Loading page content…
Loading page content…
6 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
This Preliminary Market Engagement Notice is not a call for competition. It is being published to give notice to the market of an upcoming procurement. Dorset Council is undertaking early market engagement, with the aim of providing information to and requesting feedback from the market, about aspects of the Council's procurement strategy for reactive and planned Repairs and Maintenance for building fabric, M&E and associated works and services and to help inform the decision-making process on the procurement of these works and services. Any procurement will be carried out in accordance with relevant Procurement Regulations. Dorset Council may commence one or more procurements in respect of this notice subject to final scope and structure, but also reserves the right not to commence any procurement in respect of this notice. Dorset Council shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein. Dorset Council are intending to procure repairs and maintenance services and shall appoint contractors for each Lot to deliver reactive and planned maintenance for M&E, Lifts, Asbestos, Mechanical Barriers, Voids, Fire (active & passive) and Building Fabric and associated services within the Dorset Council Region. All Lots will have one supplier per Lot save for M&E and Building Fabric who have two suppliers each, one supplier for West and one supplier for East This work will cover the following Dorset Council property portfolio types: • Housing, including a mix of self-contained units and hostels, mostly used for temporary accommodation. • Council Operational/Commercial Assets including operational buildings from which the council delivers a service (for example, libraries, family hubs, depots, residential children's and adults homes, day centres, offices etc) and commercial / community buildings which the council leases out and has some repairing obligations (for example farms, hotels and guesthouses, industrial units, community buildings etc). It is the Council’s intention to structure the Lots in the following manner Lot 1 is M&E Lot 2 is Lifts Lot 3 is Fire Protection, Management & Maintenance Lot 4 is Asbestos Works & Services Lot 5 is Mechanical Barriers Lot 6 is Fabric Maintenance Lot 7 is Housing Voids Dorset Council are also considering appointing a number of contractors to deliver capital works and associated services within the Dorset Council Region. Examples of the type of works are: - Repairs and Maintenance of the capital assets - Mechanical and Electrical - Building Fabric Maintenance - Specialist works (e.g. Fire Alarms) - Refurbishment works - New builds - Extensions - Demolitions Dorset Council are looking to achieve the following key objectives: o A repeatable and effective process o An effective service with a timely emergency response. o Value for money and appropriate costs. o Appropriate coverage across the council areas o Coverage over all asset types o Improved performance and quality management through KPIs o A Life Cycle approach The contractors will be procured and subsequently able to appoint sub-contractors. Dorset Council would like to see direct investment into the local supply chain but are also open to looking elsewhere for appropriate contractors. The main focus is that the works are completed by a contractor who is best suited and meets the key objectives. The proposed go live date (contract commencement) is planned for 11th January, 2027; and will last for a proposed initial period of 4 years. We envisage that the market engagement will feed into the requirements and as such, we reserve the right to alter the above information for the benefit of both Dorset Council and the market. The information contained in this Preliminary Market Engagement Notice is preliminary in nature and may be subject to further amendment and revision. Accordingly, no representation or warranty, expressed or implied, will be made and no liability is, or will be, accepted by the Council as to the adequacy, accuracy or completeness of this document. Any liability however arising is expressly disclaimed. No expense in responding to this market engagement will be reimbursed by the Council. The expected total value of the contract for the initial 4 year term is £24,000,000. There are two further options for a further 1 year extension. In order to ensure a good level of competition for this procurement, Dorset Council will be holding two market engagement days (both covering the same information) which will be held on 31st March 2026 and a further date to be held in the week commencing 13th April, 2026.
£37,000,000
Contract value
This Preliminary Market Engagement Notice is not a call for competition. It is being published to give notice to the market of an upcoming procurement. Dorset Council is undertaking early market engagement, with the aim of providing information to and requesting feedback from the market, about aspects of the Council's procurement strategy for reactive and planned Repairs and Maintenance for building fabric, M&E and associated works and services and to help inform the decision-making process on the procurement of these works and services. Any procurement will be carried out in accordance with relevant Procurement Regulations. Dorset Council may commence one or more procurements in respect of this notice subject to final scope and structure, but also reserves the right not to commence any procurement in respect of this notice. Dorset Council shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein. Dorset Council are intending to procure repairs and maintenance services and shall appoint contractors for each Lot to deliver reactive and planned maintenance for M&E, Lifts, Asbestos, Mechanical Barriers, Voids, Fire (active & passive) and Building Fabric and associated services within the Dorset Council Region. All Lots will have one supplier per Lot save for M&E and Building Fabric who have two suppliers each, one supplier for West and one supplier for East This work will cover the following Dorset Council property portfolio types: • Housing, including a mix of self-contained units and hostels, mostly used for temporary accommodation. • Council Operational/Commercial Assets including operational buildings from which the council delivers a service (for example, libraries, family hubs, depots, residential children's and adults homes, day centres, offices etc) and commercial / community buildings which the council leases out and has some repairing obligations (for example farms, hotels and guesthouses, industrial units, community buildings etc). It is the Council’s intention to structure the Lots in the following manner Lot 1 is M&E Lot 2 is Lifts Lot 3 is Fire Protection, Management & Maintenance Lot 4 is Asbestos Works & Services Lot 5 is Mechanical Barriers Lot 6 is Fabric Maintenance Lot 7 is Housing Voids Dorset Council are also considering appointing a number of contractors to deliver capital works and associated services within the Dorset Council Region. Examples of the type of works are: - Repairs and Maintenance of the capital assets - Mechanical and Electrical - Building Fabric Maintenance - Specialist works (e.g. Fire Alarms) - Refurbishment works - New builds - Extensions - Demolitions Dorset Council are looking to achieve the following key objectives: o A repeatable and effective process o An effective service with a timely emergency response. o Value for money and appropriate costs. o Appropriate coverage across the council areas o Coverage over all asset types o Improved performance and quality management through KPIs o A Life Cycle approach The contractors will be procured and subsequently able to appoint sub-contractors. Dorset Council would like to see direct investment into the local supply chain but are also open to looking elsewhere for appropriate contractors. The main focus is that the works are completed by a contractor who is best suited and meets the key objectives. The proposed go live date (contract commencement) is planned for 11th January, 2027; and will last for a proposed initial period of 4 years. We envisage that the market engagement will feed into the requirements and as such, we reserve the right to alter the above information for the benefit of both Dorset Council and the market. The information contained in this Preliminary Market Engagement Notice is preliminary in nature and may be subject to further amendment and revision. Accordingly, no representation or warranty, expressed or implied, will be made and no liability is, or will be, accepted by the Council as to the adequacy, accuracy or completeness of this document. Any liability however arising is expressly disclaimed. No expense in responding to this market engagement will be reimbursed by the Council. The expected total value of the contract for the initial 4 year term is £24,000,000. There are two further options for a further 1 year extension. In order to ensure a good level of competition for this procurement, Dorset Council will be holding two market engagement days (both covering the same information) which will be held on 31st March 2026 and a further date to be held on the 14th April, 2026.
£37,000,000
Contract value
A Dynamic Purchasing System for the Provision of Passenger Transport Services as required by Dorset Council. This Dynamic Purchasing System will be used to procure passenger transport services as required by Dorset Council. These requirements may include, but are not limited to, transport for Children to School, Children with Special Education Needs and Children in Care. It may also be used to procure supported public passenger transport services and transport for various social care purposes. Applications to participate with this DPS can be made on the portal: www.supplyingthesouthwest.org.uk REF:DN245509
£80,000,000
Contract value
A Dynamic Purchasing System for the Provision of Passenger Transport Services as required by Dorset Council. This Dynamic Purchasing System will be used to procure passenger transport services as required by Dorset Council. These requirements may include, but are not limited to, transport for Children to School, Children with Special Education Needs and Children in Care. It may also be used to procure supported public passenger transport services and transport for various social care purposes. Applications to participate with this DPS can be made on the portal: www.supplyingthesouthwest.org.uk REF:DN245509 The publishing of this Tender Notice is to communicate the extension of the above DPS (Ref DN245509), which was originally established in May 2017 for a 4 year period ending 30 April 2021. Dorset Council took the option of extending the DPS for a further 4 year period ending 30 April 2025, and now wishes to extend the DPS for a further period of up to 2 years ending 30 April 2027. Dorset Council reserves the right to terminate the DPS prior to 30 April 2027, and also reserves the right to extend the DPS further beyond 30 April 2027, up to a maximum end date of February 2029 in line with Cabinet Office guidance regarding Dynamic Purchasing Systems procured under PCR2015. As part of this extension, any organisation already awarded onto the DPS will not be required to submit a new application. Any new applications can continue to be made at the above mentioned address. Organisations are required to meet defined criteria to be admitted on to the DPS. All organisations that meet and pass the exclusion and selection criteria detailed within the e-procurement portal will be admitted on to the DPS. All suppliers admitted to the DPS will be invited to tender for contracts. Contracts awarded through the DPS will typically be evaluated based upon 100% price, however Dorset Council reserves the right to evaluate tenders on a mix of price and quality criteria and where this approach is used the evaluation criteria and weightings will be clearly communicated to suppliers as part of the invitation to tender. The estimated value of £80 million provided on this tender notice is based on the estimated total value of all passenger transport services required by the Council over the next 2 year period. As requirements are subject to change the value is provided as an estimation only. Please note that the contract start and end dates detailed above are not relevant. Contracts will be awarded throughout the term of the DPS.
£80,000,000
Contract value
This Dynamic Purchasing System is for the provision of the following Road Surface Treatment Services: • Premium Surface Dressing • Micro Asphalting and Footway Surface Treatments • Carriageway Retexturing • Joint Sealing • Asphalt Preservation • In-Situ Road Recycling • Spray Injection Patching • Any works or services similar to those listed above The publishing of this Contract Notice is to communicate the extension of the above DPS which was originally established in March 2018 for a 4 year period. Dorset Council took the option of extending the DPS for a further four year period ending March 2026 and now wishes to extend the DPS for a further period up to 27th September 2028, as permitted in line with Cabinet Office guidance regarding dynamic purchasing systems procured under PCR2015. Dorset Council reserves the right to terminate the DPS prior to 27th September 2028. Applications to participate with this DPS can be made on the portal: www.supplyingthesouthwest.org.uk - REF:DN318931 Any organisation already awarded onto the DPS will remain. Any new applications can continue to be made at the above mentioned address. The estimated value of £12 million provided on this notice is based on the estimated total value of requirements over the next 3 year period. The following Authorities will continue to have access to this DPS: Dorset Council Bournemouth Christchurch & Poole Council Devon County Council Plymouth City Council Swindon Borough Council The DPS value shown is estimated and dependant on access from other named authorities.
£12,000,000
Contract value
The commissioning partners seek to provide high quality personalised care and support services taking a strengths based approach which focus on meeting the outcomes of those individuals using the services whilst ensuring they are delivered and financed in a sustainable way. In order to achieve this Dorset Councils Adults and Housing Directorate is opening a new Framework; this will act as a vehicle to procure a range of care and support, housing and community safety services. It will replace the existing Frameworks. The Dorset Care Support Housing and Community Safety Framework will be established by utilising the flexibilities of the Light Touch Regime under the Public Contract Regulations 2015. These enable Public Sector Bodies in terms of health and social care to adapt and innovate procurement and contracting models to best meet service requirements. The Framework will be in place for up to 10 years and will enable providers to join at any time as long as specific criteria is met) instead of fixed opening periods as is the case with the existing Frameworks. It will work in two stages as follows: Part I The overarching 10 year framework will open and detail specific lots. At this stage providers need to meet the minimum entry criteria, this is detailed when the framework is open. At this stage providers will be asked to complete minimum entry criteria for the Lots they may in future wish to participate in further competitions for. In Part 2 providers will be invited further competition which will include further quality / price evaluation processes in respect of specific call off. It is anticipated that this process will commence from April 2022. The Framework shall allow a variety of procurement methods in order to support flexibility; opportunities to expand Providers geographical reaches and to respond to the needs of Service Users in receipt of Direct Payments or Personal Health Budgets. These shall include but are not limited to: Brokerage of individual packages Fixed term block contracts Individual Service Funds ISF The Framework shall remain open for providers to apply to be appointed onto the Framework at any time during the Term, including those who have previously applied and failed to become a Framework provider but excluding any whose Framework Agreement and/or Call Off Contract has been terminated for Contract Non Compliance. Framework providers may reapply to improve their standing on the Framework by applying to be appointed to additional Lots.
£1,700,000,000
Contract value