CSKL jointly with Connect2Hampshire, Connect2Luton, Connect2Surrey, Connect2Dudley & Connect2Staff wish to create an Agreement for Umbrella Service Suppliers to be provide payment services to CSKL's Temporary Workers. This Agreement will also be used to assist any future Joint Ventures between CSKL and other Public bodies
Additional information:
To gain access and complete the necessary documents please follow the instruction below
Visit - WWW.Kentbusinessportal.org.uk
Select - Opportunities
Select Organisation - Commercial Services
Select the opportunity appropriate to you from the list provided
Express interest - you may need to register first
Once successful expression is completed you can access and complete the requirements in two ways
1 - when you register you will receive a successful registration email, this also contains a link taking you direct to the opportunity
2 - when you log in to proactis go to my activities, select commercial services and you will be presented with the opportunity.
Following the instruction from herein
Commercial Services Kent LimitedSouth EastWAC-315107
The Agreement is for the supply and delivery of Exercise Books & Scholastic Papers.
This Agreement is divided into three LOTS
LOT 1 - Exercise Books
LOT 2 - Loose Leaf Scholastic Papers
LOT 3 - Miscellaneous Associated Products
Suppliers must be able to provide at least 80% of Lots 1 and 2 to be considered as a supplier thereof, Lot 3 may be awarded line item.
Additional information:
All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, Affiliates and associates of the CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man.
For additional information please see original FTS notice and/or the Invitation to Tender document
To gain access and complete the necessary documents please follow the instruction below
Visit - WWW.Kentbusinessportal.org.uk
Select - Opportunities
Select Organisation - Commercial Services
Select the opportunity appropriate to you from the list provided
Express interest - you may need to register first
Once successful expression is completed you can access and complete the requirements in two ways
1 - when you register you will receive a successful registration email, this also contains an link taking you direct to the opportunity
2 - when you log in to proactis go to my activities, select commercial services and you will be presented with the opportunity.
Following the instruction from herein
Essex Police require supply, installation and maintenance of Flir CCTV system and ISM integrated management systems within 6 Essex Custody Suites from suppliers with previous expertise, skills and experience of installing these systems.
Norse is undertaking a procurement process to identify and appoint a sole supplier for each designated Lot, to supply and deliver multi-temperature food (including the provision of fresh chilled meat) to all establishments within the regional lots. The anticipated contract length is two years with the option to extend for a period or periods of up to 36 months. The value of this contract is estimated at 23,550,000 GBP covering all five lots over the full potential five year contract period (including extensions). If you would like to express an interest in this procurement process then please submit your expression of interest via the Norse 'Delta eSourcing' procurement portal.
Norse is undertaking a procurement process to identify and appoint a sole supplier for each designated Lot, to supply and deliver multi-temperature food (including the provision of fresh chilled meat) to all establishments within the regional lots. The anticipated contract length is two years with the option to extend for a period or periods of up to 36 months. The value of this contract is estimated at 23,550,000 GBP covering all five lots over the full potential five year contract period (including extensions). If you would like to express an interest in this procurement process then please submit your expression of interest via the Norse ‘Delta eSourcing’ procurement portal.
Norse Environmental Waste Services (NEWS), a joint venture company owned 51% by Norse Commercial Services and 49% by the 7 Borough, City and District Councils in Norfolk, intends to appoint one third-party Service Provider who shall manage the bulk collection, transportation and treatment of Food Waste received by NEWS at its waste transfer sites in Norfolk.
Norse Environmental Waste Services (NEWS), a joint venture company owned 51% by Norse Commercial Services and 49% by the 7 Borough, City and District Councils in Norfolk, intends to appoint one third-party Service Provider who shall manage the bulk collection, transportation and treatment of Food Waste received by NEWS at its waste transfer sites in Norfolk.
The Office of the Police and Crime Commissioner for Norfolk (OPCCN) has a statutory responsibility for the local commissioning of victim support services and, along with Norfolk Police, they have invested in first class services to support those who are affected by all types of crime, including domestic violence and abuse. Whilst robust policing and investigations alongside effective victim support services go some way to address the symptoms of domestic abuse and violence, it is recognised that perpetrator intervention approaches, which can involve programmes to address behaviours, are necessary to change behaviours and deal with the root cause of offending. It is the OPCCN and partnership philosophy that victims cannot be supported successfully without a whole system approach including perpetrator prevention, provision of services, partnership working and pursue through tactical means.
The Office of the Police and Crime Commissioner for Norfolk (OPCCN) has a statutory responsibility for the local commissioning of victim support services and, along with Norfolk Police, they have invested in first class services to support those who are affected by all types of crime, including domestic violence and abuse. Whilst robust policing and investigations alongside effective victim support services go some way to address the symptoms of domestic abuse and violence, it is recognised that perpetrator intervention approaches, which can involve programmes to address behaviours, are necessary to change behaviours and deal with the root cause of offending. It is the OPCCN and partnership philosophy that victims cannot be supported successfully without a whole system approach including perpetrator prevention, provision of services, partnership working and pursue through tactical means.
The specification for this service is to deliver behaviour change interventions which aims to prevent a perpetrator reoffending and reduce the risk to victims/children.
The specification for this targeted support service is to:
• work closely with a wide range of statutory/non-statutory agencies
• enable perpetrators to access interventions to address their abusive behaviour
• support behaviour change
• safeguard victims/survivors and children working with current DA service provision
The service will deliver tailored interventions offered in a community setting in a structured manner within the county of Norfolk, that are fully accessible
• regardless of geographical locations that are suitable and easily accessible by those receiving support
• for those less represented groups, such as female perpetrators, Lesbian, Gay, Bisexual, Transgender (LGBT+), (British English) black, Asian and minority ethnic (BAME) as well as those with manageable learning disabilities and mental health needs.
The initial contract term is for a period of 12 months, with 1 x 12 month option to extend, subject to funding availability, delivery of a quality service and sustained performance.
Police and Crime Commissioners (PCCs) are responsible for delivering an effective and efficient Police Force in their area and reducing crime. They have several statutory responsibilities including ensuring that victims have a voice and bringing together partners including Community Safety Partnerships (CSPs) and criminal justice partners to achieve the shared objectives of tackling crime and disorder and supporting victims. In addition, (PCCs) have a statutory responsibility for commissioning support services for victims of crime, regardless of whether that crime has been reported to the Police. These services should include but not be limited to,
• A referral and support service for all victims of crime.
• Therapeutic services.
• Helpline or live chat support.
• Tailored or specialist support for specific groups, needs or risks.
Victim Referral and Support Service
Police and Crime Commissioners (PCCs) are responsible for delivering an effective and efficient Police Force in their area and reducing crime. They have several statutory responsibilities including ensuring that victims have a voice and bringing together partners including Community Safety Partnerships (CSPs) and criminal justice partners to achieve the shared objectives of tackling crime and disorder and supporting victims. In addition, (PCCs) have a statutory responsibility for commissioning support services for victims of crime, regardless of whether that crime has been reported to the Police. These services should include but not be limited to,
• A referral and support service for all victims of crime.
• Therapeutic services.
• Helpline or live chat support.
• Tailored or specialist support for specific groups, needs or risks.
Lot 1 - Kent Victims' Advocacy & Support Service
This service must provide a needs and risk led approach, which has a strong evidence base that is also trauma informed. The service should be available to all victims of recorded crime who are resident in Kent, including children and young people regardless of when the crime took place or if it has been reported to the Police. If reported to the Police support must be available at all stages of the criminal justice process and beyond. If not reported to the Police, the service must be accessible and available at the point the victim wishes to seek support.
Lot 1 contract length: 4 years with an option to extend by a further 3 periods of 12 months.
Estimated Contract Value per annum: £1,000,000
Lot 2 - Essex Victim Referral and Support Service
The primary aim of this service is to ensure that people are supported to cope and recover after being victims of crime and to increase levels of victim satisfaction and public confidence in the police and criminal justice system. It is also expected to support the PFCC to deliver against the priorities above, specifically promoting restorative justice, ensuring compliance with the victims' code, encouraging reporting, providing tailored support to victims, and referring victims to specialist services.
Lot 2 contract length: 3 years with an option to extend by a further 3 periods of 12 months.
Estimated Contract Value per annum: £575,000
Contract Start Date for Lots 1 & 2: 1st April 2023.
Design & Build Contract for the replacement of Creek Farm Bridge, Nordelph, Downham Market, Norwich, Norfolk.
Additional 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.
Archaeological investigation work is required on the site chosen for the construction of the new Cambridge South Police Station at Milton. This has been necessitated by the planning conditions imposed on the application for the new build of Cambridge South Police Station
Archaeological investigation work is required on the site chosen for the construction of the new Cambridge South Police Station at Milton. This has been necessitated by the planning conditions imposed on the application for the new build of Cambridge South Police Station