Loading page content…
Loading page content…
6 live contracts · Updated daily · Contracts Finder + Find a Tender Service
The Framework duration is 4 years plus 4 years (4+4) subject to sustainability, suitability and value for money. Framework start date is 10th March 2025. The Authority intends to open the Framework in whole or in part i.e. certain lot(s) twice per annum for Tenders from new organisations or to allow existing organisations to apply for additional Lot(s) (once launched) throughout its lifetime. The Authority reserves the right to amend the frequency of this timeline. Please note that if you have previously submitted a bid and were successful, you are not required to submit a bid again in this round. The Authority is inviting Tenders from suitably experienced and qualified organisations to join the Framework for Prevention and Support Services related to HIV, STIs and other BBVs. The Framework has been split into five (5) lots as follows: Lot 1: Prevention and / or Support (Adults): to cover any area of work designed to help prevent residents from contracting HIV and/or other blood-borne viruses (BBVs). Lot 2: Support for Families (as per existing contracts). Lot 3: Connection to Care (support from screening & diagnosis through to accessing treatment). Lot 4: Specialist Support Services, e.g. support for PLWHIV based in Specialist HIV Treatment Services. Lot 5: Outreach and / or Communications for Blood-Borne Viruses (BBV) and / or STIs. The Procurement is being run under the open procedure, which is a procedure, under which the framework is advertised and all interested organisations/consortium can submit a Tender. There will be no form of exclusivity or volume guarantee granted by the Authority or Partner Organisations under the Framework. Organisations may apply for award to more than one lot. There are no restrictions to the number of organisations who can be awarded on to the Framework for any lot, so long as they meet the minimum criteria. The Procurement is being procured by the Authority for the benefit of the Authority and the Partner Organisations. The host Borough is London Borough of Newham (LBN). Organisations should note that there is no guarantee that all Partner Organisations will participate in the Framework Agreement at the commencement date (or at all). It is ultimately at the discretion of each individual Partner Organisation as to whether they will utilize the Framework Agreement. Partner Organisations means all London Local Authorities and Health Partners. 'Health Partners' in this context refers to all organisations comprising Integrated Care Partnerships (ICPs), Integrated Care Boards (ICBs), Integrated Care Systems (ICSs) and NHS Trusts (or future equivalent bodies in the event of re-structures).
£225,000,000
Contract value
The Framework duration is 4 years plus 4 years (4+4) subject to sustainability, suitability and value for money. Framework start date is 10th March 2025. The Authority intends to open the Framework in whole or in part i.e. certain lot(s) twice per annum for Tenders from new organisations or to allow existing organisations to apply for additional Lot(s) (once launched) throughout its lifetime. The Authority reserves the right to amend the frequency of this timeline. Please note that if you have previously submitted a bid and were successful, you are not required to submit a bid again in this round. The Authority is inviting Tenders from suitably experienced and qualified organisations to join the Framework for Prevention and Support Services related to HIV, STIs and other BBVs. The Framework has been split into five (5) lots as follows: Lot 1: Prevention and / or Support (Adults): to cover any area of work designed to help prevent residents from contracting HIV and/or other blood-borne viruses (BBVs). Lot 2: Support for Families (as per existing contracts). Lot 3: Connection to Care (support from screening & diagnosis through to accessing treatment). Lot 4: Specialist Support Services, e.g. support for PLWHIV based in Specialist HIV Treatment Services. Lot 5: Outreach and / or Communications for Blood-Borne Viruses (BBV) and / or STIs. The Procurement is being run under the open procedure, which is a procedure, under which the framework is advertised and all interested organisations/consortium can submit a Tender. There will be no form of exclusivity or volume guarantee granted by the Authority or Partner Organisations under the Framework. Organisations may apply for award to more than one lot. There are no restrictions to the number of organisations who can be awarded on to the Framework for any lot, so long as they meet the minimum criteria. The Procurement is being procured by the Authority for the benefit of the Authority and the Partner Organisations. The host Borough is London Borough of Newham (LBN). Organisations should note that there is no guarantee that all Partner Organisations will participate in the Framework Agreement at the commencement date (or at all). It is ultimately at the discretion of each individual Partner Organisation as to whether they will utilize the Framework Agreement. Partner Organisations means all London Local Authorities and Health Partners. 'Health Partners' in this context refers to all organisations comprising Integrated Care Partnerships (ICPs), Integrated Care Boards (ICBs), Integrated Care Systems (ICSs) and NHS Trusts (or future equivalent bodies in the event of re-structures).
£225,000,000
Contract value
The London Borough of Newham is seeking expressions of interest from suitably experienced suppliers to deliver a programme of unannounced occupancy checks and case reviews for approximately 7,900 households in temporary accommodation, located across 49 local authority areas. The Council requires an external supplier to visit households, verify occupancy, assess property conditions, review housing options and support needs, and complete a standardised Case Review Form for each visit. Scope of Work •Unannounced occupancy checks: in-person visits to verify household composition against Council records, with full photographic and documentary evidence of every visit. •Case review form completion: completing the Council’s standardised form covering household verification, property condition, financial circumstances, housing options, support needs, and required actions. •Three-attempt protocol: minimum three visit attempts at varied times before classifying a case as unable to contact; Council notified with full evidence of all attempts. •Weekly progress reports covering visits attempted and completed, unsuccessful cases, safeguarding escalations, and property issues. •Same-day safeguarding escalation for all concerns identified during visits. Geographical Coverage: Newham Households: 4,568 Adjacent East London (Redbridge, Barking & Dagenham, Havering, Waltham Forest, Tower Hamlets, Hackney) Households: 2,668 Other London boroughs Households: 220 Outside London (Essex, Kent, Surrey, Herts, Hants, Beds) Households: 436 Supplier Requirements: Interested suppliers must be able to demonstrate: •Enhanced DBS checks for all personnel carrying out visits. •Relevant experience of occupancy verification, tenancy audits, housing visits, or comparable fieldwork at scale (minimum two references from the last three years). •Robust safeguarding policies, data protection arrangements (UK GDPR compliant), and information security measures. •Operational capacity to deliver occupancy checks and case reviews across the geographical spread listed above. •Insurance cover: Public Liability (£2m), Employer’s Liability (£2m), Professional Indemnity (£1m). •Access to interpretation services for a diverse borough population.
£99,000
Contract value
Provision of annual testing and inspection of lightning protection systems to housing buildings. Routine maintenance to systems. Reactive repairs to damaged or defective components Replacement of worn or outdated parts using approved materials.
£160,000
Contract value
The London Borough of Newham has established a Pseudo-Dynamic Purchasing System (PDPS) for the supply of services in respect of children's externally commissioned care, accommodation and support services. This notice is for the re-opening of Lot 2 Round 9. The services include: Lot 1: Provision of Semi-Independent Living Services - already established Lot 2: Provision of Children's Homes regulated by Ofsted - already established Lot 3: Provision of Supported Lodgings Lot 4: Provision of Independent Fostering Agencies (IFA) regulated by Ofsted These services will be available to looked after children, care leavers and young people who are homeless or at risk of homelessness . Potential Suppliers are invited to Tender for one or more of the Lots. This PDPS is open for use to the following (and subject to Section 3 Scope of Agreement of LAC PDPS Agreement Processor): • any Public Body outlined in either Part I or Part II of the Local Authorities (Goods and Services) (Public Bodies) Order 1972. Details of these can be found at http://www.legislation.gov.uk/uksi/1972/853/made The Procurement is being procured by the Authority for the benefit of the Authority and the Partner Organisations. The procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (Suppliers). The Authority has created a tender process outlined below, as part of the PDPS applying the award criteria specified in this contract notice. Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITT. The Council is using the one stage procedure for admission onto the PDPS The Light Touch PDPS will be conducted in staged Rounds. Rounds will open and close throughout the lifetime of the PDPS at the Authorities discretion. Following on from this, each Round will be open to new or previously unsuccessful Suppliers to submit their bid. This means that applications can be submitted throughout the duration of the PDPS, but the Council will only process the applications as and when the round is closed. Please note the length of Rounds will vary throughout the lifetime of the PDPS. Further Rounds will be communicated within the tender documents at time of publication. Any changes to the procurement Timetable shall be notified to all Tenderers as soon as practicable.
Value undisclosed
The London Borough of Newham has established a Pseudo-Dynamic Purchasing System (PDPS) for the supply of services in respect of children's externally commissioned care, accommodation and support services. The services include: Lot 1: Provision of Semi-Independent Living Services - already established Lot 2: Provision of Children's Homes regulated by Ofsted - already established Lot 3: Provision of Supported Lodgings Lot 4: Provision of Independent Fostering Agencies (IFA) regulated by Ofsted Potential Suppliers are invited to Tender for one or more of the Lots. This PDPS is open for use to the following (and subject to Section 3 Scope of Agreement of LAC PDPS Agreement Processor): • any Public Body outlined in either Part I or Part II of the Local Authorities (Goods and Services) (Public Bodies) Order 1972. Details of these can be found at http://www.legislation.gov.uk/uksi/1972/853/made The Procurement is being procured by the Authority for the benefit of the Authority and the Partner Organisations. The procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (Suppliers). The Authority has created a tender process outlined below, as part of the PDPS applying the award criteria specified in this contract notice. Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITT. The Council is using the one stage procedure for admission onto the PDPS The Light Touch PDPS will be conducted in staged Rounds. Rounds will open and close throughout the lifetime of the PDPS at the Authorities discretion. Following on from this, each Round will be open to new or previously unsuccessful Suppliers to submit their bid. This means that applications can be submitted throughout the duration of the PDPS, but the Council will only process the applications as and when the round is closed. Please note the length of Rounds will vary throughout the lifetime of the PDPS. The Council intends to publish further opportunities as part of its Rounds, during the lifetime of the PDPS, relating to Children's commissioned care, accommodation and support services, for example the Provision of Supported Lodgings and the Provision of Independent Fostering Agencies (IFA) regulated by Ofsted. Further Rounds will be communicated within the tender documents at time of publication. Any changes to the procurement Timetable shall be notified to all Tenderers as soon as practicable A Supplier wanting to join the PDPS will be required to apply through the Council's procurement e-tendering portal; Fusion. Suppliers who are unsuccessful in a specific Round may apply to be admitted to the PDPS in a subsequent or later Round The Council will add Potential Suppliers to the PDPS throughout its duration, providing Potential Suppliers meet the requirement as outlined in the ITT and submit an Application, which is found to be compliant.
Value undisclosed