Loading page content…
Loading page content…
Loading contract search results…
103 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
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 Reactive repairs to damaged or defective components Replacement of worn or outdated parts using approved materials.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
The London Borough of Newham is inviting tenders for its Shopping Support Service. The intended contract start date will be 01/09/2022 for a 1 Year contract with optional 1 Year extension. This is an invitation to tender. The Council is procuring a Covid-19 Shopping Support Service for Care Act eligible customers with three options: 1. Support customers with online shopping 2. Support customers to go out shopping 3. Support customers buying shopping and putting it away Further details can be found in the Tender documents The tender will be evaluated based on 70% Quality and 30% Price. Bidders should be aware that, regardless of their price, to be considered for award of this contract they must achieve an overall quality evaluation score of no less than 60%. Bids that exceed the costs of £50,000 will be rejected by the Council.
£50,000
Contract value
The London Borough of Newham is inviting tenders for their Leisure Services Management Contract services. The contract is for 10 years with optional extension of 5 years. This is an invitation to tender. Any interested organisation/consortium with relevant experience may submit a Bid in response to this contract notice. Leisure services offer a huge opportunity to improve the health and wellbeing of our residents. The Council's Health and Wellbeing Strategy, 50 Steps to a Healthier Borough, outlines the ambitions of the Council and its partners to improve the health of residents. This includes the recognition of the importance that physical activity has in supporting an individual's overall health and mental wellbeing, as well as the positive impact on supporting wider health inequalities. The delivery and management of leisure services has been redesigned to reflect the current landscape in the borough, including the impact that Covid-19 has had on residents' health and wellbeing. The redesigned provision reflects a borough which supports and nurtures our young people and families and a service that will be required to work with a range of partners to provide an offer that supports the needs of all residents. To achieve this, a renewed focus and approach to the delivery and management of leisure services is required. This approach alongside the Councils strategic approach through 50 Steps to a Healthier Newham, Community Wealth Building, Towards a Better Newham, Bright Futures, Climate Now and Tackling Racism, Inequality and Disproportionality supports broader outcomes for Newham residents including: • Fewer inactive people • Better physical and mental health • Inclusive and suitable opportunities for all • Social connectedness • Apprenticeships and local employment The Council's vision, aspirations and ambitions will play a leading role throughout the proposed procurement process to identify a leisure partner whose capabilities, track record and goals match our own. Additional information: 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 (Service Providers or Bidders). It is anticipated the approach used will use a one stage competitive tender with negotiation applying the award criteria specified in the contract notice. Any interested organisation/consortium may submit a Bid in response to this Invitation to Submit Initial Tender ("ISIT"). However, the Authority reserves the right to add additional or further stages as necessary in order to ensure that it is able to identify solutions that meets its needs and to preserve fair and equal competition. The purpose of the Initial Tender Stage is to provide Bidders with the opportunity to submit an Initial Tender which is capable of acceptance by the Authority, without negotiation. The Authority however reserves the right to carry out negotiations in order to improve the content of the Initial Tenders. It is the Authority's intention to use the Initial Tender Stage to reduce the number of Bidders to be invited to take part in the Negotiation Stage to three (3). The number of Initial Tenders to be negotiated will be reduced by applying the evaluation criteria set out in section 6 of this ISIT. The Authority reserves the right (in its absolute discretion) to award the Contract without negotiation based on Initial Tenders only. The Initial Tender should therefore be capable of acceptance without any further negotiation. This means that the winning bidder submission must meet all of the Authority's requirements and achieved the highest score. In the event the number of top scoring bidders are tied, the Council will invite all the bidders who score the same to negotiate. For example, if the top overall score is 67% and 4 bidders achieve the same score, the Council will invite the 4 bidders to negotiate. Negotiation Stage During the negotiation meetings the authority will ensure equal treatment of all Bidders and will not provide information in a discriminatory manner which may give some Bidders an advantage over other. Once the negotiation stage has concluded, Bidders will be sent an Invitation to Submit Final Tender (ISFT), reflecting the outcome of their negotiations with the Authority and must be capable of acceptance by the Authority. These will be evaluated applying the criteria set out in section 6 of this ISIT and the highest scoring Bidder will be selected. Final Tender Stage In their Final Tenders, Bidders will be asked to: provide responses to method Statements identifying changes to the responses provided at the initial tender submission; and provide pricing schedules that may be the same or as amended versions of those provided at the Initial Tender submission.
£19,700,000
Contract value
Newham Council would like local voluntary, community and faith sector (VCFS) organisations to help us deliver against the priorities set out in the '50 Steps to a Healthier Newham' Health & Wellbeing Strategy. To enable more organisations to participate in commissioning opportunities related to health and wellbeing - especially smaller organisations - the Council has developed a light touch Dynamic Purchasing Vehicle (DPV). The DPV is a procurement 'vehicle' that should allow Newham Council to commission a whole range of services over the next ten years. The Healthier Lives DPV is open to all members of the north east London Integrated Care System (ICS). All providers registered on the DPV will also need to meet the service quality standards set out in the Contract General Terms and Conditions. The Healthy Lives Dynamic Purchasing Vehicle (DPV) has four separate Categories: 1. Specialist smoking cessation 2. All-age specialist weight management and movement service 3. Community projects for health and wellbeing 4. Addressing resource inequality It is hoped that local VCFS organisations will register for Categories 3 and 4 - and these are the categories for which the following guidance applies.
Value undisclosed
Newham Council would like local voluntary, community and faith sector (VCFS) organisations to help us deliver against the priorities set out in the '50 Steps to a Healthier Newham' Health & Wellbeing Strategy. To enable more organisations to participate in commissioning opportunities related to health and wellbeing - especially smaller organisations - the Council has developed a light touch Dynamic Purchasing Vehicle (DPV). The DPV is a procurement 'vehicle' that should allow Newham Council to commission a whole range of services over the next ten years. The Healthier Lives DPV is open to all members of the north east London Integrated Care System (ICS). All providers registered on the DPV will also need to meet the service quality standards set out in the Contract General Terms and Conditions. The Healthy Lives Dynamic Purchasing Vehicle (DPV) has four separate Categories: 1. Specialist smoking cessation 2. All-age specialist weight management and movement service 3. Community projects for health and wellbeing 4. Addressing resource inequality It is hoped that local VCFS organisations will register for Categories 3 and 4 - and these are the categories for which the following guidance applies. How it works There are two stages to providing services on the DPV: 1. Registration (or 'on-boarding') - This is the first step taking place in July 2022 2. Mini competition (i.e. bidding for a specific service within the DPV) For each Category, there will be a 'registration' phase followed by one or more 'mini competition' phases. Registering onto the Healthy Lives DPV Time to complete registration stage: Approximately one hour Registration is the process by which the Council collects the data needed to undertake due diligence on potential providers, i.e. checks to ensure that providers are financially secure and able to safely deliver services to a high standard. Registration is also an opportunity to discover whether the provider has the right accreditation and experience to deliver the service. Successful registration is based primarily on whether or not the required information has or has not been provided. For the Healthy Lives DPV, there are short questions related to relevant experience that will be 'scored' (e.g. with Yes/No or Pass/Fail). Call-off contract and Agreement will be shared at this stage for provider's information only, providers DO NOT need to complete them at this stage.
£541,000
Contract value
The London Borough of Newham is inviting tenders for the supply of services in respect of Occupational Therapy Services. Service delivery needs to take place within the London Borough of Newham. In some instances, assessments may need to take place out of Borough. This is an invitation to tender. Newham Council has commissioned the Occupational Therapy Services in the London Borough of Newham since November 2018. The Care Act 2014 states that Occupational Therapists (OT's) are well placed to undertake assessment or review of an individual or carer with standard or complex support needs. Occupational Therapy intervention is primarily preventative and the cost benefits associated with the provision of personalised home adaptations is well evidenced. OT's are effective at preventing, reducing or delaying the need for care and support based on a holistic picture of the individual or family, taking into consideration informal support networks and an asset-based approach which is complementary to maximising individual and community Resilience. The overall outcome for Adult Services is to promote the wellbeing of people in Newham, making the best use of available resources to enable adults to live in the community independently and safely, free from abuse and neglect. Additional information: 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). Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITT. The tender will be evaluated based on 37% Quality, 3% Social Value and 60% Price. Bidders should be aware that, regardless of their price, to be considered for award of this contract they must achieve a qualitative evaluation score of no less than 66% of the quality score (24.5 out of 37) The Contract will be for a period of 2 years with an option to extend for a further 1 year The Authority is using the Oracle Fusion Procurement Portal for the Procurement Process:. https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195 ("the Procurement Portal"). Suppliers are required to register to the fusion portal. Registration is free of charge. Guides can be found in link below: https://www.newham.gov.uk/council/procurement---buy/2 Please note: Any technical questions relating to the use of the Procurement Portal website, access to documents, portal navigation, uploading of tender submissions or any other technical query should be addressed by email to: Fusion.Sourcing@oneSource.co.uk. Further details can be found within the tender documents on Oracle Fusion
£750,000
Contract value
The London Borough of Newham is inviting tenders for the supply of services in respect of Occupational Therapy Services. Service delivery needs to take place within the London Borough of Newham. In some instances, assessments may need to take place out of Borough. This is an invitation to tender. Newham Council has commissioned the Occupational Therapy Services in the London Borough of Newham since November 2018. The Care Act 2014 states that Occupational Therapists (OT's) are well placed to undertake assessment or review of an individual or carer with standard or complex support needs. Occupational Therapy intervention is primarily preventative and the cost benefits associated with the provision of personalised home adaptations is well evidenced. OT's are effective at preventing, reducing or delaying the need for care and support based on a holistic picture of the individual or family, taking into consideration informal support networks and an asset-based approach which is complementary to maximising individual and community Resilience. The overall outcome for Adult Services is to promote the wellbeing of people in Newham, making the best use of available resources to enable adults to live in the community independently and safely, free from abuse and neglect.
£750,000
Contract value
Newham are inviting tenders from Conservation Architect's and those with Heritage experience, to lead a multi-disciplinary design team for the services from RIBA 2-7. In November 2021, Newham Council's secured almost £40m from the first round of the Levelling Up Fund (LUF). The Connecting to Opportunities bid included £6,231,806 allocated to the creation of a Heritage Centre in the Grade II listed Canning Town Old Library (CTOL). The current proposal is that this building will be operated by Newham's Resident Engagement and Participation Service. The Regeneration team within the Council's Community Wealth Building Directorate are leading on the delivery of the LUF funding pertaining to the capital improvements of the building. Canning Town Old Library is one of Newham's most important heritage assets and this funding will provide an opportunity to celebrate Newham's thriving culture and rich history. The neighbouring Public Hall, built at a similar time and now occupied by Community Links, hosted trade unionist Keir Hardie and suffragette Sylvia Pankhurst which demonstrates that this building is more than just community asset for local residents but is an important community asset for the whole Borough.
£600,000
Contract value
The London Borough of Newham wishes to establish a Supporting Vulnerable Adults Dynamic Purchasing Vehicle (DPV) for 5 + optional 5 years. The DPV will include the following categories: Category 1: Supported Living Category 2: Supporting Vulnerable Single Homeless Adults (SVSHA) Category 3: Prevention and Floating Support Category 4: Extra Care Category 5: Shared Lives Category 6: Care Homes Category 7: Immigration Advice and Support Each category will be published in phases, starting with Category 1: Supported Living and Category 2: SVSHA Services. The aim of the DPV is to deliver the transformation of these services and to improve provider service quality with the need for a dynamic pathway that can flex around the individuals needs rather than a one size fits all approach. A new Accommodation List (not procured) will sit alongside the DPV with the aim to raise minimum accommodation standards. For further details of the Accommodation List please see link: www.newham.gov.uk/accomodationlist Potential Suppliers are invited to participate for one or more of the Categories. This DPV is open for use to other NEL Boroughs. 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 DPV applying the award criteria specified in this contract notice. Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITP. For each Category, there will be an 'Admission' stage followed by a 'Mini-Competition' stage. There are two stages to providing services on the DPV: Stage 1: Admission Stage - At this stage Suppliers are invited to apply for admittance on the DPV by submitting their responses via SQ. Stage 2: Mini-Competition Stage - The suppliers who meet the initial selection criteria are issued Invitation to Tender (ITT) to bid for the relevant specialisms at individual placement or scheme level By applying to the DPV, suppliers are not obligated to bid for services at the Mini- Competition stage or Call Off stage. This DPV is open for an initial term of 5 years with the option to extend for a further 5 years Estimated Total Aggregate Value for Newham across the lifetime of the DPV is £957,356,593 Estimated Total Aggregate Value across all local authorities across the lifetime of the DPV is £6,701,496,150 Admission stage for the DPV will be based on 100% Quality. Additional information: Lot 1: Supported Living Lot 2: Supporting Vulnerable Single Homeless Adults (SVSHA) Lot 3: Prevention and Floating Support Lot 4: Extra Care Lot 5: Shared Lives Lot 6: Care Homes Lot 7: Immigration Advice and Support For further information on individual lots, please below link to FTS notice: https://www.find-tender.service.gov.uk/Notice/026688-2022
£957,356,593
Contract value
The London Borough of Newham wishes to establish a Supporting Vulnerable Adults Dynamic Purchasing Vehicle (DPV) for 5 + optional 5 years. The DPV will include the following categories: Category 1: Supported Living Category 2: Supporting Vulnerable Single Homeless Adults (SVSHA) Category 3: Prevention and Floating Support Category 4: Extra Care Category 5: Shared Lives Category 6: Care Homes Category 7: Immigration Advice and Support Each category will be published in phases, starting with Category 1: Supported Living and Category 2: SVSHA Services. The aim of the DPV is to deliver the transformation of these services and to improve provider service quality with the need for a dynamic pathway that can flex around the individuals needs rather than a one size fits all approach. A new Accommodation List (not procured) will sit alongside the DPV with the aim to raise minimum accommodation standards. For further details of the Accommodation List please see link: www.newham.gov.uk/accomodationlist Potential Suppliers are invited to participate for one or more of the Categories. This DPV is open for use to other NEL Boroughs. 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 DPV applying the award criteria specified in this contract notice. Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITP. For each Category, there will be an 'Admission' stage followed by a 'Mini-Competition' stage. There are two stages to providing services on the DPV: Stage 1: Admission Stage - At this stage Suppliers are invited to apply for admittance on the DPV by submitting their responses via SQ. Stage 2: Mini-Competition Stage - The suppliers who meet the initial selection criteria are issued Invitation to Tender (ITT) to bid for the relevant specialisms at individual placement or scheme level By applying to the DPV, suppliers are not obligated to bid for services at the Mini- Competition stage or Call Off stage. This DPV is open for an initial term of 5 years with the option to extend for a further 5 years Estimated Total Aggregate Value for Newham across the lifetime of the DPV is £957,356,593 Estimated Total Aggregate Value across all local authorities across the lifetime of the DPV is £6,701,496,150 Admission stage for the DPV will be based on 100% Quality.
£957,356,593
Contract value
There are more than 90,000 children and young people living in Newham and The Mayor of Newham's vision is that they should have access to the best Youth Service in London - providing young people with spaces to enjoy, support to achieve their best, and opportunities to make a difference in their community. To support this the Newham Youth Empowerment Service (NYES) is seeking to re-commission and collaborate with providers youth provision through four lots. All provision will be underpinned by the National Occupational Standards for youth work and the United Nations Convention on the Rights of the Child. Delivery will start from 31 March 2023 with a contract period of up to 4 years, with annual break clauses for years 2, 3 and 4.
£3,200,000
Contract value
This 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 (service providers). Newham's Carers Strategy sets out a single, ambitious approach to improving the identification of and support to Carers across the borough at scale. The Council and its partners are looking for an experienced and innovative provider (or providers) to deliver Strengths-Based and highly accessible Carers support services and to drive forward the Carers Strategy outcomes. The service is divided into lots: Lot 1) An online / virtual Carers Support service to provide comprehensive support to Adult Carers aged 18+ online and with the preferred addition of a telephone support option. Lot 2) A Locally embedded all age-service (Young Carers, Parent Carers, Adult Carers) which will work with local Carers groups,Schools, Health providers, VCS and across our community as a whole to identify Carers, deliver direct support and enable them to navigate the range of local services that they need. Suppliers will be able to apply for one or more lots, for example, Lot 1 only, Lot 2 only or both Lots 1 and 2. The new service contract will go live on 1 April 2023 and will run for three years (with the option to extend on a two + two year basis, subject to satisfactory performance). Total value for 7 years of contract is £1,785,000.00 excluding VAT divided in lots as per below: Lot 1= £350,000 (50K pa) Lot 2 = £1,435,000 (205K pa)
£1,785,000
Contract value
This 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 (service providers). Newham's Carers Strategy sets out a single, ambitious approach to improving the identification of and support to Carers across the borough at scale. The Council and its partners are looking for an experienced and innovative provider (or providers) to deliver Strengths-Based and highly accessible Carers support services and to drive forward the Carers Strategy outcomes. The service is divided into lots: Lot 1) An online / virtual Carers Support service to provide comprehensive support to Adult Carers aged 18+ online and with the preferred addition of a telephone support option. Lot 2) A Locally embedded all age-service (Young Carers, Parent Carers, Adult Carers) which will work with local Carers groups,Schools, Health providers, VCS and across our community as a whole to identify Carers, deliver direct support and enable them to navigate the range of local services that they need. Suppliers will be able to apply for one or more lots, for example, Lot 1 only, Lot 2 only or both Lots 1 and 2. The new service contract will go live on 1 April 2023 and will run for three years (with the option to extend on a two + two year basis, subject to satisfactory performance). Total value for 7 years of contract is £1,785,000.00 excluding VAT divided in lots as per below: Lot 1= £350,000 (50K pa) Lot 2 = £1,435,000 (205K pa)
Value undisclosed
The Department of Education (DfE) has confirmed that all Local Authorities in England will receive funding to co-ordinate a local Holiday Activities and Food Programme (HAF) during Easter, summer and December school holidays of 2023-2024. The overall purpose of the grant is to enable the Council to coordinate and provide free holiday provision during the Easter, summer and Christmas school holidays for children that are eligible for benefits-related free school meals. HAF holiday provision includes healthy food, access to positive activities and nutritional advice and guidance. School holidays can be a particularly difficult time for some families because of reduced income or increased costs relating to food and childcare. For some children this can lead to holiday hunger and a holiday experience gap, with children from these families more likely to experience 'unhealthy holidays' in terms of nutrition and physical health. These children are also less likely to access organised out-of-school activities and more likely to experience social isolation. All of these issues can have a lasting effect on children and young people's health and wellbeing, and lead to lower levels of educational attainment. We want children who attend HAF holiday provision to: • eat healthily over the school holidays; • be active during the school holidays; • take part in engaging and enriching activities which support the development of resilience, character and wellbeing along with their wider educational attainment • be safe and not to be socially isolated; • have a greater knowledge of health and nutrition and • be more engaged with school and other local services. We also want to ensure that the families who participate in the programme: • develop their understanding of nutrition and food budgeting • are signposted towards other information and support, for example, health, employment, and education. Free holiday club places, funded through the HAF programme, are for school-aged children and young people from reception to year 11 (inclusive) who are eligible for benefits-related free school meals. Newham's HAF programme can only provide free holiday club places to eligible children and young people who live in Newham or attend a Newham school. Please note, every primary school aged child attending a school in Newham has the opportunity to have a free school meal even if their parents/carers are not in receipt of one of the qualifying benefits for free school meals. Only those children who are eligible for benefits-related free school meals are entitled to attend a HAF provision, subject to the exception below. A small number of free holiday club places - up to 15% overall - will be for children and young people who are not eligible for benefits-related free school meals but who are assessed by the local authority, schools, the provider or other professionals as being in need, at risk or vulnerable.
£3,010,000
Contract value
The Department of Education (DfE) has confirmed that all Local Authorities in England will receive funding to co-ordinate a local Holiday Activities and Food Programme (HAF) during Easter, summer and December school holidays of 2023-2024. The overall purpose of the grant is to enable the Council to coordinate and provide free holiday provision during the Easter, summer and Christmas school holidays for children that are eligible for benefits-related free school meals. HAF holiday provision includes healthy food, access to positive activities and nutritional advice and guidance. School holidays can be a particularly difficult time for some families because of reduced income or increased costs relating to food and childcare. For some children this can lead to holiday hunger and a holiday experience gap, with children from these families more likely to experience 'unhealthy holidays' in terms of nutrition and physical health. These children are also less likely to access organised out-of-school activities and more likely to experience social isolation. All of these issues can have a lasting effect on children and young people's health and wellbeing, and lead to lower levels of educational attainment. We want children who attend HAF holiday provision to: • eat healthily over the school holidays; • be active during the school holidays; • take part in engaging and enriching activities which support the development of resilience, character and wellbeing along with their wider educational attainment • be safe and not to be socially isolated; • have a greater knowledge of health and nutrition and • be more engaged with school and other local services. We also want to ensure that the families who participate in the programme: • develop their understanding of nutrition and food budgeting • are signposted towards other information and support, for example, health, employment, and education. Free holiday club places, funded through the HAF programme, are for school-aged children and young people from reception to year 11 (inclusive) who are eligible for benefits-related free school meals. Newham's HAF programme can only provide free holiday club places to eligible children and young people who live in Newham or attend a Newham school. Please note, every primary school aged child attending a school in Newham has the opportunity to have a free school meal even if their parents/carers are not in receipt of one of the qualifying benefits for free school meals. Only those children who are eligible for benefits-related free school meals are entitled to attend a HAF provision, subject to the exception below. A small number of free holiday club places - up to 15% overall - will be for children and young people who are not eligible for benefits-related free school meals but who are assessed by the local authority, schools, the provider or other professionals as being in need, at risk or vulnerable. To reduce stigma and allow a wider group of children and young people to benefit from the programme, where possible, a model of free and paid for places should be provided by organisations. If offering paid for places, please note that some families may be eligible for tax-free childcare or the childcare costs element of Universal Credit, through which they could claim back up to 85% of the cost of a paid for place at the holiday club.
£3,010,000
Contract value
The London Borough of Newham (Contracting Authority) invites bids for the provision of its property insurance in respect of private dwellings sold on a leasehold basis, the majority of which were under the Right To Buy (RTB) legislation. The dwellings are flats in blocks and flats in houses (maisonettes), where the Contracting Authority still retain the freehold ownership and the leases state that the Contracting Authority, as the Freeholder, will arrange the buildings insurance on behalf of the Leaseholder and recharge the premium as part of the Service Charge. The portfolio comprises approximately 6,000 properties with a total sum insured of £1b. Other flats in some blocks have not been sold (Council tenanted) and are separately insured so insurance cover for these flats is not required. The number of properties change in the course of an insurance year as a result of the exercise of new rights to buy and buy-back of properties mainly within the Contracting Authority's regeneration area. The Contracting Authority's Insurance Department administers the process, including issuance and/or replacement of bespoke insurance documents. Please visit https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195 ("the Procurement Portal") for more information.
£0.01
Contract value
The London Borough of Newham (Contracting Authority) invites bids for the provision of its property insurance in respect of private dwellings sold on a leasehold basis, the majority of which were under the Right To Buy (RTB) legislation. The dwellings are flats in blocks and flats in houses (maisonettes), where the Contracting Authority still retain the freehold ownership and the leases state that the Contracting Authority, as the Freeholder, will arrange the buildings insurance on behalf of the Leaseholder and recharge the premium as part of the Service Charge. The portfolio comprises approximately 6,000 properties with a total sum insured of £1b. Other flats in some blocks have not been sold (Council tenanted) and are separately insured so insurance cover for these flats is not required. The number of properties change in the course of an insurance year as a result of the exercise of new rights to buy and buy-back of properties mainly within the Contracting Authority's regeneration area. The Contracting Authority's Insurance Department administers the process, including issuance and/or replacement of bespoke insurance documents.
Value undisclosed
The London Borough of Newham, a local authority, is inviting tenders from interested parties to award a concession contract to operate and manage Stratford Youth Zone, Theatre Square, Stratford, London, United Kingdom E15 1BX. The contract will be for a period of ten years from 01/09/2023 - 31/08/2033, Plus a potential extension up to five years in maximum total during 01/09/2033 - 31/08/2038
£7,300,000
Contract value