Talk to us 01204 238 046

Professional Services Tenders

From legal services, through to accountancy, telemarketing, consultancy and procurement contracts, professional services covers a wide range of businesses across the UK. The consistent demand for professional services presents suppliers with incredible opportunities to tender for some potentially landmark contracts.

Get in touch with
our experts

Prof Services

Sub-sectors

Professional services covers a wide range of services, products and works. These include;

  • - Accountancy (from Treasury Services, Accounting and Auditing (HMRC), to VAT Advisory Services in relation to Procure 21)

  • - Business Support

  • - Education & Training

  • - Health & Safety

  • - Insurance

  • - Interpretation & Translation Services

  • - Lean Systems

  • - Legal (from Duty Solicitor Contracts and Employment Law, to Trademarks, and Council Tax Debt Recovery)

  • - Procurement

  • - Scanning & Archiving

  • - Telemarketing

Get bid support
I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

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

Get notifications of Future Tenders of this type

Tender Value Published Deadline
Forensic Psychologist in Training (FPiT) Qualification
UK London Ministry of Justice

The MoJ would like providers to express their interest in this requirement by Tuesday 10th September 2024 at 12.00 noon British Summer Time (Invites will be sent out on Wednesday 11th September for the market engagement event) by sending a message via our e-sourcing platform (Jaggaer):- https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Please include the following detail in your message; - Quoting Reference - Forensic Psychology Reference 'PQQ_433' - Full name - Company/organisation name - Contact details (E-mail and phone number) - Please indicate if you would like a separate 121 session expected to be later that day, length of session will be dependent on interest. All responders (With a limit of 3 attendees per providers) will receive an invite to the Teams event on Thursday 12th September 2024 at 10am. If you do have an account, please register on Jaggaer to create an account. If you have problems registering please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding and the Authority reserves the right at it's absolute discretion to amend it at the time of issue of any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Value:
Published: 2024-07-26
Deadline:
2024-07-26
Met Business Services (MBS) Enterprise Resource Planning (ERP), Resource Management (RM),Business Process Outsourcing Services (BPO) and Systems Integration (SI)
United Kingdom LONDON Metropolitan Police Service

The Metropolitan Police Service (MPS) currently outsources transactional HR, Finance and Commercial services to Shared Services Connected Limited (SSCL), including the provision of the supporting ERP system (P-SOP). The current contract expires in September 2027. Additionally, MBS utilises Resource Management (a duties management solution) software from Zetron/NEC, with the current contract to expire December 2026. The MPS intends to re-procure this suite of services and solutions that support our frontline operations and underpin the delivery of an efficient and effective Shared Services function (both internal and through a BPO provider). Our objective is to deliver truly user centric end to end solutions, whilst getting the best value for money for the organisation. MPS is entering into a market engagement exercise to help test early hypotheses, build out our solution and inform our proposed commercial strategy. Given the scale and complexity of the requirement MPS is likely to consider consortium bids under a lead / master vendor approach. For the purposes of PME we are particularly interested in responses from: • System Integrators (SI's) • Business Process Outsource (BPO) Service Providers o Multi specialism Outsource (BPO) Service Providers o Recruitment Process Outsource (RPO) Service Providers o Payroll Outsource Service Providers • ERP technology solution providers • RM technology solution providers For the purposes of the pre-market engagement phase, MPS is keen to hear from vendors who may provide some or all of the above components and would not wish to limit responses to those solely from master vendors at this time. Therefore we encourage interest from various tiers in the supply chain. To ensure efficient use of respondents and MPS's time please consider the following prior to registration.  This service is a business critical service which will involve the processing of a large amount of personal data in regard to our staff and officers. Therefore, MPS is likely to require supplier or sub-contractors to be able to agree to (as a minimum): o A general liability cap of £20,000,000 o A liability cap in respect to loss or corruption of data and data breaches of £20,000,000 o Cyber insurance covering losses as a result of cyber-attack and/or data breaches, of at least £5,000,000.  Respondents will have relevant experience in their area of expertise, e.g. at least three examples of when they have provided similar services of a similar value, scale, scope and complexity to a similar (or larger) sized government, police organisation or other organisation.  Respondents must be capable of providing a significant number of vetted staff to enable them to provide this service Respondents will be required to allow MPS to undertake a full financial assessment Additional information: Short description The Metropolitan Police Service (MPS) is entering into a market engagement exercise to engage with potential suppliers of the MPS's future contracting opportunities for the supply of Met Business Services (MBS) solution which includes, • Business Process Outsourcing (BPO) Services, • Enterprise Resource Planning (ERP) Solution / Software, • Resource Management (RM) Solution/ Software, • Systems Integration Services (for the above scope).

Value:
Published: 2024-07-26
Deadline: 2024-12-12
2024-07-26 2024-12-12
Forensic Psychologist in Training (FPiT) Qualification
British Oversea Territories London Ministry of Justice

This is a Future Opportunity for a market engagement event for the Psychology Services Group (PSG) within His Majesty's Prison and Probation Service (HMPPS) part of the Ministry of Justice (MoJ). This is to give details of a tender to provide training for approximately up to 60 Forensic Psychologists in Training (FPiTs) per year (up to 240 in total over the length of the contract) with the opportunity to achieve the stage 2 FPiT qualification. HMPPS PSG is one of the largest employers of Forensic Psychologists who undertake a range of tasks which includes assessment and intervention, research, consultancy, and training. To work as a FPiT in the UK, and to use this protected title, individuals must engage in a course of training that meets the requirements of the Health & Care Professions Council (HCPC) for the standards of proficiency in Forensic Psychology. The requirement of this tender is to provide a stage 2 HCPC approved qualification in Forensic Psychology training route that will, on completion, confer registration with the HCPC for those individuals undertaking the training. The FPiT will be based in various locations across England and Wales, so having full geographical coverage is an important part of the requirement. The market engagement event will outline the high-level requirements of delivering the FPiT Qualification to HMPPS PSG. The event will: - outline our plans, provide interested parties with prior notice of an impending procurement, receive feedback from providers on the plans and advise of next steps. We would like to invite prospective bidders to attend this pre-market engagement event on Thursday 12th September 2024 at 10am via Microsoft Teams. The session will be led by the Psychology Services Group team (PSG) and the People Services Commercial and Contract Management team from the MoJ. The agenda for the session is as follows - Introductions - Overview of the MoJ and the service required - Procurement Overview - Questions and Answers - Next Steps A separate virtual 121 session will also be available, expected to be later that day, with length of session dependent on demand. Please see the Additional Information section on how to register for the event on Thursday 12th September 2024. Additional information: The MoJ would like providers to express their interest in this requirement by Tuesday 10th September 2024 at 12.00 noon British Summer Time (Invites will be sent out on Wednesday 11th September for the market engagement event) by sending a message via our e-sourcing platform (Jaggaer):- https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Please include the following detail in your message; - Quoting Reference - Forensic Psychology Reference 'PQQ_433' - Full name - Company/organisation name - Contact details (E-mail and phone number) - Please indicate if you would like a separate 121 session expected to be later that day, length of session will be dependent on interest. All responders (With a limit of 3 attendees per providers) will receive an invite to the Teams event on Thursday 12th September 2024 at 10am. If you do have an account, please register on Jaggaer to create an account. If you have problems registering please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding and the Authority reserves the right at it's absolute discretion to amend it at the time of issue of any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Value:
Published: 2024-07-26
Deadline:
2024-07-26
Provision of AI Consultancy
London CPS

The Crown Prosecution Service (CPS) is developing a strategy to respond to the opportunities presented by AI in enhancing its business processes. The increasing number of arrests, the increasing volume of data and growing live caseload is putting considerable pressure on the criminal justice system. We need to develop new ways of working if we're to build public confidence in the system. To pursue AI at scale, the CPS needs to make a compelling business case to the Treasury, as part of the Spending Review process. This will give CPS the resources it needs to deliver its core functions over the next 3 years. There has been a strong focus on increasing productivity in public services, which we expect to form part of what's prioritised in the Spending Review. We believe that a compelling business case for investment in AI can enable the CPS to transform. We have developed a small number of proofs of concept to demonstrate to senior leaders what's possible through AI: using Microsoft Co-pilot to support back-office productivity; to provide legal advice to prosecutors; to support the drafting of letters to victims of crime and to enable prosecutors to explore case material submitted by Police Officers. We now need to translate this into a strategy to transform our business model. This opportunity is only available to those suppliers that have been shortlisted on the CCS RM6200 Artificial Intelligence framework. These suppliers have been notified via email to register on the CPS e-sourcing portal to access the ITT.

Value: 100000
Published: 2024-07-25
Deadline:
100000 2024-07-25
Pressure Area Care and Patient Handling including Beds and Associated Products, Rental and Decontamination
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: - 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 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 -Public Liability Insurance of £5m per claim -Product Liability Insurance cover of £5m 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. 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. The NHS has adopted PPN 06/20 all framework Agreements will therefore include qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts. From April 2023: the NHS will adopt 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. All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ 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 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 SQ_552 - RFI - Pressure Area Care EXPRESSION OF INTEREST - Click on the ‘EXPRESS INTEREST’ button in the top right corner. The RFI will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be 14th August 2024.

Value:
Published: 2024-07-25
Deadline:
2024-07-25
Insurance and Associated Services Framework Pre Market Engagement
UK Salford Crescent Purchasing Consortium Limited

Value:
Published: 2024-07-23
Deadline:
2024-07-23
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highway street trees Insurance related tree maintenance DPS1 1205 Parking suspensions can be arranged providing 2 weeks notice given. Send requests to clare.pappalardo@haringey.gov.uk Works to be completed by end of August 2024 This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-07-16
Deadline:
2024-07-16
Provision of Insurance and related services to Local Space
UK London Local Space

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. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=875106007 GO Reference: GO-2024712-PRO-26876276

Value:
Published: 2024-07-12
Deadline:
2024-07-12
Provision of Insurance and related services to Local Space
British Oversea Territories London Local Space

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Local Space

Value: 700000
Published: 2024-07-12
Deadline:
700000 2024-07-12
2024 Further Contracts for Civil Legal Aid services from 1 September 2024
United Kingdom London The Legal Aid Agency

The Legal Aid Agency ("LAA") is inviting Tenders to deliver the publicly funded civil legal aid services from 1 September 2024 under the 2024 Standard Civil Contract ("2024 Contract"). The Tender Deadline is 17:00 on 25 July 2024. Due to the urgent need for contracts to be in place to allow services to commence, the timescale from launch to the deadline for submission of tenders has been set at 14 days. Late submissions will not be considered under any circumstances. It is the Applicant's sole responsibility to ensure that it submits a Complete Tender before the Tender Deadline. It is the Applicant's sole responsibility to ensure its Tender has been correctly completed to fully and properly represent its tender for the 2024 Contract. Organisations that meet the Tender Requirements to hold a 2024 Contract and successfully Tender will be awarded a 2024 Contract. There is no limit to the number of 2024 Contracts that may be awarded under this process, however, the LAA will award a single Schedule to deliver each of the Housing Loss Prevention Advice Service ("HLPAS") Areas. The 2 areas included in HLPAS procurement opportunity will be the following areas only: - Barnstaple, Torquay & Newton Abbot - Boston, Lincoln Organisations do not need to submit a response to this procurement process where they: - have been notified of a successful outcome of their 2024 Standard Civil Contract Tender in Housing and Debt and Welfare Benefits through the eTendering message board; and - are not seeking to deliver Contract Work in Housing and Debt and Welfare Benefits from additional offices/Procurement Areas; and/or - do not wish to deliver HLPAS in Barnstaple, Torquay, Newton Abbot, or Boston, Lincoln. Applicants must review the following documents which set out the complete rules of the 2024 procurement process and should be read in the following order: - SQ ITT FURTHER; - Award ITT FURTHER; - Category-Specific Information; - HLPAS ITT FURTHER (if you wish to tender for HLPAS Contract Work in the 2 areas included in this procurement process); - HLPAS-Specific Information Document (if you wish to tender for HLPAS Contract Work in the 2 areas included in this procurement process); - 2024 Contract; - Procurement process for 2024 Standard Civil Contract from September 2024- Frequently Asked Questions (FAQ); and - Additional Procurement: 2024 Standard Civil Contract - Frequently Asked Questions (FAQ) All Tenders must be completed and submitted using the eTendering system, accessed through: https://www.gov.uk/government/publications/civil-2024-contract-procurement-process or https://legalaid.bravosolution.co.uk

Value:
Published: 2024-07-11
Deadline:
2024-07-11
CPG/10412/2023 Provision of broker services and medical insurance for the British Embassy in Santiago
British Oversea Territories London Foreign Commonwealth and Development Office

Broker and Medical Services for the British Embassy in Santiago. If interested please contact AME.Procurement2@fco.gov.uk for more information.

Value: 138967
Published: 2024-07-10
Deadline:
138967 2024-07-10
National Baseline Assessment (NBA) on the Implementation of the UN Guiding Principles on Business and Human Rights - EME
British Oversea Territories London Foreign Commonwealth and Development Office

The UK Government has consistently supported the UN Guiding Principles on Business and Human Rights (UNGPs), which are widely regarded as the authoritative international framework to steer practical action by Governments and businesses worldwide on this important agenda. Implementation of the UNGPs supports access to justice and effective remedies for victims of business-related human rights abuses, wherever these occur, and encourage businesses to voluntarily adopt due diligence approaches to respecting human rights. In response to the UNGPs, the UK was the first State to produce a National Action Plan (NAP) on business and human rights and we continue to develop our approach, including through implementation of the Modern Slavery Act 2015 and Procurement Act 2023. An NBA would have the primary objective of assessing the current level of implementation of the UNGPs and other relevant business and human rights frameworks by the UK Government and UK businesses. An NBA would cover the three pillars of the UNGPs: 1. State Duty to Protect 2. Business Responsibility to Respect 3. Access to Remedy An NBA would clearly identify measures taken by the UK Government that support business compliance with international and regional human rights standards and identify possible gaps in current measures. It would also assess to what extent UK businesses have committed to respecting human rights, including by carrying out voluntary HRDD, and participating in remediation processes. An NBA would help build the evidence base for legal, policy, and institutional options on business and human rights, and might identify further research and data collection needs. An NBA would be informed by both quantitative and qualitive research using desk-based and participatory research methods including engagement with relevant stakeholders, including but not limited to businesses, government officials, civil society organisations, academics, international organisations and people with lived experience of business-related human rights abuses. The methodology for the delivery of the NBA would be developed in line with guidance and tools developed by the UN Office of the High Commissioner, the UN Working Group on Business and Human Rights, and the Danish Institute for Human Rights. This is not a call for competition or tender at this time. At the EME, suppliers will be given the opportunity to comment on a draft Terms of Reference to inform FCDO's approach to engaging suppliers and test our design assumptions. Additional information: This EME is scheduled to take place virtually on Wednesday 24th July @ 11:00 - 12:30 BST. Please register for attendance for the EME via the guidance below. If you are interested in attending this Early Market Engagement event, then please register via the form at: https://forms.office.com/e/1Sh6gu8rZn We ask that Suppliers register on the Jaggaer Portal and sign up to the PQQ titled pqq_1684. All future communications relating to market engagement and pre-procurement messaging will be sent through the portal. Please note that this is not the PQQ stage of the formal procurement process and non-attendance will not impact any bidder's opportunity to participate in the tender process. Should you have any technical issues with the Portal, please call eTendering helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing this PQQ should be reported to Mahzabin.ahmed@fcdo.gov.uk.

Value:
Published: 2024-07-10
Deadline:
2024-07-10
Paradigm Trust - Provision of Legal Services
UK London Paradigm Trust

Section II.3) – dates refer to the initial contract period and do not include the options of any extensions. Section IV.3.5) – any dates shown are an estimate. In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available. The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers. The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.

Value:
Published: 2024-07-10
Deadline:
2024-07-10
PQQ - Legal tender (Construction)
UK London The Crown Estate Commissioners

Value:
Published: 2024-07-10
Deadline:
2024-07-10
C24612- Heavy Goods Vehicle Recovery & Detention Services
British Oversea Territories LONDON Home Office

The Home Department acting through Border Force has the power to detain vehicles where it is identified that the owner/hirer have an outstanding debt to a penalty levied under the Civil Penalty Regime. These provisions allow the Authority to issue legal paperwork and for the vehicle (including its content) to be taken into formal detention. Border Force is seeking to appoint a Supplier to provide Heavy Goods Vehicle (HGV) recovery and detention services. The contract will be for the Supplier to recover vehicles nationally and then store the vehicles until the Authority mandates their release or sale. The Contract will have an initial term of 24 months, with an option to extend for an additional 12 months. Additional information: The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet. The procurement will be managed electronically via the Home Office's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the link 'To register click here'. Please note that to register, you must have a valid DUNS number (provided by Dun and Bradstreet) for the organisation being registered and who will be entering into a commercial agreement if invited to do so. Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This can be done by searching for the procurement title "itt_1025 - Provision of Heavy Goods Vehicle Recovery and Detention Services". Once an expression of interest has been received, Invitation to Tender documents will be made available via the portal, subject to parties signing a Non-Disclosure Agreement (NDA).

Value: 255000
Published: 2024-07-10
Deadline:
255000 2024-07-10
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highway street trees Insurance related tree maintenance DPS1 1205 Parking suspensions can be arranged providing 2 weeks notice given. Send requests to clare.pappalardo@haringey.gov.uk Works to be completed by end of August 2024 This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-07-10
Deadline:
2024-07-10
CA14305 - Paradigm Trust - Provision of Legal Services
London Paradigm Trust

Paradigm Trust is seeking proposals from providers of Legal Services to meet its requirements for the provision of Legal Services. Includes Lots: Lot 1: Lot 1 - Employment Law and HR Advisory Services Lot 2: Lot 2 - Non-Employment Law To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA14305. Not registered: Visit https://suppliers.multiquote.com then register and quote CA14305 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.

Value:
Published: 2024-07-10
Deadline:
2024-07-10
CPG/10412/2023 Provision of broker services and medical insurance for the British Embassy in Santiago
UK London Foreign Commonwealth and Development Office

Value:
Published: 2024-07-10
Deadline:
2024-07-10
Provision of Insurance and related services to Local Space
UK London Local Space

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. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./P23673TUV7 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/P23673TUV7 GO Reference: GO-202479-PRO-26839284

Value:
Published: 2024-07-09
Deadline:
2024-07-09
P148 WAES Distance Learning Subcontracted provision 24/25
UK London capitalEsourcing

Any variation to this contract will be treated inline with change control process defined in the variation clause. The authority reserve the right to increase or decrease courses or the value of contract drawdown as long as this does not change the contract by making it to be significantly different from the base contract.Any variation to this contract will be treated inline with the contract variation clauses and reference to PCR (2015) regulation 72 may apply. Where the authority seeks to rely on regulation 72, it will seek legal advice from its internal team of solicitors and principles of change control will apply in effecting any change to the agreed contract. The contract will be delivered as a 3 year contract with break clauses after year 1 and 2.

Value:
Published: 2024-07-09
Deadline:
2024-07-09
Provision of Insurance and related services to Local Space
British Oversea Territories London Local Space

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Local Space

Value: 700000
Published: 2024-07-09T00:00:00Z
Deadline:
700000 2024-07-09T00:00:00Z
PQQ - Legal tender (Construction)
United Kingdom London The Crown Estate Commissioners

The intention is for the Services to include all the construction legal work generated by the TCE Central London portfolio (and other portfolios from time to time).

Value: 1
Published: 2024-07-08T00:00:00Z
Deadline:
1 2024-07-08T00:00:00Z
Administration and Management of the Matrix Standard - Market Engagement Event
British Oversea Territories London Department for Education

The purpose of this Prior Information Notice (PIN) is to inform the market of a forthcoming market engagement event related to a potential upcoming procurement.The Matrix Standard was launched in 2002 and is the intellectual property of the Secretary of State for Education (DfE) and is Crown Copyright. It is a quality Standard for the effective delivery of information, advice and/or guidance on learning and work. It promotes the delivery of high-quality information, advice and/or guidance by ensuring organisation's review, evaluate and continuously develop their service; encourage the take up of professionally recognised qualifications and the continuous professional development of their staff.The Standard has been developed to assess any delivery method, face-to-face, through training or learning delivered remotely, over the phone or through a website. Organisations are reviewed every 3 years to maintain their accreditation and undertake Annual Continuous Improvement Checks (CIC). Assessments are carried out by independent, registered matrix Practitioners. These are consultants who are recruited, trained and developed in line with a rigorous quality assurance process by the assessment and certification body. To be on the register practitioners have to comply with the conditions of registration which include insurance and continuous professional development.The Department for Education (DfE) currently requires all National Careers Service providers to achieve the matrix Standard. This service will be a concession contract. The DfE will be undertaking an online market engagement event at 11.00am on 21st May 2024 for interested parties. The event is anticipated to last approximately 90 minutes and will give interested parties an understanding of the aims of the opportunity.If you wish to attend the event, please use the link found in the 'Additional Text' attachments section entitled: Administration and Management of the Matrix Standard market engagement sessionThis notice is for information and engaging with the supply market only. It is not a binding statement of intent or call for competition. The DfE reserves the right not to enter a formal process and not award a concession contract. The information contained in this notice, including information relating to the nature and scope of the DfE's requirements, the service classification of this requirement from the list of CPV codes, is only indicative of the DfE's current thinking and is neither exhaustive nor binding. The DfE reserves the right at its absolute discretion to amend it at the time of issue of any further notices or at any other time.The DfE will not be liable for any bid cost, expenditure, work or effort incurred by a potential supplier in acting on the basis of this PIN.Additional information: Administration and Management of the Matrix Standard market engagement session:Meeting ID: 332 238 071 62 Passcode: iMtA6p https://teams.microsoft.com/l/meetup-join/19:meeting_Mjk5OGNjZjctNWIyYS00ZjYwLTlhZmMtNjNkN2YzMTY0OGY1@thread.v2/0?context={"Tid":"fad277c9-c60a-4da1-b5f3-b3b8b34a82f9","Oid":"b65e6d3e-08b7-43a4-a156-5856e155b475"}

Value: 0
Published: 2024-07-08T00:00:00Z
Deadline:
0 2024-07-08T00:00:00Z
Prior Information Notice (PIN) for the Supply of a National Framework for Legal Services to Police Forces, Police and Crime Commissioners
UK LONDON Metropolitan Police Service

Value:
Published: 2024-07-05
Deadline:
2024-07-05
Referral Agent for Learning Programmes
UK London capitalEsourcing

Any variation to this contract will be treated inline with the contract variation clauses and reference to PCR (2015) regulation 72 may apply. Where the authority seeks to rely on regulation 72, it will seek legal advice from its internal team of solicitors and principle of change control will apply in effecting any change to the agreed contract. The contract will be delivered as a 3 year contract with break clauses after year 1 and 2.

Value:
Published: 2024-07-05
Deadline:
2024-07-05
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1195 Highways insurance works Parking suspension can be arranged providing notice given works to be undertaken July / August 2024 This opportunity has been distributed on adamprocure.co.uk

Value: 0
Published: 2024-07-05T00:00:00Z
Deadline:
0 2024-07-05T00:00:00Z
Fire Insurance Re-Valuations - City Fund Properties
United Kingdom London City of London Corporation

​​Fire Insurance Revaluation of City Fund Properties for the City of London Corporation. Please see Consultant Brief located within tender documents.

Value: 0
Published: 2024-07-05T00:00:00Z
Deadline:
0 2024-07-05T00:00:00Z
Single Use / Reusable Surgical Instruments, Repair, Maintenance, and Recycling of Surgical Instruments
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 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 > 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 1) a Modern Slavery Assessment (MSAT) and 2) 3rd party modern slavery audits on your manufacturers assessing the International Labour Organisation's 11 indicators of forced labour, both completed within 12 months of the future tender close date (PPN 02/23).

Value:
Published: 2024-06-27
Deadline:
2024-06-27
WFD_Reform and Democratic Space in Kyrgyzstan_Call for Experts _ June_2024
Kyrgyzstan LONDON THE WESTMINSTER FOUNDATION FOR DEMOCRACY LIMITED

Kyrgyzstan is a young democracy. While there has been a recorded decline in openness and democratic space, the UK and other international partners have continued to encourage civic and political freedoms. Political leadership is interested in attracting international investment without compromising stability. It is important for Kyrgyzstan to demonstrate democratic successes and convince key internal stakeholders of the benefits of remaining open and internationally engaged. Prime Minister Japarov has requested UK support to improve economic governance, highlighted in his recent UK visit and a December Op-Ed calling for reforms. The UK has an opportunity to support key reforms in Kyrgyzstan through external expertise that can build rapport with the Kyrgyz leadership and promote an open society.This assignment aims to provide the Kyrgyz Government with experienced and senior advice on reform, including legal reform, that builds strong UK-Kyrgyz relations on democratic governance issues.Scope of workA senior and experienced UK expert, most likely a respected academic, professional or political, foundation or business equivalent, should have an expertise in a key area of interest to Kyrgyz counterparts, such as legal reform aimed at improving the economic and administrative environment, or economic reform. They will: - Familiarise themselves with Kyrgyz reform issues through reading and briefings (up to 2 days); - Undertake a scoping visit to establish strong Bishkek networks and identify areas of policy advice and support (up to 6 days); - Provide substantive advice and mentoring to Kyrgyz counterparts in consultation with the Embassy during and post visit (visit plus up to 4 days of follow-up engagement); - Develop an advisory note for the Embassy setting out recommendations on further UK engagement and support, with rationale (up to 2 days). Further visits may be agreed as needed. Deliverables Strong UK-Kyrgyz policy relationship on reform and open societies; Direct advice/mentoring to Kyrgyz counterparts; Advisory note on further UK support of no more than 5 pages; A summary of recommendations for Kyrgyz counterparts of no more than 4 pages;TimelineThe initial scoping phase will require up to 14 days of support, with the visit taking place no later than September/beginning of October 2024.Please read through the invitation to tender document for full details on how to apply.

Value: 18000
Published: 2024-06-27T00:00:00Z
Deadline:
18000 2024-06-27T00:00:00Z
Accommodation Solution
Egham Royal Holloway and Bedford New College

Royal Holloway University require a solution in the form of an App and or Web Portal for students to find accommodation. The solution should bring together all available accommodation in designated areas (Egham and other surrounding areas), this should include accommodation in PBSAs, HMOs, flat shares, and self-contained units. The solution should give students confidence that the accommodation is off good quality, meets required legal standards and is available for the periods requested. The contract will be for an initial one year with the option to extend for a further four years in two year increments.

Value: 0
Published: 2024-06-27T00:00:00Z
Deadline:
0 2024-06-27T00:00:00Z
Supply of Specified Pathogen Free (SPF) Eggs to APHA (Re-Tender)
London APHA

The Animal and Plant Health Agency (APHA) has an ongoing requirement for the supply of Specified Pathogen Free (SPF) Eggs.The Authority intends to launch a tender in August 2024, with contract commencement from February 2025, following a three month transition period. The Authority anticipates that the new contract will run for a minimum of 3 years with the option to extend, based on the future requirements of the APHA, which are yet to be confirmed.The APHA is an executive agency working on behalf of 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.The APHA's range of responsibilities includes statutory work for the 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.

Value: 0
Published: 2024-06-21T00:00:00Z
Deadline:
0 2024-06-21T00:00:00Z
Provision of Insurance and related services to Women's Pioneer Housing
UK London Women's Pioneer Housing

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. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./PFB8NJ8RWDTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/PFB8NJ8RWD GO Reference: GO-2024619-PRO-26657592

Value: 0
Published: 2024-06-19T00:00:00Z
Deadline:
0 2024-06-19T00:00:00Z
Total Patient Assessment Devices Solutions
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 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> 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) within 12 months prior to the tender closing date. [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 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- 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: 0
Published: 2024-06-19T00:00:00Z
Deadline:
0 2024-06-19T00:00:00Z
Provision of Insurance and related services to Women's Pioneer Housing
British Oversea Territories London Women's Pioneer Housing

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Women's Pioneer Housing

Value: 1325000
Published: 2024-06-19T00:00:00Z
Deadline:
1325000 2024-06-19T00:00:00Z
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1200 Insurance worksHighways winter works pollarding/reductionsTo be started end of Oct 2024 completed end of November 2024)Parking suspensions can be arranged providing 14dys notice given (email Clare.Pappalardo@haringey.gov.uk) This opportunity has been distributed on adamprocure.co.uk

Value: 0
Published: 2024-06-19T00:00:00Z
Deadline:
0 2024-06-19T00:00:00Z
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Parks
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1208Parks winter works insurance related work (To be started end of Oct 2024 completed end of November 2024)Parking suspensions can be arranged providing 14dys notice given (email Clare.Pappalardo@haringey.gov.uk) This opportunity has been distributed on adamprocure.co.uk

Value: 0
Published: 2024-06-19T00:00:00Z
Deadline:
0 2024-06-19T00:00:00Z
BE24104 - Projections of Climate Risks, Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures for Farmed Landscapes
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-06-18
Deadline:
2024-06-18
BE24104 - Projections of Climate Risks, Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures for Farmed Landscapes
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-06-18
Deadline:
2024-06-18
BE24104 - Projections of Climate Risks, Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures for Farmed Landscapes
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-06-18
Deadline:
2024-06-18
ITT ref 2841: Invitation to Tender Notice for DfE: The UK ENIC Service & Adjacent Services and for Home Office: The Provision of Qualification Equivalency and English Proficiency Assessment Services
British Oversea Territories London Department for Education

The high-level requirements of UK ENIC for the Department for Education are to deliver the UK National Information Centre for the Recognition of Professional Qualifications to: enable the UK to meet its obligations under the Lisbon Recognition Convention, chiefly relating to the equivalence of foreign qualification to those of the UK.The DfE Specification included with the tender documents provides details of the requirements. The main elements of UK ENIC Service are:1. Implementation Services:-The Supplier shall build the UK ENIC database and build the UK ENIC portal during the Implementation Period.2. Operational Services (following the Implementation Period):-operate, maintain and update the UK ENIC Database and a website dedicated to the Services; -provide Statements of Comparability; -operate a contact centre;-support to departments of the UK government and the devolved governments of Northern Ireland, Scotland and Wales -conference services. In addition to the UK ENIC Service, the supplier will be required to deliver Adjacent Services for DfE of:-An advisory and assessment service to Applicants holding UK and non-UK Qualifications on whether their qualifications enable them to work as qualified members of staff within early years settings in England.-A service that enables the Teaching Regulation Agency to request verification checks directly with a non-UK Higher Education Institution which issued the relevant Qualification.Either of these Adjacent Services (independent of each other) may be commenced or terminated during the contract period. The Secretary of State for the Home Department, acting through UK Visas and Immigration (UKVI), is the Authority procuring The Provision of Qualification Equivalency and English Proficiency Assessment Services. UKVI is a department within the Home Office. whose customers include but are not limited to:-those seeking to extend permissions to work or study, or stay or settle with family in the UK;-those seeking to evidence their rights as European Economic Area nationals and family members; and -those progressing from earlier immigration permissions to British nationality.The Home Office Specification included with the tender documents provides a detailed set of requirements. In summary, the main service elements include:-Verification of Customer identity & checks to establish overseas qualification provenance & equivalence to UK qualifications- confirm if taught or researched in English. -Confirm equivalency relevant to the Common European Framework of Reference for Languages level & whether the qualification academic, professional or vocational.-Develop, maintain and update an English Comparability database. -operate, maintain and update the public website for the Services.- Manage a range of case complexities & changes in demandAdditional information: To support the delivery of a UK national information centre to implement the Lisbon Recognition Convention and the Global Convention (the UK ENIC), the Department for Education requires a range of Services in relation to the Assessment of Qualifications and/or the recognition of Qualifications and comparability of non-UK Qualifications with those of the UK as set out in this Schedule. The Services will be provided to a variety of users, including individuals with non-UK Qualifications/skills, government departments both in the UK and internationally, academic institutions, professional/regulatory bodies, commercial companies and employers. The Supplier will also be responsible for the provision of information on the education and training systems in the UK to support the international recognition of UK Qualifications.The Secretary of State for the Home Department, acting through UK Visas and Immigration (UKVI), seeks to award a Service Contract to a supplier for the Provision of UK Visa Qualification Equivalency and English Proficiency Assessment Services. The Contract will be for an initial 5-year term including 2 optional 12-month extension periods (5+1+1). This service will evaluate and assure evidence from customers who hold International educational qualifications. The service will also check and assure International educational qualifications for equivalency to UK educational standards and levels, assuring the credibility and authenticity of the certificate and qualifications as required under Home Office immigration policy as part of a UK visa application process. A single successful supplier shall be awarded both the DfE contract and the Home Office contract.The procurement process that will award both contracts will be carried out electronically through the DfE's profile on Jaggaer, an online e-Procurement Solution portal. Potential bidders should therefore ensure they are registered on this portal, under the name of the legal organisation that intends to enter into the contracts to deliver the services. It can be accessed at https://education.app.jaggaer.com. For full details of the instructions to tenderers and the terms of participation, refer to the Invitation to Tender documents which are available in Jaggaer.The Department is planning to host a Bidder Briefing Session on or around 17 April 2024 hosted via Microsoft Teams. If you would like to attend, please raise a clarification via Jaggaer with the representative's name, job title and email address. The closing date for bids is 16/07/2024 @ 11:59 AMThe Contract(s) value is in no way guaranteed and may vary throughout the duration to reflect changes with Authority policies and process, peaks and troughs in demand outside of Authority control, and/or the Government's overall spending priorities and requirements.

Value: 80000000
Published: 2024-06-17T00:00:00Z
Deadline:
80000000 2024-06-17T00:00:00Z
Provision of Private Medical Insurance to Ofcom Reference number:
UK London OFCOM

Value: 0
Published: 2024-06-14T00:00:00Z
Deadline:
0 2024-06-14T00:00:00Z
Provision of Private Medical Insurance
London OFCOM

a provider of a group Private Medical Insurance cover to Ofcom Colleagues, and any associated groups covered under the "Ofcom Choices Group Private Medical Insurance" scheme, from 1 January 2025 to 31 December 2026, or 31 December 2027 (if a three-year expiry period is offered).The key criteria for this ITT are:-the nature of the benefit offered, -its clarity and ease of use for members and administrators, -its cost, and -its alignment with our Diversity & Inclusion and Wellbeing objectives.In addition, Ofcom is looking for ease of implementation, straightforward contracting and the service levels offered.As a minimum, the Tenderers must:-Meet the detailed requirements as outlined in Appendix 1 to Section 6.-Provide rates for all levels of cover (single, couple, family and single parent), including rates for employees over 65 - please ensure that your rates are on the correct rate weightings (see the Data Pack for further details).-Ensure at a minimum the continuation of current benefit at the same level as currently provided and as outlined in the ITT Data Pack, which is provided as Appendix 2 to Section 6. We expect Tenderers to provide details on where the level of cover they can provide is improved from the minimum continuation of the current benefit level, clearly highlighting the difference in cover and financial impact if there is one.-Provide group Private Medical Insurance cover to a small group of employees that are not eligible for flexible benefits through Ofcom Choices. These employees are currently insured under the main group Private Medical Insurance scheme but under a separate subsection. -Offer clear pathways for Musculoskeletal and Mental Health conditions and for Cancer (skin, breast and prostate). -Offer online services for members, including online claim submissions and tracking, with access through computers, smartphones and tablets. -Provide robust Management Information ideally accessible directly by Ofcom but otherwise provided at regular intervals.-Demonstrate an understanding of Ofcom's Diversity & Inclusion objectives and how the cover supports these objectives.-Be an insurer that is regulated and authorised by the UK Financial Conduct Authority (FCA) and Prudential Regulatory Authority (PRA).-Demonstrate a high level of financial stability; Standard & Poor A+ (stable) rating or higher.It would be preferable if the insurance policy and/or insurance provider could:-Provide a three-year administration charge guarantee. A two-year administration charge guarantee is acceptable but may not score as highly as a three-year administration guarantee.-Offer support helplines to members such as a 24/7 service.-Offer members ancillary wellbeing services and offers.

Value: 9000000
Published: 2024-06-14T00:00:00Z
Deadline:
9000000 2024-06-14T00:00:00Z
Global Engagement Consultancy for The Science Museum Group
London Science Museum Group

The Science Museum Group wishes to appoint a Supplier to provide an assessment of the Group's readiness to deliver a new workstream of major international partnerships through supporting a pilot project to develop and deliver a 'Museums Hub' in Saudi Arabia. The appointed contractor will support Science Museum Group personnel by: - Advising on the legal and regulatory environment for doing business in Saudi Arabia, in particular employment issues (e.g. personnel based in the Kingdom; UK-based personnel working in the Kingdom) and financial issues (e.g. UK- or Saudi-based entities; transaction mechanisms) - Costing and advising on the practicability of identified projects, programmes and other activity as part of the Museums Hub proposition. - Advising and making suggestions that will help to deliver the goals of the Museums Hub (e.g. partners and stakeholders; activities). - In parallel, and using the Saudi Museums Hub as a test case, evaluating the capacity and capabilities necessary to develop and deliver such major international partnerships and to make recommendations regarding the Science Museum Group's ambitions to run similar initiatives elsewhere.Additional information: You can view our tender documents and apply for the opportunity here: https://in-tendhost.co.uk/sciencemuseumgroup/aspx/HomeIs a Recurrent Procurement Type? : No

Value: 0
Published: 2024-06-13T00:00:00Z
Deadline:
0 2024-06-13T00:00:00Z
PRE00148 Provision of Office Cleaning
United Kingdom London Pool Re Services Limited

Pool Re is the insurance industry's mutual for reinsuring terrorism risk in Great Britain and operates as an Arm's Length Body of HM Treasury. Pool Re requires cleaning services for the office at Equitable House, 47 King William Street, London, EC4R 9AF. Services would need to be undertaken daily Monday-Friday after 6pm. We expect the Supplier to:-Provide high quality cleaning services to all areas within the Pool Re office.-Be responsible for monitoring the provision of their services daily-Complete regular formal inspections of their work - this may include joint inspections with Pool Re representatives-Employ sufficient and suitably trained staff to ensure the delivery of a high-quality service.-Be fully compliant with employment law and right to work checks-Undertake all tasks normally associated with a professional cleaning contract, to ensure that all areas and their contents are maintained to a high level of general cleanliness in accordance with the standards set out, and remain presentable and fit for their intended purpose.TUPE will apply as a result of an award of a contract to provide the Services further to this tendering exercise. If you wish to express an interest, please contact Commercial Services.

Value: 70000
Published: 2024-06-11T00:00:00Z
Deadline:
70000 2024-06-11T00:00:00Z
Decontamination Capital Equipment and Associated Accessories
UK London NHS Supply Chain Operated by Supply Chain Coordination Limited (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:- 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. 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).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”.EXPRESSION OF INTEREST- Find “SQ Decontamination Capital Equipment & Associated Accessories” 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. The closing date for responses to the RFI will be indicated here. - Responses to the RFI should be returned as an attachment to a message in the SQ.

Value: 0
Published: 2024-06-07T00:00:00Z
Deadline:
0 2024-06-07T00:00:00Z
Provision of Insurance and related services to Southern Housing
UK London Southern Housing

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. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./JQ9AHM7DM8To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/JQ9AHM7DM8 GO Reference: GO-202467-PRO-26476647

Value: 0
Published: 2024-06-07T00:00:00Z
Deadline:
0 2024-06-07T00:00:00Z
Responsive Repairs and Voids Procurement
UK Wembley Sovereign Network Homes

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.SNH reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at it's sole discretion. SNH shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with SNH shall be incurred entirely at that applicant's/tenderer's risk.SNH anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to this Contract.This contract notice is being issued in the name of Sovereign Network Homes (SNH) as this is our current legal identity, however in April 25 we will fully merge with SNG and the contract will be novated into this name.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Construction-work./95AUP8J3VATo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/95AUP8J3VA GO Reference: GO-202467-PRO-26477532

Value: 0
Published: 2024-06-07T00:00:00Z
Deadline:
0 2024-06-07T00:00:00Z
Provision of Insurance and related services to Southern Housing
British Oversea Territories London Southern Housing

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Southern Housing

Value: 6350000
Published: 2024-06-07T00:00:00Z
Deadline:
6350000 2024-06-07T00:00:00Z
Obstetrics, Gynaecology & Sexual 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:- 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 cover in the name of the applicant of £5m per claim or £5m per claim and in the annual aggregate.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: 0
Published: 2024-06-06T00:00:00Z
Deadline:
0 2024-06-06T00:00:00Z
PS24063 - The Provision of Offshore Renewables Decommissioning Technical Advice 2024-2027
Swindon DESNZ

The final date and time for the submission of bids is Tuesday Friday 12 July 2024 at 11:00DO NOT apply directly to the buyer.All tender information MUST be submitted through the Jaggaer eSourcing Portal.Brief Description of RequirementThe Offshore Renewables Decommissioning Team in BEIS is seeking to appoint specialist support to provide technical advice on industry proposals for decommissioning a range of offshore renewable energy infrastructure (OREI) including offshore wind farms, offshore transmission owners (OFTO) and wave/tidal stream developments in UK waters.Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.This contract will be awarded based on the evaluation criteria as set out in the RFP document.How to ApplyUK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number PS24063 or ITT_1609Additional information: DO NOT APPLY DIRECTLY TO BUYERAll submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.The Contracting Authority expressly reserves the right:i. not to award any contract as a result of the procurement process commenced by publication of this notice; andii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.About UK Shared Business ServicesUK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority.Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value: 0
Published: 2024-06-06T00:00:00Z
Deadline:
0 2024-06-06T00:00:00Z
Provision of Legal Adviser Services for British Embassy Iraq Network
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Legal Adviser Services for British Embassy Iraq Network - British Embassy Baghdad and British Consulate General Erbil.Additional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via email.

Value: 23000
Published: 2024-06-06T00:00:00Z
Deadline:
23000 2024-06-06T00:00:00Z
Provision of Vehicle Insurance for British Consulate General Jerusalem
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Vehicle Insurance for British Consulate General Jerusalem.Additional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via the provided email.

Value: 21600
Published: 2024-06-06T00:00:00Z
Deadline:
21600 2024-06-06T00:00:00Z
Employers Agents Framework
UK Wembley Sovereign Network Homes

SNG (Sovereign Network Group) was formed in October 2023 through the merger of Sovereign Housing and Network Homes. We provide over 80,000 homes serving over 210,000 residents and invest in communities across the South of England, with an aim to create thousands of new affordable places for people to live every year.Our purpose is to provide quality affordable homes and places, that people love for generations. We aren’t just here for now or for profit, everything we earn we invest so that our customers now, and in the future, have a sustainable home that they love, in a thriving community. Our size and geographic breadth diversifies the homes that we own, offering stability alongside growth potential.SNG will have an annual income of over £830m in 2024/25 and will invest £9.2bn over the next 10 years, building 25,000 new homes – almost 4,000 more than in current plans, as well as regenerating estates and improving the sustainability and quality of existing homes. They have also pledged to establish a new Community Foundation to invest £100m in communities over a ten-year period.Our strategy is to continue to grow, staying financially strong through good governance and performance management so we can invest more in the things that matter – building more homes and making better places. This tender opportunity is being published and will be awarded in the name of Sovereign Network Homes as this is our current legal identity however when we fully merge in April 25 the contract will be novated into the name of SNG and will be available to all of SNG and any associated subsidiaries.SNH is actively bidding for opportunities both on and off-market. These range across S106s, land acquisitions, package deals and more complicated joint venture arrangements. The schemes on which we offer tend to comprise between 25 and 300 homes albeit larger opportunities are not uncommon. Our current pipeline includes a 79 unit High Risk Building in LB Brent which we hope to start on site this financial year, a 95 unit multi-block scheme in LB Ealing and Phase 2 of a Masterplan Consent which we expect to deliver c. 950 homes.Other social housing providers in the UK (both those that are in existence now and those that may come intoexistence during the term of the framework agreement) may also be entitled to call-off contracts under theframework agreement. ‘Social Housing Provider’ for this purpose means any provider of social housing andincludes registered providers (as listed on the Gov.UK Website: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing), and may include local authorities and ALMO's. Applicantsshould note that, under the framework agreement, no organisation that is entitled to call-off shall be under anyobligation to do so neither does any social housing provider have the automatic right to do so without directpermission from Network Homes Ltd.Where other ‘Social Housing Providers’ have instructed call-off contracts under this framework agreement, thevalue of the Framework stipulated in II.2.6) may increase over its 4 year duration. 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-Wembley:-Construction-consultancy-services./48SJG7S5PGTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/48SJG7S5PG GO Reference: GO-2024531-PRO-26395498

Value: 0
Published: 2024-05-31T00:00:00Z
Deadline:
0 2024-05-31T00:00:00Z
TfL Legal Panel Framework
UK LONDON Transport for London

Transport for London (TfL) is a complex organisation operating both as a functional body of the Greater London Authority (GLA) under the direction of the Mayor of London and as a provider of transport services. Further information on TfL may be found at www.tfl.gov.uk.The contract or contracts (if any) resulting from this call for competition may be awarded by and may be for the benefit of TfL and/or any of its subsidiaries and/or the GLA and/or any of the GLA's functional bodies and any Mayoral Development Corporation from time to time including (without limitation) the London Legacy Development Corporation and Old Oak and Park Royal Development Corporation.The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the Framework Agreement.Please note all Economic Operators are required to express their interest by emailing ilvacunka@tfl.gov.uk. Economic Operators interested in being considered for this opportunity must express interest by means of completing the Standard Selection Questionnaire detailing their capabilities.Transport for London (TfL) reserve the right not to consider expressions of interest received after the closing date/time or received by means other than the portal.TfL reserves the right at any stage to reject or disqualify or revise the pre-qualified status of any Tenderer who:1. Provides information or confirmations which later prove to be untrue or incorrect; and/or2. Does not submit a tender in accordance with the requirements set out in the procurement documents or as directed by TfL during the procurement process; and/or3. Fulfils any one or more of the criteria detailed in Regulation 57 of the Public Contracts Regulations 2015. The procurement process is being conducted electronically on the e-Tendering portal SAP Ariba. The portal can be accessed via the following link:https://service.ariba.com/Supplier.awTo register or to check if you are already registered in TfL SAP Ariba, please use the following link:https://service.ariba.com/Supplier.awFor help registering or uploading your responses, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk.

Value: 0
Published: 2024-05-30T00:00:00Z
Deadline:
0 2024-05-30T00:00:00Z
GB-Stratford: LLDC Commercial Property Estate Management Services
United Kingdom London London Legacy Development Corporation

The London Legacy Development Corporation (LLDC), with a 12-year operational history, is seeking a qualified and experienced property consultancy to manage its owned and occupied assets and locations. The LLDC's portfolio, which will eventually be developed, generates important interim income. Therefore, effective management of these tenants and properties is crucial, including rent collection. The Service Provider is expected to proactively manage the LLDC's owned and occupied assets and locations that are not under development, using a coordinated approach to ensure legal obligations are fulfilled, commercial opportunities are maximised, and sites are available and prepared for development at the relevant time. LLDC currently has a contract with a single service provider that is due to end mid-2024. Therefore, a re-tender is required for this business-critical service. This requirement is for LLDC and its subsidiary operations including Stratford Waterfront Retail Management Company Limited. EXPECTED DURATION: 3 Year ContractAdditional information: 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.

Value: 100000
Published: 2024-05-24T00:00:00Z
Deadline:
100000 2024-05-24T00:00:00Z
Prisoner Screening & Assessment Tools and Associated Services
UK London Ministry of Justice

The purpose of this engagement is to secure wider market involvement in the testing and development of our procurement structure, including the specification and contract.Topics we would like to hear suppliers’ view on may include but are not limited to: Specification Optimisation Contract Terms Proportionality Removing Barriers to SMEs Lot Structure IPR Costs Pay Mech Insurance Levels Digital RequirementsAs part of this PIN we have included a pre-recorded presentation and PowerPoint slides from the Screening and Assessment Team, which goes through the current Screening and Assessment situation in prisons, our future view, and the areas we would particularly like to seek your feedback on. Feedback on other areas will also be welcomed.We have included a Survey to seek out your views and to ask if you would be willing to speak with us further on this topic. The survey will be open from 22nd May – 4th June. If you agree to speak with us, we will be holding meetings on a first come first serve basis between 28th May - 4th June.We then intend to review our approach based on the information provided from the market before coming back to you on the 17th June – 27th June. Please note, we will not be sending out an additional PIN for this.The pre-recorded presentation can be found here: https://we.tl/PzuLZ5VFOCThe Survey can be found here: https://forms.office.com/e/0qsUebBnuHOther supporting material is attached to the Contracts Finder PIN, which can be found here: https://www.contractsfinder.service.gov.uk/Notice/b1c6faac-1524-47a5-b07a-63db1534f521

Value: 0
Published: 2024-05-22T00:00:00Z
Deadline:
0 2024-05-22T00:00:00Z
Insurance Loss Adjuster Services
UK London London Borough of Lambeth

Value: 0
Published: 2024-05-22T00:00:00Z
Deadline:
0 2024-05-22T00:00:00Z
Prisoner Screening and Assessment Tools and Associated Services
British Oversea Territories London Ministry of Justice

The Ministry of Justice (MoJ) has a legal requirement to secure the provision of education and training for prisoners and recognises that Education, Skills, and Work (ESW) play a significant role in reducing reoffending. A 2017 MoJ report shows that prisoners who participated in any form of learning activity were 9 percentage points less likely to reoffend compared to non-learners and 1.8 percentage points more likely to be in employment after release. MoJ is committed to delivering a transformed 'Prisoner Education Service' (PES) focused on work-based training and skills'.The Prisoner Education Service (PES) is developing an innovative, integrated digital ecosystem that brings together a holistic prisoner view that informs planning, delivery and accountability. Effective Screening and Assessment (S&A) is at the core of this, ensuring that prisoner's learner needs are identified when engaging with education, and inform their learner journey throughout their time in custody. This system should enable HMPPS to drive up standards and outcomes across the estate, both in custody and in the community.To enable and support HMPPS ambition and realise the strategic decision for national education screening, we are procuring digital S&A tools for the Prison Education Service contracts. The scope of this procurement includes screening tools for English, Mathematics, Digital Skills, Reading, and Additional Learning Needs (ALN). Due to the importance of having a 'human element' in assessing reading ability, certain elements of the reading tool are not required to be digital.We are expecting to procure three Tools, one for each of the following Lots:Lot 1: English, Mathematics, and Digital SkillsLot 2: ReadingLot 3: Additional Learning NeedsThe Tools must be compliant with Government Digital Standard (GDS) in the design, testing and deployment in time for Service Commencement and must be capable of integrating with other services and sharing data using open standards.The vision for the S&A Tools contracts is to:- Implement high-quality, accessible tools that accurately identify prisoner ability levels and indicate potential needs.- Enable collaboration with the Authority and PES providers to ensure continuous improvement so that the S&A tools enable quality S&A delivery.- Enable data reporting integration of the S&A tools into the Authority systems.- Provide for the first time national consistent S&A tools across the PES estate to reduce duplication and improve data flow across the estate.- Deliver the ambition for digital by default screening with contingencies to allow continued S&A delivery when access to digital tool/s is impacted.- Ensure high quality S&A tool provider led training and ongoing support to PES core-education staff on the use of provider screening tools.- Drive quality via performance measured key performance indicators.Additional information: The purpose of this engagement is to secure wider market involvement in the testing and development of our procurement structure, including the specification and contract. Topics we would like to hear suppliers' view on may include but are not limited to:-Specification Optimisation-Contract Terms Proportionality -Removing Barriers to SMEs-Lot Structure-IPR-Costs-Pay Mech-Insurance Levels-Digital Requirements As part of this PIN we have included a pre-recorded presentation and PowerPoint slides from the Screening and Assessment Team, which goes through the current Screening and Assessment situation in prisons, our future view, and the areas we would particularly like to seek your feedback on. Feedback on other areas will also be welcomed. We have included a Survey to seek out your views and to ask if you would be willing to speak with us further on this topic. The survey will be open from 22nd May - 4th June. If you agree to speak with us, we will be holding meetings on a first come first serve basis between 28th May - 4th June.We then intend to review our approach based on the information provided from the market before coming back to you on the 17th June - 27th June. Please note, we will not be sending out an additional PIN for this.

Value: 0
Published: 2024-05-22T00:00:00Z
Deadline:
0 2024-05-22T00:00:00Z
Insurance Loss Adjuster Services
London London Borough of Lambeth

The Provision of Insurance Lost Adjuster Services for the London Borough of Lambeth.

Value: 0
Published: 2024-05-22T00:00:00Z
Deadline:
0 2024-05-22T00:00:00Z
Provision of Medical Insurance Brokerage Services for British Embassy Bangkok
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Medical Insurance Brokerage Services for British Embassy Bangkok.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: 53333
Published: 2024-05-21T00:00:00Z
Deadline:
53333 2024-05-21T00:00:00Z
Home Office Child Abuse Image Database (CAID) Hosting and Associated Services 2 - Market Engagement
United Kingdom LONDON Home Office

The Child Abuse Image Database (CAID) is the central image, video and hash store and associated applications that supports the identification of victims, depicted in Indecent Images of Children, and offenders that possess, distribute, and produce such imagery. CAID is a live critical Law Enforcement system, contracted through the Home Office. The current contract for CAID Hosting will expire March 2026 and CAID wants to re-procure these services which include:providing hosted and managed scalable infrastructure to operate the CAID live and test environments,providing connectivity of the infrastructure to UK law enforcement, and other stakeholders, with appropriate security and encryption,service management to maintain and update the infrastructure, supporting capabilities and CAID application suite, andprotective monitoring of the infrastructure, CAID applications, Databases, and other software components.All live CAID environments must be secured to host illegal media and highly sensitive personal data that is classed as Official (SENSITIVE). The Buyer currently considers this means: Hosted in UK based datacentres with Police Assured Secured Facility status, including the use of Tier 1 public cloud providers.Separated from other tenants so that underlying infrastructure providers have no access to the CAID applications or data.Secured connectivity and internal zone security.Regular scanning for vulnerabilities.A holistic anti-malware solution.Encrypted data at rest, with customer managed keys.Full auditing of administration and user activity.Monitored via Protective Monitoring.Strong RBAC with granular control.This exercise will assess the marketplace and includes,Details of the CAID requirement and a questionnaire will be shared with suppliers who must first sign and return a Non-Disclosure Agreement/Security Aspects Letter (NDA/SAL) before material can be released. Please email the CAID Commercial Team, by 5th June 2024, at CAIDCommercial@homeoffice.gov.uk headed, 'Home Office CAID Hosting and Associated Services 2 Market Engagement' to register your interest. The NDA/SAL will then be sent for signature and return to the CAIDCommercial email address so material can be released.An online briefing event will be held in summer 2024, for those suppliers who signed an NDA/SAL, to explain the requirement and answer questions.The Team may conduct virtual online sessions with interested suppliers that complete and return the questionnaire. Note-the Home Office reserves the right to not hold virtual sessions.The CAID Team will assess the results of this exercise and if a Tender exercise is agreed on, another PIN will be issued with details of the competition and services. This is a zero value PIN for early market engagement for information only and is not a call for competition. The Home Office reserves the right not to enter a formal procurement process or proceed with contract award.Additional information: This exercise aims to gain an understanding and insight into the services available and suppliers who could provide these services. This will inform the tender process and the specification of services. Therefore, this PIN is intended to signal the start of an information gathering exercise.CAID's Hosting and Service Management has been provided since 2014 via the Public Service Network for Policing (PSNfP) contract. Previously legal opinion, last updated in 2020, was that due to considerable data protection and other legal concerns, CAID data should not be held on cloud hosted infrastructure and should remain within Police owned data centres. Since this advice was given there has been considerable development in both cloud hosting technology and the needs and approaches of law enforcement efforts to combat child sexual abuse and exploitation. As such, this opinion had been revisited and it is now considered that removing these restrictions can be compliant with data protection requirements.

Value: 0
Published: 2024-05-21T00:00:00Z
Deadline:
0 2024-05-21T00:00:00Z
Provision of Medical Insurance Brokerage Services for British Embassy Bangkok
UK London Foreign Commonwealth and Development Office

Value: 0
Published: 2024-05-20T00:00:00Z
Deadline:
0 2024-05-20T00:00:00Z
Sub-Contract for Legal Services
United Kingdom LONDON DAC BEACHCROFT LLP

DAC Beachcroft LLP wishes to appoint one key sub-contractor to work with it to support its delivery of legal services relating to public inquiries under Lot 1 of the Crown Commercial Service Legal Services Framework RM6179.Please note that the appointed legal services provider will be required to hold ISO 9001 (QMS), ISO 22301:2019 (Business Continuity), ISO/IEC 27001 (Information Security Management Systems), ISO/IEC 27002:2013 (IT), ISO/IEC 27031:2011 (IT) and ISO 22313:2020 (Security) certification or equivalents, and Cyber Essentials Plus.The appointed legal services provider will also be required to contract with DAC Beachcroft LLP, subject to and co-terminus with the terms of the DAC Beachcroft RM6179 CCS Framework Contract. This shall include delivering services on terms at least as beneficial to the end client as those set in the DAC Beachcroft RM1679 CCS Framework Contract (including as to methodology and price). Any sub-contract will be subject to final approval by Crown Commercial Service and a sub-contract will not guarantee any minimum work. If you are interested in the opportunity, please contact Alistair Robertson at arobertson@dacbeachcroft.com for the procurement documentation which includes instructions, timetable, response requirements and evaluation criteria. Full tender responses are required by no later than 31 May 2024

Value: 1
Published: 2024-05-15T00:00:00Z
Deadline:
1 2024-05-15T00:00:00Z
Provision of Insurance and related services to Wandle Housing Association
UK London Wandle Housing Association

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. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Insurance-services./6R4T56S2FSTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/6R4T56S2FS GO Reference: GO-2024514-PRO-26036344

Value: 0
Published: 2024-05-14T00:00:00Z
Deadline:
0 2024-05-14T00:00:00Z
Provision of Insurance and related services to Wandle Housing Association
British Oversea Territories London Wandle Housing Association

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Wandle Housing Association

Value: 11363000
Published: 2024-05-14T00:00:00Z
Deadline:
11363000 2024-05-14T00:00:00Z
Greater Manchester Alternative Provider Medical Services (APMS) and Walk in Centres (WICS)
United Kingdom Manchester NORTH OF ENGLAND COMMISSIONING SUPPORT

Greater Manchester Alternative Provider Medical Services (APMS) and Walk in Centres (WICS)Short descriptionNorth of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS Greater Manchester Integrated Care Board (GM ICB) (the Contracting Authority), who are undertaking a procurement to commission Greater Manchester Alternative Provider Medical Services (APMS), to be delivered for patients of Heywood, Middleton and Rochdale (HMR), Bolton, New Bank Practice, Victoria Mill Practice, Charlestown Medical Practice, Droylsden Road Family Practice, Simpson Medical Practice, City Health Centre and Hawthorn Medical Practice. There is also a need to secure provision of Walk In Centre services for City Health Centre and Hawthorn Medical Practice locations.Description of the procurement The basic principles that mirror those of the open procedure will be followed for this procurement to test the capability, capacity, and technical competence of providers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015 (as amended), ensuring a fair, open and transparent process in accordance with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.The contract term for APMS only services is 10 years, with effect from 01 April 2025, with the option to extend for a further 5 years, subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authority.The contract term for WIC Services is for 3 years, with effect from 01 April 2025, with the option to extend for a further 2 years, subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authority.Please note that caveat responses will be considered as non-acceptance of this requirement.Tender documentation will be available on the e-tendering site from 22 March 2024. The closing date for submission of tenders is by NOON on 17 May 2024.Additional information: The Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014 (TUPE) may apply to this contract as this is an existing service provision. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via Atamis: https://health-family.force.com/s/WelcomeIf you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register. If you have not already done so you should now register as a Supplier on the shared system. You can register here: https://health-family.force.com/s/Welcome It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. The process is very straightforward, but if you find you do need advice or support in registering please contact the Atamis helpdesk using the following details:Phone: 0800 9956035E-mail: support-health@atamis.co.ukOpening times 8am - 6pmHere is the Atamis Supplier Management guide for information. PLEASE NOTE: You may be asked if you wish to merge your account with an existing organisation. This is based on a number of criteria including the domain name of your email address, so please ensure that you do register with your official work email address.Legal, economic, financial, and technical informationConditions for participationObjective rules and criteria for participation Under the Public Services (Social Value) Act 2012, Contracting Authorities must consider: (a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and (b) How, in conducting the process of procurement, they might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and environmental well-being". Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental well-being.

Value: 118213571
Published: 2024-05-14T00:00:00Z
Deadline:
118213571 2024-05-14T00:00:00Z
HBC0524 2024 INSURANCE LOTS 1-5
Hertfordshire Hertsmere Borough Council

Hertsmere Borough Council is currently out to procurement for insurance cover The Requirement is split into 5 lots, and Tenderers may bid for any number of lots. Lot 1 Liability Insurance Lot 2 Property and group PA insurance Lot 3 Motor Fleet (Refuse) insurance Lot 4 Engineering and inspection insurance Lot 5 Property Owners (elstree film studios) insurance. Lots 1-4 are for a three year term with possible 1+1 year extension. Lot 5 for a one year term This procurement is an open process. Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on 3th June 2024. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/HomeAdditional information: To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/HomeIs a Recurrent Procurement Type? : No

Value: 2000000
Published: 2024-05-13T00:00:00Z
Deadline:
2000000 2024-05-13T00:00:00Z
Innovate UK Business Connect - Digital Framework - Digital Services
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect (IUKBC) exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. IUKBC has a network of over 46,000 unique organisations and 234,000 innovators. IUKBC is part of Innovate UK - the UK's innovation agency. IUKBC is seeking a web development supplier to support continued design, development, and maintenance of IUKBC's primary web presence and development of associated project platforms. Services Required This request for quotation is to invite suppliers to quote for support on web development and online maintenance services. Work with IUKBC's digital team to understand individual project requirements, timelines, and budgets. Deliver solid web development solutions to specified briefs.Full maintenance of iuk.ktn-uk.org, including but not limited to patching, availability, security and accessibility requirements.Submission In response to this Statement of Works, please provide the information listed below. Shortlisted suppliers will be invited to pitch to IUKBC before a final decision is made. Short narrative describing how you approach projects i.e., your design approach, suppliers you may have to collaborate with to deliver etc. One or more examples of an online development work you have previously taken from concept through to roll out. Initial schedule of basic costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for; a, Ongoing retainer to include, technical, patching and development support services for iuk.ktn-uk.org the duration of the project i.e., 1st June 2024 - 31st March 2025. b, New platform development, including site build, development and retainer services. A completed copy of the Pre-Qualification Questionnaire. Additional Information. IUKBC invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with IUKBC values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices. Legal information i.e. Your standard T&Cs. Please provide the information requested above to re.support@iuk.ktn-uk.org by 16th May 2024 at the latest. Submission will be assessed on an ongoing basis until this date.

Value: 90000
Published: 2024-05-10T00:00:00Z
Deadline:
90000 2024-05-10T00:00:00Z
Innovate UK Business Connect - Digital Framework - Digital Marketing Support Services
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect (IUKBC) exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. IUKBC has a network of over 46,000 unique organisations and 234,000 innovators. IUKBC is part of Innovate UK - the UK's innovation agency. IUKBC is seeking a web development supplier to support continued design, development, and maintenance of IUKBC's primary web presence and development of associated project platforms. Services Required This request for quotation is to invite suppliers to quote for support on digital marketing support services. Work with IUKBC's digital team to understand individual project requirements, timelines, and budgets. Deliver solid digital solutions to specified briefs with particular focus on (but not restricted to) SEO support, Digital Content, UX, Data analytics, Cookies/Compliance and Paid ads strategy.Submission In response to this Statement of Works, please provide the information listed below. Shortlisted suppliers will be invited to pitch to IUKBC before a final decision is made. Short narrative describing how you approach projects i.e., your design approach, suppliers you may have to collaborate with to deliver etc. One or more examples of an online development work you have previously taken from concept through to roll out. Initial schedule of basic costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for; a, Ongoing retainer to include, technical, patching and development support services for iuk.ktn-uk.org the duration of the project i.e., 1st June 2024 - 31st March 2025. b, New platform development, including site build, development and retainer services. A completed copy of the Pre-Qualification Questionnaire. Additional Information. IUKBC invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with IUKBC values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices. Legal information i.e. Your standard T&Cs. Please provide the information requested above to re.support@iuk.ktn-uk.org by 16th May 2024 at the latest. Submission will be assessed on an ongoing basis until this date.

Value: 90000
Published: 2024-05-10T00:00:00Z
Deadline:
90000 2024-05-10T00:00:00Z
Project South Westminster Area Network (SWAN)
UK London Department for Business, Energy & Industrial Strategy

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

Value: 0
Published: 2024-05-09T00:00:00Z
Deadline:
0 2024-05-09T00:00:00Z
2324-0360 Specialist Medical Advice for Housing Applications
United Kingdom London Islington Council

Islington Council invites suitable expressions of interest from suppliers for the above.The council has a statutory duty under the Housing Act 1996, the Homelessness Act 2002, and the Homelessness Reduction Act 2017 to provide services to residents of Islington based on housing need.An accurate assessment of circumstances ensures that the council fulfils its statutory obligations in assessing housing need, prevents legal challenges, enables the council to direct resources to those households where the council has a statutory duty to re-house them and ensures that limited resources are directed at those households with the greatest need.Applicants applying to the council's Housing Register, or to the council as homeless, may have medical circumstances that give a household greater priority for re-housing, or create a statutory duty to re-house a family under homelessness legislation. Therefore, part of the housing needs assessment includes an assessment of any medical circumstances and the relevance to the applicants' housing needs.Assessments/advice must be made by an appropriately qualified provider with an in-depth knowledge of the Housing Act 1996 and related legislation and the council's Housing Allocation Scheme. This requires a practitioner with specialist knowledge of health conditions (physical and mental health conditions), housing legislation, and the council's Housing Allocation Scheme.

Value: 480000
Published: 2024-05-08T00:00:00Z
Deadline:
480000 2024-05-08T00:00:00Z
The Growth Company ITT for the Provision of Digital Signature, Identity Checks and DBS Solutions
Manchester The Growth Company

The Growth Company wishes to appoint a provider or providers to provide digital signature and identity verification/DBS solutions. We want to improve the systems we currently have in place and provide a high quality, consistent solution for the GC Group when using e-signatures and identity checks. You are hereby invited to submit a tender for the these services and you may bid for a single lot or both lots. These lots are as follows:Lot 1: E-Signature Services - We are looking for a group e-signature solution. We are currently using several e-signature providers and products across the GC group. We need to streamline the process and ensure we have one system used by the GC group to ensure consistency and compliance whether this is by calling the e-signature provider using an API or having the ability to send documentation to receive a digital signature. We are looking for the provider to be able to deliver this solution as a cloud-based software as a service platform, whilst being hosted in the UK. This will include the following:-Electronic process that indicates acceptance of an agreement or record of an agreement via a secure electronic signature; -API functionality for contract management systems;-Ability to track and trace secure electronic signatures;-Complying with relevant digital signature formalities and legal requirements.Lot 2: Digital Identity Verification Services, Disclosure and Barring Service and Social Media Checks - There are three parts of our business that will use this service, the Human Resources (HR) team, a Recruitment Agency (Aspire) and our GC Employment division, who deliver employability and rehabilitation services. This lot includes the following: -Identity verification;-Right to work check; -Facial recognition;-All levels of DBS checks;-Social Media Checks in line with Keeping Children Safe In Education (KCSIE).To apply for this Invitation to Tender opportunity, please register as a supplier on the Panacea Supplier Platform at the following web address: https://app.panacea-software.com/growth Once you have accessed the site, to view the opportunity you need to navigate to 'Register Interest', click the 'Participate' Button, then navigate to 'My Questionnaires' where you will be able to download the documents. Your ITT submission must be made on the Panacea Portal. The tender documents contain instructions and information for your tender, including specification of requirements, and the key assessment and evaluation criteria that will be used to assess offers. In addition, the contract conditions are enclosed. The deadline for submission of the required documents is 17:00pm on Friday 7th June 2024.

Value: 350000
Published: 2024-05-03T00:00:00Z
Deadline:
350000 2024-05-03T00:00:00Z
Innovate UK Business Connect - Communications & Campaigns Framework - PR
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. Innovate UK Business Connect has a network of over 46,000 unique organisations and 234,000 innovators. Innovate UK Business Connect is part of Innovate UK - the UK's innovation agency.Services Required:-Ensure core messages are embedded throughout the content and have the following strategic themes in mind; Net Zero, Digital & Technologies, Healthy Living & Agriculture, Place, People, Products & Services (our offer). -Work alongside Innovate UK Business Connect teams to analyse the success of campaigns and help refine our approach to brand awareness and recognition.-Provide media training sessions for key stakeholders within Innovate UK and Innovate UK Business Connect teams, equipping them with the necessary skills to effectively engage with journalists, deliver key messages, and handle media inquiries.-Offer guidance and support in crafting impactful and persuasive speeches for key events, ensuring alignment with Innovate UK's messaging and strategic objectives.-Identify and secure opportunities for PR placements in relevant publications and media outlets, maximising visibility and reach for Innovate UK and Innovate UK Business Connect initiatives.In response to this, please provide the information listed below.- Short narrative describing how you would approach the project i.e., your design approach, suppliers you may have to collaborate with to deliver etc.- One or more examples of a campaign you have previously taken from concept through to roll out. If you do not have an example of this work, please select a suitable alternative piece of work, and associated narrative.- Initial schedule of costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for the duration of the project i.e., 17th June 2024 - 31st March 2025- A completed copy of the Pre-Qualification Questionnaire.- Additional Information. Innovate UK Business Connect invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with Innovate UK Business Connect values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices.- Legal information i.e. Your standard T&Cs.Submissions will be scored equally against the following five areas; understanding of the innovation landscape; previous experience and sample work; approach to working relationship; value for money; alignment with Innovate UK Business Connect values. Submissions will be subject to IR35 checks prior to award date.

Value: 75000
Published: 2024-05-03T00:00:00Z
Deadline:
75000 2024-05-03T00:00:00Z
Innovate UK Business Connect - Communications & Campaigns Framework - Content Creation
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. Innovate UK Business Connect has a network of over 46,000 unique organisations and 234,000 innovators. Innovate UK Business Connect is part of Innovate UK - the UK's innovation agency.Services Required:-Help us tell our story. Produce creative, compelling, and unique content that prompts action.-Produce content that supports Innovate UK, Innovate UK Business Connect, Innovate UK Business Growth, and Catapult Network to establish and communicate their products and services and position within the innovation landscape. -Work with Innovate UK Business Connect teams to understand individual projects requirements, timelines, and budgets.-Ensure Innovate UK and Innovate UK Business Connect core messages are embedded throughout the content and have the following strategic themes in mind; Net Zero, Digital and Technologies, Healthy Living and Agriculture, Place, People, Products and Services (our offer). -Work alongside Innovate UK Business Connect teams to analyse the success of deliverables. -Understand the nuances of campaign partnerships and correctly represent brand hierarchies.SubmissionIn response to this Statement of Works, please provide the information listed below.- Short narrative describing how you would approach the project i.e., your design approach, suppliers you may have to collaborate with to deliver etc.- One or more examples of a campaign you have previously taken from concept through to roll out. If you do not have an example of this work, please select a suitable alternative piece of work, and associated narrative.- Initial schedule of costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for the duration of the project i.e., 1st May 2024 - 31st March 2025- A completed copy of the Pre-Qualification Questionnaire.- Additional Information. Innovate UK Business Connect invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with Innovate UK Business Connect values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices.- Legal information i.e. Your standard T&Cs.Submissions will be scored equally against the following five areas; understanding of the innovation landscape; previous experience and sample work; approach to working relationship; value for money; alignment with Innovate UK Business Connect values. Submissions will be subject to IR35 checks prior to award date.

Value: 75000
Published: 2024-05-03T00:00:00Z
Deadline:
75000 2024-05-03T00:00:00Z
Innovate UK Business Connect - Communications & Campaigns Framework - Design & Identity
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. Innovate UK Business Connect has a network of over 46,000 unique organisations and 234,000 innovators. Innovate UK Business Connect is part of Innovate UK - the UK's innovation agency.Services Required:-Support Innovate UK, Innovate UK Business Connect, Innovate UK Business Growth, and Catapult Network establish and communicate their products and services and position within the innovation landscape.- Work with Innovate UK Business Connect teams to understand individual projects requirements, timelines, and budgets.- Ensure Innovate UK and Innovate UK Business Connect core messages are embedded throughout the content and have the following strategic themes in mind; Net Zero, Digital and Technologies, Healthy Living and Agriculture, Place, People, Products and Services (our offer).- Work to tight deadlines, be responsive and proactive.- Work alongside Innovate UK Business Connect teams to analyse the success of deliverables.- Produce brochures, reports, corporate documents, exhibition graphics, event and marketing material that accurately reflects Innovate UK Business Connect's brand guidelines and partner relationships.SubmissionIn response to this Statement of Works, please provide the information listed below.- Short narrative describing how you would approach the project i.e., your design approach, suppliers you may have to collaborate with to deliver etc.- One or more examples of a campaign you have previously taken from concept through to roll out. If you do not have an example of this work, please select a suitable alternative piece of work, and associated narrative.- Initial schedule of costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for the duration of the project i.e., 1st May 2024 - 31st March 2025- A completed copy of the Pre-Qualification Questionnaire.- Additional Information. Innovate UK Business Connect invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with Innovate UK Business Connect values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices.- Legal information i.e. Your standard T&Cs.Submissions will be scored equally against the following five areas; understanding of the innovation landscape; previous experience and sample work; approach to working relationship; value for money; alignment with Innovate UK Business Connect values. Submissions will be subject to IR35 checks prior to award date.

Value: 75000
Published: 2024-05-03T00:00:00Z
Deadline:
75000 2024-05-03T00:00:00Z
Legal Services Framework Agreement
UK LONDON THE FINANCIAL REPORTING COUNCIL LIMITED

Value: 0
Published: 2024-05-01T00:00:00Z
Deadline:
0 2024-05-01T00:00:00Z
Early Market Engagement for event management for the Reshaping Legal Services Conference March 2025
United Kingdom LONDON LEGAL SERVICES BOARD

The Legal Services Board (LSB) oversees the regulation of legal services in England and Wales. As set out in our strategy for the sector, we have set an ambitious vision to reshape legal services to better meet the needs of society. We want to ensure that people who need legal services can get the support they need. However, we know that effective regulation is only part of the solution. We will only be successful if people across the profession collaborate to find solutions. The LSB are in the very early budget planning stages of organising an annual conference scheduled to take place around March 2025 in London. We are seeking a company that can manage the conference. It is a free hybrid event where we hope to attract 250+ in person attendees. We plan to invite a wide range of individuals with a role to play in improving legal services for the public and promoting access to justice, including lawyers and legal services practitioners, judges, charities, consumer organisations, politicians, think tanks, etc. The kind of support we are looking for is senior-level advice and expertise on designing the events, advice and support on marketing and promoting the event widely to get the right people there, support with signing up/onboarding delegates, providing social media support for the event.To aid in our budgetary planning process, we kindly request a proposal with ballpark figures based on the requirements outlined in the attached document by Friday 24 May 2024. Please see early market engagement document attached for further details.

Value: 0
Published: 2024-05-01T00:00:00Z
Deadline:
0 2024-05-01T00:00:00Z
Legal Services Framework Agreement
LONDON THE FINANCIAL REPORTING COUNCIL LIMITED

The deadline for tender response has changed (from 07/05/2024 to 21/05/2024).The Financial Reporting Council (FRC) is an independent regulator which serves the public interest by setting high standards of corporate governance, corporate reporting and audit and by holding to account those responsible for delivering them. The FRC also monitors and takes enforcement action where things go wrong to ensure the proper operation of the market and confidence in the UK economy and the UK's international reputation as an attractive place to do business. The purpose of this exercise is to create a Framework Agreement to provide a panel of law firms (the panel) to provide legal services for the FRC, through the FRC's in-house legal team. The legal team advises on a wide range of issues, including but not limited to: creating, implementing, using and maintaining the FRC's powers and procedures; developing and maintaining legally sound policies across the FRC; information handling, sharing and risk; corporate legal advice (eg on contracts, governance, intellectual property rights, brand and logo use, insurance etc); responding to challenges (eg judicial review and complaints) as well as all litigation taken by, and against, the FRC; PLEASE SEE THE FULL DETAILS IN THE TENDER PACK.This tender has also been published on Find A Tender.Additional information: Additional textNote: Download and review the documents; Observe the timelines and tender process (note the deadline for tender response has changed (from 07/05/2024 to 21/05/2024). Register your interest in this opportunity by email to Procurement@frc.org.uk Important - You will need to register your interest in this opportunity to receive the Q&A responses. The FRC reserves the right to extend the contract by a further 12 months.

Value: 2290000
Published: 2024-05-01T00:00:00Z
Deadline:
2290000 2024-05-01T00:00:00Z
MET POLICE__COUPA EVENT #1631_ Prior Information Notice (PIN) & Request for Information (RFI) - The Provision of Vehicle Disposal Services for MPS, Vehicle Recovery & Examination Services (VRES).
United Kingdom LONDON Metropolitan Police Service

MPS Vehicle Recovery and Examination Services (VRES) supports and plays a key part of the MPS' drive to tackle vehicle crime on the streets of Greater London working in partnership with a number of external agencies and MPS Contractors to remove, recover, restore and dispose of vehicles.The role of VRES provides support with vehicles that are involved in collisions, vehicles involved in serious and organised crime that require forensic examinations and vehicles that are seized under police powers for no insurance or being driven without a licence.We (VRES) support frontline policing and operate 24/7/365. We have our own unique in-house policing team and a command and control team. VRES currently operate out of two forensic car pounds located at Perivale and Charlton processing circa .40, 000 vehicles per year. VRES oversee all vehicle types, from two-wheel bikes to HGV's and other heavy bulky items. The work of VRES has a direct, contributing impact on services delivered by the MPS and to those London communities upon the MPS serves.The MPS/VRES is seeking to tender and award a replacement concession contract for the provision of Vehicle Disposal services for a duration of 48 months with an optional 1x 12 month extension (total 60 months contract duration).For further information in regard to this PIN please see accompanying PIN/RFI Cover document via the Coupa portal. PLEASE ENSURE YOU READ THE PIN/RFI COVER DOCUMENT WHICH IS ONLY AVAILABLE VIA THE E-PROCUREMENT PORTAL, COUPA.Suppliers wishing to participate in this PIN/RFI and view all/any associated documents (on Coupa) are invited to register their interest via the following link:https://supplier.coupahost.com/quotes/public_events?customer=metpolice(please copy and paste the link into your internet browser)The PIN/RFI engagement will be hosted on the eTendering platform, Coupa. The event reference is 1631.Please search for the event reference (1631) to ensure you express interest in the correct event (the PIN/RFI).The PIN/RFI is unrestricted and open to all within the relevant Vehicle Disposal industry. Participation is encouraged.The value stated (£37,600,000) within this PIN/RFI notice is an estimation only of concession income to the MPS/Authority over a period of 60 months (duration of contract including extension).The MPS/Authority reserve the right to make changes to this advertisement without notice and without reason at any time.The MPS/Authority reserve the right to close the PIN/RFI event earlier than the stated deadline on Coupa without notice and without reason at any time.The MPS/Authority shall not be responsible on behalf of the supplier in regards to Coupa accounts and activation.Questions/ clarifications will be accepted via the Coupa e-tendering platform only.The above notice is being published on Find a Tender and Contracts Finder.The PIN will expire on 07/06/2024 @ 12pm BST, unless terminated earlier or extended by the MPS/Authority.

Value: 0
Published: 2024-04-26T00:00:00Z
Deadline:
0 2024-04-26T00:00:00Z
HMPPS Managing Conflict & Violence Training
UK London Ministry of Justice

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

Value: 0
Published: 2024-04-24T00:00:00Z
Deadline:
0 2024-04-24T00:00:00Z
Wound Closure
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:- 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. 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).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”.EXPRESSION OF INTEREST- Find “SQ_xxx SQ TITLE” 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. The closing date for responses to the RFI will be indicated here. - Responses to the RFI should be returned as an attachment to a message in the SQ.

Value: 0
Published: 2024-04-23T00:00:00Z
Deadline:
0 2024-04-23T00:00:00Z
Provision of Employment Law and Human Resources Service for The Royal Hospital Chelsea
LONDON ROYAL HOSPITAL CHELSEA APPEAL LIMITED

The supplier/consultant will be required to provide an Employment Law and Human Resources Service to the RHC which includes the provision of the following:An Employment Law Adviser. (Essential to have experience of the Healthcare & Care Sectors and desirable to have Charity Sector experience).Dealing with Employment Law and HR enquiries to the RHC. (Including drafting of letters, documents, settlement agreements etc.).Legal Expenses Insurance (FCA Regulated). To protect the RHC from legal and award costs in Tribunals.Review and update of Contracts of Employment, Employees Handbook and rolling review of HR Policies.An online resource for both Employment law and HR material.24/7 support via e-mail and telephone, with no hidden chargesAdditional information: Please fully read the attached invitation to tender document, and follow the instructions contained within if you wish to take part in this process. Please note that the "Lowest / Actual value" is based on historical data, and is not to be taken as an indication of the Royal Hospital Chelsea budget for this contract (We do not disclose budgetary information during tender processes)

Value: 60000
Published: 2024-04-23T00:00:00Z
Deadline:
60000 2024-04-23T00:00:00Z
HR Legal Services
UK SALFORD UNIVERSITY OF SALFORD(THE)

Value: 0
Published: 2024-04-22T00:00:00Z
Deadline:
0 2024-04-22T00:00:00Z
BBC Employee Assistance Services
British Oversea Territories London The British Broadcasting Corporation (BBC)

Health and Wellbeing are key priorities for the BBC and underpin our strategic ambition to "make the BBC an even greater place to work for everyone." We are committed to offering wellbeing services that meets the needs of our diverse workforce and the demands of a 24/7 global organisation where people thrive and are able to achieve their full potential.Our Health & Wellbeing provisions focus on building proactive initiatives and timely support and include an extensive range of information, guidance and access to services to help prevent health issues, protect and promote mental health and get support when needed with the aim of meeting our duty of care to staff and making the BBC a great place to work.Initiatives increasingly focus on protecting colleagues from developing work related health issues from arising and helping colleagues build resilience through engaging multi-platform solutions that are accessible on-site, online, and remotely in a variety of local languages, considering the diversity and cultural needs of our colleagues.This Contract Notice invites bids for the following services, represented under 3 lots:Lot 1: Global Employee Assistance Programme (EAP)Providing support to UK and internationally based employees. Practical advice and signposting on a range of topics including mental health, wellbeing and trauma support. Provision of confidential support at the point of contact with appropriate assessments and identification of suitable services to BBC employees with personal and / or work related issues that affect their wellbeing and performance at work. Proactive preventative support in helping individuals to address their mental health and wellbeing needs before they develop into more complex and/or long-term health issues.Lot 2 - Critical Incident SupportOn-site or remotely as requested, which provides at a minimum group support sessions for colleagues using the principles of psychological first aid with an understanding of the variety of challenges facing global corporations that may affect the wellbeing of colleagues and 1:1 support for colleagues from appropriately trained professionals who have experience in dealing in psychological first aid.Lot 3 - Reflective PracticeA service that delivers proactive and preventative measures that help mitigate the impact of risks associated with the type and level of exposure staff members are experiencing in their workplaces which might compromise their psychological wellbeing.The aim of this service is to reduce the adverse impact of high risk and high exposure work and promote the benefits of this work through evidence based interventions.Additional information: 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.uk1.2 - 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: 3195000
Published: 2024-04-17T00:00:00Z
Deadline:
3195000 2024-04-17T00:00:00Z
TC 806 Planning, Land Charges Address Management & Building Control
United Kingdom Manchester Manchester City Council

Manchester City Council (MCC) wish to procure off-the-shelf Software as a Service (SaaS) solution(s) for Planning, Building Control, Land Charges and Address Management to provide a modern, mobile, scalable solution which is configurable by the service and can grow and change dynamically as requirements change. The solutions required will meet the requirements of the two lots outlined below.LOT 1 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Planning, Building Control and Land Charges, that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path.LOT 2 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Address Management that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path.We are seeking to provide a modern, off-the-shelf product currently in use by another Local Authority to enable data to be managed to meet all statutory and legal requirements.Capabilities included are: maintain data quality, structure and sensitivity, provide a full range of APIs for standardised data integrations to other systems, run on supported technologies and compatible with all major modern browsers. Cloud security aligned to NCSC principles, including secure data in transit and at rest and role-based access controls, SAML compatibility to enable single sign on using modern authentication via MCC's preferred authentication platform (currently Azure Active Directory). Provision of logging and auditing capabilities for user activity and security events, usable, specifically being intuitive, with an accessible design, and quick to learn for users, reliable, specifically with high availability, recoverability and business continuity, flexible and scalable to handle variations in demand. Supplier provision of full technology support and a service desk, plus service wrapper including assigned account manager and regular service reviews.Additional information: The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including standard selection questionnaire, via the on-line portal by 11am on 13th May 2024.

Value: 720000
Published: 2024-04-11T00:00:00Z
Deadline:
720000 2024-04-11T00:00:00Z
Skin Cleansing Disinfection and Hygiene 2025
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 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 DeviceRegulations 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;REGISTRATION1. 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 ACCESSIf registration has been completed:- Login with URL https://nhssupplychain.app.jaggaer.com// .- Click on "SQs Open to All Suppliers".EXPRESSION OF INTEREST- Find Project_1236 - Skin Cleansing and click on the blue text.Select 'EXPRESS INTEREST' REQUEST FOR INFORMATION DOCUMENT- The Request for Information Document will then be available in the SQ_524 - RFI Skin Cleansing, which Applicants are asked to complete and return by 30th August 2024.

Value: 0
Published: 2024-04-10T00:00:00Z
Deadline:
0 2024-04-10T00:00:00Z
PROC/7170/24 Insurance Services
'- London Fire Commission

Dear Supplier, You have been invited to participate in the tender - PROC/7170/24 Insurance Services. Please visit the supplier portal to Accept or Reject the invitation.Additional information: Dear Supplier, You have been invited to participate in the tender - PROC/7170/24 Insurance Services. Please visit the supplier portal to Accept or Reject the invitation.Is a Recurrent Procurement Type? : No

Value: 0
Published: 2024-04-10T00:00:00Z
Deadline:
0 2024-04-10T00:00:00Z
BE24085 - Projections of Climate Risks, their Societal Impact and Cost, and the Cost and Effectiveness of Adaptation Measures for Water Scarcity
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYERAll submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.The Contracting Authority expressly reserves the right:i. not to award any contract as a result of the procurement process commenced by publication of this notice; andii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.About UK Shared Business ServicesUK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority.Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value: 0
Published: 2024-04-09T00:00:00Z
Deadline:
0 2024-04-09T00:00:00Z
BE24084 - Projections of Climate Risks, Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures for Heat in The Urban Built Environment
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYERAll submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.The Contracting Authority expressly reserves the right:i. not to award any contract as a result of the procurement process commenced by publication of this notice; andii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.About UK Shared Business ServicesUK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority.Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value: 0
Published: 2024-04-09T00:00:00Z
Deadline:
0 2024-04-09T00:00:00Z
BE24035 - Projections of Climate Risks to Health and Health Services from Extreme Heat: Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYERAll submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.The Contracting Authority expressly reserves the right:i. not to award any contract as a result of the procurement process commenced by publication of this notice; andii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.About UK Shared Business ServicesUK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority.Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value: 0
Published: 2024-04-09T00:00:00Z
Deadline:
0 2024-04-09T00:00:00Z
Advocacy Services (High Court Extensions - England & Wales)
United Kingdom Manchester General Medical Council (GMC)

Section 41A of the Medical Act 1983 (as amended) ('the Act') provides the power for an Interim Orders Tribunal ('IOT') or a Medical Practitioners Tribunal ('MPT') of the Medical Practitioners Tribunal Service ('MPTS') to impose an interim order of suspension or conditions on a practitioner's registration where such an order is necessary for the protection of members of the public or is otherwise in the public interest, or is in the interests of the practitioner.An interim order may be imposed for an initial period of up to 18 months. At the end of the initial period, S41A(6) and (7) of the Act provides that the interim order may be extended by the relevant court, on application by the GMC ('HCE application'). These applications are made under Part 8 of the Civil Procedure Rules ('CPR'). Any extension of an interim order is for a maximum of 12 months, although there is no limit on the number of extensions that may be sought.S40(5) of the Act stipulates that the relevant court depends on the location of a registrant's registered address. For registrants with a registered address anywhere other than Scotland or Northern Ireland, the relevant court is the High Court of Justice in England and Wales ('the High Court'). Specifically, the GMC makes HCE applications in the Administrative Court in Manchester.In England and Wales, HCE applications are prepared by the GMC's in-house legal team and, those that progress to hearing, are presented by Counsel.

Value: 0
Published: 2024-04-08T00:00:00Z
Deadline:
0 2024-04-08T00:00:00Z
Provision of Insurance and related services to Great Places Housing Group
UK Manchester Great Places Housing Group

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. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Insurance-services./PW5B62585STo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/PW5B62585S GO Reference: GO-202445-PRO-25693547

Value: 0
Published: 2024-04-05T00:00:00Z
Deadline:
0 2024-04-05T00:00:00Z
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Homes for Haringey
United Kingdom London London Borough of Haringey - Parks and Leisure

Insurance DPS1 1166X1 Re pollard Operational team to postpone if active nest activity is occuring This opportunity has been distributed on adamprocure.co.uk

Value: 0
Published: 2024-04-05T00:00:00Z
Deadline:
0 2024-04-05T00:00:00Z
Provision of Insurance and related services to Great Places Housing Group
British Oversea Territories Manchester Great Places Housing Group

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Great Places Housing Group

Value: 12400000
Published: 2024-04-05T00:00:00Z
Deadline:
12400000 2024-04-05T00:00:00Z
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highways insurance works DPS1 1163 No working on trees which have nesting activityParking suspensions can be arranged providing notice provided After images to be supplied to Clare (sent to mobile is sufficient) This opportunity has been distributed on adamprocure.co.uk

Value: 0
Published: 2024-04-05T00:00:00Z
Deadline:
0 2024-04-05T00:00:00Z
Legal Services Framework Agreement
UK LONDON THE FINANCIAL REPORTING COUNCIL LIMITED

Please access the tender documents viahttps://www.contractsfinder.service.gov.uk/Notice/1e19204b-61b1-41c3-a350-59ef3ff2c17c

Value: 0
Published: 2024-04-04T00:00:00Z
Deadline:
0 2024-04-04T00:00:00Z
EMPOWER - Technical Assistance services to Creating a vibrant and self-sustaining private sector market for voluntary FP services in urban and semi-urban areas in Uganda
United Kingdom London Foreign Commonwealth and Development Office

This component of the EMPOWER programme aims to contribute to creating a vibrant and self-sustaining private sector market for voluntary 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 FP service delivery covered by other funding sources beyond 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..Additional information: PQQ

Value: 0
Published: 2024-04-04T00:00:00Z
Deadline:
0 2024-04-04T00:00:00Z
Medical Insurance for British Embassy Cairo
British Oversea Territories London Foreign Commonwealth and Development Office

Medical Insurance for British Embassy CairoAdditional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via email at MENA.SMF@fcdo.gov.uk

Value: 89000
Published: 2024-04-02T00:00:00Z
Deadline:
89000 2024-04-02T00:00:00Z
Legal Services for the British Embassy Warsaw
British Oversea Territories London Foreign Commonwealth and Development Office

The Contractor will provide legal services for the British Embassy Warsaw within the following scope:- Legal services in all areas related to human resource management, including but not limited to, labour and social security law, litigation, compliance, taxes including PIT, personal data protection;- Pro bono legal services;Legal advice on global mobility and immigration as well as relationship with trade unions, negotiations and collective disputes.

Value: 50000
Published: 2024-03-28T00:00:00Z
Deadline:
50000 2024-03-28T00:00:00Z
Provision of Medical aid Insurance service at British High Commission Nigeria Network
London Foreign Commonwealth and Development Office

Provision of Medical aid Insurance service at British High Commission Nigeria Network

Value: 0
Published: 2024-03-28T00:00:00Z
Deadline:
0 2024-03-28T00:00:00Z
Your Alerts:
Prof Services

How to win professional services tenders

With a remit spanning several key areas, it can sometimes be complicated to understand the requirements of each individual bid. This task often falls upon those who already perform other operational and development roles, leading to the pressure of time management, impacting on the level of your bid success.

Really, as with all bids, it is important to invest time to fully understand the clients requirements and objectives, then clearly demonstrate how your solution is aligned to best support their business. Also, clearly outlining your competitive advantage and creating an effective win theme is often overlooked, but is critical to success.

Get bid support

Why use Thornton & Lowe
Where to find professional services tenders?

With success rates at over 80%, we are well placed to offer you advice and support to ensure that your professional services tender stands out from the competition. Thornton & Lowe’s experience since 2009, spans many different sub sectors. Our knowledge and expertise will help guide and add value to your bids.

Using our Tender Pipeline software, below, you can search for LIVE tenders across a variety of industries. Also, sign up today to receive notifications of relevant contracts tailored to you.

Push your business to the next level.
Win more professional services contracts.

Get bid support

Made by Statuo