolitan Borough Council; o City of Wolverhampton Council; The service required is for an Independent Author / Chair to provide Domestic Homicide Reviews. The DPS is a two stage process: - Stage 1 - Selection Stage - all Potential Suppliers must pass the criteria to be appointed to the DPS. - Stage 2 - Award Stage - invitation to tender documentation will be invited from all Potential Suppliers on the DPS for Independent Author/Chair contract to be awarded. The DPS will be open to new suppliers to enter throughout the duration. The DPS will be open to new suppliers to enter throughout the duration. The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: ku.vo1738762794g.mah1738762794gnimr1738762794ib@sp1738762794c1738762794 | Birmingham City Council | 31/01/2028 |
30/04/2023 11:12 PM | Communication and Print DPS Framework | DPS Framework consisting of 17 lots covering the full range of services required for communication and print work, these being: • Lot 1 - Standard Print • Lot 2 - Mailing and Distribution • Lot 3 - Courier Services • Lot 4 - Large Format, Signage and Display Printing • Lot 5 - Security Printing and Confidential Printing (general) • Lot 6 - Secure Printing (electoral) • Lot 7 - Branded Promotional Products, Specialist Printing • Lot 8 - Creative Design Services, Animation & Artwork for Print and Digital Media • Lot 9 - Photography and Film Making • Lot 10 - Illustration • Lot 11 - Copywriting and Proof-reading • Lot 12 - Digital Communications (content writing) • Lot 13 - Marketing Communications • Lot 14 - Internal & Change Communications • Lot 15 - External Affairs • Lot 16 - Media Buying • Lot 17 - Consultation and Surveys | Sheffield City Council | 30/04/2026 |
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 |
12/01/2023 04:23 PM | Health and Social Care Network (HSCN) Access Services Extension | Crown Commercial Service (the Authority) has put in place a Dynamic Purchasing System (DPS) for the provision of data access to the Health and Social Care Network compliant with the HSCN Compliance Document Set hosted on https://digital.nhs.uk/health-social-care-network/suppliers (https://digital.nhs.uk/health-social-care-network/suppliers). This DPS provides Services and associated services from HSCN Compliant suppliers, which are comprised ofthe Core Component and any Supplementary Component(s). The Core Component must include HSCN Connectivity Services as defined in the HSCN Obligations Framework that forms part ofthe HSCN Compliance Document Set as available at https://digital.nhs.uk/health-social-care-network/suppliers (https://digital.nhs.uk/health-social-care-network/suppliers) The HSCN Connectivity Services may be managed and/or unmanaged and may have variables and options around its provision including, but not limited to: individual or multiple data connectivity circuits; individual or multiple data connectivity technologies, terrestrial, wireless and satellite solutions; blended (bonded/aggregated) bandwidth; flexible bandwidth; burstable bandwidth; resiliency level (including Non-Resilient ; Resilient ; Resilient - Diverse ; and Resilient - Fully Diverse); and / or multi-tenancy sites (including dynamic bandwidth allocation). The Supplementary Component(s) may include: cloud service access services; related consultancy services; Internet Service Provider (ISP) and Internet services, including but not limited to in-bound internet services and out-bound internet services; Contracting Body-defined VRFs; support for classes and/or qualities of service - Contracting Body-defined QoS; network related security and access control solutions; PSN Services; and/or services that facilitate voice solutions to operate across HSCN, Including but not limited to support for Session Initiation Protocol (SIP) trunking. Contracting Bodies will publish their Call for Competition(s) by electronic means including eTendering systems and reserve the right to use a reverse auction. A Call for Competition may include aggregated demand from multiple Contracting Bodies. | Crown Commercial Service | 23/05/2028 |
23/12/2022 03:30 PM | Design Print and Related Services Dynamic Purchasing System (DPS) for the London Borough of Camden | Long Description The Council's intention is to share this Dynamic Purchasing System Contract ("DPS") with other public sector bodies in the UK. Therefore, other local authorities, NHS and government bodies shall be permitted to award contracts under the DPS for the provision of the Services in its own geographical area upon entering an access agreement with the Council.The DPS is divided into the following service categories (each being a "Service Category"):• Lot 1: Standard print • Lot 2: Mailing • Lot 3: Large format, signage and display printing • Lot 4: Security printing and Confidential Printing - General • Lot 5: Branded promotional products, specialist printing and binders • Lot 6: Creative services design and artwork for print and digital media • Lot 7: Copywriting and proof-reading • Lot 8: Photography • Lot 9: Digital communications • Lot 10: Filming and Videography • Lot 11: Door-to-door Distribution • Lot 12: Security Printing - Electoral ServicesWhen applying for membership of the DPS, Suppliers are invited to select which Service Category or Categories they wish to apply for. There is no limit on the number of Service Categories that a Supplier may apply for.The DPS will establish multiple suppliers who through this procurement exercise will have demonstrated that they can deliver the service and agreed 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. | London Borough of Camden | 21/01/2029 |
20/12/2022 11:49 AM | Cyber Security Services 3 | Crown Commercial Service (CCS) set up a dynamic purchasing system for a period of 60 months and has invited bidders to request to participate for the Cyber Security Services 3 DPS. This DPS provides central government departments and the wider public sector with the opportunity to procure cyber services from a range of suppliers. The DPS filters are for certification, services, standards and experience. Appointed suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This notice is to advise that this DPS has been further extended to 13/02/2027 and based on current spend profiling the estimated total value has been increased to £800million. | Crown Commercial Service | 13/02/2027 |
27/06/2022 10:11 AM | Dynamic Purchasing System for Design, Print and Related Services | The Council's intention is to share this Dynamic Purchasing System Contract ("DPS") with other public sector bodies in the UK. Therefore, other local authorities, NHS and government bodies shall be permitted to award contracts under the DPS for the provision of the Services in its own geographical area upon entering an access agreement with the Council.The DPS is divided into the following service categories (each being a "Service Category"):• Lot 1: Standard print • Lot 2: Mailing • Lot 3: Large format, signage and display printing • Lot 4: Security printing and Confidential Printing - General • Lot 5: Branded promotional products, specialist printing and binders • Lot 6: Creative services, design and artwork for print and digital media • Lot 7: Copywriting and proof-reading • Lot 8: Photography • Lot 9: Digital communications • Lot 10: Marketing communications • Lot 11: Filming and Videography • Lot 12: Door-to-door Distribution • Lot 13: Security Printing - Electoral ServicesWhen applying for membership of the DPS, Suppliers are invited to select which Service Category or Categories they wish to apply for. There is no limit on the number of Service Categories that a Supplier may apply for. | Haringey | 27/07/2026 |
21/03/2022 05:23 PM | Dorset Care, Support, Housing and Community Safety Framework | The commissioning partners seek to provide high quality personalised care and support services taking a strengths based approach which focus on meeting the outcomes of those individuals using the services whilst ensuring they are delivered and financed in a sustainable way. In order to achieve this Dorset Councils Adults and Housing Directorate is opening a new Framework; this will act as a vehicle to procure a range of care and support, housing and community safety services. It will replace the existing Frameworks. The Dorset Care Support Housing and Community Safety Framework will be established by utilising the flexibilities of the Light Touch Regime under the Public Contract Regulations 2015. These enable Public Sector Bodies in terms of health and social care to adapt and innovate procurement and contracting models to best meet service requirements. The Framework will be in place for up to 10 years and will enable providers to join at any time as long as specific criteria is met) instead of fixed opening periods as is the case with the existing Frameworks. It will work in two stages as follows: Part I The overarching 10 year framework will open and detail specific lots. At this stage providers need to meet the minimum entry criteria, this is detailed when the framework is open. At this stage providers will be asked to complete minimum entry criteria for the Lots they may in future wish to participate in further competitions for. In Part 2 providers will be invited further competition which will include further quality / price evaluation processes in respect of specific call off. It is anticipated that this process will commence from April 2022. The Framework shall allow a variety of procurement methods in order to support flexibility; opportunities to expand Providers geographical reaches and to respond to the needs of Service Users in receipt of Direct Payments or Personal Health Budgets. These shall include but are not limited to:Brokerage of individual packages Fixed term block contracts Individual Service Funds ISFThe Framework shall remain open for providers to apply to be appointed onto the Framework at any time during the Term, including those who have previously applied and failed to become a Framework provider but excluding any whose Framework Agreement and/or Call Off Contract has been terminated for Contract Non Compliance. Framework providers may reapply to improve their standing on the Framework by applying to be appointed to additional Lots. | Dorset Council | 31/03/2032 |
14/09/2020 09:34 AM | Language Services | Leicestershire Police are leading and awarding a language services arrangement on behalf of the following Police Forces.https://www.police.uk/forcesAlso included are Home Office and its Arm's Length Bodies (ALB's) including but not limited to Border Enforcement and Immigration Removal services for the purposes of national security through border and immigration enforcement.The arrangement will be a Dynamic Purchasing System (DPS), which will be in place for a seven year period from commencement of the DPS. The DPS commenced on 14th September 2020.However new suppliers that are interested may seek to access the DPS by completing the tender documents that are available. Suppliers should make contact with Jim Bates whose details are below. | Leicestershire Police | 31/08/2027 |
28/02/2020 08:32 AM | Language Services | Leicestershire Police will be leading and awarding a language services arrangement on behalf of the following Police Forces.https://www.police.uk/forcesAlso included are Home Office and its Arm's Length Bodies (ALB's) including but not limited to Border Enforcement and Immigration Removal services for the purposes of national security through border and immigration enforcement.The arrangement will be a Dynamic Purchasing System (DPS), which will be in place for a seven year period from commencement of the DPS. It is anticipated that the DPS wil commence in September 2020.Please note that the contract start and end dates are incorrect as the Contracts Finder date format doesn't cover Dynamic Purchasing Systems. The DPS qualification start date is 26/2/2020 to the expiry date is 31/08/2027. | Leicestershire Police | 31/08/2027 |
26/02/2020 11:48 AM | Dynamic Purchasing System (DPS) for Compliance & Facilities Management Services | PROSPER seeks to establish a Dynamic Purchasing System (DPS) for Compliance & Facilities Management Services for use by its Members and other Public Sector Contracting Bodies within North East of England, Cumbria, and North Yorkshire.The DPS comprises the following Sections / Categories (Lots): Section 1 - Compliance • Lot 1 - Heating Services • Lot 2 - Legionella and Water Hygiene Management and Cyclical Testing Section 2 - Soft FM • Lot 3 - Cleaning Services • Lot 4 - Grounds Maintenance and Landscaping Services Section 3 - Hard FM • Lot 5 - Electrical Services • Lot 6 - Extraction and Ventilation Services • Lot 7 - Security Systems, Servicing and Maintenance Section 4 - Full FM Service provision • Lot 8 - Full FM Service | PROSPER | 28/04/2030 |
07/06/2019 08:20 AM | Enforcement Agency Services DPS | Places for People are seeking to appoint providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Enforcement Agency Services which will be utilised and owned by Places for People Procurement Hub. This includes the collection of all debt types which a Contracting Authority may have a requirement to collect and other services an Enforcement Agent can typically provide. Examples of the debt types include but are not limited to; council tax, parking fines, non-domestic rates/business rates, road traffic fines, sundry debt, housing benefits overpayments, social care debts and university accommodation fees. Examples of other services may include but are not limited to repossessions, evictions, tracing services and debt collection advice/consultancy | Places for People Group Limited | 13/05/2029 |
08/11/2017 03:46 PM | Dynamic Purchasing System for Independent Chairs and/or Authors for Domestic Homicide Reviews, Safeguarding Adult Reviews, Serious Case Reviews/Case Reviews | The Council on behalf of Worcestershire Community Safety Partnerships, Worcestershire Safeguarding Adults Board (WSAB), and Worcestershire Safeguarding Children Board (WSCB) wishes to develop an approved list of independent chairs and authors to undertake statutory reviews and case reviews. Chairs and authors for Domestic Homicide Reviews, Safeguarding Adult Reviews and Serious Case Reviews/Case Reviews have previously been commissioned on an ad hoc basis. The development of an approved list would provide a more efficient and effective process with a greater level of assurance enabling reviews to commence in a timely manner. Worcestershire County Council is advertising the opportunity for Review Chairs and Authors to apply to join a Dynamic Purchasing System (DPS). In order to join the DPS, a Supplier will be required to meet exclusion and selection criteria as set out in the standard Selection Questionnaire (SQ). Successful suppliers will be admitted on to the relevant DPS categories and will be invited to participate in future tendering opportunities via mini-competitions. The duration of this DPS will be from 26th September 2017 to 25th September 2025. Full details of the opportunity and instructions regarding how to apply are given in these documents. | Worcestershire County Council | 25/09/2025 |
Source: UK Contracts Finder