Loading page content…
Loading page content…
98 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
1.2 Short Description 1.2.1 The Council intends awarding a contract to provide for Services related to three disused landfill Sites, to include, but not necessarily be limited to : 1.2.2 a) Professional advice on the environmental monitoring and reporting required by law. 1.2.3 b) Devising and effecting a Programme of Works and Services for the coming year. 1.2.4 c) Producing statutory and management reports. 1.2.5 d) Monitoring and maintaining the Infrastructure of the Sites as it relates to the Works and Services. 1.2.6 e) Effecting associated Works as may be necessary and agreed by the Council in relation to landfill gas migration, air quality, leachate and any other environmental contaminants. 1.2.7 The contract duration will be for a maximum of 10 years, covering an initial period of 5 years plus 5 optional extensions, of 1 year (i.e. 5 + 1+1+1+1+1) 1.2.8 In order to receive any clarifications or changes to tender documents organisations must register their interest on the South East Business portal. The Council will not be held responsible for not communicating important information to any organisation who has not officially registered their interest. Organisations must register their interest on the South East Business Portal site, https://sebp.due-north.com in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation which does not register their interest. Clarification questions must be sent via messaging on the South East Business Portal site. The Council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs, charges or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last-minute problems
£10,000,000
Contract value
1.2 Short Description 1.2.1 The Council intends awarding a contract to provide for Services related to three disused landfill Sites, to include, but not necessarily be limited to : 1.2.2 a) Professional advice on the environmental monitoring and reporting required by law. 1.2.3 b) Devising and effecting a Programme of Works and Services for the coming year. 1.2.4 c) Producing statutory and management reports. 1.2.5 d) Monitoring and maintaining the Infrastructure of the Sites as it relates to the Works and Services. 1.2.6 e) Effecting associated Works as may be necessary and agreed by the Council in relation to landfill gas migration, air quality, leachate and any other environmental contaminants. 1.2.7 The contract duration will be for a maximum of 10 years, covering an initial period of 5 years plus 5 optional extensions, of 1 year (i.e. 5 + 1+1+1+1+1) 1.2.8 In order to receive any clarifications or changes to tender documents organisations must register their interest on the South East Business portal. The Council will not be held responsible for not communicating important information to any organisation who has not officially registered their interest. Organisations must register their interest on the South East Business Portal site, https://sebp.due-north.com in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation which does not register their interest. Clarification questions must be sent via messaging on the South East Business Portal site. The Council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs, charges or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last-minute problems.
£10,000,000
Contract value
The Council is seeking to appoint a single contract supplier to deliver specialist printing services for Electoral Services, as detailed in the specification. The supplier shall provide a fit for purpose printing solution for electoral registration and electoral activity. The contract duration will be for a maximum of 4 years, covering an initial period of 3 years plus 1 optional extension of 1 year (i.e. 3 + 1). In order to receive any clarifications or changes to tender documents organisations must register their interest on the South East Business portal. The Council will not be held responsible for not communicating important information to any organisation who has not officially registered their interest. The Council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs, charges or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last-minute problems.
Value undisclosed
A specific contractor is required to deliver void property, compliance and Housing reactive repairs service including an out-of-hours call out service, for properties within Bracknell Forests Council’s housing portfolio, covering the Borough of Bracknell Forest (currently 154 properties). Properties range from houses of multiple occupancy, 1 & 2-bedroom flats and 1, 2, 3 and 4 bedroom houses for an initial period of 3 year with the option to extend on an annual basis, subject to performance and cost certainty, for up to a further 2 years.
£2,250,000
Contract value
Bracknell Forest Council is seeking to procure and enter into a contract for the completion of reactive repairs and maintenance, void refurbishment and emergency out of hours' maintenance, including health and safety compliance, predominantly but not exclusively, to social housing properties. It will include a number of our Private Sector Leased properties. There are currently 154 properties within the Housing Temporary Accommodation portfolio, these comprise of Houses of Multiple Occupancy, 1 and 2 bed flats, 1, 2, 3 and 4 bedroom houses. Repairs arise on a day-to-day basis and it's important to resolve any issues quickly. Due to the vulnerability of some of our tenants the works are often urgent in order to ensure the health and safety of our tenants. All reactive repairs are categorised by emergency, urgent and routine call-outs, making sure the structure of the property is kept in a good condition, all gas and electrical appliances work efficiently and that tenants can continue to live in a safe and comfortable home. Works to include but not limited to compliance testing of all fixed wired appliances and a gas safe certificate is required when they are up for renewal and at the end of each tenancy and prior to new tenants moving in. A void inspection is conducted every time a tenant leaves a property and works are classified in three categories, Minor, Routine and Major. Void works are generally clearing of rubbish left by previous tenant (which can in some cases be considerable), deep cleaning of all surfaces and carpets, some redecoration and works to garden. Void works are required to be completed within a maximum of 15 working days, however often urgent turnarounds are required. Asbestos reports are provided or supplied to ensure awareness of asbestos containing materials within the property. Other general maintenance tasks, landscaping and garden maintenance and other works such as plumbing and roofing works are also often required. The contractors appointed to the contract will be expected to complete the works to a high standard and will be monitored by specific KPIs and a monthly contracts meeting will be held to ensure the contractor is meeting their obligations under the contract and are performing all tasks satisfactorily. This procurement will be a fundamental contributor to the delivery of high quality works and value for money. Organisations must register their interest on the South East Business Portal https://sebp.due-north.com in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation which does not register their interest. Clarification questions must be sent via messaging on the South East Business Portal site. Additional information: Economic and Financial Standing - The authority will seek more information from independent credit reference agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The Council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs, charges or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
£2,250,000
Contract value
The council is looking to procure construction consultancy services to aid the delivery of construction projects, routine condition surveys of the Councils property portfolio and highway works. This will enable the Property, Education, Highways & Transport and other areas within the Council to use this approved supplier to assist where an external consultancy is required. For the avoidance of doubt this does not confer exclusivity for the successful supplier and the Council reserve the right at their absolute discretion to source consultancy services from where they are most appropriate.
£15,000,000
Contract value
Bracknell Forest Council (“the Council”) are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school. The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent. Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect’s RIBA Stage 2 report. The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI). In summary, the works involve the following: - 1) Complete RIBA Stages 3 and 4 design under a PCSA. 2) Site perimeter hoarding. 3) Isolation and capping of existing services. 4) Asbestos removal. 5) Soft strip. 6) Full demolition of the existing buildings on site and adjust levels to the site. 7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target. 8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good. 9) Adjustment of hoardings and boundary. This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the “Contract Sum”) will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the “Main Works Contract”). A summary of this process is set out in the Combined Invitation to Tender.
Value undisclosed
Bracknell Forest Council ("the Council") are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school. The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent. Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect's RIBA Stage 2 report. The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI). In summary, the works involve the following: - 1) Complete RIBA Stages 3 and 4 design under a PCSA. 2) Site perimeter hoarding. 3) Isolation and capping of existing services. 4) Asbestos removal. 5) Soft strip. 6) Full demolition of the existing buildings on site and adjust levels to the site. 7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target. 8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good. 9) Adjustment of hoardings and boundary. This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the "Contract Sum") will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the "Main Works Contract"). A summary of this process is set out in the Combined Invitation to Tender. Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be submitted through the messaging facility on this site. Additional information: Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
£5,500,000
Contract value
Bracknell Forest Council ("the Council") are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school. The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent. Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect's RIBA Stage 2 report. The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI). In summary, the works involve the following: - 1) Complete RIBA Stages 3 and 4 design under a PCSA. 2) Site perimeter hoarding. 3) Isolation and capping of existing services. 4) Asbestos removal. 5) Soft strip. 6) Full demolition of the existing buildings on site and adjust levels to the site. 7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target. 8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good. 9) Adjustment of hoardings and boundary. This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the "Contract Sum") will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the "Main Works Contract"). A summary of this process is set out in the Combined Invitation to Tender. Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be submitted through the messaging facility on this site. Additional information: Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
£5,500,000
Contract value
Bracknell Forest Council (BFC) are putting out this notice as a PIN (Prior Information Notice). Calling for expressions of interest. Bracknell Forest Council are seeking a provider who has suitable accommodation available and can within the accommodation provide around 30 hours support a week for up to 7 young single mothers (between 16-25 years of age) who are pregnant or who are living with their babies/children under 5 years old and who are at risk of homelessness. Currently, a provider does offer the described service in the borough. The funding that BFC supplies to the current provider is used to contribute to funding staff posts that offer around 30 hours support for the residents and other young mums in the community. This support will primarily be delivered in accommodation in Bracknell which is owned by the provider and houses the young women who are being supported. The provider must have suitable accommodation to meet the requirements of the funding, however it is the responsibility of the provider to organise and fund the accommodation. The support service and property must be ready and established for use at the start of the contract on 6th January 2023. The support provided will include • setting up or maintaining a home or tenancy, • maintaining safety and security in a property • help finding accommodation long-term. • life skills and parenting skills. Examples of the classes and support include cooking, parenting skills, first aid, gardening, form filling, ICT skills, social skills and behaviour management, support managing finance and benefit claims, money, and budgeting, and accessing the community. Please submit an expression of interest via the Southeast Business Portal for any communication about the advert. The Council invites expressions of interest of a serious nature only, providers must be able to evidence that they have available a suitable 7 bed single property that must be ready and established for use for the contract start date of 6th January 2023. The financial envelope for this PIN is at the Council's discretion but it is anticipated that it will be at a minimum of £25K for each year of a 3-year contract, with the option to extend for a further two 1 year extensions. (Contract term 1+1+1 max 3 years). Additional information: Organisations must register their interest on this site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be sent through this site. Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
£75,000
Contract value
Bracknell Forest Council (BFC) are putting out this notice as a PIN (Prior Information Notice). Calling for expressions of interest. Bracknell Forest Council are seeking a provider who has suitable accommodation available and can within the accommodation provide around 30 hours support a week for up to 7 young single mothers (between 16-25 years of age) who are pregnant or who are living with their babies/children under 5 years old and who are at risk of homelessness. Currently, a provider does offer the described service in the borough. The funding that BFC supplies to the current provider is used to contribute to funding staff posts that offer around 30 hours support for the residents and other young mums in the community.
£75,000
Contract value
A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full HVAC service. The contract period is an initial three years with two optional extension periods of 12 months, or one optional extension period of 24 months.
£550,000
Contract value
A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full HVAC service.
£550,000
Contract value
Bracknell Forest Council (The Council) has decided to invite tenders for the collection of road condition data including SCANNER, SCRIM, CVI, FNS, FMS, Deflectograph, Coring, Ground Penertrating Radar surveys, Road Marking surveys and Digital Video Image surveys on the Principal and Non-Principal Classified Roads and the Unclassified Road Networks within the geographical area of the road networks of Bracknell Forest Council, Reading Borough Council, Slough Borough Council, West Berkshire Council, Royal Borouigh or Windsor and Maidenhead and Wokingham Borough Council (The Councils). The Council will manage the procurement and contract with the Contractor. Matters between the Councils will be managed by a separate Memorandum of Understanding. The Networks to be surveyed have been referenced within the various Council's UKPMS systems and data is to be collected using these reference systems. The Councils will supply the Contractor with data files containing all references. The reference data will not be issued with the tender documents Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last-minute problems The contract duration will be for a maximum of 6 years, covering an initial period of 5 years plus 1 optional extension, (i.e. 5+1) In order to receive any clarifications or changes to tender documents organisations must register their interest on the South East Business portal https://sebp.due-north.com. The Council will not be held responsible for not communicating important information to any organisation who has not officially registered their interest.
£1,000,000
Contract value
1.2.1 Bracknell Forest Council (The Council) has decided to invite tenders for the collection of road condition data including SCANNER, SCRIM, CVI, FNS, FMS, Deflectograph, Coring, Ground Penertrating Radar surveys, Road Marking surveys and Digital Video Image surveys on the Principal and Non-Principal Classified Roads and the Unclassified Road Networks within the geographical area of the road networks of Bracknell Forest Council, Reading Borough Council, Slough Borough Council, West Berkshire Council, Royal Borough or Windsor and Maidenhead and Wokingham Borough Council (The Councils). The Council will manage the procurement and contract with the Contractor. Matters between the Councils will be managed by a separate Memorandum of Understanding. The Networks to be surveyed have been referenced within the various Council’s UKPMS systems and data is to be collected using these reference systems. The Councils will supply the Contractor with data files containing all references. The reference data will not be issued with the tender documents
Value undisclosed
The Council are seeking to appoint an operator to manage the Bucklers Park Community Hub, Crowthorne, Berkshire. The operator will be expected to manage the Community Hub at a low or not-for-profit basis and ideally the prospective bidder will be able to previously demonstrate the ability to manage a Community Hub on a similar basis. The operator will also have an active role within the local community by promoting the facilities to potential users as well as hiring out the facilities for individuals or community groups. The Hub building is a new facility available for use, the site is not associated with the employment of any personnel thus meaning there will be no TUPE responsibilities. The bidder is expecting to demonstrate the ability to run the Community Hub / Centre effectively by highlighting their competencies throughout the tender process. Bracknell Forest Council is seeking a management organisation or organisations to take on the operations of a Community Hub within the Borough. The Hub was built in summer 2021 on the former Transport Research Laboratory site next to Buckler's Forest. The intended opening is targeted for summer 2023 with the procurement process officially starting in June 2022. The management of the Hub will play an active role within the community, empowering residents to participate in community activities. The new Community Hub will also play a key role in supporting community activities and events within the Bucklers Park and surrounding areas. The operator will be expected to manage the following facilities: • Café and kitchen • Main hall and meeting rooms • Children and young people's activity space • Sports Courts • Parking areas • Soft services facilities management • Associated landscaping (excluding the SUDs and Orchard) Additional information: Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be sent through this site via the messaging facility. This will be tendered as a concession contract and conducted as a restricted two stage process under SOSS (Light Touch) process.The Council will evaluate the tenders in three stages: (1) An initial desk review based on Schedule 1 and financial standing. In addition, the Council may contact the referees. We expect providers to self-exclude if they cannot meet or exceed the capabilities required. (2) Those providers who pass stage (1) will then be fully evaluated by the team based on the remainder of the documentation submitted. (3) The six highest scoring providers at entry level will be invited to submit an ITT proposal response. The responses will then be fully evaluated by the team based on the submitted ITT documents. Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Value undisclosed
The Council are seeking to appoint an operator to manage the Bucklers Park Community Hub, Crowthorne, Berkshire. The operator will be expected to manage the Community Hub at a low or not-for-profit basis and ideally the prospective bidder will be able to previously demonstrate the ability to manage a Community Hub on a similar basis. The operator will also have an active role within the local community by promoting the facilities to potential users as well as hiring out the facilities for individuals or community groups. The Hub building is a new facility available for use, the site is not associated with the employment of any personnel thus meaning there will be no TUPE responsibilities. The bidder is expecting to demonstrate the ability to run the Community Hub / Centre effectively by highlighting their competencies throughout the tender process. Bracknell Forest Council is seeking a management organisation or organisations to take on the operations of a Community Hub within the Borough. The Hub was built in summer 2021 on the former Transport Research Laboratory site next to Buckler's Forest. The intended opening is targeted for Autumn 2023 with the procurement process officially starting in February 2023. The management of the Hub will play an active role within the community, empowering residents to participate in community activities. The new Community Hub will also play a key role in supporting community activities and events within the Bucklers Park and surrounding areas. The operator will be expected to manage the following facilities: • Café and kitchen • Main hall and meeting rooms • Children and young people's activity space • Sports Courts • Parking areas • Soft services facilities management • Associated landscaping (excluding the SUDs and Orchard) Additional information: Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be sent through this site via the messaging facility. This will be tendered as a concession contract and conducted as a restricted two stage process under SOSS (Light Touch) process.The Council will evaluate the tenders in three stages: (1) An initial desk review based on Schedule 1 and financial standing. In addition, the Council may contact the referees. We expect providers to self-exclude if they cannot meet or exceed the capabilities required. (2) Those providers who pass stage (1) will then be fully evaluated by the team based on the remainder of the documentation submitted. (3) The six highest scoring providers at entry level will be invited to submit an ITT proposal response. The responses will then be fully evaluated by the team based on the submitted ITT documents. Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Value undisclosed
The Services shall comprise the cleaning of various Council Buildings including the Schools specified elsewhere in these documents to the standards stated and which can be reasonably inferred from the requirements included in these documents The following website lists all schools in the Borough, any of which may join the Agreement during the Term of the Agreement should they wish to do so - https://www.bracknell-forest.gov.uk/schools-and-learning/schools/schools-directory The duration of the Agreement will be for 5 years, covering an initial period of 3 years plus 2 optional extensions, each of 1 year (i.e. 3 + 1 + 1)
£5,500,000
Contract value
The Services shall comprise the cleaning of various Council Buildings including the Schools specified elsewhere in these documents to the standards stated and which can be reasonably inferred from the requirements included in these documents The following website lists all schools in the Borough, any of which may join the Agreement during the Term of the Agreement should they wish to do so – https://www.bracknell-forest.gov.uk/schools-and-learning/schools/schools-directory The duration of the Agreement will be for 5 years, covering an initial period of 3 years plus 2 optional extensions, each of 1 year (i.e. 3 + 1 + 1)
£5,500,000
Contract value
The Avenue Carpark, Bracknell, Lighting and Controls Upgrade The Avenue Carpark is located in the Lexicon, off of Millennium Way, Bracknell RG12 1AP, and resides within a populated residential and commercial area next to Garth Hill College. The Avenue Car Park Site opened on 7th September 2017 as part of the town redevelopment. Bracknell Forest Council as the Client currently leases the car park on a long-term lease. The Carpark has Six Levels. The proposed scope of the works is to replace the existing lighting with LED equivalents which have Dali dimming drivers and modify the existing controls to incorporate PIRs, and install submeters throughout the areas included in the lease to reduce energy consumption. Construction works are programmed to commence in September 2023 and be completed at the end of February 2024. A more detailed programme of key dates is provided in the SQ documentation. This will be a 2 stage RFQ process. The RFQ can be accessed through the Council's esourcing portal as listed under our website details
From £500,000
Contract value
Showing 1–20 of 98 contracts