|
Testing of Fire Door-Sets and Component Devices
London
Department for Business and Trade
1. You are invited to tender for Project 3276 - Testing of Fire Door-Sets and Component Devices. The requirement is for the testing of a variety of internal and external door sets against certain performance criteria outlines in their designated product standard - BS EN 16304 and BS EN 14351-1.
2. The requirement and subsequent contract shall be for a period of 24 months with the option to extend by up to 12 months. The estimated value for the contract is £500,000 for the contract period including any extension and is exclusive of VAT.
3. This Procurement is being carried out in accordance with the Public Contracts Regulations 2015 under the Regulation 27 Open Procedure. Tenderers must submit a tender as a single legal entity. Tenderers can submit a tender as part of a proposed consortium or with named sub-contractors, but the tender must be submitted by a single legal entity that will represent the consortium or group of economic operators.
4. The anticipated date for the contract award decision is 28th of April 2025. Please note that this is an indicative date and may change.
5. The clarification period ends on the 07th of March 2025 at 13:00 GMT. You must submit your tender to arrive no later than 13:00 GMT on the 24th of March 2025
Value: |
500000 |
Published: |
2025-02-21 |
Deadline: |
|
|
500000 |
2025-02-21 |
|
|
Housing Loss Prevention Advice Service 2025
United Kingdom
London
The Legal Aid Agency
The Legal Aid Agency (LAA) is inviting Tenders to deliver HLPAS from 1 June 2025 under the 2024 Standard Civil Contract ("2024 Contract") for the following HLPAS Areas:
Kidderminster, Redditch, Worcester
Slough
Uxbridge
Winchester
In addition, the LAA is inviting Tenders to deliver HLPAS from 1 September 2025 under the 2024 Contract for the following HLPAS Areas:
Barnsley
Bury St Edmunds
Grimsby
Guildford
Lancaster
Wigan
Wolverhampton
It is a requirement that holders of a HLPAS Schedule hold a 2024 Contract which includes a specific authorisation to conduct Housing and Debt Contract Work ("2024 Housing and Debt Contract") i.e. the delivery of legal aid advice on Housing & Debt matters that are not covered by HLPAS.
Value: |
|
Published: |
2025-02-21 |
Deadline: |
|
|
|
2025-02-21 |
|
|
GB-London: Risk Management Review for General Lighthouse Authorities (GLA's)
British Oversea Territories
LONDON
Trinity House
The General Lighthouse Authorities (GLA) for the United Kingdom and Ireland will be undertaking a comprehensive risk management review in 2025.
The main purpose of the review is to appoint a provider of expert risk management services ("the provider") to:
-provide an external validation and commentary on the effectiveness of the GLA risk management methodology and loss control measures;
-consider changes in the GLA risk exposure;
-and make recommendations for dealing with any associated losses with loss prevention and control measures, insurance cover and self-insurance.
As part of the information gathering for the above it will be necessary for the provider to (i) visit the TH Harwich Depot and Planning Centre to observe the performance of the GLA Centralised Aids to Navigation Monitoring resource. The provider may also wish to meet personnel based at Northern Lighthouse Board's Oban Depot and Irish Light's Dun Laoghaire Depot, to gain an overview of operations, though it may be possible to undertake these meetings remotely.
Value: |
50000 |
Published: |
2025-02-21 |
Deadline: |
|
|
50000 |
2025-02-21 |
|
|
Provision of Insurance and related services to Southway Housing Trust Limited
British Oversea Territories
Manchester
Southway Housing Trust Limited
Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Southway Housing Trust Limited
Value: |
2625000 |
Published: |
2025-02-21 |
Deadline: |
|
|
2625000 |
2025-02-21 |
|
|
Agora Legal - Flexible Purchasing System for Legal Services
United Kingdom
LONDON
CONSTELLIA PUBLIC LTD
Constellia acting on behalf of Bristol City Council is establishing Agora Legal a Flexible Purchasing System for the procurement of legal services.
The system will be available for use for all UK Public Sector Bodies/Contracting Authorities and Utilities.
The system consists of 27 lots which are further divided by region.
Value: |
|
Published: |
2025-02-20 |
Deadline: |
|
|
|
2025-02-20 |
|
|
Framework for the Provision of Payroll Services
London
NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS Foundation Trust)
NHS London Procurement Partnership (hosted by Guy's and St Thomas' NHS Foundation Trust) is establishing a Framework Agreement for the provision of payroll services. This framework is not split in to any Lots.
The objective for establishing the framework for the provision of payroll services is to deliver the following business benefits:
• Provision of a legally compliant route to market for fully comprehensive payroll and pensions service which complies with guidance and directives as issued by the Department of Health and NHS Employers, in addition to legal requirements.
• To provide shared services and outsourcing solutions as vehicles for achieving efficiency savings for NHS organisations and wider public sector.
• The services will also include expenses administration plus related HR administration/maintenance through the ESR system reporting and submitting data for financial reconciliation and accounting.
• Speed up contracting processes and enable trust staff time to be reinvested in more value adding tasks;
• Improving efficiency;
• To operate a strategic contract to improve trust spend and usage data;
• To be more accessible to SMEs.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome and search the opportunity C317463.
To respond to this Invitation to Tender, Bidders must register on the portal, log in, complete the tender response documents and submit them via the e-tendering portal.
Please note that any communication from NHS London Procurement Partnership (NHS LPP) regarding this tender will be via Atamis. Bidders must use the e-tendering messaging board for their communication with NHS LPP regarding this procurement.
Should Tenderers have any queries, or having problems using the portal, they should contact the Atamis Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
Value: |
24000000 |
Published: |
2025-02-20 |
Deadline: |
|
|
24000000 |
2025-02-20 |
|
|
SIA 908 - Online Legal Research Resources 2025
United Kingdom
LONDON
Security Industry Authority
We require a supplier to provide Online Legal Research Resources and Knowledge platform, to deliver a wide range of material and precedent documents and training material - including best practice policies, standard letters and contract terms. The full specification can be found within the tender pack. This will be for a minimum of 4 users, and a maximum of 20 users.
The Tender Documents are available on the Jagger system - please contact the procurement officer for details how to register on this system.
Value: |
|
Published: |
2025-02-20 |
Deadline: |
|
|
|
2025-02-20 |
|
|
002511 Non -Print Legal Deposit Publisher (NPLD) Portal
British Oversea Territories
London
British Library
Most NPLD content is provided by larger publishers through commercial supply chain channels and is accompanied by well-formed metadata. Following the cyber-attack, we are seeking a new platform to provide this Publisher Portal Service. This should utilise modern, scalable technology that meets the security needs of the British Library and our LDL partners.
Value: |
350000 |
Published: |
2025-02-20 |
Deadline: |
|
|
350000 |
2025-02-20 |
|
|
SIA 908 - Online Legal Research Resources 2025
UK
LONDON
Security Industry Authority
Value: |
|
Published: |
2025-02-20 |
Deadline: |
|
|
|
2025-02-20 |
|
|
HR Strategic Support, Advice & Complex HR Mentorship West London Waste Authority (WLWA)
WEST DRAYTON
WEST LONDON WASTE AUTHORITY
West London Waste Authority (WLWA)
West London Waste Authority (WLWA) is responsible for sustainable waste management across six London boroughs: Brent, Ealing, Harrow, Hillingdon, Hounslow, and Richmond upon Thames. To support our commitment to best-practice HR management, we are seeking expert HR consultancy support to provide strategic HR advice, employment relations guidance, and HR mentorship for our standalone HR Manager.
What We Are Looking For
WLWA is seeking a trusted HR partner to provide flexible, expert support in tackling complex employee relations cases, legal compliance, and strategic HR decision-making.
This support will be delivered through one of two engagement models:
Ad-hoc Call-Off Support (Day Rate) - Access to HR expertise on an as-needed basis, billed per day/hour.
Retainer Model - Ongoing monthly HR mentorship and advisory support with agreed hours.
Key areas of support include:
- Complex Employee Relations Case Support - Handling grievances, disciplinaries, terminations, and legal compliance.
- HR Mentorship & Soundboarding - Coaching and expert guidance on strategic HR issues and organisational change.
- Employment Law & Compliance Advisory - Ensuring WLWA remains compliant with evolving employment legislation.
- Mediation & Conflict Resolution - Supporting early intervention, case strategy, and settlement agreement guidance.
- HR Policy Development & Training - Reviewing policies, providing legal templates, and upskilling the HR function.
Who Should Express Interest?
We are interested in hearing from qualified HR consultancy firms or independent HR experts who:
Have a strong track record in supporting standalone HR professionals in the public sector or local authorities.
Offer expertise in complex employment relations, employment law, and strategic HR guidance.
Can provide responsive and flexible support in either a call-off or retainer model.
Ensure GDPR compliance and confidentiality in handling sensitive HR matters.
Next Steps
Formal RFQ Launch: 10th February 2025
Deadline for Submissions: 10th March 2025
Contact for Further Discussions & RFQ Document: Emma Lippiatt
If you are interested in this opportunity, please get in touch for further discussions ahead of the formal RFQ process
Value: |
10000 |
Published: |
2025-02-19 |
Deadline: |
|
|
10000 |
2025-02-19 |
|
|
EMPOWER - Strengthening access to Family Planning (FP) in the Private Sector in Uganda
British Oversea Territories
London
Foreign Commonwealth and Development Office
The Foreign, Commonwealth and Development Office (FCDO) is looking for a Supplier to deliver "Strengthening access to Family Planning (FP) in the Private sector", which is Component 3 of the Empowering Women for Better Reproductive Health Outcomes (EMPOWER) Programme in Uganda.
The wider EMPOWER programme consists of 5 Components, this opportunity is for the Component 3: "Strengthening access to Family Planning (FP) in the Private sector", which aims to contribute to creating a vibrant and self-sustaining private sector market for voluntary Family Planning (FP) services in urban and semi-urban areas. This will involve identifying the market segments that can pay for their services and building capacity of Private for Profit (PFP) and Private-Not-For-Profit (PNFP) outlets to provide these services affordably and sustainably.
FCDO expects the private sector to play an increasing role in contributing to Uganda's targeted modern Contraceptive Prevalence Rate (mCPR) and to increase the share of FP service delivery covered by other funding sources beyond Government of Uganda (GoU) and donors, including, for example, "out of pocket" spending and health insurance.
Potential interventions are expected to address both demand and supply factors, and the Supplier is expected to test and scale up the most appropriate interventions.
The Contract is anticipated to commence at the end of April / beginning of May 2025 and run until 31 March 2030. The Contract has the option of further extension for up to two years and three months, if required.
The Contract value is up to £3,600,000. The Contract value may increase by up to £1,500,000, subject to evidence of effectiveness of interventions, internal approvals and the availability of funds. The increase in value may take place during the initial Contract period or its extension. The budget is exclusive of UK VAT but includes all applicable local taxes. It is the Supplier's responsibility to establish its taxation position both in the UK and in Uganda to ensure it meets its obligations. The Supplier will be responsible for obtaining any tax and customs exemptions from relevant government authorities, if applicable.
The Tender documents can be access electronically via the FCDO's eSourcing Portal https://fcdo.bravosolution.co.uk under under ITT_6610.
FCDO welcomes bids from across the sector, both from commercial and non-profit organisations, participating as a lead supplier, through creation of consortium, joined venture or as a sub-contractor.
Additional information:
The Tender documents are published in the FCDO's eSourcing Portal https://fcdo.bravosolution.co.uk under itt_6610. You need to login or register on to the Portal in order to access the Tender documents and to submit your response.
If you have any technical issues, please call eSourcing helpdesk: +44 203 868 2859 or use the "Call me Back!" functionality (recommended if contacting from outside of UK).
Any issues related to the subject of the Tender or Tender Pack must be submitted via the "messages" functionality linked to itt_6610 in the FCDO eSourcing Portal.
FCDO welcomes bids from across the sector, both from commercial and non-profit organisations, participating as a lead supplier, through creation of consortium or joined venture or as a sub-contractor.
Value: |
3600000 |
Published: |
2025-02-18 |
Deadline: |
|
|
3600000 |
2025-02-18 |
|
|
Selection Questionnaire (SQ) Leasing Technical Advisor
United Kingdom
London
Sourcedogg
The Leasing technical Advisor is responsible for advising The Crown Estate (TCE) in relation to all the technical aspects of the Future Offshore Wind (FOSW Leasing, "the programme") tender process.
The Leasing technical Advisor is engaged to support TCE throughout the following main phases of the future tender rounds and estimated high level timeline:
1. Definition Phase
2. Design & Build Phase
3. Delivery Phase (PQQ & ITT)
4. Closure Phase
The detailed work scopes for each tender phase and for the market assessment are included below. Throughout the duration of the tender process, TCE may request other support or deliverables in addition to the tasks and deliverables listed.
The Leasing technical Advisor shall work in close cooperation with TCE and its other advisors to deliver the tasks and documentation as detailed below. Time and resources for regular communication, coordination and interface management are deemed to be included in the Leasing technical Advisor's scope of work.
In addition to the above, The Leasing technical Advisor may be required to perform ad hoc tasks to provide TCE with technical advice on matters that may arise in relation to the entry into Legal Agreements process. Detailed scope of works for such support shall be agreed with TCE as required.
Value: |
1700000 |
Published: |
2025-02-18 |
Deadline: |
|
|
1700000 |
2025-02-18 |
|
|
Support to Claimants - Post Office Horizon redress
London
Department for Business and Trade
The Department for Business and Trade ("DBT") has a potential requirement for the provision of information and support to claimants to help them produce well-formulated claims in the context of a redress scheme.
The first instance of the services being required would be for the Horizon Shortfall Scheme (HSS) for redress arising from the Post Office Horizon scandal. There are four main Horizon redress schemes currently in progress and HSS is the one with most claimants. Eligible claimants in the HSS may choose to apply for a £75,000 fixed sum offer or to have their claims fully assessed (in which case, if an award is made, they may receive more or less than the fixed sum). The requirement would be to provide information and support to claimants after they have chosen the full assessment option.
Claimants to the HSS are not entitled to support with legal costs until after an Offer is made to them. The great majority of applications to the scheme are made by postmasters themselves. The Post Office's external legal advisors put considerable effort into developing the claims with claimants so that they are complete and fully evidenced to ensure that claimants obtain the best possible outcome. This also includes information and support to help them set out the details of their case, and to understand the guidance and principles of the scheme that are set out by Post Office.
Ministers have asked officials to consider the case for DBT taking over the Post Office's responsibility for delivering individually assessed offers under the HSS. DBT may decide to let a contract for this requirement whether or not delivery transfers to DBT.
DBT would want this requirement to be performed by someone other than the law firm responding to the claim. The Secretary of State for DBT is the contracting authority responsible for meeting this anticipated requirement. DBT intends to publish the Contract Notice in late Spring/early Summer 2025.
The full specification will be provided with the contract documents but it is expected to incorporate the following requirements:
- To provide a skilled team with knowledge of HSS to generally support the claimant in building their claim, submitting it to the Department, and then support the claimant through the process;
- To describe the heads of loss which could be included within the claim and provide help in completing the application form;
- To work with the claimant to help them to understand how the redressed topic/issue affected them and to then set out the full information relating to their claim;
- To explain the sorts of information or evidence that they may be able to provide to support the claim (bearing in mind that the events leading to the claim may have happened decades ago, and that many of the claimants are now vulnerable);
- To explain the role of expert evidence, such as from a medical specialist or a forensic accountant, to assist claimants to decide whether this should be requested.
Additional information:
For clarity, the provider would not be contracted to provide legal advice to claimants. The provider should not therefore provide claimants with advice, for example relating to how much they may be entitled to or whether to apply for the fixed sum offer.
It is anticipated the contract will be for a period of 30 months, including any available contract option(s). The requirement has an estimated total value of £4,750,000 ex VAT and this value includes any available contract option(s).
Suitable suppliers are invited to contact DBT, should their service offer match the outlined requirements, by 14 March 2025. After this date, DBT may contact interested suppliers and may organise a pre-market engagement session to further discuss the requirements.
Value: |
|
Published: |
2025-02-17 |
Deadline: |
2025-03-14 |
|
|
2025-02-17 |
2025-03-14 |
|
The Provision of Repairs and Servicing for Domestic Appliances across all Hillingdon Council Assets for the Assets & Development teams within our PLACE section of department.
Our property portfolio includes a mix of housing types, such as houses, bungalows, apartment buildings, high-rise flats, sheltered housing, and extra care homes. However, we only maintain appliances in short-term let social housing, (which vary in type, construction, and age).
Hillingdon Council has a legal responsibility to maintain the supplied white goods within these properties, so they are kept in good working order for our residents and staff who use them daily.
The
Uxbridge
London Borough of Hillingdon
The Provision of Repairs and Servicing for Domestic Appliances across all Hillingdon Council Assets for the Assets & Development teams within our PLACE section of department.
Our property portfolio includes a mix of housing types, such as houses, bungalows, apartment buildings, high-rise flats, sheltered housing, and extra care homes. However, we only maintain appliances in short-term let social housing, (which vary in type, construction, and age).
Hillingdon Council has a legal responsibility to maintain the supplied white goods within these properties, so they are kept in good working order for our residents and staff who use them daily.
The services that will be required will include but not limited to the following related areas:
Domestic Gas Cookers
Electrical Appliances
Testing
See tender pack for full details.
Value: |
150000 |
Published: |
2025-02-14 |
Deadline: |
|
|
150000 |
2025-02-14 |
|
|
C20242153 - Benefits Brokerage and support
London
OFCOM
Ofcom has a requirement for external advice on our employee benefits packages. The requirement is for advice on the brokerage, design and implementation of our core benefits, and also bespoke solutions to suit Ofcom's overall benefits package.
6.2 As a minimum, the service must deliver the following:
- Proven brokerage ability to assist Ofcom in choosing core benefit insurance products: in private medical, life insurance and group income protection product
o Be able to provide advice on how to minimise total costs and premiums
o Be able to provide contract review and negotiation of core benefit insurance products
o Help Ofcom ensure it is compliant with any regulations relevant to the benefits
o Be able to assist in resolving problems, acting as a go between to help resolve any problems with claims or administration of benefits
- Advise on choosing appropriate insurance produces for employee bought benefits: Dental, critical illness, travel
- Give advice on changes to benefits packages based on employee demographics and previous utilization rates
It would be preferable were the service also able to:
- Provide expert advice in all flexible benefits
- Assist with employee communications related to annual benefit enrolment
Any contract(s) awarded following the conclusion of the tender process will be for an initial duration of 3 years which will expire on 30 June 2028. At Ofcom's discretion the contract may be extended for up tp two further periods of 12 months each.
The maximum length of the contract is therefore five years from the services commencement date.
Value: |
300000 |
Published: |
2025-02-13 |
Deadline: |
|
|
300000 |
2025-02-13 |
|
|
Forensics Advocacy Service
London
East London NHS Foundation Trust
Statutory advocacy is required when service users are legally entitled to an advocate. This applies to all inpatients in the Forensic Service and also too many community patients, due to them being subject to the Mental Health Act (1983). For this reason, an Independent Mental Health Act Advocate (IMHA) service is provided to patients of the ELFT Forensic Service by The Advocacy Project, which is commissioned by London Borough of Hackney. If a service user has been assessed as having a lack of mental capacity in relation to making a specific decision about their lives, a best interests decision is made under the Mental Capacity Act and this is supported by an Independent Mental Capacity Advocate, as required within the Mental Capacity Act (2015), which is also provided by The Advocacy Project. Finally, Care Act Advocacy is provided by The Advocacy Project in relation to the Care Act (2014).
Additional advocacy can be provided outside the above legal frameworks. This can be provided to all service users, whether or not the above legislation applies to them. Additional advocacy can be provided by a paid advocate or volunteer. Many providers of statutory advocacy are able to offer additional advocacy and have the relevant skills and experience to do so effectively.
Additional advocacy can be provided either on an individual or group basis, in order to support service users in being able to speak up for themselves. This could support longer-term advocacy support and help service users in speaking out in meetings, accompanied if needed, and writing letters to raise concerns and complaints.
East London NHS Foundation Trust wishes to sub-contract a provider to provide an additional Advocacy Service for the Forensic Directorate.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
Value: |
120000 |
Published: |
2025-02-10 |
Deadline: |
|
|
120000 |
2025-02-10 |
|
|
Waste and Recycling Services 2025
United Kingdom
London
University of Westminster
The University of Westminster is seeking to appoint a suitably skilled and experiences service provider to deliver the waste and recycling service across estate, covering operational, academic and residential buildings.
The University wishes to use this opportunity to secure a partnership arrangement with a 'best in class' Service Provider. The University will award a new contract to the supplier who can best demonstrate an ability to deliver the high standards of collection, disposal and reporting required.
Please see the Specification for details of the service required, but the University of Westminster is seeking to ensure the reporting standards of the new contract meet legal and strategic expectations, whilst the delivery of the collection service is maintained, or is an improvement on the existing service standards.
Value: |
10000000 |
Published: |
2025-02-09 |
Deadline: |
|
|
10000000 |
2025-02-09 |
|
|
UK_438- Healthcare Insurance Global Benefits Management
UK
London
British Council
Suppliers who wish to express an interest and take part in the tender process will be required to register on our e-Tendering portal In-Tend hosted at https://in-tendhost.co.uk/britishcouncil.Once registered, bidders must log-in to the website where they can view the project and access the bidders pack and submit their return. Bidders will also be required to demonstrate their capability and `means of proof` will be required. These conditions are outlined in the ITT. The British Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
Value: |
|
Published: |
2025-02-07 |
Deadline: |
|
|
|
2025-02-07 |
|
|
UK_438- Healthcare Insurance Global Benefits Management
UK
London
British Council
N/A
Value: |
|
Published: |
2025-02-07 |
Deadline: |
|
|
|
2025-02-07 |
|
|
UK_438- Healthcare Insurance Global Benefits Management
UK
London
British Council
Value: |
|
Published: |
2025-02-07 |
Deadline: |
|
|
|
2025-02-07 |
|
|
UK_438- Healthcare Insurance Global Benefits Management
UK
London
British Council
Value: |
|
Published: |
2025-02-07 |
Deadline: |
|
|
|
2025-02-07 |
|
|
UK_438- Healthcare Insurance Global Benefits Management
London
British Council
British Council is seeking a broker to provide global co-ordination and local services to facilitate the management of the healthcare insurances which the organisation provides for its locally contracted employees around the world. We are looking for a long-term relationship with a partner which is able to provide local brokerage services, led by global strategy setting, co-ordination, monitoring and reporting.
This is linked to FTS notice: 2025/S 000-004073.
Additional information:
This is a 3 year contract with option to extend for a further 7 x 12 month extensions.
Is a Recurrent Procurement Type? : No
Value: |
|
Published: |
2025-02-07 |
Deadline: |
|
|
|
2025-02-07 |
|
|
Corporate Insurance Brokers
United Kingdom
LONDON
LONDON COUNCILS
London Councils is looking to appoint an Insurance Broker to act as an intermediary between London Councils and insurance companies, to find and secure the right insurance policies to meet our specific needs. The service from 01 April 2025 provided will be typically:
• assess the business needs;
• find suitable insurance;
• present the with insurance options, demonstrating value for money;
• negotiate terms;
• provide advice;
• provide claims assistance; and
• any other adhoc support.
Having regard to London Councils requirements (as set out in the Invitation to Tender), the following insurance policies, are required for the period 01 April 2025 to 31 March 2026:
• Commercial Combined.
• Management Liability (Directors & Officers).
• Employment Practices Liability.
• Fidelity Guarantee (Commercial Crime).
• Group Travel Insurance.
• Libel & Slander (Professional Indemnity).
• Cyber Insurance.
Submissions must be sent to Tenders@Londoncouncils.gov.uk
Additional information: THE MINIMUM VALUE INCLUDED OF £150,000 IS A GUIDE BUDGET OF TOTAL COSTS OVER THE FOUR YEAR PERIOD. THIS IS AN ESTIMATE FIGURE
Value: |
150000 |
Published: |
2025-02-07 |
Deadline: |
|
|
150000 |
2025-02-07 |
|
|
Healthcare Insurance Brokerage to the British Council
London
British Council
British Council is seeking a broker to provide global co-ordination and local services to facilitate the management of the healthcare insurances which the organisation provides for its locally contracted employees around the world. We are looking for a long-term relationship with a partner which is able to provide local brokerage services, led by global strategy setting, co-ordination, monitoring and reporting.
Value: |
1 |
Published: |
2025-02-07 |
Deadline: |
|
|
1 |
2025-02-07 |
|
|
Contract for the Provision of Travel Services for Immigration Purposes
British Oversea Territories
London
Home Office
The Home Office is responsible, under UK legislation including but not limited to the Immigration Act 1971 and the Immigration and Asylum Act 1999, for detaining and/or enforcing the removal of certain persons.
It is necessary to provide sufficient travel methods (not exclusively air travel) to ensure that individuals with no legal basis to remain in the UK can be removed to overseas destinations. This includes ensuring those methods can accommodate vulnerable individuals, such as those with medical conditions, or those who refuse to comply with transfer. There may also be a requirement to manage travel arrangements for other immigration/government purposes as required by the Authority.
The Authority is seeking a commercial partner to provide a number of fully integrated services in regards to travel for immigration purposes, primarily to/from destinations overseas, but including some UK based activity. These services include (but are not limited to):
- Providing a comprehensive travel service that complies with requirements and restrictions imposed by airlines in relation to immigration passengers on scheduled flights;
- Providing tickets for Service Users, taking into account restrictions imposed by individual airlines;
- Following detailed and specific individual airline procedures for obtaining refunds;
- Managing relationships with the carriers to maximise cost-effective opportunities;
- Provision of a complete Charter service to meet the requirements of the Home Office;
- Provision of accommodation for Home Office staff and/or representatives when required.
The Authority may have requirements for other UK based travel services. If this requirement materialises, the Authority will agree with the supplier awarded the contract how these requirements can be delivered.
The potential length of contract will be 5 years from service commencement, with options to extend on one or more occasions up to a maximum of a further 2 years.
The estimated contract value in this contract notice is calculated over the potential maximum term of 7 years including optional extensions.
The estimated contract value includes pass-through costs and management services which incorporates implementation costs.
Pass-through costs are costs which are associated with the purchase of travel services including tickets, chartering aircraft(s) and hotel bookings. The pass-through costs over the life of this contract are estimated to be in the range of £171m - £384m.
The content of this notice, including the nature of services and estimated value (including estimated value of pass-through costs), may be subject to change.
Note that services may include but not be limited to current and future related service requirements.
This service is volumetric and any estimated values (including estimated value of passthrough costs) may be subject to change up or down depending on the amount of activity undertaken during the life of contract.
Additional information:
1. To express an interest, participants must first be registered on the Home Office eSourcing Suite. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by clicking the 'Register Here' link.
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 and who will be entering into a contract if invited to do so.
2. Email: Escorting-Commercial@homeoffice.gov.uk
Title of email: Travel Services Procurement - Expression of Interest
Email to include: Organisation name, Contact name, E-mail address and telephone number.
Once the above steps are completed, documents will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA).
A supplier event will be held virtually on Monday 17th February 2025 (may be subject to change). Supplier participation in the industry day will require a signed NDA to be submitted by Friday 14th February 2025 - midday. Further details of the event will be provided to those suppliers who have submitted their signed NDAs.
The contract falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015. As a result, the Authority has determined the procurement procedure that is being followed. The Authority will ensure that the procurement procedure is at least sufficient to ensure compliance with the principles of transparency and equal treatment of Bidders.
The content of this notice, including the nature of services and estimated value (including estimated value of pass through costs) may be the subject to change.
Value: |
391700000 |
Published: |
2025-02-07 |
Deadline: |
|
|
391700000 |
2025-02-07 |
|
|
EMPOWER - Strengthening access to Family Planning (FP) in the Private Sector
British Oversea Territories
London
Foreign Commonwealth and Development Office
Foreign, Commonwealth and Development Office (FCDO) will be looking for a Supplier to provide deliver Component 3 of Empowering Women for Better Reproductive Health Outcomes (EMPOWER) Programme, which aims to contribute to creating a vibrant and self-sustaining private sector market for voluntary Family Planning (FP) services in Urban and Semi-urban areas in Uganda.
The Contract is anticipated to commence in April, 2025, and run until no later than 31 March 2030 and the Contract value is up to £3,600,000. The budget is exclusive of UK VAT but includes all applicable local taxes.
The Contract will include the options of for further extension for up to two years and three months, if required and increase in value up to additional £1.8m, subject to evidence of effectiveness of interventions, internal approvals and the availability of funds.
The Opportunity Notice will be published to alert the market of the tender going live, expected week commencing 10 Feb 2025.
The overall intended outcome is to contribute to creating a vibrant and sustainable Private sector market for FP commodities. This is expected to reduce donor reliance on FP commodities and services and ensure that both donor and Government of Uganda (GOU) services are prioritised for the most disadvantaged who would not be able to access FP services on their own. By enabling those with willingness and ability to pay, and channelling resources where they are needed the most, this component will improve the longer-term value -for -money (VFM) of the programme, particularly around economy and equity.
FCDO expects the private sector to play an increasing role in contributing to Uganda's targeted modern Contraceptive Prevalence Rate (mCPR) and to increase the share of FP service delivery covered by other funding sources beyond Government of Uganda (GOU) and donors, including, for example, out of pocket and health insurance.
Potential interventions are expected to address both demand and supply factors, and the delivery partner(s) are expected to test and scale up the most appropriate interventions.
The Terms of References (ToRs) should be read in conjunction with the EMPOWER Business Case, RISE endline Knowledge, Attitudes and Practices survey and the Terms of Reference for the Accountable Grant, which will be part of the tender documents to be published in the FCDO's eTendering Portal https://fcdo.bravosolution.co.uk under itt_6610.
Please note that this Opportunity will be tendered using procedure defined under regulations 74 to 76 of Section 7 Social and Other Specific Services of Chapter 3 Particular Procurement Regimes, Public Contract Regulations 2015, i.e. Light Touch Regime (LTR).
The procedure, the Negotiation with the Preferred Supplier is based on the principles of the Open Procedure up to the selection of Preferred Supplier who will be invited to the Negotiation step prior to the award of the Contract
Additional information:
The Opportunity Notice will be published to alert the market of the tender going live, expected week commencing 10 Feb 2025.
Please note that the tender documents will be published in the FCDO's eTendering Portal https://fcdo.bravosolution.co.uk. You are encouraged to register in advance in case of any technical issues with the Portal. If you have any technical queries, please call eTendering helpdesk: +44 203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK.
Value: |
3600000 |
Published: |
2025-02-06 |
Deadline: |
|
|
3600000 |
2025-02-06 |
|
|
Healthcare Insurance Brokerage to the British Council
London
TATA CONSULTANCY SERVICES LIMITED
British Council is seeking a broker to provide global co-ordination and local services to facilitate the management of the healthcare insurances which the organisation provides for its locally contracted employees around the world. We are looking for a long-term relationship with a partner which is able to provide local brokerage services, led by global strategy setting, co-ordination, monitoring and reporting.
Value: |
1 |
Published: |
2025-02-06 |
Deadline: |
|
|
1 |
2025-02-06 |
|
|
Provision of Medical Aid Insurance for Nigeria Network
London
Foreign Commonwealth and Development Office
Provision of Medical Aid Insurance for Nigeria Network
Value: |
|
Published: |
2025-02-03 |
Deadline: |
|
|
|
2025-02-03 |
|
|
Offsite Document Storage
United Kingdom
London
Sourcedogg
Currently, TCE maintains two separate storage contracts. Legal documents, including leases, licenses, and statutory declarations for our assets, are stored with one provider under a specific contract ending 6 July 2025.
Meanwhile, our paper policy and correspondence files are stored with a different provider under a separate contract ending 19 October 2025.
We now require a single contract with one supplier ('the Supplier') to provide all three services. This approach is expected to enhance efficiency and reduce costs.
Value: |
400000 |
Published: |
2025-02-03 |
Deadline: |
|
|
400000 |
2025-02-03 |
|
|
Myth and Reality Conservation Tender
United Kingdom
LONDON
National Army Museum
The National Army Museum (NAM) wishes to appoint a conservation company or individual conservator ('the conservator') to:
- conserve 20 painting associated frames and works on paper
- production of frames for 5 Oil paintings
- Glazing of 11 oil paintings
- production of frames for 24 works on paper to spec
- Production of frames for 2 works to spec
Tender submissions are requested from suitably qualified and experienced contractors. It is beneficial, though not essential, for the conservator to hold accredited status (PACR - Professional Accreditation of Conservator-Restorers).
All works have had recent condition assessments with treatment recommendations and time estimates see Annex A.
This contract will involve undertaking the conservation of the objects (following discussion and approval of all treatments by the NAM and providing, full documentation, including written reports and photographs, relating to the treatment of each object which are to be sent to NAM on completion of the project. Treatment can be undertaken on site at the Museum's storage site in Stevenage or offsite with appropriate checks including a UKRG security supplement and insurance cover to the total value of the works (£215,775.00) will be required.
Where tenderers deem that work can't be undertaken at Stevenage site, they will be responsible for arranging and insuring the appropriate transport NAM to their work studio
This contract is for approx 1044 conservation hours work and subject to discussion with NAM. It is anticipated that the work would start by early April 2025. In consultation with NAM the work be completed and delivered to the Museum by early June 2025 tbc
Tenderers will need to need to ensure that they have insurance covering the total value of the objects and public liability to the value of £5,000,000
We will provide existing condition assessments, images and full descriptions of the objects.
Tenderers can request detailed condition reports and tenders may be made without viewing the objects beforehand.
Value: |
75000 |
Published: |
2025-02-03 |
Deadline: |
|
|
75000 |
2025-02-03 |
|
|
Reusable Plastic Medical Hollowware
UK
London
NHS Supply Chain
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. 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:
ISO 9001: 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. If Quality Assurance Standard certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.
Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.
Employers liability Insurance cover of £5m per claim in the name of the Applicant
Public Liability Insurance cover of £2m per claim in the name of the Applicant
Product Liability Insurance cover of £2m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender process:
Carbon reduction Plan – All suppliers of new contracts for goods, services and works are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the upcoming tender.
Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question, with a score of 2 or above required to achieve a pass.
Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender.
NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align wit the NHS net zero ambition between now and 2030.
Modern Slavery – All suppliers must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender.
As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest . Please follow the guidance below:
PORTAL ACCESS
Login with URL https://nhssupplychain.app.jaggaer.com//
Click on “SQs Open to All Suppliers” and search for the title of the procurement.
EXPRESSION OF INTEREST
Click on the ‘EXPRESS INTEREST’ button in the top right corner.
Value: |
|
Published: |
2025-02-03 |
Deadline: |
|
|
|
2025-02-03 |
|
|
Pandemic Preparedness Combined Needle & Syringe replenishment
UK
London
Supply Chain Coordination Ltd (SCCL)
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:
- ISO 9001: 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. If Quality Assurance Standard certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers 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 of £5m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender process:
> Carbon reduction Plan – All suppliers of new contracts for goods, services and works are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the upcoming tender.
> Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question. Applicants who will achieve a score 1 or 0 for Social Value question ‘Equal Opportunity–Modern Slavery Risk’, will undergo a further review. Where assessment outcome is ‘1 or more High Risk’ this will result in a FAIL. The Applicant’s tender will be rejected.
>Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender.
> NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align wit the NHS net zero ambition between now and 2030.
> Modern Slavery – All suppliers must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender.
As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest and a Request for Information (RFI). Please follow the guidance below:
PORTAL ACCESS
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers” and search for the title of the procurement.
EXPRESSION OF INTEREST
- Find SQ_578 - RFI - Pandemic Preparedness Combined Needle & Syringe Replenishment and click on the blue text. Select Express interest. - The Request for Information Document will be available in the Qualification envelope and attachments tab.
Value: |
|
Published: |
2025-01-30 |
Deadline: |
|
|
|
2025-01-30 |
|
|
Property Legal Services 3
UK
London
Department for Work and Pensions
EXPRESSION OF INTEREST (EOI)
Please register your interest via an email to Luke.rowlands@DWP.gov.uk by 5.00pm on the 19th of February.
If you are not interested in this opportunity, the Department would be grateful for your feedback as to why this is not of interest to you.
The Department will provide further details for planned market engagement activities in due course.
Value: |
|
Published: |
2025-01-30 |
Deadline: |
|
|
|
2025-01-30 |
|
|
Market Engagement For Department for Work and Pensions Property Legal Services 3 (PLS3)
British Oversea Territories
London
Department for Work and Pensions
The Department for Work and Pensions (the "Department") awarded a contract for Properly Legal Services in 2022, and this contract is due to expire in 2025.
It is anticipated that a new contract is likely to be procured in due course, therefore the Department will be initiating market engagement activity and are keen to invite organisations with the capability and capacity to deliver Property Legal Services to express their interest in this potential upcoming opportunity.
Please see attached document for full details of the notice.
Value: |
|
Published: |
2025-01-30 |
Deadline: |
2025-02-19 |
|
|
2025-01-30 |
2025-02-19 |
|
Procurement of Civil Legal Advice services from September 2025
United Kingdom
London
Legal Aid Agency
The Legal Aid Agency ("LAA") is inviting Applicants to submit a Tender to deliver specialist telephone advice services under the 2025 Civil Legal Advice Contract.
We are seeking to award:
• Up to 4 Discrimination contracts; and
• Up to 5 Education contracts; and
• Up to 3 Housing and Debt contracts.
The Deadline for submitting Tenders is 5pm on 7 March 2025 ("Deadline").
All Tenders must be completed and submitted using the eTendering system. This can be accessed either through a link on the tender pages of the LAA website or directly at www.legalaid.bravosolution.co.uk
Late submissions will not be considered under any circumstances. It is the Applicant's sole responsibility to ensure that the LAA receives its Tender before the Deadline.
CLA Contracts will run from 1 September 2025 until 31 August 2028 (subject to the LAA's rights of early termination).
Value: |
9159482 |
Published: |
2025-01-29 |
Deadline: |
|
|
9159482 |
2025-01-29 |
|
|
Insurance Broker
UK
LONDON
General Pharmaceutical Council
Value: |
|
Published: |
2025-01-29 |
Deadline: |
|
|
|
2025-01-29 |
|
|
Procurement of Civil Legal Advice services from September 2025
UK
London
The Legal Aid Agency
Value: |
|
Published: |
2025-01-29 |
Deadline: |
|
|
|
2025-01-29 |
|
|
GE23075 GEL INSURANCE
UK
London
Greener Ealing Limited
lots info
Value: |
|
Published: |
2025-01-27 |
Deadline: |
|
|
|
2025-01-27 |
|
|
GE23075 GEL INSURANCE
London
Greener Ealing Limited
Greener Ealing Ltd ("Authority) is procuring via open procedure under CPR 2015 Regs. (Contract Procurement Regulation) for annual insurance cover for Computer, Liability, Fidelity Guarantee, Motor Fleet, Engineering Inspection, Group Personal Accident & Travel. Contract commencing on 1st July 2025 for the contract term of three years with a further two extension options of one plus one years. Indicative contract term value of 7,500,000.
Tender submission must be submitted on a 'net of normal commission' basis and all amounts shown in Pounds Sterling. Marsh brokerage of 3.5% will apply to all classes (unless a direct dealing Insurer, where the brokerage doesn't apply).
This Invitation to Tender:
• Asks Tenderers to submit their Tenders in accordance with the instructions set out in the remainder of this Invitation to Tender.
• Sets out the overall timetable and process for the procurement to Tenderers.
• Provides Tenderers with sufficient information to enable them to submit a compliant Tender (including providing templates where relevant).
• Sets out the Award Criteria and the Tender Evaluation Model that will be used to evaluate the Tenders.
Procurement docs available (URL) and electronic submission URL is;
https://ealinglbc-atamis.my.site.com/login
Value: |
7500000 |
Published: |
2025-01-23 |
Deadline: |
|
|
7500000 |
2025-01-23 |
|
|
Provision of a Qualifying Work Experience (QWE) Recording System
United Kingdom
London
Government Legal Department
This tender opportunity is for the provision of a Qualifying Work Experience (QWE) Recording System to be used within the Government Legal Department (GLD).
GLD requires a QWE recording system that provides a simple and effective way for trainees/paralegals to record their professional experience and where supervisors can signoff entries in full confidence. The system should, at a minimum, support the Solicitors Regulation Authority (SRA) requirements whilst having capacity to tailor a comprehensive training record bespoke to GLD users (trainees, supervisors and L&D managers).
Tenders should be submitted to bids@governmentlegal.gov.uk
Deadline for tenders is 3pm on 31 January 2025.
Value: |
75000 |
Published: |
2025-01-21 |
Deadline: |
|
|
75000 |
2025-01-21 |
|
|
Eco-Design Testing
UK
London
Department for Business and Trade
Background
The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance.
OPSS’ mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation.
OPSS is:
the national regulator for all consumer products, except for vehicles, medicines, and food.
the national regulator for legal metrology, ensuring weighing and measuring instruments are accurate and reliable.
Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services
It is anticipated the contract shall be for a period of 18 months, including any available contract option(s). The requirement has an estimated total value of £500,000 (ex-VAT) and this value includes any available contract option(s). The value of each lot as yet to be determined.
It should be noted that DBT makes no commitment to procure these services and may decide to not progress this any further following this engagement with the market. DBT reserves the right to change any information contained within the Early Engagement documentation at any time, and Potential Suppliers rely upon any information provided entirely at their own risk.
The successful supplier will be expected to provide all required testing of the products as well as any staff/sub-contractors required for testing to be performed.
In addition, the testing would contribute towards the wider government’s aim for achieving net zero by 2050. The examination of technical documents and website information, and conducting physical testing is vital to evaluate and ensure that products placed on the UK market comply with the energy requirements and ensuring the benefit to consumers. Generally, the aim is to reduce the potential hazard and harm associated with non-compliant products.
Value: |
|
Published: |
2025-01-20 |
Deadline: |
|
|
|
2025-01-20 |
|
|
Medical Insurance Services for the British Embassy Kyiv
London
Foreign Commonwealth and Development Office
Medical Insurance Services for the British Embassy Kyiv in Ukraine. The tender is published on the FCDO's procurement portal https://fcdo.bravosolution.co.uk. Please be informed that the country of services is Ukraine.
Value: |
|
Published: |
2025-01-19 |
Deadline: |
|
|
|
2025-01-19 |
|
|
Infusion Pumps Administration Sets and Associated products 2026
UK
London
Supply Chain Coordination Ltd (SCCL)
The following certification will be a requirement of the tender and Applicants may be
required to include evidence of this within their submission:
- Cyber Essentials Plus Certificate or completion of an Information Security Third Party (ISTP) Questionnaire.
- ISO 9001:2015 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. If Quality Assurance Standard certificates are not in the name of the Applicant, then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK
Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to
demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device
Regulation 2017/745 (where applicable).
- MHRA registration of any medical devices, in compliance with the Medical Devices
Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurances set out below, evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers 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 of £5m in the name of the Applicant
> Professional Indemnity Insurance cover of £5m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity/entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender:
> Carbon reduction Plan – All suppliers are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the tender.
> Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question, with a score of 2 or above required to achieve a pass.
>Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender.
> NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps
suppliers must take to align with the NHS net zero ambition between now and 2030.
> Modern Slavery – All suppliers, irrespective of turnover, must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender.
NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives.
As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers via an expression of interest and a Request for Information (RFI). Please follow the guidance below:
PORTAL ACCESS
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers” and search for the title of the procurement:
SQ_575 RFI Infusion Pumps, Administration Sets and Associated Products
EXPRESSION OF INTEREST
Click on the ‘EXPRESS INTEREST’ button in the top right corner.
RFI- The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be indicated here.
Value: |
|
Published: |
2025-01-17 |
Deadline: |
|
|
|
2025-01-17 |
|
|
Provision of Medical Insurance Broker at British High Commission Lusaka
London
Foreign Commonwealth and Development Office
1.3 The British High Commission (BHC) is looking for a suitable Medical Insurance Broker to procure and manage the Medical Insurance contract for the BHC's country-based staff and eligible dependants.
Value: |
|
Published: |
2025-01-15 |
Deadline: |
|
|
|
2025-01-15 |
|
|
Procurement of the delivery of cash entitlements and administration of the National Concessionary Fuel Scheme
British Oversea Territories
London
DESNZ
In March 1995, following privatisation of the coal industry, HM Government inherited a legal obligation to certain former employees of the coal industry to fulfil a contractual legacy entitlement to an amount of solid fuel or cash-in-lieu of that fuel.
The rules governing the entitlements are contained in fuel agreements originally put in place in the 1980s between British Coal Corporation and the Mining Unions and amended from time to time until privatisation.
The vast majority of qualifying individuals now choose the cash-in-lieu option (c22,000) with around 2,700 (October 2024) still receiving solid fuel. This number is declining in line with mortality rates.
The supplier shall manage all aspects of the National Concessionary Fuel Scheme.
It is a demand led contract based on decreasing numbers with a number of variables and uncertainties. A flexible service which allows for a decrease of the business and unpredicted changes in requirements is required.
The full requirements will be set out in the specification but will include:
- Payment of cash benefits - quarterly totalling c£28,000,000 (declining year on year)
- Management of entitlements through annual certificates
- General administration of services to Beneficiaries including correspondence relevant to the services
- Effective liaison with the solid fuel contractor - providing instructions to increase, reduce or stop solid fuel deliveries.
- Participation in the National Fraud Initiative; management and pursuit of fraud and error and overpayments/irrecoverable losses
- Management of data protection; cyber security and equalities compliance
Concessionaires are based in coalfield communities in the UK with high concentrations of individuals in South Wales and Northern England.
Expected timelines for this procurement via an open procurement:
Invitation to Tender - April 2025
Tender Closes - May 2025
Contract Award - August 2025
Contract Transition/Mobilisation - September 2025 - March 2026
Please note these timelines are indicative and may be subject to change.
This contract will be a 5 year contract, with an optional 3 year extension built into the contract. Duration in months: 60 months plus an optional extension of 36 months.
Total Value (excluding VAT) and including the optional extension period is £8 million.
Additional information:
Supplier questionnaire available through the Jaggaer link provided. Please complete all the below questions and submit via the Jagger Procurement Portal by 17/02/25.
Pending the Market Engagement questionnaire an online session may be held.
Value: |
8000000 |
Published: |
2025-01-15 |
Deadline: |
|
|
8000000 |
2025-01-15 |
|
|
Wipes for Surface Cleaning & Disinfection
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to
commence during the subsequent 12 months. 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.
NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.
Please note this procurement will be conducted in accordance with the Procurement Act 2023 and the Procurement Regulations 2024.
The following will be mandatory requirements of the upcoming tender exercise:
- ISO 9001: 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. If Quality Assurance Standard certificates are not in the name of the Applicant, then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.
-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device
Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to
Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
- The Insurances set out below, evidence of which should be an Insurance Certificate or a
signed Broker’s letter.
> Employers 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 of £5m per claim in the name of the Applicant or £5m per claim and in the annual aggregate
- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21).
- All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen
Assessment as part of the tendering process. This must be completed annually.
https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/
- As a minimum (and further requirements may be set out in the tender documents), Applicants are
required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the future tender close date (PPN 02/23).
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,
please follow the below instructions:
Candidates wishing to complete the Request for Information must register their expression of interest.
The Request for Information document will then be sent via the Jaggaer Messaging Centre.
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
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers”.
EXPRESSION OF INTEREST
- Find SQ_574 - RFI Wipes for Cleaning and Disinfection and click on the blue text.
- Click on the ‘EXPRESS INTEREST’ button in the top right corner.
RFI
- The Request for Information Document will be available in the Qualification envelope and attachments
tab.
- Responses to the RFI should be returned as an attachment to a message in the SQ.
Value: |
|
Published: |
2025-01-15 |
Deadline: |
|
|
|
2025-01-15 |
|
|
Central Venous Catheters and Associated Products
UK
London
Supply Chain Coordination Ltd (SCCL)
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.
- ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution, and customer service.
Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
- 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
- -Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device
Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement.
The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what's included in Social Value, 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, from April 2023: the NHS will adopt the Government's 'Taking Account of Carbon Reduction Plans' (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.
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 ITTs Open to All Suppliers.
— Select the following ITT:
ITT_1563 - Project_1201 - Central Venous Catheters and Associated Products 2026
Please note: you must respond to ITT_1563
— Click on Express Interest.
— If you intend to respond select Intend to Respond.
Value: |
|
Published: |
2025-01-15 |
Deadline: |
|
|
|
2025-01-15 |
|
|
Mediation and Neutral Evaluation Services
London
NHS Resolution
Provision of mediation and neutral evaluation services to NHSR for the resolution of disputes arising from personal injury and clinical negligence incidents and/or claims and the resolution of disputes arising from claims for legal costs.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
Value: |
14300000 |
Published: |
2025-01-14 |
Deadline: |
|
|
14300000 |
2025-01-14 |
|
|
Online Legal Subscription 2025
United Kingdom
LONDON
Transport for London
Transport for London (TfL) is undertaking an early market engagement exercise, by inviting potential suppliers to complete a Market Sounding Questionnaire (MSQ) for the Online Legal Subscription 2025.
Early Market Engagement process:
-Prior Information Notice
- Return: EoI & MSQ
- Potential to offer Supplier 1:1 Meetings
- Decision on next Steps
Prior Information Notice (PIN)
The PIN is the first stage of this Early Market Engagement, this is to inform the market of TfL's current strategy and business requirements for the Online legal subscription and how to register their interest and complete the MSQ linked below.
Expression of Interest (EOI)
To express an interest for this opportunity, interested bidders must confirm via: Emeliawilson@tfl.gov.uk by 17:00, 31st January 2025.
You must provide:
• Organisation Name
• Company Registration
• Key contact name
• Key contact email address
• Telephone Number
Market Sounding Questionnaire (MSQ)
The MSQ seeks to obtain feedback from the market in relation to the project and its requirements.
Interested parties are invited to complete the MSQ ( link below) and return their responses.
Any feedback received will be reviewed, analysed, and may be considered by the project team in developing any subsequent procurement strategy for any potential procurement activity.
Link to MSQ: https://forms.office.com/e/jzr87wprrw
Value: |
|
Published: |
2025-01-14 |
Deadline: |
2025-01-31 |
|
|
2025-01-14 |
2025-01-31 |
|
Skin Cleansing Disinfection and Hygiene 2025
UK
London
NHS Supply Chain
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.
- ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution, and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
- 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
- -Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device
Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement.
The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what's included in Social Value, 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, from April 2023: the NHS will adopt the Government's 'Taking Account of Carbon Reduction Plans' (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.
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".
Value: |
|
Published: |
2025-01-13 |
Deadline: |
|
|
|
2025-01-13 |
|
|
Online Legal Subscription 2025
UK
LONDON
Transport for London
Please refer to section "II.2.4 Description of the procurement" for a full description of the process.
Expression of Interest (EOI)
To express an interest for this opportunity, interested bidders must confirm via: Emeliawilson@tfl.gov.uk by 17:00, 31st January 2025.
You must provide:
• Organisation Name
• Company Registration
• Key contact name
• Key contact email address
• Telephone Number
Market Sounding Questionnaire (MSQ)
The MSQ seeks to obtain feedback from the market in relation to the project and its requirements.
Interested parties are invited to complete the MSQ and return their responses.
Any feedback received will be reviewed, analysed, and may be considered by the project team in developing any subsequent procurement strategy for any potential procurement activity.
Link to MSQ: https://forms.office.com/e/jzr87wprrw
Value: |
|
Published: |
2025-01-10 |
Deadline: |
|
|
|
2025-01-10 |
|
|
Low Pay Commission Call for Research on the Impacts of the National Minimum Wage, including the National Living Wage, on Businesses for the 2025 Report
LONDON
Low Pay Commission
The Low Pay Commission (LPC) invites tenders from researchers to identify and assess the impact of recent increases to the National Living Wage on businesses, and provide findings to us by September 2025 at the very latest.
The aim of this study is to gain a better understanding of the impact of minimum wages, especially the National Living Wage, on businesses. We are particularly interested in the impacts of the more recent increases.
This research will contribute to our understanding of how firms are adjusting to the NLW and will complement the tender for longer-term research on the impact on businesses (LPC2024/04).
Potential areas of investigation might include the impact of the NLW and how firms are responding/adapting in terms of: profits; productivity; capital investment; training; prices; contracts and outsourcing; hours and employment; and differentials and pay progression.
We are interested in firms' approaches to coping with the recent increases in the NLW, especially the increase of 6.7 per cent to £12.21 that will be implemented in April 2025. At the same time, the recently announced changes to employers' National Insurance Contributions will also come into effect.
This project will provide evidence of how firms are coping with the recent increases in the NLW, and how they vary sectorally, by size of firm, by geography, and type of ownership.
This research would ideally use firm-level data available for the same firms over time. It might want to compare the behaviour of firms before and after the increase in April 2025. We are also open to other approaches that can capture the impacts on businesses. The findings will contribute to our understanding of how firms are adjusting to the NLW.
The full requirement is set out in Schedule 07 of this Invitation to Tender (LPC2024/03). Further information can be found on our website https://www.gov.uk/government/publications/low-pay-commission-call-for-research-2025
You must submit your tender to tim.butcher@lowpay.gov.uk. It must arrive no later than 14:00 on 10 February 2025.
Value: |
50000 |
Published: |
2025-01-09 |
Deadline: |
|
|
50000 |
2025-01-09 |
|
|
Health and Safety e-learning modules programme
United Kingdom
London
London Borough of Southwark
Southwark Council is seeking a qualified training provider to develop and deliver health and safety e-learning modules. The goal is to enhance employees' understanding of workplace safety, ensure legal compliance and promote a culture of safety throughout the organisation.
We shall retain ultimate ownership of all e-learning modules developed, delivered, or customised under this procurement agreement to ensure our continued self-sufficiency and long-term sustainability. This ownership allows us to independently maintain, modify, and adapt the modules to meet our evolving needs.
Advert link below:
https://procontract.due-north.com/Advert?advertId=c8fe0218-27be-ef11-8133-005056b64545&fromProjectDashboard=True
Value: |
75000 |
Published: |
2025-01-07 |
Deadline: |
|
|
75000 |
2025-01-07 |
|
|
CPG/8891/2024 Servicios de Broker y Seguro de Gastos Medicos para la Embajada Britanica en El Salvador
British Oversea Territories
London
Foreign Commonwealth and Development Office
The British Embassy in El Salvador is seeking to procure Broker and Medical Insurance Services for their Country Based Staff.
Value: |
|
Published: |
2025-01-02 |
Deadline: |
|
|
|
2025-01-02 |
|
|
Provision of Medical and Group Life insurance for Kenya Office
Afghanistan
London
British Council
British Council would like to procure the services for the provision of Insurance Services: Medical and Group Life Insurance for British Council office located in Kenya. The requirements are provided in lots 1 and 2.
A provider may apply for the bid as a lot, or multiple lots. The British Council would make its selection decision (whether to go with each lot or a provider with multiple lots) the option that offers maximum value will be selected.
The contract has a possibility of extension up to 36 months.
Value: |
218000 |
Published: |
2024-12-30 |
Deadline: |
|
|
218000 |
2024-12-30 |
|
|
Provision of Medical and Group Life insurance for Kenya Office
UK
London
British Council
Value: |
|
Published: |
2024-12-30 |
Deadline: |
|
|
|
2024-12-30 |
|
|
Provision and Management of Large Format Advertising at Cheyne Walk, London SW10
United Kingdom
London
BIP SOLUTIONS LIMITED
Please note that this prior information notice (PIN) is to alert the supplier market to a possible future contract opportunity and not a means to submit a formal expression of interest at this stage. Any procurement requirement will be subject to the Public Contract Regulations. RBKC intends to engage a suitably qualified a provider for the provision, management, and maintenance of the large-format advertising site at 106 Cheyne Walk, London SW10. This site is a prime location within the Borough, offering significant potential for innovative and resilient advertising solutions. This opportunity seeks to maximise income generation for RBKC while ensuring sustainable, high-quality management of the site. The successful provider will demonstrate expertise in large-format advertising, innovative design approaches, and adherence to planning and environmental considerations. The project will include, but is not limited to: Designing, installing, and maintaining a large-format advertising structure(s). Ensuring compliance with local planning, environmental, and legal requirements. Developing a robust income-generation strategy, including direct sales, and partnerships. Proposing solutions that enhance site resilience, reduce maintenance needs, and align with the Borough's sustainability goals We intend to publish the Tender pack in January 2025 and at that point invite suppliers to express their interest and submit a proposal in accordance with the Tender pack requirements and submission dates. The tender aims to ensure overall: Delivery of a high quality, innovative and sustainable advertising solution Maximisation of revenue for the borough while ensuring compliance Enhancement of the environment and local community
Value: |
|
Published: |
2024-12-23 |
Deadline: |
|
|
|
2024-12-23 |
|
|
Legal Advisory and Representation Services
UK
London
NHS Resolution
Value: |
|
Published: |
2024-12-23 |
Deadline: |
|
|
|
2024-12-23 |
|
|
Health and Safety e-learning modules programme
United Kingdom
London
London Borough of Southwark
Southwark Council is seeking a qualified training provider to develop and deliver health and safety e-learning modules. The goal is to enhance employees' understanding of workplace safety, ensure legal compliance and promote a culture of safety throughout the organisation.
We shall retain ultimate ownership of all e-learning modules developed, delivered, or customised under this procurement agreement to ensure our continued self-sufficiency and long-term sustainability. This ownership allows us to independently maintain, modify, and adapt the modules to meet our evolving needs.
Advert link below:
https://procontract.due-north.com/Advert?advertId=c8fe0218-27be-ef11-8133-005056b64545&fromProjectDashboard=True
Value: |
75000 |
Published: |
2024-12-20 |
Deadline: |
|
|
75000 |
2024-12-20 |
|
|
Legal Services
UK
London
London Universities Purchasing Consortium
Please note: this PIN is issued to engage the market. No spend will be guaranteed to awarded suppliers. This PIN is not issued as a call for competition. The contracting authority considers that this contract may be suitable for economic operators that are defined as small or medium enterprises (SMEs). Selection of tenderers will be based solely on the criteria set out for the procurement.
The Contracting Authority intends to use Mercell/EU Supply system for e-tendering (portal). Registration for this system can be found here:
https://uk.eu-supply.com/login.asp?B=LUPC
Suppliers interested in the prior information notice and future tender can register to attend an online supplier engagement meeting on Thursday 16th January 2025 at 10:00 for 1 hours. The purpose of the meeting is to discuss the proposed scope and structure of the framework, initial thoughts about the procurement strategy and choice of procurement route and other areas to ensure maximum competition in the tender process and how we can develop the pricing schedule(s) to enable clarity, transparency and fairness, whilst supporting members to achieve best value.
Any supplier who registers their interest in the PIN via EU Supply/Mercell will receive an invite to the event.
Joining instructions will be provided prior to the event.
Value: |
|
Published: |
2024-12-20 |
Deadline: |
|
|
|
2024-12-20 |
|
|
Health and Safety e-learning modules programme
United Kingdom
London
London Borough of Southwark
Southwark Council is seeking a qualified training provider to develop and deliver health and safety e-learning modules. The goal is to enhance employees' understanding of workplace safety, ensure legal compliance and promote a culture of safety throughout the organisation.
We shall retain ultimate ownership of all e-learning modules developed, delivered, or customised under this procurement agreement to ensure our continued self-sufficiency and long-term sustainability. This ownership allows us to independently maintain, modify, and adapt the modules to meet our evolving needs.
Value: |
75000 |
Published: |
2024-12-19 |
Deadline: |
|
|
75000 |
2024-12-19 |
|
|
Medical Insurance Services for the British Embassy Tashkent
London
Foreign Commonwealth and Development Office
Medical Insurance Services for the British Embassy Tashkent
Value: |
|
Published: |
2024-12-19 |
Deadline: |
|
|
|
2024-12-19 |
|
|
ENHT - Mount Vernon Cancer Centre Palliative Care Consultant Support
Welwyn Garden City
East & North Hertfordshire NHS Trust
People with progressive life-limiting illnesses require different levels of health and social care at different points in their illness. Apart from care and treatment specific to their underlying condition(s), they are likely to have needs that are often referred to as palliative or end of life care, especially as they approach the last year(s) of their lives.
Throughout their illness, sometimes episodically, for prolonged periods, they may require expert assessment, advice, appropriate and responsive care, and support from specialists in palliative care.
In addition to physical symptoms such as pain, breathlessness, nausea and fatigue, people who are approaching the end of life may experience anxiety, depression, social and spiritual distress. The proper management of these issues requires effective and collaborative, multidisciplinary working within and between core and specialist teams, whether the person is at home, in hospital or elsewhere.
Key components of a Palliative Care Specialist Service include:
• Specialist knowledge (specialist consultant and specialist nursing services as a minimum) to assess and manage physical, psychological, social, religious and spiritual needs to reduce symptoms, suffering and distress
• supporting analysis of complex clinical decision-making challenges where medical and personal interests are finely balanced by applying relevant ethical and legal reasoning alongside clinical assessment
• providing specialist advice, support, education and training to the wider care team who are providing direct core level palliative care to the person.
The Agreement is for the supply of:
• Remote Specialist Palliative Care Consultant support (Monday-Friday 09:00-17:00 / Saturday, Sunday and Bank Holidays 10:00-14:00)
• On-site support for more complex patient cases (Monday-Friday 09:00-17:00 / Saturday, Sunday and Bank Holidays 10:00-14:00)
• One clinic session per week (morning or afternoon session) with a mixed patient caseload of face to face and telephone consultations
• Attend and support a weekly Palliative Care / Symptom Control Multidisciplinary Team (MDT) meeting. This may be held remotely.
2.4 The majority of patients requiring remote / face to face palliative care specialist support will be inpatients on Ward 10 / 11 with symptom control support also required for some MVCC patients in the community.
Additional information:
This is a PIN Notice for the Intention to engage with potential suppliers who can provide this service for the trust.
The procurement process is subject to the Provider Selection Regime (PSR)
Please look at the attached specification for more details on the service requirements.
The provider must be able to fulfill all the service requirements stated within the Trust specification.
The deadline for response to OPT in is Friday 3rd Janaury 2025 at 12pm noon.
If you wish to OPT IN, please ensure this is communicated via the Atamis Portal.
Any questions relating to this should be sent via the Atamis Portal.
Value: |
|
Published: |
2024-12-19 |
Deadline: |
2025-01-03 |
|
|
2024-12-19 |
2025-01-03 |
|
Surgical Implants for Men’s and Women’s Health
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. 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.
NHS Supply Chain is currently considering the use of Lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the Lot strategy will be set out in the notice for the forthcoming procurement.
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:
- Cyber Essentials Plus Certificate or completion of an (ISTP) Questionnaire.
- ISO 9001: 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. If Quality Assurance Standard certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable) to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers 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
> Professional Indemnity Insurance cover of £5m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21).
This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20).
All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months.
https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/
As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the future tender close date (PPN 02/23).
NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives.
Value: |
|
Published: |
2024-12-19 |
Deadline: |
|
|
|
2024-12-19 |
|
|
City Estate Properties - Fire Insurance Re Valuations
United Kingdom
London
City of London Corporation
The City's Estate Properties are generally subject to standard inflationary pressures and comprise Residential, Retail, Office, Hotel, Pub, Museum, Recording Studio, Light Industrial, Warehouse uses and range in size from approximately 144m2 to approximately 67,800m2. There are currently 128 properties requiring revaluation, however, please note that there could be omissions or additions to that list during the contract period should the status of any property change. For a list of these properties and their general attributes see Appendix B - List of Properties & General Information.
Value: |
115000 |
Published: |
2024-12-16 |
Deadline: |
|
|
115000 |
2024-12-16 |
|
|
Provision and Management of Large Format Advertising at Cheyne Walk, London SW10
United Kingdom
London
BIP SOLUTIONS LIMITED
Please note that this prior information notice (PIN) is to alert the supplier market to a possible future contract opportunity and not a means to submit a formal expression of interest at this stage. Any procurement requirement will be subject to the Public Contract Regulations. RBKC intends to engage a suitably qualified a provider for the provision, management, and maintenance of the large-format advertising site at 106 Cheyne Walk, London SW10. This site is a prime location within the Borough, offering significant potential for innovative and resilient advertising solutions. This opportunity seeks to maximise income generation for RBKC while ensuring sustainable, high-quality management of the site. The successful provider will demonstrate expertise in large-format advertising, innovative design approaches, and adherence to planning and environmental considerations. The project will include, but is not limited to:
> Designing, installing, and maintaining a large-format advertising structure(s).
> Ensuring compliance with local planning, environmental, and legal requirements.
> Developing a robust income-generation strategy, including direct sales, and partnerships.
> Proposing solutions that enhance site resilience, reduce maintenance needs, and align with the Borough's sustainability goals We intend to publish the Tender pack in January 2025 and at that point invite suppliers to express their interest and submit a proposal in accordance with the Tender pack requirements and submission dates. The tender aims to ensure overall:
> Delivery of a high quality, innovative and sustainable advertising solution
> Maximisation of revenue for the borough while ensuring compliance
>Enhancement of the environment and local community
Value: |
|
Published: |
2024-12-16 |
Deadline: |
|
|
|
2024-12-16 |
|
|
T1115 - UMAL Insurance Broker
Colchester
UNIVERSITY OF ESSEX
UMAL needs to secure the services of a UK-based insurance broker with experience, expertise and capacity to act as an intermediary between UMAL and the insurance market (i.e. insurers, reinsurers, and other risk financing institutions). The broker will be required to assist with insurance needs of UMAL which include:
a. Placing Insurance risks with insurers (both local and international)
b. Ensuring adequate insurance for all UMAL exposures
c. Providing wholesale insurance broking services for HMSL on behalf of its Members
d. Covering the entity risks of UMAL, which includes
i. Office Insurance and related covers
ii. Professional Indemnity
iii. Directors and Officers for UMAL Directors and officers
iv. Crime
v. Cyber
Value: |
125000000 |
Published: |
2024-12-13 |
Deadline: |
|
|
125000000 |
2024-12-13 |
|
|
Forensics Advocacy Service
London
East London NHS Foundation Trust
Statutory advocacy is required when service users are legally entitled to an advocate. This applies to all inpatients in the Forensic Service and also too many community patients, due to them being subject to the Mental Health Act (1983). For this reason, an Independent Mental Health Act Advocate (IMHA) service is provided to patients of the ELFT Forensic Service by The Advocacy Project, which is commissioned by London Borough of Hackney. If a service user has been assessed as having a lack of mental capacity in relation to making a specific decision about their lives, a best interests decision is made under the Mental Capacity Act and this is supported by an Independent Mental Capacity Advocate, as required within the Mental Capacity Act (2015), which is also provided by The Advocacy Project. Finally, Care Act Advocacy is provided by The Advocacy Project in relation to the Care Act (2014).
Additional advocacy can be provided outside the above legal frameworks. This can be provided to all service users, whether or not the above legislation applies to them. Additional advocacy can be provided by a paid advocate or volunteer. Many providers of statutory advocacy are able to offer additional advocacy and have the relevant skills and experience to do so effectively.
Additional advocacy can be provided either on an individual or group basis, in order to support service users in being able to speak up for themselves. This could support longer-term advocacy support and help service users in speaking out in meetings, accompanied if needed, and writing letters to raise concerns and complaints.
East London NHS Foundation Trust wishes to sub-contract a provider to provide an additional Advocacy Service for the Forensic Directorate.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
Value: |
120000 |
Published: |
2024-12-13 |
Deadline: |
|
|
120000 |
2024-12-13 |
|
|
Insurance Services- Pyramid Plus South LLP
United Kingdom
London
A2Dominion Housing Group Ltd (A2D) on behalf of Pyramid Plus South LLP
This Tender is for the provision of an insurance brokerage service on behalf of Pyramid Plus and, specifically for: Insurance Services including Contractors All Risk, Employers Liability, Professional Indemnity and Excess Public Liability where required. Pyramid Plus South LLP (Pyramid Plus) is a joint venture responsive repairs company providing general maintenance, responsive repairs and planned and packaged repairs to A2D. Ownership is based on 70% A2D and 30% Mears, a prove contractor.
Value: |
300000 |
Published: |
2024-12-12 |
Deadline: |
|
|
300000 |
2024-12-12 |
|
|
Insurance Services- Pyramid Plus South LLP
UK
London
A2Dominion Housing Group Ltd (A2D) on behalf of Pyramid Plus South LLP
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./7WAFJP9N6Q
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7WAFJP9N6Q
GO Reference: GO-20241212-PRO-28869223
Value: |
|
Published: |
2024-12-12 |
Deadline: |
|
|
|
2024-12-12 |
|
|
Property Insurance Quotations in respect of Leasehold Properties excluding Broker Services
United Kingdom
LONDON
LONDON BOROUGH OF HARINGEY
London Borough of Haringey ("the Council") invites tenders for the provision of its property insurance in respect of private dwellings sold on a leasehold basis, the majority of these were under the Right To Buy (RTB) legislation. The dwellings are flats in blocks and flats in houses (maisonettes) where the Council still retain the freehold ownership and in some case the leases may state that the Council, as the Freeholder, will arrange the buildings insurance on behalf of the Leaseholder and recharge the premium as part of the Service Charge. Other flats in some blocks have not been sold (Council tenanted) and are separately insured so insurance cover for these flats are not required.
Invitation to Tender documentation for this opportunity will be available on Haringey Procurement and Contract System (HPCS) e-sourcing portal, which can be accessed using the below link:
https://s2c.waxdigital.co.uk/ProcurementLBHaringey/
Click on 'Open Opportunities' and follow the instructions on screen.
The Portal is free of charge - to register please click on 'Register Here' and complete the account registration form. Once registered, log in and select 'Join Opportunity'. If already registered, Tenderers do not need to register again and may simply use their existing usernames and passwords.
Late submissions will not be accepted. The e-portal system will shutdown at 10:00am, 13th January 2025 and any un-submitted bids not registered to the system at this time will not be accepted.
Value: |
15000000 |
Published: |
2024-12-11 |
Deadline: |
|
|
15000000 |
2024-12-11 |
|
|
Property Insurance Quotations in respect of Leasehold Properties excluding Broker Services
UK
LONDON
LONDON BOROUGH OF HARINGEY
Value: |
|
Published: |
2024-12-11 |
Deadline: |
|
|
|
2024-12-11 |
|
|
VTN - DIRECT AWARD - NOT OPEN - Contract for Potentially Fraudulent COVID Loan Application Investigation (open cases)
United Kingdom
LONDON
Department for Business and Trade
Following a Request for Proposal, Submission, Review and Negotiation DBT intends to direct award a contract to NATIS (The National Investigation Service) to continue to deliver an enforcement function for DBT in relation to Bounce Back Loans. During the Covid-19 pandemic, DBT (formerly BEIS) guaranteed ~£46bn through the Bounce Back Loan Scheme (BBLS) via the British Business Bank. Ministers are keen to see action taken to recover the fraudulently taken loans.
Natis currently provide the service and DBT is looking to award a new contract from expiry of the current one 31st March 2025 to NATIS to ensure continuation of the services in respect of cases which are already open. This contract will not include submitting new cases to NATIS. Options in respect of new cases or cases where investigations have not yet begun are being considered by DBT. The requirement covered by the new contract will be for 3 further years activity (plus 3 options of 6 month consecutive extensions).
There are 169 open cases, some of which include Serious Organised Crime (SOC). DBT requires NATIS to continue with the existing caseload and recover funds that have been fraudulently obtained in the BBLS.
This procurement is for a contract to cover a three-year service provision (plus 3 options of 6 month consecutive extensions) for continuation of investigations into cases already opened (169) of potentially fraudulent COVID loan applications.
The service provided by NATIS under this requirement constitutes the following activity sets:
• Assessment of high graded potentially fraudulent loans to identify potential for investigation
• Investigation of those loans, including forensic accounting, private investigation and compilation of cases with evidence to support a prosecution (or identify no fraud)
• Submission of cases identified as fraudulent through the investigations to the Crown Prosecution Service
• Support cases through court
• Report on outcome of court cases
• Receive money due as a result of court instructions
• Issue Account Freezing Orders as required.
• Undertake POCA confiscation activity for cases which end in a guilty verdict, where appropriate
• Share intelligence with other government departments and law enforcement agencies as necessary to support wider disruption.
Additional information: DBT proposes to award the contract to NATIS, a department of Thurrock Council using the Direct Award with Negotiation procedure without prior publication of a contract notice under regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 because competition is absent for technical reasons.
DBT considers that it is able to rely on this ground for the following reasons:
• NATIS is key to the enforcement of wrongdoing for Bounce Bank Loans; they build evidence for CPS-led prosecutions of people who are suspected of committing fraud on BBLS, including a focus on Serious Organised Crime.
• The provider of the required services needs to be listed in Schedule 1 of The Proceeds of Crime Act 2002 (References to Financial Investigators) (England and Wales and Northern Ireland) Order 2021 limiting the pool of providers available.
• DBT reasonably believe that there are no alternative suppliers listed in Schedule 1 with the capability or capacity to deliver this requirement which relates only to cases where investigations have already started
• DBT informally approached a number of the Schedule 1 organisations who confirmed they would not be able to deliver the required services because of the risks involved in taking on live cases part way through the enforcement process.
• Acceptance of cases for prosecution by CPS is less likely with interrupted or transferred lines of investigation as would be the case with the introduction of a new supplier.
• DBT reasonably believes that a new supplier would need to recommence investigations from zero in order to establish continuity of investigation which would impact delivery of service and recovery of the fraudulent loans.
Having consulted the Public Sector Fraud Authority and others DBT is of the view that introducing a new supplier at this stage would carry serious risk to the continuity of evidence and risks serious difficulties in DBT and/or NATIS complying with its legal obligations under the disclosure regime under the Criminal Procedure and Investigations Act 1996. If case failures were to take place the Department is at financial risk of paying compensation claims for restrained or frozen accounts and adverse legal costs in failed or otherwise impacted prosecutions (including wasted costs). DBT consider these technical reasons to justify the use of the Direct Award with Negotiation procedure without prior publication of a contract notice under regulation 32(2)(b)(ii)
Value: |
45000000 |
Published: |
2024-12-10 |
Deadline: |
|
|
45000000 |
2024-12-10 |
|
|
UKEF Overseas Investment Insurance (OII) Product Development
United Kingdom
LONDON
UK EXPORT FINANCE
Overseas Investment Insurance (OII) is UK Export Finance's (UKEF) political risk insurance product. The product is designed to enable UK-based investors to insure their overseas enterprise against losses caused by political risks in the host country, and is only available where insurance cannot be obtained from the private sector. After a period of limited OII enquiries and no new deals underwritten for several years, UKEF is seeking input from a political risk insurance expert to work with UKEF's product development team to refresh OII. This would involve:
• providing options / recommendations on Policy coverage wording (including explaining the consequences of including/excluding certain coverage)
• producing written materials (such as guides or checklists) on how to underwrite OII proposals and handle claims
• producing and giving training to generalist and specialist staff
• providing any other advice or guidance that would allow staff to underwrite, risk assess, renew, pay claims on and make recoveries on OII Policies
An opportunity to learn more about UKEF's requirements will be held in the next few weeks. If you are interested in supplying this service to UKEF, please email Commercial@ukexportfinance.gov.uk
Value: |
|
Published: |
2024-12-10 |
Deadline: |
2024-12-17 |
|
|
2024-12-10 |
2024-12-17 |
|
Provision of Legal Services to Capital City College
UK
London
Capital City College Group
Please see the Guidance document within the tender pack.
Value: |
|
Published: |
2024-12-09 |
Deadline: |
|
|
|
2024-12-09 |
|
|
Insurance London Consortium (ILC) - Terrorism Insurance
Croydon
London Borough of Croydon
Croydon Council, as lead authority for the Insurance London Consortium (ILC), is seeking to engage a contractor for the provision of terrorism insurance services with a start date of 1 April 2025.
The Consortium members taking part in this tender consist of the following London Borough Councils:
Lot 1 - London Borough of Camden
Lot 2 - Croydon Council
Lot 3 - Haringey Council
Lot 4 - Harrow Council http
Lot 5 - Islington Council
Lot 6 - Lambeth Council
Lot 7 - Tower Hamlets
The duration of the contract: Two years
Additional information: Is a Recurrent Procurement Type? : No
Value: |
|
Published: |
2024-12-09 |
Deadline: |
|
|
|
2024-12-09 |
|
|
Provision of Legal Services to Capital City College
London
Capital City College Group
The purpose of this tender process is to formalise an agreement for the provision of professional legal services, with a key emphasis on employment tribunal services. It is intended that the process will reduce overall contract expenditure; support contract efficiencies and delivery performance through the ability to foster value-added relationships over time.
Additional information:
Full and unrestricted access to tender documents can be obtained via https://www.in-tendhost.co.uk/educationportal/aspx/Home
Please read the Guidance document before starting an application and note the Teams even to be held at 11.30am on 06.01.25. To register please send the names and emails of proposed attendees via the correspondence function of In-tend.
Is a Recurrent Procurement Type? : Yes
Value: |
1800000 |
Published: |
2024-12-09 |
Deadline: |
|
|
1800000 |
2024-12-09 |
|
|
2024 Civil Re-Opening
United Kingdom
London
The Legal Aid Agency
The Legal Aid Agency (LAA) is inviting Tenders for contracts to deliver civil legal aid services under the 2024 Standard Civil Contract ("2024 Civil Contract") which runs from 1 September 2024 to 30 June 2026 (subject to rights of early termination and the LAA's right to extend by up to 26 months).
The LAA intends to award contracts under this process to commence as soon as possible after the Verification process as described in this Application Guide is complete. Depending on the circumstances, the date on which an individual Applicant, where its Tender is successful, may commence work under the 2024 Standard Civil Contract ("Service Commencement Date") may be several months from the date of Tender submission and relies on the provision of timely and accurate information by Applicants. Inaccurate or incomplete evidence may delay the issuing of a contract.
The "Application Guide", sets out the process and rules for applying for a 2024 Standard Civil Contract under the procurement process opening on 4 December 2024. Applicants must read this Application Guide and the additional information provided in the linked documents in full before submitting a Tender.
There are an unlimited number of 2024 Standard Civil Contracts available.
Application Period
The LAA intends that the Application Period will remain open until, or around, 31 December 2025 and organisations may tender at any point within this period. The LAA reserves the right to amend the Application Period, including closing the procurement opportunity, at its sole discretion.
Where Applicants are rejected from the procurement process, they will generally be able to submit a new Tender at any point whilst the Application Period remains open.
This exercise will cover the following Categories of Law:
- Family.
- Housing and Debt and Welfare Benefits.
- Immigration and Asylum (including work at Immigration Removal Centres (IRCs).
- Mental Health.
- Community Care.
- Claims Against Public Authorities.
- Clinical Negligence.
- Public Law.
- Family Mediation.
- Education; and
- Discrimination.
All organisations that meet the minimum contract requirements can tender to deliver services under a 2024 contract. You do not need to be a current legal aid provider to tender for this opportunity.
All organisations that successfully tender will be awarded a 2024 contract and there is no limit to the number of 2024 contracts that may be awarded under this process.
Applicants must review the following documents which set out the complete rules of the additional 2024 procurement process and should be read in the following order:
- Selection Questionnaire Invitation to Tender (SQ ITT);
- 2024 Standard Civil Contract Application Guide
- Category Specific Information;
- 2024 Standard Civil Contract;
- Frequently Asked Questions (FAQ) - published periodically
All Tenders must be completed and submitted using the eTendering system, accessed through: https://legalaid.bravosolution.co.uk
Value: |
|
Published: |
2024-12-04 |
Deadline: |
|
|
|
2024-12-04 |
|
|
Provision of Medical and Group Life Insurance at the British High Commission Nairobi
London
Foreign Commonwealth and Development Office
BHC Nairobi, is looking for a suitable Medical and Group Life (Inclusive of WIBA 24 hours cover) Insurance Service Provider to provide full (100%) medical insurance cover for staff and eligible dependents
Value: |
|
Published: |
2024-12-04 |
Deadline: |
|
|
|
2024-12-04 |
|
|
Provision of Medical and Group Life Insurance at the British High Commission Nairobi
UK
London
Foreign Commonwealth and Development Office
Value: |
|
Published: |
2024-12-04 |
Deadline: |
|
|
|
2024-12-04 |
|
|
Artificial Limbs, Components and Associated Products 2025
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. 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:
- ISO 9001: 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. If Quality Assurance Standard certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers 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 of £5m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender process:
> Carbon reduction Plan – All suppliers of new contracts for goods, services and works are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the upcoming tender.
> Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question.
>Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender.
> NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align wit the NHS net zero ambition between now and 2030.
> Modern Slavery – All suppliers must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender.
NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives.
As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest. Please follow the guidance below:
PORTAL ACCESS
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers
Find SQ_564
Value: |
|
Published: |
2024-12-02 |
Deadline: |
|
|
|
2024-12-02 |
|
|
Basic PAYE Tool and Paper Capture Tool
UK
LONDON
H M REVENUE & CUSTOMS
Real Time Information Basic PAYE Tools (BPT) downloadable desktop application
BPT is a software product with English and Welsh text that provides the ability for small employers to create their own Employer Database to support and streamline many of the basic day-to-day requirements of maintaining a payroll system. BPT provides for employers to operate their payroll digitally and submit their payroll information to HMRC in the following employer submissions:
-RTI Full Payment Submission (FPS)
-RTI Employer Payment Summary (EPS)
-NINO Verification Request (NVR)
-Earlier Year Update (EYU) (support only)
BPT is an end-to-end payroll system, compatible with current supported desktop operating systems, which is provided by HMRC to employers (with 9 live or fewer employees) to ensure legal compliance and enables businesses to accurately calculate, record and report PAYE tax, National Insurance, Student and Postgraduate Loans, statutory payments, and employer records, correct digital submission mistakes, produce payslips and much more.
As we retain the Intellectual Property, we expect the selected supplier to potentially rebuild and/or modernize the tool throughout the duration of the contract.
BPT can be downloaded and guidance found at the following links:
https://www.gov.uk/basic-paye-tools
https://www.gov.uk/government/collections/guidance-for-employers-on-using-basic-paye-tools-bpt
Paper Capture Tool (PCT) desktop application
A software product that provides the ability for HMRC Operators to capture information from paper submissions, plus supports the Operators ability to submit the following employer paper submissions:
-RTI Full Payment Submission (FPS)
-RTI Employer Payment Summary (EPS)
-Construction Industry Scheme (CIS) Updates
As we retain the Intellectual Property, we expect the selected supplier to update the application annually and modernise throughout the duration of the contract.
Value: |
|
Published: |
2024-12-02 |
Deadline: |
|
|
|
2024-12-02 |
|
|
Local Democracy Reporting Service (LDRS) - 2025 Supplier Applications
British Oversea Territories
London
The British Broadcasting Corporation (BBC)
A key component of the BBC's public purpose mission is to ensure that audiences can engage fully with major local issues, essential to democracy, keeping audiences informed and holding local authority to account. The BBC works with the local news industry to improve the provision of local journalism and is now conducting a competitive procurement for the reselection of 'Suppliers' for the Local Democracy Reporting Service across the United Kingdom of Great Britain and Northern Ireland and the Isle of Man, to deliver the recruitment of 165 journalists, employed by local news providers, across 118 Contract Areas.
A 'Supplier' receives the free content generated through the Local Democracy Reporting Service, News Hub and Shared Data Unit, and employs one or more of the Local Democracy Reporters to report on local democratic institutions in the relevant Contract Area(s) including county councils, unitary authorities and metropolitan boroughs in the UK.
IMPORTANT: It is a Condition of this Procurement that Bidder's MUST have achieved BBC LNP 'Partner' status to be eligible to submit a response to this ITT.
The application process to become a Partner Organisation occurs on a rolling basis and further information with details how to apply can be found at https://www.bbc.com/lnp/partners/how-to-apply/
Organisations that do not currently hold 'Partner' status will need to have submitted their application to become a BBC LNP 'Partner' via ttps://www.bbc.com/lnp/partners/how-to-apply/ by 3rd January 2025 at 14.00 UK Time and had this approved to be eligible to submit a response to this ITT by the Tender Response Deadline.
Organisations which currently hold current 'Partner' status can submit their response to the ITT ahead of the Tender Response Deadline without having to re-apply to become a Partner for the purpose of this procurement.
The ITT Tender Response Deadline is 16th January 2025 at 14.00 UK Time
The initial contract term will run for a period of 30 months. Contracts may be extended for up to an additional 30 months to 30th June 2030.
Additional information:
MPORTANT: It is a Condition of this Procurement that Bidder's MUST either be
i) a current BBC LNP 'Partner' or
ii) have submitted their application to be a BBC LNP 'Partner' by 14.00 on 3rd January 2025
to be able to submit a response to this ITT by the submission deadline. Please refer to: https://www.bbc.com/lnp/partners/how-to-apply/
Where there is more than one economic operator, the BBC reserves the right to require a grouping of economic operators to take a particular legal form or to require a single economic operator to take primary liability or to require that each party undertakes joint and several liability.
Please register your interest in this project by taking the following steps: 1 - Register your company on the Jaggaer eSourcing portal (this is only required once): 1.1 Go to https://bbc.bravosolution.co.uk 1.2 - Click the link on the login page to register. 1.3 Accept the terms and conditions and click 'Continue'. 1.4 - Enter your correct business and user details. 1.5 - Note the username you chose and click 'Save' when complete. 1.6 - You will shortly receive an email with your temporary password. 2 - Express an interest in the tender: 2.1 - Login to the portal with the username/password. 2.2 - Click the 'PQQs/ITTs Open to all Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier). 2.3 - Click on the relevant PQQ/ITT to access the content. 2.4 - Click the 'Express Interest' button at the top of the page. This will move the PQQ/ITT into your 'My PQQs/My ITTs page. (This is a secure area reserved for your projects only. 2.5 - You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box. 3. Responding to the tender: 3.1 - Click 'My Response' under PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). 3.2 - You can now use the 'Messages' function to communicate with the buyer and seek any clarification. 3.3 - Note the deadline for completion, and then follow the onscreen instructions to complete the PQQ/ITT. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). 3.4 You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance, please consult the online help, or contact the Jaggaer eSourcing help desk.
Value: |
32500000 |
Published: |
2024-12-02 |
Deadline: |
|
|
32500000 |
2024-12-02 |
|
|
DPS for audit services for opted-in eligible bodies in England
British Oversea Territories
London
Public Sector Audit Appointments Ltd
Text to be corrected in the original notice:
Place of text to be modified: Estimated total value:
Instead of: 80,000,000
Read: 998,000,000
Other additional information: The dynamic purchasing system will run for up to 8 years, expected to commence in May 2022. Potential bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity as a whole. PSAA reserves the right to disqualify potential bidders where there is an actual or potential conflict of interest. Potential bidders will be required to complete and return the Conflict of Interest Declaration as part of its selection questionnaire response.
The procurement will establish a dynamic purchasing system to appoint auditors to cover the audits of the accounts (as per the Code of Audit Practice) of eligible bodies across England that opt in for the purposes of the appointment of auditors under the provisions of the Local Audit and Accountability Act 2014 and the requirements of the Local Audit (Appointing Person) Regulations 2015. Eligible entities include local councils, combined authorities, police and crime commissioners, police, fire and crime commissioners, chief constables, fire and rescue authorities, waste authorities, passenger transport executives and national park authorities.
Value: |
80000000 |
Published: |
2024-11-29 |
Deadline: |
|
|
80000000 |
2024-11-29 |
|
|
Online Brand Protection Services - Early Market Engagement
United Kingdom
LONDON
Transport for London
Transport for London (TfL) are issuing this PIN notice to invite interested suppliers to undertake Early Market Engagement activities in the form of supplier 1-2-1s in relation to Online Brand Protection Services.
This is not a call for competition, it is being used as a medium to carry out market engagement, identify interested parties that have the potential to meet the requirements and to better understand the market capabilities.
This PIN is issued solely for the purposes of market engagement. No information contained within this PIN, or provided during and for this, or any other, market engagement exercise, constitutes any commitment by TfL or any member of the TfL group or any of their stakeholders to undertake any procurement exercise in the future.
Requirement description:
TfL require protection of our portfolio of brands across the internet. The services we will require are the following:
-Scanning the web and online marketplaces to search for any brand infringements
-Taking down any sites that infringe TfL's brand
-Provide service reviews with the IPR manager, along with TfL's chosen brand licensing agents (and potentially TfL legal) to review progress on at least a quarterly basis
This service would need to monitor the following areas:
-UK & Global Market Places
-UK & Global Websites
-Mobile apps
-Social Media (including but not limited to X (formally twitter), Tik Tok, Facebook....
This service would need to cover protection of the following brands:
-Transport for London (TfL)
-London Underground (LU)
-Roundel (all circle and bar devices under which are Trade Marked by TfL, we can provide up to date list of these, including visuals).
-Mind the Gap (both the words and the visuals)
-Heritage Posters, Moquette's, Routemaster & Johnston Fonts (full list & images can be provided)
-The Tube Map
-Oyster Card (word mark)
-Oyster Card (visual mark)
Additional information: 1) If you wish to register an interest, please send an email before 5pm on the January 2, 2025, clearly stating 'Online Brand Protection Services EOI' in the subject line to laviniatidyjones@tfl.gov.uk including the following information:
• Name of Contact,
• Name of Organisation,
• Details of the company's website providing further information about the company.
• Email address,
• Telephone contact number.
The 1-2-1 session is likely to take place via Microsoft Teams and will last for one hour. The session will include an overview of TfL's requirements, the opportunity for the supplier to outline their service offering, and to conclude with pre-planned questions.
The 1-2-1 session will take place between 8 - 14 January 2025. Suppliers will be provided with their day and time slot by close of play January 3, 2025.
2) This is not a call for competition, it is being used as a medium to carry out market engagement, identify interested parties that have the potential to meet the requirements and to better understand the market capabilities.
This PIN is issued solely for the purposes of market engagement. No information contained within this PIN, or provided during and for this, or any other, market engagement exercise, constitutes any commitment by TfL or any member of the TfL group or any of their stakeholders to undertake any procurement exercise in the future.
Value: |
|
Published: |
2024-11-27 |
Deadline: |
2025-01-02 |
|
|
2024-11-27 |
2025-01-02 |
|
Legal Service Planning and Consents
UK
London
Restoration & Renewal Delivery Authority Ltd
Value: |
|
Published: |
2024-11-22 |
Deadline: |
|
|
|
2024-11-22 |
|
|
Provision of Medical Insurance Brokerage Services to British High Commission Kuala Lumpur
British Oversea Territories
London
Foreign Commonwealth and Development Office
Provision of Medical Insurance Brokerage Services to High Commission Kuala Lumpur.
Additional information:
All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via the FCDO's eProcurement Portal JAGGAER.
Value: |
275905 |
Published: |
2024-11-21 |
Deadline: |
|
|
275905 |
2024-11-21 |
|
|
Supply of Specified Pathogen Free (SPF) Eggs to APHA (Re-Tender)
British Oversea Territories
London
Animal & Plant Health Agency (APHA)
APHA is an executive agency working on behalf of the Department for Environment, Food and Rural Affairs (Defra), Scottish Government and Welsh Government. APHA's role is to safeguard animal health and welfare as well as public health, protect the economy and enhance food security through research, surveillance and inspection.
APHA's range of responsibilities includes statutory work for the United Kingdom (UK) government for disease control through surveillance activities, research and consultancy. A number of these animal related research and surveillance activities, such as vaccine development and identification of types of disease, require Eggs to provide tissues, embryos and live birds. It is important that these Eggs are free of specified pathogens or extraneous agents, as they could cause infection or contaminate the work. In addition, there is a legal requirement that Eggs used in the production and quality controls of vaccines are free from specified pathogens.
The successful supplier shall supply Eggs (from Flocks) which comply with the current European Pharmacopoeia 5.2.2 Chicken Flocks free from Specified Pathogens for the Production and Quality Control of Vaccines and must be accredited to International Organization for Standardization (ISO) 9001 (or equivalent for the country the supplier operates in) and follow Good Manufacture Practice. Evidence of ISO accreditation shall be provided to APHA annually by the supplier. Further information on the overall requirement can be found within the Bidder Pack - Specification document.
Value: |
495000 |
Published: |
2024-11-21 |
Deadline: |
|
|
495000 |
2024-11-21 |
|
|
Provision of Medical Insurance Brokerage Services to British High Commission Kuala Lumpur
UK
London
Foreign Commonwealth and Development Office
Value: |
|
Published: |
2024-11-20 |
Deadline: |
|
|
|
2024-11-20 |
|
|
Early Market Engagement for Property agency services - Legal Services Board
United Kingdom
LONDON
Legal Services Board
The Legal Services Board are seeking to engage with a qualified property agent to assist in locating, negotiating, and securing an office space by summer 2025.
Our goal is to find a strategic partner with expertise in commercial property, who can support our requirements and provide insight into the current office market.
This engagement is intended to assess the market, understand available services, and gauge the interest of property agents in this potential upcoming opportunity.
Property agents are requested to provide the following information:
1. Company Profile: Brief overview of the agency, including size, areas of specialization, and notable clients.
2. Relevant Experience: Examples of similar projects or clients that demonstrate expertise in sourcing and negotiating office space.
3. Service Approach: Outline of your approach to identifying suitable properties, negotiating terms, and providing client support throughout the process.
4. Market Insights: Any insights or trends you foresee in the current market that may impact our search or acquisition process.
5. Fee Structure: Typical fee structures or cost models (percentage of lease, flat rate, etc.) for property acquisition services.
6. Additional Information: Any other information or recommendations you feel may be relevant to this engagement.
Please see the attachment for further information.
All responses are to be emailed to tenders@legalservicesboard.org.uk by noon, Wednesday 26th November.
Value: |
|
Published: |
2024-11-15 |
Deadline: |
2024-11-26 |
|
|
2024-11-15 |
2024-11-26 |
|
Legal Services Market Engagement
UK
London
Network Rail Infrastructure Ltd
Value: |
|
Published: |
2024-11-08 |
Deadline: |
|
|
|
2024-11-08 |
|
|
Cross Justice Secure Mail (2026)
British Oversea Territories
London
Ministry of Justice
This requirement relates to the provision of national secure email, file encryption and disaster recovery service within the Ministry of Justice and participating Contracting Authorities across England, Wales, Scotland & Northern Ireland. The Authority is seeking a supplier to design, build and transition (including data migration) from the existing Cross Justice Secure Mail (previously known as Criminal Justice Secure eMail) ("CJSM") (the "Implementation Phase") and to manage and maintain the Cross Justice Secure Mail as a new system (the "Live Phase").
CJSM has been in operation for over 20 years and enables OFFICIAL information to be communicated between assured organisations, both in the public and private sector, such as the Crown Prosecution Service, victim support organisations, the police, probation, legal representatives, private prisons, and others.
The service supports a large number of users, user organisations and communications:
- over 10,000 connected organisations
- over 12,000 connected domains
- over 478,000 active users per annum
- over 52,000,000 electronic messages relayed each year
The estimated total value of the Contract is £26,000,000 including implementation costs and the live service. The actual value of the Contract will depend on a number of influencing factors including:
a) the prices tendered by the successful Bidder;
b) the implementation plan tendered by the successful Bidder;
c) whether any extension options are applied;
d) whether any of the optional services are taken up by the Ministry of Justice and participating Contracting Authorities across England, Wales, Scotland & Northern Ireland during the term of the Contract.
In the first instance, interested suppliers must request a copy of the Authority's Non-Disclosure Agreement by sending an email to:
ccmdtechnologyanddigital@justice.gov.uk
In response to such emails, suppliers will be sent a Non-Disclosure Agreement (NDA) via Adobe e-sign, which must be signed electronically before the supplier will be able to access further details of the opportunity via the Authority's Jaggaer eSourcing Portal, the URL address of which is below:
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
If suppliers have not yet registered on the e-Sourcing Portal, this can be done online by following the URL address above. Suppliers must be registered on the Authority's Jaggaer eSourcing to participate in the opportunity.
To participate in the opportunity, Tenderers must submit a Selection Questionnaire response meeting the relevant requirements set out in the Instructions to Tenderers by the time limit for receipt of expressions of interest in IV2.2. This is the deadline for the response.
All Selection Questionnaire responses and Tenders are to be submitted via the Authority's Jaggaer eSourcing Portal, in accordance with the instructions set out in the Instructions to Tenderers.
Value: |
26000000 |
Published: |
2024-11-08 |
Deadline: |
|
|
26000000 |
2024-11-08 |
|
|
Insulin Pumps, Continuous Glucose Monitoring, Products Contributing to the Delivery of Hybrid Closed Loop Pathways and Associated Products
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
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.
-ISO 9001:2015 accredited by United Kingdom Accreditation or equivalent externally accredited and up-to-date quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
-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
-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
-MHRA Registration number.
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender process:
> Carbon reduction Plan – All suppliers of new contracts for goods, services and works are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the upcoming tender.
> Social Value Requirements – This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20).
> Evergreen Assessment – Suppliers bidding to be on any NHS Supply Chain Frameworks must have an Evergreen Assessment which has been completed within 12 months prior to the tender close date. Suppliers must complete the assessment annually and the maturity score will be valid for 12 months. This will be a pass/fail requirement at SQ stage of the upcoming tender.
> NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align with the NHS net zero ambition between now and 2030.
> Modern Slavery – All Suppliers are required to have a Modern Slavery Assessment Tool (MSAT) completed within 12 months prior to the tender close date in line with PPN 02/23. The MSAT score must be 41% or above. This will be a pass/fail requirement at SQ stage of the upcoming tender.
For further important information on how NHS Supply Chain will assess Sustainability and Social Value requirements as part of the upcoming tender process please refer to SQ_561 Note 1.1.3 - 'Important Information Sustainability and Social Value Requirements for the upcoming tender process'
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_561 RFI Insulin Pumps and click on the blue text.
Select Express interest
Value: |
|
Published: |
2024-11-07 |
Deadline: |
|
|
|
2024-11-07 |
|
|
104247 National Anti-Doping Panel
London
Department for Culture, Media and Sport
DCMS have recently published our intention to invite tender response for a contract that may be of interest to you.
The Contract is for 104247 National Anti-Doping Panel
The National Anti-Doping Panel (NADP) is an independent panel of legal and non-legal members established to determine anti-doping disputes in sport in the United Kingdom. The role and responsibility of the National Anti-Doping Panel (NADP) is to make its President and/ or one or more of its members (as set out in the NADP Procedural Rules) available to hear and determine charges brought against Athletes and/or Athlete Support Personnel alleging violation of the UK Anti-Doping Rules, as well as any related applications and/or appeals.
To obtain further information, including all documentation, please follow these steps:
1. Log in to the supplier portal at http://dcms.my.site.com/
2. You must register on this site to respond. If you are already registered you will not need to register again, simply use your existing username and password.
3. Locate the opportunity in the 'Opportunities' or 'My Proposals and Quotes' section(s)
4. Download the ITT, SQ and draft Contract for review
5. Click 'Accept' if you wish to respond
6. Upload your response before the deadline
If you cannot see the opportunity after following the above, please contact support@atamis.co.uk who are able to assist with any project access issues or any log-in/ registration issues.
Note there is an opportunity to attend a Bidders Briefing on 08 November 2024, if you would like to attend please follow the instructions in the ITT and respond through the Atamis e-portal.
Kind Regards,
DCMS Commercial
Value: |
1600000 |
Published: |
2024-11-04 |
Deadline: |
|
|
1600000 |
2024-11-04 |
|
|
POVISION OF MEDICAL INSURANCE BROKER SERVICES AT BRITISH EMBASSY HARARE
UK
London
Foreign Commonwealth and Development Office
Value: |
|
Published: |
2024-11-01 |
Deadline: |
|
|
|
2024-11-01 |
|
|
AFRICA HUB_ HARARE POVISION OF MEDICAL INSURANCE BROKER SERVICES AT BRITISH EMBASSY HARARE
London
Foreign Commonwealth and Development Office
AFRICA HUB_ HARARE POVISION OF MEDICAL INSURANCE BROKER SERVICES AT BRITISH EMBASSY HARARE.
Value: |
310000 |
Published: |
2024-11-01 |
Deadline: |
|
|
310000 |
2024-11-01 |
|
|
Mobile Telephony Services
United Kingdom
LONDON
KNOWLEDGE TRANSFER NETWORK LIMITED
300 lines to include:
• Unlimited UK voice minutes.
• Unlimited UK SMS messages.
• Data to include one of the following options:
o Shared monthly UK data pool of 1 TB.
o 10 x lines to include unlimited UK data, 290 to include a minimum of 70 GB monthly UK data.
o Unlimited data on all lines.
• International Roaming Packages for Europe and International.
Our service users are predominately UK-based, so great UK coverage is essential as is access to Wi-Fi calling.
All billing should be managed through an online portal, with reports available per line and per cost centre. The online portal should also support basic tasks such as requesting new phone numbers and managing SIM card swaps.
Technical Considerations
The number of lines is approximate and may increase or decrease as our operations require.
All handsets at IUK Business Connect are Apple iPhone 11 or 12. We expect to upgrade some devices to newer Apple iPhone models during the contract term, but a hardware fund should not be included within the application. 5G should be included for all lines.
The successful application shall include support to transition end-users to the new service, if needed. This transition will include the provision of new, compatible SIM cards at no additional cost.
Roaming requirements vary per user, so submitted applications must include detail on what packages are available and any fees / charges applicable for international roaming in Europe and Internationally.
Term and Expiry Date
Services will be contracted for a minimum of 24 months and no more than 36 months. The contract will start on 1st January 2025.
Submission
In response to this Statement of Works, please provide the information listed below:
• A completed copy of the Pre-Qualification Questionnaire.
• Initial schedule of costs to include:
o Monthly charge per line or per tariff
o Any allowances and caps, with out-of-allowance charges
o International roaming, per zone, country or territory
o Any rollover/carryover of allowances.
• A short narrative explaining how you will support our users to transition to the new service, if applicable.
• Details of your customer support services including hours of contact, and any billing portal / reports.
• Legal information, such as your terms and conditions.
Please provide the information requested above to callum.bowdrey-roberts@iukbc.org.uk by 30th November 2024 at the latest. Submissions will be assessed on an ongoing basis until this date.
Principle Contact
Please direct any questions or communications on this Invitation to Tender to: callum.bowdrey-roberts@iukbc.org.uk
Value: |
160000 |
Published: |
2024-10-31 |
Deadline: |
|
|
160000 |
2024-10-31 |
|
|
Legal Service Planning and Consents
United Kingdom
London
Restoration & Renewal Delivery Authority Ltd
Forming part of a UNESCO World Heritage Site, the Palace of Westminster is one of the most recognisable buildings in the world. The Delivery Authority has been established for the purpose of restoring and renewing this Grade I listed building to preserve it for future generations.
The Palace of Westminster Restoration and Renewal Programme (R&R Programme) is the biggest heritage restoration project ever undertaken in the UK. It offers suppliers, service providers and contractors a unique opportunity to contribute towards saving the seat of parliamentary democracy.
The Delivery Authority was established in 2020 pursuant to the Parliamentary Buildings (Restoration and Renewal) Act 2019 (as amended by The Parliamentary Works Sponsor Body (Abolition) Regulations 2022) (the 'Act') to perform the functions set out in section 3(4) of the Act: (i) to formulate proposals relating to the Palace restoration works during phase one of the R&R Programme and, (ii) to carry out the works during phase two of the R&R Programme. The Corporate Officers of the House of Commons and the House of Lords (acting jointly) have overall responsibility for the Parliamentary building works under the Act and are the sole member and guarantor of the Delivery Authority.
The Delivery Authority is seeking to appoint a provider of specialist legal services in the field of legal planning and consents (Services) to support the Delivery Authority in securing the necessary planning and other consents to deliver the R&R Programme. The scope of the Services is further detailed in the Selection Questionnaire Pack (SQP) and Find a Tender Service (FTS) notice.
The Corporate Officers of the House of Commons and the House of Lords are named users under the agreement.
The Delivery Authority intends to invite 5 Candidates to tender for the Contract and to appoint a single Supplier. Further information on the evaluation methodology can be found in the SQP.
Additional information:
1) To express interest in the Contract, Candidates must complete the SQ on the Jaggaer system at - https://rrparliament.app.jaggaer.com strictly in accordance with the SQP and by the SQ Response Deadline stated in the SQP. Please note that the SQ Response Deadline is a precise time and Candidates should allow sufficient time to upload their SQ Responses.
2) A Candidate may be a single organisation or a Consortium. Each Candidate must submit how this organizational structure will work in a single SQ application representing the Consortium. A single economic operator may only apply once, whether as a single Candidate or as a party to a Consortium. Candidates should note that this restriction does not apply to subcontractors. See further SQP Section [3].
3) Words in this Contract Notice with initial capital letters are defined in the SQP (see Table [1.3] Glossary).
4) Candidates are required to download the Non-Disclosure Agreement (NDA) from the portal before they will be given access to the procurement documents. The NDA must be submitted as a correspondence and a declaration must also be submitted, stating that the NDA has not been modified. Access to the procurement documents will not be granted until the signed NDA has been received. For further assistance contact commercial@r-r.org.uk. Shortlisted Bidders' personnel may be required to be security cleared to view tender documentation.
5) The Delivery Authority is the main user of this Contract but it may also be used by the Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons.
6) Section II.2.6) (Estimated value): The estimated value includes the total of the scope as described in SQP Appendix A (Scope).
7) Section II.2.7) (Duration of the contract): The term of the Contract will be for an initial term of 5 years (60 months) although the Delivery Authority reserves the right to extend the term of the Contract for up to a further 2 years (24 months) to make a maximum possible term of 7 years (84 months).
8) Candidates and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and any SQ and with submitting any tender, howsoever incurred.
9) Successful tenderers will need to be compliant with the R&R Programme's standards and policies as identified in the SQP.
Value: |
4000000 |
Published: |
2024-10-31 |
Deadline: |
|
|
4000000 |
2024-10-31 |
|
|
Reusable Clinical Waste Containers 2026
UK
London
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. 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.
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
The Framework Agreement will be between NHS Supply Chain and the Supplier, however 1) NHS Supply Chain, 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.
All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21).
This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20).
All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months.
https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/
As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the tender close date (PPN 02/23).
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;
Candidates wishing to complete the Request for Information must register their expression of interest. The Request for Information document will then be sent via the Jaggaer Messaging Centre.
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_559 - RFI - Reusable Clinical Waste Containers and click on the blue text. Select Express interest.
REQUEST FOR INFORMATION DOCUMENT
- The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre.
- Applicants will then have 4 weeks from the dispatch of this notice to complete and return the Request for Information document.
Value: |
|
Published: |
2024-10-30 |
Deadline: |
|
|
|
2024-10-30 |
|
|
The Supply of a National Framework for Legal Services to Police Forces, Police and Crime Commissioners
UK
LONDON
Metropolitan Police Service
Value: |
|
Published: |
2024-10-29 |
Deadline: |
|
|
|
2024-10-29 |
|