Talk to us 01204 238 046

IT Tenders

With the increasing development of technologies and innovative solutions the IT industry continues to evolve and be critical to businesses across all sectors. This presents huge opportunities for those that provide IT services and have a specialist knowledge to offer. With digital transformation, from website development to cyber security, at the top of business agenda's it's important to be aware of IT tenders available. Most importantly, to plan and prepare to maximise your chances of securing the work.

Get in touch with
our experts

IT

How to win IT tenders

The procurement of IT services is varied in requirements, and as such there are numerous elements of what win contracts in this sector.

For Network Connectivity, for example, buyers look for expertise and be that either public or enterprise level. For public sector especially, having a solid customer base to demonstrate capabilities is key.

Buyers who require services such as Cloud, SaaS, PaaS are also reliant on ensuring capabilities and experience, however for these services, price is also a factor.

A common barrier is ensuring the technical ability and expertise is portrayed within the response and that all technical elements are answered in a succinct manner to the requirement. It's important to consider the audience, and their level of technical language. From our experience in winning tenders within the IT sector, quality, along with demonstration of technical expertise and the ability to provide a technical overview in an easy to read manner are key themes for success.


Get bid support

What do IT tenders cover?

Typical services that are included within IT tenders are;

Network Services
Datacentre Hosting
Cloud Services
Network Connectivity
Network Infrastructure and Support
Network Equipment
ICT Managed Service
NOC Services
Telecomms Services
Managed IT Services
WiFi Upgrade / Refresh
Maintenance and Support Services
I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
Laboratories Managed Service
UK Glasgow NHS Greater Glasgow and Clyde

NHS Greater Glasgow and Clyde (NHSGGC) require a Contractor to provide a Managed Laboratory Service for the large majority of analyses performed within the NHSGGC Laboratory Medicine Department across the full range of laboratory specialties.The individual requirements for the Procurement are:Section A - GeneralSection B - Board IT RequirementsSection C - Biochemistry and ImmunologySection D - HaematologySection E - PathologySection F - MicrobiologySection G - Sample Collection Devices

Value: 540600000
Published: 2024-05-17
Deadline: 2024-08-19
540600000 2024-05-17 2024-08-19
Social Research and Analysis Framework
UK Edinburgh Scottish Government

The Framework Agreement shall cover the provision of Social Research and Analysis across the Core Scottish Government departments. It shall comprise a multi lot/multi supplier agreement with 3 lots: Lot 1 Consultation Analysis, Lot 2 Evaluations, and Lot 3 Research.

Value: 15700000
Published: 2024-05-17
Deadline: 2024-07-08
15700000 2024-05-17 2024-07-08
Ground Preparation - Glenlivet Estate
UK Edinburgh Crown Estate Scotland

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=766506. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Tenderers are expected to provide proposals regarding how they will add value towards community benefits, which will be considered as part of their tender submission. Please detail the actions that the Tenderer will take to deliver community benefits. Factors to consider as opportunities for community benefits could include: - Generating employment and training opportunities for priority groups; - Vocational training; - Training existing workforce; - Equality and diversity initiatives; - Working with schools, colleges, universities to offer work experience or educational/professional advice; - Community engagement events or providing value to the local community; - Minimising negative environmental impacts. (SC Ref:766506) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=766506

Value:
Published: 2024-05-17
Deadline:
2024-05-17
Digital Capability for Health 2
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/215ca5cb-cc65-4e2c-b339-9cfaf4f57fbd 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last awarded position (i.e. 20th position). Minimum standards of reliability: CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20 000 000 GBP. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Value:
Published: 2024-05-17
Deadline:
2024-05-17
DAERA - Forest Service - Supply Delivery and Fitting of Hydraulic Hoses for DAERA and DfI
UK Enniskillen DAERA Forest Service

The successful Contractor’s performance will be managed as per the specification and regularly monitored . Contractors not delivering. on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach. satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to. reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this. occurs and your performance does not improve to satisfactory levels within the specified period, this can be considered grounds for. termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of. Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of. Unsatisfactory. Performance may, in accordance with The Public Contracts Regulations 2015 (as amended) be excluded from future public. procurement competitions for a period of up to three years

Value:
Published: 2024-05-16
Deadline:
2024-05-16
Soft Market Testing (SMT) - Police CyberAlarm - (PCA) - CoLP
UK London City of London Corporation

This is a soft market testing exercise in relation to an upcoming requirement the City of London Police (CoLP) for a Police CyberAlarm (PCA) solution. The soft market testing will involve the submission of the SMT questionnaire to be received by 12:00 on 28th May 2024 via the capitalesourcing portal (www.capitalesourcing.com). If your organisation would like to participate in this soft market testing exercise, it should firstly complete, sign and return the Non Disclosure Agreement (NDA), via the portal, prior to being able to access the SMT questionnaire. The supplier then can complete and return the SMT Questionnaire. The SMT will be sent once the supplier has returned the NDA via: www.capitalesourcing.com, refer to the Reference number: prj_COL_23917 or pqq_COL_1949. The City will not be held accountable for any errors made by an organisation in submitting their applicable SMT Questionnaire(s). Participation or non-participation in the SMT shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of the SMT shall place any supplier at an advantage in a potential procurement process. Participants will not be prejudiced by any response or failure to respond to the SMT or failure to attend any follow up interviews/meetings that may be arranged at the absolute discretion of the City. Participation in this SMT will be at each organisation's own cost. No expense in responding to this SMT will be reimbursed by the City.

Value:
Published: 2024-05-16
Deadline:
2024-05-16
Learning Opportunities Services
UK Aberdeen North East Scotland College

The College is seeking a partner with which it can deliver approximately 56,000 learner hours of activity annually across the Aberdeen City and Shire region. The arrangement is for the delivery of education and training programmes which are typically aimed at hard to reach, disadvantaged, homeless and/or at-risk individuals. The personal development programmes will help those individuals to find positive outcomes including access to mainstream College provision and /or employment

Value: 945000
Published: 2024-05-15
Deadline: 2024-06-14
945000 2024-05-15 2024-06-14
ID 5189476 DfE - Tourism NI - Event Management Support Service
UK BELFAST Tourism Northern Ireland

Tourism NI wishes to appoint the successful Suppliers ranked 1 and 2 in respect of each Lot. Once the evaluation process has concluded, the highest ranked supplier will be the Most Economically Advantageous Tender (MEAT) and will be awarded the contract. The Supplier ranked 2 is required for capacity and contingency reasons, as mentioned within the Specification, with no guarantee of work. . . The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors. not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor. fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still. fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If. this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of. grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated.. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being. undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of. three years from the date of issue. The Authority expressly reserves the rights; not to award any contract as a result of the procurement. process commenced by publication of this notice; to make whatever changes it may see fit to the content and structure of the tendering. Competition; to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and to award contract(s) in stages and. in no circumstances will the Authority be liable for any costs incurred by candidates..

Value:
Published: 2024-05-15
Deadline:
2024-05-15
Blood Cardioplegia Sets
UK Belfast Business Services Organisation Procurement and Logistics Service [BSO PaLS]

Note – there is no guarantee of uptake or minimum demand. NOTE- In section 1.2 it states that this is a joint procurement. This is not a. joint procurement and the contract will be awarded on behalf of the participant listed in section 1.

Value:
Published: 2024-05-15
Deadline:
2024-05-15
ELECTRICITY UK ESTATE (Ex N.I)
UK London The British Broadcasting Corporation (BBC)

In the case of technology requirements, the BBC may involve its technology partner (Atos IT Solutions and Services Limited) to assist in the scoping and drafting of invitations to tender and/or the evaluation of tenders. However, the final decision as to which is the most economically advantageous (by reference to the award criteria) will be made by the BBC. The awarding authority reserves the right not to award a contract and to annul the procurement process at any stage. Tenders and all supporting documents must be priced in sterling and all payments will be made in sterling. The contract shall be subject to English law. The awarding authority does not bind itself to accept the lowest, or any tender and reserves the right to accept part of a tender unless the tenderer expressly stipulates otherwise in the tender document.

Value:
Published: 2024-05-15
Deadline:
2024-05-15
ELECTRICITY UK ESTATE (Ex N.I)
UK London The British Broadcasting Corporation (BBC)

In the case of technology requirements, the BBC may involve its technology partner (Atos IT Solutions and Services Limited) to assist in the scoping and drafting of invitations to tender and/or the evaluation of tenders. However, the final decision as to which is the most economically advantageous (by reference to the award criteria) will be made by the BBC. The awarding authority reserves the right not to award a contract and to annul the procurement process at any stage. Tenders and all supporting documents must be priced in sterling and all payments will be made in sterling. The contract shall be subject to English law. The awarding authority does not bind itself to accept the lowest, or any tender and reserves the right to accept part of a tender unless the tenderer expressly stipulates otherwise in the tender document.

Value:
Published: 2024-05-15
Deadline:
2024-05-15
Upcoming Procurement of a Consultant to provide Project Management and Quantity Surveyor Services for a Major Compound Remodelling and Refurbishment at British Embassy, Tokyo
UK London Foreign Commonwealth and Development Office

FCDO is informing the market of the upcoming procurement for Project Management and Quantity Surveyor Services for a Major Compound Remodel and Refurbishment at British Embassy, Tokyo. This notice is being published to inform the market and understand potential interest to deliver services. If you are interested in this procurement, please confirm interest to Mollie.Giuffrida@fcdo.gov.uk by 24th January 2024. Please note that participation or non-participation in this market engagement exercise shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of this exercise shall place any supplier at an advantage in a potential procurement process. No formal assessment of capability or down selection of bidders will be carried out in relation to any responses received as a result of this. FCDO reserve the right to conduct further market engagement activity as appropriate for this procurement, including supplier webinars and 1-1 conversations with potential suppliers who have expressed an interest in this project. Any further market engagement will be run in accordance with Public Contract Regulations. The contracting authority will consider the feedback received to help inform its procurement approach and further decision making. For the avoidance of doubt, this market approach is not part of a formal procurement process, and the contracting authority is not committing, at this stage, to carrying out such a process. The FCDO reserves the right to change the process at any stage and to undertake this procurement using alternative routes. The requirement will be procured via the Foreign, Commonwealth and Development Office's e-procurement portal: https://fcdo.bravosolution.co.uk. Suppliers, not currently registered on the portal, who are interested in being considered for this opportunity must self-register on the site in order to participate — registration is free and instantaneous.

Value:
Published: 2024-05-14
Deadline:
2024-05-14
Provision of Steeplejack and Associated Services for the Edinburgh Area
UK Edinburgh Historic Environment Scotland

HES requires provision of a hire of steeplejacks and rope access service to cover the Edinburgh Area. Masonry checks should be predominately visual. Any areas where masonry appears loose or in danger of falling should then be checked by hand. However this should be done with as little force as required. If any areas are found to be in immediate danger of falling then it should be brought to the attention of the District Works Manager for that area, prior to any works taking place. HES will provide the pointing mix as required. The estimated staffing minimum requirement for this contract including the Rope Access Supervisor is between one and three ropes access operatives at any time.

Value:
Published: 2024-05-14
Deadline: 2024-06-13
2024-05-14 2024-06-13
ID 5220572 - Delivery of Campaign Advertising Services for the Further Education (FE) NI Colleges
UK Newtownards FE South Eastern Regional College

Contract Monitoring. The successful supplier’s performance on the contract will be regularly monitored in line with the tender. documentation. Suppliers not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a supplier fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the supplier being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue. The Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice; (II). to make whatever changes it may see fit to the content and structure of the tendering Competition; (III). to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and (IV). to award contract(s) in stages. In no circumstances will the Authority be liable for any costs incurred by candidates. This project will be used to progress the Government’s wider social, economic and environmental objectives.

Value:
Published: 2024-05-14
Deadline:
2024-05-14
Maintenance of Powered Doors [5157759]
UK Ballymena Business Services Organisation, Procurement and Logistics Service

In section I.2 it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender(s) (MEAT) on the basis of the Price 90% and Social Value Considerations 10%, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b).

Value:
Published: 2024-05-14
Deadline:
2024-05-14
Tender for the Provision of Dundee Christmas Village
UK Dundee Dundee City Council

It is Dundee City Council’s ambition to continue to improve the city’s celebrations by hosting the main Christmas Village in Dundee’s City Square in 2024 which should include the following elements.The requirement is for a Christmas Village in City Square, which operates 7 days a week and features.A real ice rink, minimum size of 10m x 20m, managed by the appointed company, providing an authentic ice-skating experience for visitors.A varied food and drink offering that provides a sense of place to Dundee and caters for a range of tastes and dietary requirements.A funfair, which has an appropriate mix of traditional, family, and thrill rides. These should be themed appropriately for the season.  Traditional elements that align with the weight restriction and site capacity will be considered.Associated theming and dressing, including but not limited to, Christmas decorations, light features, projections, background music and designed site signage.

Value: 540000
Published: 2024-05-13
Deadline: 2024-06-13
540000 2024-05-13 2024-06-13
Executive Search
UK Glasgow University of Strathclyde

The University of Strathclyde is one of the most distinctive and dynamic higher education institutions in the UK. Building on our Enlightenment roots as a “place of useful learning”, the University is recognised for engagement with business and industry, world-class teaching, leading research and deep commitment to innovation and enterprise.The University of Strathclyde wishes to identify a suitable executive search & recruitment agency to support the recruitment of a number of future vacancies which may arise across its most senior academic leadership roles. The successful executive search company will have an in-depth understanding of the Higher Education sector, and the international recruitment market in which it operates, and will have a track record of successful international search and recruitment for academic colleagues at Senior Executive Academic levels in organisations of the size and scope of Strathclyde. The successful firm will also have a clear understanding of the University of Strathclyde’s distinctiveness as a leading international technological university which is socially progressive.

Value: 300000
Published: 2024-05-13
Deadline: 2024-06-13
300000 2024-05-13 2024-06-13
Merchant Acquirer and Gateway
UK Manchester General Medical Council (GMC)

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231941. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (MT Ref:231941) Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=231941]]

Value:
Published: 2024-05-13
Deadline:
2024-05-13
External Redecoration to Council Houses - Shetland - Contract 2024 B Lerwick-Sandveien
UK Shetland Shetland Islands Council

Shetland Islands Council propose to carry out External Redecoration of 402 Council houses at various locations throughout Shetland during 2024. For the purpose of tendering it is proposed to split these works into four location based contracts (2 Contracts Lerwick; 1 Contract South Mainland; 1 Contract West Mainland. This is for Contract B Lerwick - Sandveien

Value: 144000
Published: 2024-05-13
Deadline: 2024-05-28
144000 2024-05-13 2024-05-28
External Redecoration to Council Houses - Shetland - Contract 2024 D South Mainland
UK Shetland Shetland Islands Council

Shetland Islands Council propose to carry out External Redecoration of 402 Council houses at various locations throughout Shetland during 2024. For the purpose of tendering it is proposed to split these works into four location based contracts (2 Contracts Lerwick; 1 Contract South Mainland; 1 Contract West Mainland). This is for Contract D South Mainland

Value: 82000
Published: 2024-05-13
Deadline: 2024-05-28
82000 2024-05-13 2024-05-28
External Redecoration to Council Houses - Shetland - 2024 Contract C West Mainland
UK Shetland Shetland Islands Council

Shetland Islands Council propose to carry out External Redecoration of 402 Council houses at various locations throughout Shetland during 2024. For the purpose of tendering it is proposed to split these works into four location based contracts (2 Contracts Lerwick; 1 Contract South Mainland; 1 Contract West Mainland). This is for Contract C West Mainland

Value: 65000
Published: 2024-05-13
Deadline: 2024-05-28
65000 2024-05-13 2024-05-28
External Redecoration to Council Houses - Shetland - Contract 2024 A Lerwick
UK Shetland Shetland Islands Council

Shetland Islands Council propose to carry out External Redecoration of 402 Council houses at various locations throughout Shetland during 2024. For the purpose of tendering it is proposed to split these works into four location based contracts (2 Contracts Lerwick; 1 Contract South Mainland; 1 Contract West Mainland). This is for Contract A Lerwick

Value: 68000
Published: 2024-05-13
Deadline: 2024-05-28
68000 2024-05-13 2024-05-28
Affordable Childcare for Working Parents
UK Edinburgh The City of Edinburgh Council

The Council requires registered childcare providers in the highest areas of deprivation in the city, defined as SIMD1 and/or 2, to ensure that there is childcare provision available to support low income working families to access subsidised childcare provision in each of the four localities in Edinburgh. The service will deliver early years and school age childcare year-round for children aged 0 - 12 years for Edinburgh families. They will be a partner provider for the Affordable Childcare for Working Parents service. This means working with the Council to offer childcare places to low-income families that are assessed by the Council as being eligible for a subsidised space.The childcare provider(s) will work with the Council to refer any parents who are/would be struggling financially to pay for childcare to a central Council team who will provide a financial assessment to ensure that these families are accessing all available financial interventions, such as Universal Credit, tax-free childcare and 1140 hours. If the cost of childcare would still leave the family in poverty, they may be eligible for a subsidised place where a vacancy exists. This contract 4.11. It is recognised that this service would incur an additional administrative obligation for the childcare provider and so funding would be provided to support this. The budget allowance is estimated to be up to a maximum of 20000 GBP per annum per sublot for each of the four localities.

Value: 1440000
Published: 2024-05-10
Deadline: 2024-06-10
1440000 2024-05-10 2024-06-10
The Supply of PPE Foul Wet Weather Clothing
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of PPE Foul Wet Weather Clothing. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-05-10
Deadline:
2024-05-10
ID 5093096 - DfE - Tourism NI - Evaluation of Tourism Northern Ireland Promotional Campaigns
UK BELFAST Tourism NI

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue. The Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice; (II). to make whatever changes it may see fit to the content and structure of the tendering Competition; (III). to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and (IV). to award contract(s) in stages. In no circumstances will the Authority be liable for any costs incurred by candidates. This project will be used to progress the Government’s wider social, economic and environmental objectives..

Value:
Published: 2024-05-10
Deadline:
2024-05-10
The Supply of Janitorial Supplies
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Janitorial Supplies. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-05-10
Deadline:
2024-05-10
IT Service Management
UK Wellingborough Police, Fire and Crime Commissioner for Northamptonshire

Value:
Published: 2024-05-10
Deadline:
2024-05-10
ID 5209858 DAERA - Air and Environmental Quality - NI Air Website, Archive, App, and Professional Air Quality Services
UK BELFAST Department of Agriculture Environment and Rural Affairs

The successful contractor’s performance on the contract will be regularly monitored.. Contractors not delivering on contract requirements. is a serious matter It means the public. purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of. contract performance they will be given a specified time to improve. If, after the specified. time, they still fail to reach satisfactory levels of contract performance, the matter will be. escalated to senior management in construction and procurement delivery (CPD) for. further action. If this occurs and their performance still does not improve to satisfactory levels. within the specified period, this may be. considered grounds for termination of the contract at. your expense as provided for in the Conditions of Contract. In lieu of termination,. CPD may. issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in. receipt of multiple Notices of Written. Warning or a Notice of Unsatisfactory Performance. may, in accordance with The Public Contracts Regulations 2015 (as amended), be. excluded. from future public procurement competitions for a period of. up to three years.

Value:
Published: 2024-05-10
Deadline:
2024-05-10
The Supply of Haemostatic Gauze
UK Bristol Leidos Supply

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it intends to invite tenders for its supply and delivery of Haemostatic Gauze.

Value:
Published: 2024-05-09
Deadline:
2024-05-09
Project South Westminster Area Network (SWAN)
UK London Department for Business, Energy & Industrial Strategy

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. The Department for Energy Security and Net Zero uses the Jaggaer eSourcing Portal as its eSourcing tool. Jaggaer will be used for this competition. To register as a supplier, please visit https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

Value:
Published: 2024-05-09
Deadline:
2024-05-09
REQUEST FOR INFORMATION (RFI) for the provision of facilities Management and IT systems for the Air Domain
UK RAF High Wycombe Ministry of Defence

Value:
Published: 2024-05-09
Deadline:
2024-05-09
AI Software for NHS Scotland Radiology Imaging – Dynamic Purchasing System
UK Edinburgh The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

This notice is to allow the management of a Dynamic Purchasing System (DPS) for the development of Artificial Intelligence decision support systems in NHS in Scotland with a unique opportunity to improve service provision, particularly in Radiology.To support this ambition the Authority has set up a Dynamic Purchasing System (DPS) as advertised on UK Find a Tender Contract notice Notice reference: 2022/S 000-002310 on 26/1/22. This notice allows suppliers not on the DPS to submit an application to get on it. To get on the DPS suppliers must submit their SPD responses by email to Jim Binnie at jim.binnie@nhs.scot Suppliers already live on the DPS do not need to re-apply.Lots1. Neuro Al- Thrombectomy/stroke- Lesion Detection- Any other relevant application2. Chest x-ray- Prioritisation- Diagnostic Support3. MRI- Prostate contouring and lesion localisation4. CT- Lung Nodule identification, characterisation and follow up- Pulmonary Embolism detection5. Osteoporosis- Support in the form of osteoporotic fracture identification and bone mineral density calculation6. Mammography- Diagnostic Support7. Radiotherapy- CT contouring8. Workflow and scheduling

Value: 5000000
Published: 2024-05-08
Deadline: 2026-07-20
5000000 2024-05-08 2026-07-20
Hairmyres Park and Ride
UK Hamilton South Lanarkshire Council

South Lanarkshire Council, in cooperation with Network rail and Transport Scotland intend to construct a new car park adjacent to the new location of Hairmyres railway station in East Kilbride. The works consist of 2 phases, the South car park, south of the railway lines and the North car park, on the north side of the railway lines.The site is located at national grid reference NS 260200,654300 and the works are within land owned by Network Rail. The site boundary is denoted on drawing TE/8Z2323/Bou 01 – Scheme Boundary Plan.The design for the scheme is detailed in the drawings listed within this contract. The works will comprise site clearance, tree clearance, fencing, drainage, ducting, carriageway construction, car park construction including electric charging points, earthworks, soil stabilisation, kerbing, signing, and lining, street lighting, traffic signals installation.The proposed start date for this project is 14th August 2024 and the proposed completion date is 27th June 2025, with a sectional completion date for the South car park of 28th March 2025. This date ties in with the opening of the new station.The award of this contract is dependant on approval confirmation for the funding, planning approval and a land lease agreement with Network Rail. It is anticipated that these will be in place prior to the anticipated award date, however any delay may hold up the award.

Value: 3700000
Published: 2024-05-08
Deadline: 2024-06-14
3700000 2024-05-08 2024-06-14
DfE - Invest NI - Appointment of Tax Advisors to Invest NI and it's Subsidary Companies
UK BELFAST Invest NI

The successful contractor's performance on the contract will be regularly monitored. Contractors not delivering on contract requirements. is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract. performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract. performance the matter will be escalated to senior management in Construction Procurement Delivery Supplies and Services Division. for further action. If this occurs and the Contractors performance does not improve to satisfactory levels within the specified period, this. can be considered grounds for termination of the contract at the Contractors expense as provided for in the Conditions of Contract. In. lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple. Notices of Written Warning or a Notice of Unsatisfactory Performance may in accordance with The Public Contracts Regulations 2015 (as. amended) be excluded from future public procurement competitions for a period of up to three years.

Value:
Published: 2024-05-08
Deadline:
2024-05-08
The Supply of Flags
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Flags. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-05-08
Deadline:
2024-05-08
ID 5308010 - DoJ - NIPS - Supply and Delivery of Kitchen and Catering Items
UK BELFAST The Northern Ireland Prison Service

Neither CPD nor the Northern Ireland Prison Service can provide any guarantee as to the. level of business under this contract. The estimated contract values are broad estimates only; they include additional quantum for unforeseen demand and to future proof. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that. stated. Contract monitoring: the successful Contractor(s) performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for. further action. If this occurs and their performance still does not improve to satisfactory. levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice. The Authority expressly reserves the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and (iv) to award contract(s) in stages. And under no circumstances will the Authority be liable for any costs incurred by Candidates.

Value:
Published: 2024-05-08
Deadline:
2024-05-08
The Supply of Knitted & Cut and Sew Gloves
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Knitted & Cut and Sew Gloves. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-05-08
Deadline:
2024-05-08
ID 5221531 - DfE - SRC - Plumbing Supplies for the Northern Ireland FE Colleges
UK Newtownards South Eastern Regional College

Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering. on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach. satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach. satisfactory levels of contract performance, the matter will be escalated to senior management in construction and procurement delivery. (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period,. this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu. of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple. Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years.

Value:
Published: 2024-05-08
Deadline:
2024-05-08
ID 4814994 - DoJ - NICTS Office Cleaning Contract
UK BELFAST NICTS - Northern Ireland Courts and Tribunals Service

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. . . If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. . . If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. . . The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.The Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. and in no circumstances will the Authority be liable for any costs incurred by candidates..

Value:
Published: 2024-05-07
Deadline:
2024-05-07
Exhibition Stand Build and Management Services
UK London Department for Business and Trade

The Department for Business and Trade (“DBT”) has a potential requirement for the provision of Exhibition Stand Build and Management for UK Defence and Security Exports (UKDSE). The Secretary of State for DBT is the contracting authority responsible for meeting this anticipated requirement. DBT would like to give notice of the intention to reprocure a contract for these services and intends to publish the Contract Notice on 2 September 2022* UK Defence and Security Exports (UKDSE) is part of the DBT. With a focus on “Export. Invest. Win”, UKDSE’s ambition is to be recognised as the most knowledgeable, ethical and effective defence and security export support organisation in the world. UKDSE earmarks a programme of global defence and security exhibitions for attendance and promotion of the UK’s defence capabilities. Key Details Procurement Route: RM6124 Communications Marketplace Estimated Contract value: £4.8m ex VAT with £1.2m max spend pa Anticipated Contract length: 3 years + potential 1 year extension Open to SMEs/Consortia: Yes Key Dates* Request for Information (RFI) Deadline: 31 May 2024 Market Engagement Event: 3 July 2024 Deadline for registering on RM6124: 12 August 2024 Procurement Launch: 2 September 2024 Submission Deadline Stage : 1 October 2024 Submission Deadline Stage 2: 22 November 2024 Contract Award: 21 January 2025 Service Commencement: 1st April 2024 *indicative dates only, subject to change The full specification shall be provided with the contract documents but it is expected to incorporate the requirements set out in the table below. Services Required Design: Design stand concepts in line with the UKDSE brand, objectives and specifications and provide 2D/3D renderings and revisions Stand Build: Construction, installation and dismantle of stand at UK and overseas events, in compliance with organisers terms and conditions. To include installation of audio-visual systems, lighting systems, air conditioning, power outlets, and other electrical components within the exhibition stand. To also include catering arrangements. Contract management: Specified role to manage the contract with UKDSE and to manage budgets, spend, reviews and change management Project management: Day-to-day event project management of overseas or UK exhibition in build phases and during the exhibition, working with a UKDSE project manager. Logistics and Transportation: Handling logistics and transportation of the stand components to the event venue, ensuring timely delivery and installation and dismantle. On-site Management: Providing on-site support during the event, including stand setup, standby during exhibition, dismantling, and addressing any issues that may arise. Graphics and Branding: Creation and incorporation of branding elements such as logos, graphics, and signage into the stand design. Production: High quality production of agreed graphics and branding to a range of size specifications. Audio-Visual Integration: Integrating audio-visual equipment, lighting, and interactive displays. Storage and Maintenance: Where necessary offering storage facilities for stand components between events and providing maintenance services to keep the stand in optimal condition. Request for Information (RFI) As part of early market engagement, DBT are requesting information from suppliers to help inform our thinking and the commercial strategy for these services. Any information provided during early market engagement will be treated as commercially sensitive. Interested in this opportunity? Please follow the steps below: Email commercialmarevents@businessandtrade.gov.uk to register your interest and to receive the RFI template Register on the Communications Marketplace by 12 August 2024 (Click Description/Apply to Join). Please note that registration is MANDATORY in order to gain access to this procurement. https://www.crowncommercial.gov.uk/agreements/RM6124

Value:
Published: 2024-05-07
Deadline:
2024-05-07
The Supply of Knitted Garments
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Knitted Garments. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-05-07
Deadline:
2024-05-07
The Supply of Operational Ration Heater Systems
UK Bristol Leidos Supply Limited

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Operational Ration Heater Systems. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-05-07
Deadline:
2024-05-07
MOD Prior Information Notice - EFENCE FUELS GLOBAL RESUPPLY CAPABILITY (DFGRC)
UK Bristol Ministry of Defence | Defence Operational Energy Authority (DOEA)

If you are interested in participating in the competition for this requirement and have any queries in regards to it, please contact our Ship Broker Braemar at the following email: modtankers@braemar.com and cc Lesley.trask100@mod.gov.uk by the closing date of this PIN. Please visit - Opportunity Listing URL for further information: https://www.contractsfinder.service.gov.uk/Notice/d8258f4b-b865-4574-b6bf-d3688641b2bc

Value:
Published: 2024-05-03
Deadline:
2024-05-03
Supply and Installation of Shower Trays and associated Bathroom work
UK Larbert Falkirk Council

The Council propose to enter into a Framework Agreement for the Supply and Installation of Shower Trays and associated Bathroom work to various locations within the Falkirk Council Area.The Authority at all times reserves the right to award all, some, part or none of the agreement. It is intended that up to 5 Contractors are to be appointed.

Value: 3880000
Published: 2024-05-03
Deadline: 2024-06-10
3880000 2024-05-03 2024-06-10
PROC 24-2480 - E-learning training platform licences
UK Glasgow Scottish Police Authority

The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths.The training platform must include the following content as a minimum (not limited to) –-Data Science-Database Management-Dev Ops-IT Helpsdesk-Software Development-Artificial Intelligence (AI)-Web Development-Mobile Development-Cyber Security-Network and System Administration-Network Security-Data Analysis-Agile-Project Management-Team Management-Presentation Skills-Microsoft Software Packages-Power BI-SQL-Mental Health Support-Team Working-Cisco Supporting Material-Business Analysis-Active Directory-Firewalls-Linux-WAN-Network Switches-Routers-Systems security certified practitioner (SSCP)

Value:
Published: 2024-05-03
Deadline: 2024-06-05
2024-05-03 2024-06-05
MOD Prior Information Notice - EFENCE FUELS GLOBAL RESUPPLY CAPABILITY (DFGRC)
UK Bristol Ministry of Defence | Defence Operational Energy Authority (DOEA)

If you are interested in participating in the competition for this requirement and have any queries in regards to it, please contact our Ship Broker Braemar at the following email: modtankers@braemar.com and cc Lesley.trask100@mod.gov.uk by the closing date of this PIN. Please visit - Opportunity Listing URL for further information: https://www.contractsfinder.service.gov.uk/Notice/d8258f4b-b865-4574-b6bf-d3688641b2bc

Value:
Published: 2024-05-03
Deadline:
2024-05-03
MOD Prior Information Notice - EFENCE FUELS GLOBAL RESUPPLY CAPABILITY (DFGRC)
UK Bristol Ministry of Defence | Defence Operational Energy Authority (DOEA)

If you are interested in participating in the competition for this requirement and have any queries in regards to it, please contact our Ship Broker Braemar at the following email: modtankers@braemar.com and cc Lesley.trask100@mod.gov.uk by the closing date of this PIN. Please visit - Opportunity Listing URL for further information: https://www.contractsfinder.service.gov.uk/Notice/d8258f4b-b865-4574-b6bf-d3688641b2bc

Value:
Published: 2024-05-03
Deadline:
2024-05-03
MOD Prior Information Notice - EFENCE FUELS GLOBAL RESUPPLY CAPABILITY (DFGRC)
UK Bristol Ministry of Defence | Defence Operational Energy Authority (DOEA)

If you are interested in participating in the competition for this requirement and have any queries in regards to it, please contact our Ship Broker Braemar at the following email: modtankers@braemar.com and cc Lesley.trask100@mod.gov.uk by the closing date of this PIN. Please visit - Opportunity Listing URL for further information: https://www.contractsfinder.service.gov.uk/Notice/d8258f4b-b865-4574-b6bf-d3688641b2bc

Value:
Published: 2024-05-03
Deadline:
2024-05-03
FMM-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
UK Belfast Education Authority NI

This Framework will be established on behalf of EA, Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), and Controlled Youth Centres. https:// www.education-ni.gov.uk/services/ schools-plus Further Education Colleges in NI https://www.nidirect.gov.uk/contacts/further-educationfe-colleges Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI. https://www.isc.co.uk/ schools/northern-ireland/. Libraries NI. https://www.librariesni.org.uk/Libraries/. EA Teachers’ and Educational Centres. Council for the Curriculum, Examination and Assessment NI (CCEA), Armagh Observatory and Planetarium, Middletown Centre for Autism, Controlled Schools Support Council (CSSC), Northern Ireland Council for Integrated Education (NICIE) who may also use this Framework. The Successful Contractor(s) performance on this Framework will be managed as per the specification and regularly monitored (see Procurement Guidance Note. 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on Framework requirements is a serious matter. It means the public purse is not getting value for money. If a Contractor fails to reach satisfactory levels of performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of performance, the matter will be escalated to senior management within the Education Authority (EA) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance which may result in the termination of the Framework. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by the EA. The EA are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The EA has included with the Framework documents Schedule 8 - Social Considerations Schedule, to help achieve the EA’s objectives and address the strategic aims. It is required that the successful Contractor, as a condition of contract, deliver measurable social value outcomes as set within this Social Considerations Schedule. The Authority cannot give any commitment as to the usage, volume, or value of orders required under this Framework. Any levels, or aggregate values of goods, referred to are indicative only and. shall not be binding on the Client. The Authority reserves the right not to award all of part of this Framework. The Authority expressly reserves the rights: (I) not to award any Framework as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award (a) Framework(s) in respect of any part(s) of the services covered by this notice; and (IV) to award Framework(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates. Mini-Competitions: A further competition may be commissioned during the framework term for additional servicing and repair of grounds maintenance equipment requirements. Any further mini-competitions for Competed Services will be run with all Contractors appointed to the framework, irrespective of the Lot they were awarded (unless otherwise excluded through poor performance). Once awarded, the Competed Services shall form part of the Standard Services which the successful Framework Provider is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement.

Value:
Published: 2024-05-03
Deadline:
2024-05-03
The Supply of Socks Various
UK Bristol Leidos Supply

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it intends to invite tenders for its supply and delivery of Socks Various.

Value:
Published: 2024-05-03
Deadline:
2024-05-03
Tech Devices - Link 4
UK SHEFFIELD Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC"), for itself and acting as agent for the Participating Organisations

This Prior Information Notice (PIN) is to signal an intention to commence market engagement with those within the IT Hardware and associated services marketplace. If you wish to participate, please complete and return the RFI (Request for Information) that can be accessed at https://atamis-1928.my.site.com/s/Welcome Atamis project reference: C261878 Tech Devices - LINK4 Please submit your return via the Atamis e-tendering portal. NHS SBS and NOE CPC reserve the right to withdraw this notice at any time. NHS SBS and NOE CPC are not bound to accept any proposals submitted by Bidders and is not liable for any costs incurred as a result of Bidders engaging with this process. This early market engagement exercise does not guarantee that a Procurement will take place and NHS SBS and NOE CPC reserve the right to defer from any Procurement entirely. NHS SBS and NOE CPC will use an eSourcing system for any procurement activity taken subsequent to this PIN and reserves the right to use an electronic auction. The eSourcing system we will use is Atamis. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a Framework Agreement if invited to do so. The date in II.3) is the estimated date of publication, please monitor Find a Tender Service https://www.find-tender.service.gov.uk/Search for the publication of the relevant high value contract notice. The value in II.1.5 is an indicative value over the duration of the framework, 24 months with the options to extend for period(s) up to 24 months.

Value:
Published: 2024-05-02
Deadline:
2024-05-02
Interpretative Design Brief
UK Leven Fife Employment Access Trust

Implementation of interpretative design within Silverburn Flax Mill. To enhance local people’s sense of place and their pride in Silverburn and Levenmouth through its rich and distinctive cultural and natural heritageTo reveal and reconnect local people and visitors with the story of Fife’s flax and linen industry, a significant part of local and national heritage, and the role of Silverburn Flax Mill within it

Value: 78000
Published: 2024-05-02
Deadline: 2024-05-10
78000 2024-05-02 2024-05-10
Barrhead Housing Association - Landscape Maintenance Contract 2024-2027
UK Barrhead Barrhead Housing Association Limited

The Contract will principally comprise litter picking, grass cutting and leaf collection landscape maintenance services to existing properties and common landscaped areas throughout East Renfrewshire to the areas detailed within SAC Consulting’s landscape architects drawings. The Contract may also include tree maintenance services, tree and stump removal works, and repairs to existing damaged grass areas.The Contract, as tendered, only includes properties and landscaped areas throughout Barrhead and Neilston. However, Barrhead Housing Association also provide services to their customers in Newton Mearns and Thornliebank, and additional properties or landscaped areas throughout East Renfrewshire may be introduced by Barrhead Housing Association during the Contract at the rates described within the Contractor’s Pricing Matrix.The commencement date for the Measured Term Contract is currently estimated to be 8th July 2024 and the completion date is 31st March 2027.Subject to satisfactory performance of the Contractor, which will be assessed through measurement of the Key Performance Indicator’s (Refer Tender Document F), it is intended that the Contract will be extended on an annual basis by a maximum of two further years until 31st March 2029.

Value: 435000
Published: 2024-05-01
Deadline: 2024-05-31
435000 2024-05-01 2024-05-31
ID 5241930 - PSNI - Pest Control Services
UK BELFAST PSNI - Police Service of Northern Ireland

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue. The Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;

Value:
Published: 2024-04-30
Deadline:
2024-04-30
Alarm Receiving Centre
UK Edinburgh Link Group

Properties are located within North Lanarkshire, Glasgow, Falkirk, Edinburgh Council areas. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=763143. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:763143) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=763143

Value:
Published: 2024-04-30
Deadline:
2024-04-30
Market Engagement Event: Network Rail Eastern Region – Rail Solutions Panel Enhancements Framework
UK London Network Rail Infrastructure Ltd

Network Rail is committed to ensuring fairness, openness, and transparency. In addition, we encourage the participation of Small Medium Enterprises, commonly known as SMEs. All information provided on Network Rail's current thinking as part of the market engagement exercise (including the contents of this notice and the Request for Information) should be considered indicative in nature and no overall decision on the delivery model has yet been made. The market engagement exercise is not a formal request for expressions of interest. Participation or non-participation in this exercise will not confer any advantage or disadvantage on any person in respect of any future competitive procurement process. However, the results of the market engagement exercise (including written responses and any clarification questions or meetings) may be used to shape and refine the delivery model before any formal competitive procurement process is launched. Respondents should note that information provided in response to the market engagement exercise may (at Network Rail's discretion) be disclosed by Network Rail to its directly appointed advisers and consultants (all of whom are subject to obligations of confidentiality as part of their appointment). The information provided in responses may also be disclosed, in a suitably summarised and anonymised form, to other stakeholders and to other interested persons. Notwithstanding that, where any response (or any part of it) is genuinely commercially sensitive, the respondent should make this clear, and Network Rail will not include that in any wider publication (beyond its directly appointed advisers and consultants). Network Rail is not obliged to respond to any correspondence related to the market engagement exercise. Direct or indirect canvassing of Network Rail (or any person connected with it) by any person concerning the market engagement exercise, or any attempt to procure information outside of the defined process is discouraged and may (in certain circumstances) require the disqualification of the relevant person(s) from participation in any future competitive procurement process. Any costs of participation in this market engagement exercise will be borne by the respondent. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. All information provided by Network Rail during this market engagement exercise is at an early stage of development, is not intended by Network Rail to create any contract or other commitment and is not intended by Network Rail to be otherwise relied on by any person to any extent. Network Rail shall have no liability for any losses incurred by any person as a result any such reliance. As a reminder, this is not a call for competition.

Value:
Published: 2024-04-30
Deadline:
2024-04-30
DfI TRAM T-1135 A4 Enniskillen Southern Bypass
UK Belfast Department for Infrastructure

The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium. Enterprises(SMEs). The evaluation of submissions (PQQPs or TPs) will be based solely on the criteria set out for the procurement, and. the contract will be awarded on the basis stated in II.2.5). All documents will only be available on line through the eTendersNI portal:. (1)If your company is not already registered on eTendersNI you may do so through the eTendersNI portal https://etendersni.gov.uk/. epps/ home.do — Select the “Register as a Supplier” link and follow the on screen instructions. 2) Expression of Interest and access to. tender.. documentation- You may “Express an Interest” in a project and access the tender documentation via the projects CfT Menu. If. you require assistance or help to navigate the site please consult the on-line help, or contact the eTendersNI help desk. The documents. may be downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the Contracting. Authority using the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2). The Contracting Authority is. utilising an electronic tendering system to manage this procurement and to communicate with Economic Operators. Accordingly, it is. intended that all communications with the Contracting Authority, including the accessing and submission of tender responses, will be. conducted via eTendersNI. Poor Performance, as part of its contract management procedures, the Contracting Authority and their CoPE. will use the Protocol for Managing Poor Supplier Performance contained in the Procurement documentation. The protocol sets out a. series of five escalating stages to enable Contracting Authorities and their CoPEs to manage poor performance by suppliers. At Stage 4, as. an alternative to terminating the contract, senior management in the Contracting Authority/CoPE can issue a Notice of Written Warning.. At Stage 5, as an alternative to terminating the contract, a notice of unsatisfactory performance can be issued to the Economic Operator.. These notices remain current for the period of time stated in the protocol and an Economic Operator must declare, in subsequent. procurement competitions, if it has received a current Notice of Written Warning or a current Notice of Unsatisfactory Performance within. 3 years of the TP Submission Deadline. If an Economic Operator has received more than one current. Notice of Written Warning the. Contracting Authority/CoPE, at its discretion, can consider an Economic Operator’s exclusion from future procurement competitions,. being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a minimum period of 12 months.. If an Economic Operator is subject to a notice of unsatisfactory performance the Contracting Authority/ CoPE, at its discretion, can. consider the Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the. Northern Ireland Public Procurement Policy, for a period of 3 years. List of public bodies to which NI public procurement policy applies.. Department of Finance (finance-ni.gov.uk)..

Value:
Published: 2024-04-30
Deadline:
2024-04-30
ID 4905649 - PSNI - Provision of Financial and Personal Data / Information
UK BELFAST PSNI - Police Service of Northern Ireland

The process is being cancelled due to an insufficient level of competition to secure suppliers onto the framework agreement.. It is PSNI’s intention to retender this requirement in the near future.

Value:
Published: 2024-04-30
Deadline:
2024-04-30
ePMA Trolleys & Hardware Demonstration Day
UK St Asap NHS Wales Shared Services Partnership

PLEASE SEE THE ATTACHED EXPRESSIONS OF INTEREST FORM for your completion. Interested parties are asked to complete this document and return it to Lorraine.Hesketh@wales.nhs.uk. Returns to be received by 4pm Friday 10 May 2024. NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=141066. (WA Ref:141066)

Value:
Published: 2024-04-30
Deadline:
2024-04-30
Science in Schools Delivery Programme
UK London Department for Education

For information: attendance at the market engagement events is not a pre-requisite for being able to submit a tender against this opportunity. If you are unable to attend the market engagement event, the slides and Q&A outcomes will be made available. This notice is a zero value PIN notice for early market engagement. It is for information only and is not a call for competition. The Department reserves the right not to enter a formal procurement process and not proceed with contract award. Accordingly, the Department will not be liable for any bid cost, expenditure, work or effort incurred by any organisation in acting on the basis of this Prior Information Notice. All information included in this notice is indicative and subject to change. Address: https://education.gov.uk

Value:
Published: 2024-04-30
Deadline:
2024-04-30
Macduff Fishmarket Pier Repairs
UK Aberdeen Aberdeenshire Council

To carry out repairs to a collapsed section of stone masonry quay wall, below the fishmarket pier, with concrete bag work. It should be noted that access to the damaged section of wall is through a 600mm by 450mm manhole cover and that the area is only dry for a maximum of one to one and a half hours each side of a spring tide.

Value: 25000
Published: 2024-04-26
Deadline: 2024-05-10
25000 2024-04-26 2024-05-10
Pulse Oximetry Sensors [4827016]
UK Belfast Business Services Organisation Procurement and Logistics Service

In section I.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by BSO Procurement and Logistics Service on behalf of the participants listed in section 1.1.

Value:
Published: 2024-04-26
Deadline:
2024-04-26
EDR-23-005 Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions
UK Belfast the Education Authority

Tenderers should ensure they read and understand the documentation found in the CFT documents area of eTendersNI. . As a Public Sector Procurement organisation, EA must adhere to the Procurement Policy Notes, https://www.finance-ni.gov.uk/articles/procurement-policy-notes-ppns. . This tender includes requirements relating to Human Rights, Modern Slavery, Supply Chain Resilience and Social Value and all tenders must meet the requirements detailed in the tender documentation to be compliant. . EA reserves the right to: . 1. Not to award any contract as a result of the procurement process commenced by publication of this notice.. 2. To make whatever changes it may see fit to the content and structure of the tendering competition.. 3. To award (a) contract(s) in respect of any part(s) of the [services] covered by this notice..

Value:
Published: 2024-04-26
Deadline:
2024-04-26
IT Related Accessories and Parts (ITRAP)
UK Reading Southern Universities Purchasing Consortium (SUPC)

Value:
Published: 2024-04-26
Deadline:
2024-04-26
The Supply of Influenza Vaccines
UK Bristol Ministry of Defence

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Influenza Vaccines. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the logistics commodities and services transformation delivery partner contract (LCS(T)/0001 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence. Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

Value:
Published: 2024-04-25
Deadline:
2024-04-25
Proposed landlord gas safety records/checks to domestic properties at various locations in Central Belt, Scotland
UK Edinburgh Link Group Ltd

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=764894. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:764894) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=764894

Value:
Published: 2024-04-25
Deadline:
2024-04-25
Disposable Cubicle, Shower and Window Curtains 2025
UK Sheffield NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during Autumn 2024. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission: - Employer’s Liability Insurance cover of £5m per claim in the name of the Applicant - Public Liability Insurance cover of £5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate - ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. - Declaration of Conformity and UKCA/CE Certification to demonstrate compliance to Medical Devices Regulations 2002 (if applicable). -BS 5867-2:2008 Type B or C flammability requirements. -ISO 20743:2013 (Assessment of Antibacterial Finished Products) or equivalent standard. The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts In addition, the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans’ (PPN 06/21) requiring all suppliers with new contracts for goods, services and/or works irrespective of value to publish a carbon reduction plan for their direct emissions. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN 02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the ‘Not Registered Yet’ link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on “SQs Open to All Suppliers” EXPRESSION OF INTEREST - Find "SQ_540" and click on the blue text. Select Express interest. If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com

Value:
Published: 2024-04-25
Deadline:
2024-04-25
Linn of Dee Fencing Works
UK Edinburgh National Trust for Scotland

This contract involves the replacement and re-alignment of the Linn of Dee strategic fence to bring this 33ha area of pinewood under favourable management to allow its recovery and expansion. This project will primarily replace and re-align the strategic fence shifting it south and west to capture the stand of pinewood and also to protect a total of 106ha of ground from deer impacts thus facilitating future natural regeneration establishment and recovery of the woodland and moorland ground flora.

Value:
Published: 2024-04-24
Deadline: 2024-05-28
2024-04-24 2024-05-28
HMPPS Managing Conflict & Violence Training
UK London Ministry of Justice

The MoJ would like providers to express their interest in this requirement by Friday 3rd May 2024 at 12.00 noon British Summer Time (Invites will be sent out later that day) by sending a message via our e-sourcing platform (Jaggaer):- https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Please include the following detail in your message; - Quoting Reference -HMPPS Managing Conflict and Violence 'PQQ_424' - Full name - Company/organisation name - Contact details (E-mail and phone number) All responders (With a limit of 3 attendees per providers) will receive an invite to the Teams event on Thursday 9th May 2024 for a session at 2pm for 1 hour. If you do have an account, please register on Jaggaer to create an account. If you have problems registering please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding and the Authority reserves the right at it's absolute discretion to amend it at the time of issue of any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Value:
Published: 2024-04-24
Deadline:
2024-04-24
ID 5230034 - DfE - SRC - Timber Supplies for the Northern Ireland Colleges of Further and Higher Education
UK Newry Southern Regional College

Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years..

Value:
Published: 2024-04-24
Deadline:
2024-04-24
CPT_24_08 Audit Data Extraction and Analysis Automation services
UK Victoria National Audit Office

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The NAO considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any acceptance of organisations onto the DPS will be based solely on the criteria set out for the procurement documentation. The NAO would like to invite interested providers to attend a Virtual Q&A session taking place on Thursday 2nd May 2024 from 9.30 until 10.30am. The purpose of this Q&A session is to offer attendees the opportunity to raise clarifications on the Audit Automation and Analytics Services procurement process. If organisations are interested in attending the Virtual Market Engagement event, then send expressions of interest via email to nao.procurement@nao.org.uk by 12 noon on Tuesday 30th April 2024 The email will need to include your name, position, organisation and contact details alongside the names and positions of other colleagues wishing to attend. Further details will be made available nearer the time of the event. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Victoria:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./NZX324K636 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/NZX324K636 GO Reference: GO-2024424-PRO-25852278

Value:
Published: 2024-04-24
Deadline:
2024-04-24
DfI TRAM - Supply and Delivery of 4 no. Compact Wheeled Loaders
UK Belfast Department for Infrastructure

DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is. intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://. etendersni.gov.uk/epps/home.do. The successful contractor's performance on the contract will be regularly monitored. If a contractor. fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they. still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in the Department for. Infrastructure for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified. period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory. Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor. being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by. the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.

Value:
Published: 2024-04-23
Deadline:
2024-04-23
External Audit
UK Manchester General Medical Council (GMC)

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231834. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (MT Ref:231834) Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=231834]]

Value:
Published: 2024-04-22
Deadline:
2024-04-22
Procurement of the Contractor to provide the High Commissioner’s Residence Redevelopment in Abuja, Nigeria
UK London Foreign Commonwealth and Development Office

FCDO is seeking feedback from the market on our procurement approach and wish to understand capacity and interest to provide the redevelopment of the High Commissioner’s Residence in Abuja, Nigeria. This notice is being published to advertise a forthcoming early market engagement event, which will be held between 22nd and 24th May 2024 at the British High Commission office. Organisations will be offered individual time slots with a 90 minute duration. These are available between the following times: • 22 May 2024: between 1pm and 5pm • 23 May 2024: between 9am and 5pm • 24 May 2024: between 9am and 5pm The event will be by appointment only. Potential contractors are kindly requested to provide the following information: • Confirmation that you would like to attend the event • Any times that you cannot make. Every effort will be made to accommodate specific requests but this cannot be guaranteed • Proposed attendees, including name and proposed role on the project • Full contact details for a single point of contact for follow up correspondence relating to the bidders conference (name, position in company, email address, phone number) • Any specific questions you’d like the team to consider ahead of the bidders conference? Contractors wishing to attend the forthcoming market engagement event should register their interest, and provide the requested information, by email Katherine.Joslin@fcdo.gov.uk no later than 03 May 2024 at 5pm (BST) In addition to the bidders conference, an Early Market Engagement Questionnaire has been prepared and issued with this notice. . Responses to the Early Market Engagement Questionnaire should be submitted on the FCDO e-tendering system Jaggaer through pqq_1624. Any questions relating to this early market engagement, should be sent via the Jaggaer messaging system for ppq_1624. Should you have any problems submitting your response and sending messages through Jaggaer please by email to Kathy Joslin, at Katherine.Joslin@fcdo.gov.uk. The contracting authority will consider the feedback received to help inform its procurement approach and further decision making. For the avoidance of doubt, this market approach is not part of a formal procurement process, and the contracting authority is not committing, at this stage, to carrying out such a process. The FCDO reserves the right to change the process at any stage and to undertake this procurement using alternative routes. Participation or non-participation in this market engagement exercise shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of this exercise shall place any supplier at an advantage in a potential procurement process. No formal assessment of capability or down selection of bidders will be carried out in relation to any responses received as a result of this. The requirement will be procured via the Foreign, Commonwealth and Development Office's e-procurement portal: https://fcdo.bravosolution.co.uk. Suppliers, not currently registered on the portal, who are interested in being considered for this opportunity must self-register on the site in order to participate — registration is free and instantaneous. Please note, the information contained within this Prior Information Notice (PIN) is subject to change.

Value:
Published: 2024-04-22
Deadline:
2024-04-22
Print and Digital Communications
UK Liverpool The Minister for the Cabinet Office acting through Crown Commercial Service

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/c20c14f7-ecd2-495a-9b9c-a826bfda740f 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. For Lot 2 only, CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position. Please refer to Attachment 2 How to Bid in the tender documents. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. Bidders can bid for more than one Lot. However, a bidder cannot be awarded a Framework Contract for both Lots. Bidders may submit bids for both Lot 1 and Lot 2 but can only be awarded a framework contract for one Lot. If a Bidder is ranked in first position in Lot 1 based on their final score then the Bidder will be awarded the Lot 1 framework contract and cannot be awarded a Lot 2 framework contract. Please refer to Attachment 2 How to Bid for further details. Please note the contract period is for 48 months with a 3 month implementation period

Value:
Published: 2024-04-22
Deadline:
2024-04-22
Provision of Rhododendron ponticum control at Tayvallich, North Knapdale
UK Argyll Argyll and the Isles Coast and Countryside Trust (ACT)

A mandatory Bidders Day will be held at Tayvallich Village Hall, 1030 on Wednesday 8th May 2024. Bidders will need to register for attendance by emailing philippa@act-now.org.uk NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=764391. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:764391)

Value:
Published: 2024-04-22
Deadline:
2024-04-22
Uniforms for Northern Ireland Fire and Rescue Service
UK Armagh Procurement and Logistics Service

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in section 1.1. The contracting authorities will identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the "lowest price/cost", once full compliance has been demonstrated with all of the elements of the. specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating quality, price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b.

Value:
Published: 2024-04-19
Deadline:
2024-04-19
Prior Information Notice  - Request for Information for Live Facial Recognition Software
UK Birmingham BlueLight Commercial Ltd

BlueLight Commercial are issuing this Prior Information Notice (PIN) as a Request for Information (RFI) to gather market intelligence/information, to gain a better understanding of the capacity of the market for Live Facial Recognition (LFR) Software to be used in policing across all forces in England and Wales. BlueLight Commercial are exploring future commercial options including a possible national framework for LFR, however for the purpose of this information request we require information for vehicle based mobile LFR software only. It is important to note that this PIN/RFI is not a call for competition and as such potential providers will need to express interest in any future tender opportunity once a contract notice is published in Find a Tender Service and on Contracts Finder. It should be noted that this PIN/RFI invites individuals and organisations to express an interest in this RFI exercise only, and it is NOT a pre-qualification questionnaire, and is NOT part of any pre-qualification or selection process. This PIN/RFI is intended as an awareness, communication, and information gathering exercise only to help inform a subsequent procurement exercise. An expression of interest in this RFI exercise is no indication of a commitment to participate in the RFI process nor does it infer any preferential or special status on those individuals and organisations who express an interest in the RFI exercise. BlueLight Commercial are utilising an electronic tendering portal (In-Tend) to manage this RFI and as such interested individuals and organisations will need to register on the portal to access the RFI documentation and return the completed RFI response document. Please note that it is free to register on In-Tend, which can be accessed via https://sell2.in-tend.co.uk/blpd/publictendersThe RFI documentation (Reference: BLC0168) will be accessible from 12:00 noon on Wednesday 18 April 2024 and completed RFI responses must be submitted by 4pm on Thursday 25th April 2024. A future procurement opportunity for Live Facial Recognition (LFR) Software could be published by BlueLight Commercial in August/September 2024.

Value:
Published: 2024-04-18
Deadline:
2024-04-18
Media Training Consultancy
UK Edinburgh Royal Botanic Garden Edinburgh

Training for a selection of colleagues at the Royal Botanic Garden Edinburgh will involve close consultation on the individual requirements of individuals, some of whom will have a background of media engagement and others will be relatively new to the experience. While the objective is to prepare all to represent the organisation through effective communications with the media and, therefore, the public, different levels of engagement is likely to be required. It is likely the training might need to be over two sessions.

Value:
Published: 2024-04-17
Deadline: 2024-05-01
2024-04-17 2024-05-01
ID 5168908 - DfC - Advertising and Related Services
UK BELFAST Department for Communities NI

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.. . The Authority expressly reserves the rights:. . (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and. (IV). to award contract(s) in stages. In no circumstances will the Authority be liable for any costs incurred by candidates. This project will be used to progress the Government’s wider social, economic and environmental objectives.

Value:
Published: 2024-04-17
Deadline:
2024-04-17
The Supply of Mixed PPE
UK Bristol Leidos Supply

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it intends to invite tenders for its supply and delivery of Mixed PPE.

Value:
Published: 2024-04-17
Deadline:
2024-04-17
ID 5279337 - DoJ - NIPS - Supply and Delivery of Mattresses
UK BELFAST The Northern Ireland Prison Service

Neither CPD nor the Northern Ireland Prison Service can provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only; they include additional quantum for unforeseen demand and to future proof. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that. stated. Contract monitoring: the successful Contractor(s) performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice. The Authority expressly reserves the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and (iv) to award contract(s) in stages. And under no circumstances will the Authority be liable for any costs incurred by Candidates.

Value:
Published: 2024-04-17
Deadline:
2024-04-17
ID 5264245 DfE - SRC - Tiling Supplies for the Southern Regional College
UK Craigavon Southern Regional College

The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.

Value:
Published: 2024-04-16
Deadline:
2024-04-16
Provision of IT Consultancy Services Framework
UK London Associated British Ports

Value: 1300000
Published: 2024-04-16
Deadline:
1300000 2024-04-16
Keystone IT Consultancy Support
UK Edinburgh Viewpoint Housing Association

IT support services for the Keystone asset management system

Value: 40000
Published: 2024-04-15
Deadline: 2024-04-30
40000 2024-04-15 2024-04-30
Supply and Delivery of Cables
UK Sheffield Glass Futures

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231759. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (MT Ref:231759)

Value:
Published: 2024-04-15
Deadline:
2024-04-15
DfE - Tourism NI - Concept Testing
UK BELFAST Department for the Economy - Tourism NI

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract, however, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the Notice.

Value:
Published: 2024-04-15
Deadline:
2024-04-15
Health & Vocational Rehabilitation Assessment
UK Paisley Renfrewshire Council

Renfrewshire Council requires a professional organisation to deliver Occupational Health and Vocational Rehabilitation Assessment with specialist health interventions delivered, where required to assist clients journey back to employment. Clients will be registered with Invest in Renfrewshire Employability Services and will receive this service as part of a package of support including a dedicated Client Management Case Worker and access to a range of training, work experience and subsidised employment opportunities.This service will provide a full Condition Management Programme and will be provided as part of a package of support for clients with a health-related condition looking to return to work. The service seeks to enhance this package of support by providing detailed assessment of clients’ health barriers and capability for work and to offer specialist health interventions.The successful provider will be required to provide a detailed report and action plan for up to 110 registered employability clients and provide additional health interventions for 100 of these clients. It is essential this is an individual-centred approach to supporting people with greater health needs. The service will coach individuals to better understand their conditions and develop self-management skills.

Value:
Published: 2024-04-12
Deadline: 2024-05-03
2024-04-12 2024-05-03
FLS-0071-FW Responsive Chainsaw Operations, Arboriculture Work & Dangerous Tree Surveys
UK Inverness Forestry and Land Scotland

Forestry & Land Scotland (FLS) has a requirement to let a Framework Agreement to external service providers for the provision of Responsive Chainsaw Operations, Arboriculture Work & Dangerous Tree Surveys.This framework shall cover chainsaw, arboriculture services and tree surveying including, tree felling, road line felling, clearing wind blow, tree surgery and many other related services. It will also include the facility for clearing up the site following chainsaw operations such as small machinery extraction, via tractor mounted winch, mini forwarder.This Framework is split into two different requirements: Lots 1-18 Responsive Chainsaw Operations and Lots 19-38 Arboriculture Work & Dangerous Tree Surveys.The Framework term is four (4) years with no option to extend.

Value:
Published: 2024-04-12
Deadline: 2024-05-17
2024-04-12 2024-05-17
Pre-Market Engagement Questionnaire for Monitoring Devices for Continuous Measurement of Blood Parameters During Extra Corporeal Circulation
UK Belfast Business Service Organisation Procurement and Logistics Service

This is a Prior Information Notice to seek engagement with the market place to ascertain functionality of Monitoring Devices for Continuous Measurement of Blood Parameters During Extra Corporeal Circulation for the Belfast Health & Social Care Trust. The Business Services Organisation, Procurement and Logistics Service on behalf of the Belfast Health and Social Care Trust, wish to engage with potential suppliers to obtain a market view of requirements through the completion of a Questionnaire. This questionnaire was previously published on the 14th February 2024, however further engagement with the market is required and Belfast Health and Social Care Trust would like to re-issue the questionnaire. There have been no amendments made to the Questionnaire since it was issued in February 2024.. Any interested suppliers are required to submit their response through the eTendersNI secure messaging area of this Call for Tender (CfT) Ref 5319164. All correspondence in relation to this Pre-Market Engagement exercise will be communicated via the eTendersNI secure messaging area. Suppliers will be required to submit their completed Questionnaire NO LATER THAN 3.00PM ON WEDNESDAY 15th May 2024. Suppliers should also note that any interest shown does not constitute a commitment to participate in any future tendering exercise.

Value:
Published: 2024-04-12
Deadline:
2024-04-12
Collection, Storage and Distribution for Victoria Pharmaceuticals [5290406]
UK Belfast Procurement and Logistics Service

The Contract Value in section II.1.5 has been calculated to include all extension options (including the further additional 18 months.. relating to Clause 2.3 of the SS17bc Commercial Conditions) and accounts for a potential increase in demand for the supply by 50.. percent. It is not a guarantee of uptake or minimum demand. In section I.2, it is stated that this procurement is a joint procedure and.. contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by.. BSO PaLS on behalf of the participants listed in section I.1.

Value:
Published: 2024-04-12
Deadline:
2024-04-12
Transport Commissioning IT Solution
UK Ellesmere Port Cheshire west and Chester Borough Council

Value:
Published: 2024-04-12
Deadline:
2024-04-12
ID 5087997 - DoJ - FSNI - Supply and Delivery of Laboratory Consumables
UK BELFAST Forensic Science Northern Ireland

The values stated represent an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.. Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.. The Authority expressly reserves the rights:(I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award contract(s) in respect of any part(s) of the services covered by this notice; and (IV) to award contract(s) in stages.. and in no circumstances will the Authority be liable for any costs incurred by candidates..

Value:
Published: 2024-04-12
Deadline:
2024-04-12
Collection and Recycling of Organic Waste [4907292]
UK Ballymena Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland

In section I.2 it is stated that this is a joint procurement and Contract award is by a central purchasing body. This Contract is not a joint contract, it is a central purchasing body contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender(s) (MEAT) on the basis of Quality (Pass/Fail), Social Value 10% and Price 90% for each Section within each of the Lots, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. This tender contains 2 Lots with 6 Sections: Lot 1 contains 5 Sections, Lot 2 contains 1 Section. Tenderers can bid for either or both Lots. Within Lot 1, Tenderers can bid for one, more than one or all Sections. If submitting a bid for Lot 2, Tenderers must bid for Section 1. Tenderers who bid for more than one Section will have their bid per Section treated and evaluated as a separate bid as detailed within the Tender Evaluation Methodology and Marking Scheme SS20b (TEMMS). Each Section bid for must be bid for in its entirety otherwise the bid for that Section will fail and be rejected. Tenderers must submit a bid for all lines in the Section bid for, otherwise fail and elimination. Estimated value ranges are as follows: - . Lot 1 - Collection and Recycling of Organic Waste. Section 1 – Belfast Sector – 73 000 GBP to 1 015 000 GBP. Section 2 – Northern Sector – 26 000 GBP to 362 000 GBP. Section 3 – South Eastern Sector – 37 000 GBP to 519 000 GBP. Section 4 – Southern Sector – 33 000 GBP to 456 000 GBP. Section 5 – Western Sector – 15 000 GBP to 202 000 GBP. . Lot 2 - Collection and Recycling of Segregated Packaged Food Waste. Section 1 – Belfast Sector – 4 000 GBP to 53 000 GBP. These ranges show the potential values which have been calculated on the basis of a 60 month Contract with the option of extension period(s) of up to and including 36 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period. These ranges also include the potential values for a further period or periods, together totalling no more than 18 months in the circumstances described in Clause 2.3 of the Commercial Conditions of Contract for Services Contracts SS17ac. Under this Contract, the Contractor will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions will relate, in particular, to social considerations.

Value:
Published: 2024-04-11
Deadline:
2024-04-11
AMP8 Water Network Alliance
UK Cardiff Dwr Cymru Cyfyngedig

This Periodic Indicative Notice (PIN) does not constitute a call for competition to procure any works or repair services. This notice is issued solely for the purpose of undertaking market engagement to gauge capability and interest in the market to assist in our decision making prior to the commencement of the procurement process. Parties will not be prejudiced by any response or failure to respond to this request and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. If you have experience of any of the works / repair services as described above, we invite you to participate in our market engagement process by registering your interest via the emails below by 29th April 2024. amanda.edwards@dwrcymru.com / gareth.shaw@dwrcymru.com In response to enquiries, we will provide a copy of our Information Memorandum which includes further details on our programme opportunities and a short questionnaire which we will ask you to complete and return to us DCC envisage holding a series of one-to-one meetings in May/June to further discuss the content of your completed questionnaire, the timings of which will be mutually agreed, Please note, whilst information in this PIN and Information Memorandum describes DCC’s current view of how it is minded to proceed. Interested parties should note that the positions set out in this PIN, and any content within the Information Memorandum remain subject to change and will not necessarily reflect the position as at the issue of the Contract Notice. All responses will be carefully considered but will not bind DCC to any specific approach to procurement, nor will responses be treated as conveying any promise or commitment on the part of the respondent.

Value:
Published: 2024-04-11
Deadline:
2024-04-11
GLENCOE FOLK MUSEUM: PROPOSED EXTENSION, ALTERATIONS, AND UPGRADING
UK Glencoe Glencoe Folk Museum

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=763551. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:763551)

Value:
Published: 2024-04-11
Deadline:
2024-04-11
Medical and Exemption Cards
UK Armagh Procurement and Logistics Service

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central Publishing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by Business Services Organisation Procurement and Logistics. Service on behalf of participants listed in section 1.1. The contracting authorities will identify the Most Economically Advantageous. Tender(s) (MEAT) on the basis of the "lowest price/cost", once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating quality, price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b.

Value:
Published: 2024-04-11
Deadline:
2024-04-11
Evaluation Planning Support for Archaeology – Unearthing a Better Future
UK Dalkeith Archaeology Scotland

Archaeology Scotland wishes to commission an evaluation consultant for the Archaeology – Unearthing a Better Future project. It is a NLHF supported project and designed to build greater resilience for Archaeology Scotland, our membership and the wider heritage sector through several organisational improvements and business planning processes, together which will support development of increased public benefit through the work we can deliver together.

Value: 8000
Published: 2024-04-11
Deadline: 2024-04-26
8000 2024-04-11 2024-04-26
Design Services Support for Archaeology – Unearthing a Better Future
UK Dalkeith Archaeology Scotland

Archaeology Scotland wishes to commission Graphic Design services for the Archaeology – Unearthing a Better Future project. It is a NLHF supported project and designed to build greater resilience for Archaeology Scotland, our membership and the wider heritage sector through several organisational improvements and business planning processes, together which will support development of increased public benefit through the work we can deliver together.

Value: 8000
Published: 2024-04-11
Deadline: 2024-04-26
8000 2024-04-11 2024-04-26
IT Support Services Support for Archaeology – Unearthing a Better Future
UK Dalkeith Archaeology Scotland

Archaeology Scotland wishes to commission an IT consultant for the Archaeology - Unearthing a Better Future project. It is a NLHF supported project and designed to build greater resilience for Archaeology Scotland, our membership and the wider heritage sector through several organisational improvements and business planning processes, together which will support development of increased public benefit through the work we can deliver together.

Value: 10000
Published: 2024-04-11
Deadline: 2024-04-26
10000 2024-04-11 2024-04-26
Your Alerts:
IT

Why use Thornton and Lowe for IT tenders

With our experience in winning prestigious IT contracts in both public and enterprise sectors, we have the expertise to understand the buyer’s exact requirements and form win themes to ensure success.

We have an average win rate of 80% in this sector for our clients, so with our experience and understanding we can help you find and win IT tenders for your business.

Get bid support

Where to find IT tenders?

Having a good level of knowledge of the opportunities available can be difficult to keep track of, with both large and small tenders from across the UK. Some of the key frameworks within the IT sector include;

  • CCS’ Network Services, Technology Services, Technology Products, G-Cloud, Digital Outcomes and Specialists, Education Technology, HSCN and Traffic Management Technology frameworks
  • YPO ICT framework
  • Scottish Government Cloud Framework
  • Scottish Government ICT Framework
  • JANET framework
  • JISC framework
  • Cyber Security Services

With the use of our Tender Pipeline software, below, you can search for LIVE IT tenders. To receive notifications of tenders tailored to you sign up today.


Push your business to the next level.
Win more IT contracts.

Get bid support

Made by Statuo