Loading page content…
Loading page content…
Loading contract search results…
54 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Deliverance of 0 - 19 Public health visiting service
Value undisclosed
Seeking a supplier for the provision of a Tri-Borough Leisure Contract
£30,000,000
Contract value
Provision of a Lead Provider Homecare Provision 2026
£28,000,000
Contract value
Service deliverance related to substance misuse
Value undisclosed
Provision of a Supported living service 73/80 Wembley Park Drive
Value undisclosed
Provision of Technology Enabled Care
£2,375,000
Contract value
The Provision of Care & Support for Visram House-Extra Care Scheme
£2,420,412
Contract value
The London Borough of Brent (the "Council") is planning to undertake a procurement exercise for delivery of a Single Delivery Partner ("SDP") to support delivery of the final phases of the South Kilburn Regeneration Programme. The Council intends to appoint a SDP to deliver a programme of regeneration across multiple sites over the next 10-15 years. The estimated capacity is approximately 1,600 new mixed-tenure homes.
£900,000,000
Contract value
The Council requires the provision of a range of activities, described under the term day opportunities (“Day Opportunities”) for adults with an assessed social care need and that include social, leisure and recreational activities, support to access volunteering and employment support, and activities of daily living as well as a digital offer for those who benefit from an alternative approach. The Council is required under the Care Act 2014 to: 1 Promote individual wellbeing, 2 Prevent needs for care and support, and 3 Promote diversity and quality in the provision of services. There is a strengthened focus for the Council to redesign services that better meet users’ needs and aspirations in line with the departmental transformation programme and in response to changing patterns of service usage following the Covid pandemic. Transforming the day opportunities offer in Brent remains a key objective of the department by implementing a community-based model of day activity and support that not only incorporates traditional models of day services, but also promotes routes into employment, volunteering, independent travel and skills development. This is an opportunity to work with Council to develop provision over time, so that providers who are willing to be part of that journey but are not yet in that position are encouraged to apply. The Council are undertaking market engagement for suppliers to receive their feedback on the business and technical requirements and the expected scope of the requirement, in order that suppliers can explain their feedback on relevance of the services and their experience to the requirements. It is intended that the Framework Agreement will be open for a term of up to eight years in line with the requirements of the Procurement Act.
Value undisclosed
The Council is currently planning to issue a tender for traffic sign, road marking and associated street furniture requirements focusing on its parking and street operations. This notice is being issued to seek expressions of interest from organisations / suppliers. Those organisations who are interested in this opportunity should complete the attached market questionnaire and subsequently email christopher.dickenson@brent.gov.uk expressing their interest. This will assist the Council in shaping its requirements. The Council plans on issuing a notice advertising any subsequent tender at a later date.
£2,751,000
Contract value
The London Borough of Brent is planning to go out to tender for a range of goods, services and works in the financial year 2024/25. Below is a list of planned tender opportunities. Due to changing Brent requirements, there is no guarantee that planned procurements will go ahead, as they are currently in planning stage, and the list is not exhaustive. Tenders will be published on the London Tenders Portal (also known as Proactis) and potential suppliers that are interested in tendering are encouraged to register (free of charge) at: https://procontract.due-north.com/Login
Value undisclosed
Brent Council is seeking expressions of interest for the provision of Medical Advisers for Adoption and Fostering panels. We are seeking Medical Advisor who is fully registered with the General Medical Council and has an enhanced disclosure check under the Disclosure and Barring Service (DBS) for England and Wales, Disclosure Scotland (for Scotland) and Access Northern Ireland in Northern Ireland. A senior paediatrician - a consultant (not a staff grade doctor or a GP) with a lot of community experience. It is a statutory requirement for local authorities to provide medical advisers to provide health advice and guidance to Fostering and Adoption Panels. Please see the link below to a document with more information. Please can you respond with your response or any queries by emailing procurement@brent.gov.uk
Value undisclosed
A Preliminary Market Engagement process shall be conducted via submission of responses to the list of 8 questions below. Responses to these questions must be received by 5pm on the 19th April 2024, using the email address below. A subsequent Market Engagement Day event will be held via teams strictly on 25 April 2024 (not flexible). Contractors who intend to attend the market engagement event on the 25th, must send their email address and names of attendees to the below email for invitation to be sent. Oliver Booth, Senior Project Manager, Michael Dyson Associates Ltd obooth@mdyson.co.uk Any additional queries regarding the process/event should be sent to Oliver using the above email address. A second stage of market engagement may take place, once further design, and specification works have progressed. Following market engagement, the works are intended to be procured via the London Tenders Portal, and delivered under the JCT suite of contracts, with Client amendments. MARKET ENGAGEMENT QUESTIONNAIRE: (TO BE COMPLETED AND SENT VIA EMAIL ON 19 APRIL) -obooth@mdyson.co.uk (1) Please provide evidence of your experience as per the requirements of the project noted in SCOPE in Section ii.2.14 below (500 words max).Please provide a relevant example (2) Please advise on the procurement strategy you would prefer from a project of this nature with justification. (500 words max) (3) Please advise on the most appropriate form of JCT Contract you feel would be most suited to a project of this nature with justification. This should include an appreciation to Contractor’s Design Portion & remeasurement. (500 words max) (4) Please advise on the level of social value contribution you would expect to provide on a scheme of this nature. (500 words max) (5) Please advise on an anticipated programme length (in weeks) for a scheme of this nature with justification. Please include for both pre-construction and construction phases. (500 words max) (6) Please advise on a tender period duration you would expect from a scheme of this nature with justification. (500 words max) (7) Please advise on a pricing model you would expect for the nature of scope / requirements for this scheme with justification. (500 words max) (8) Please advise on what you foresee as key challenges from a scheme of this nature and how these would be appropriately monitored and managed include working in occupied dwellings. (500 words max) Response Declaration: Main Point of Contact: Name: Position: Email: Contact Number: Signature:
Value undisclosed
The London Borough of Brent is seeking expressions of interest from suitably qualified local contractors to attend a market engagement event scheduled to happen via Microsoft teams on 20th March 2024. Interested contractors shall email confirmation of attendance and details of their contact, for example the telephone number and email address of the attendees, for the meeting invite to go to. All correspondence, expressions of interest and confirmation of attendance, please email susan.goss@curriebrown.com Brent is committed to providing local people with suitable housing that meets their needs. We are investing heavily in building new social and affordable homes, as well as improving many of our existing estates. Through effective management of our housing stock we can provide homes and neighbourhoods that are safe, enjoyable to live in and visit, whilst also ensuring long-term visibility and value for money. The Council is proposing to procure a framework agreement for works to help in delivering an ongoing major works programme covering major refurbishment works together with planned works and some new build projects and in-fill schemes. The planned programme of works include cyclical maintenance and re-roofing. Some major ECO projects are also planned. The Framework Agreement is divided into 16 lots and there is no restrictions on the number of lots tenderers can bid for. Tenderers can bid for 1 lot or multiple lots up to a maximum of 16 lots subject to meeting the required criteria. Below is a list of proposed lots: (1) Major Works Refurbishment & Associated New Build (2) Minor Works (3) Voids Re-Servicing (4) Fire Safety Works (5) Adaptions (6) Energy Efficiency & Retrofit Works (7) Multi-trade Repairs (8) Carpenter Work (9) Plumber Work (10) Domestic Electrical Work (11) Blacksmith & Metal Work (12) Painter & Decorator Work (13) Door & Window Work inc. Glazing Work (14) Roofing & Roughcasting Work (15) Plastering & Tiler Work (16) Scaffolding Work
Value undisclosed
The London Borough of Brent is seeking expressions of interest from suitably qualified contractors to attend a market engagement event scheduled to happen via Microsoft teams on 20th March 2024. Interested contractors shall email confirmation of attendance and details of their contact, for example the telephone number and email address of the attendees, for the meeting invite to go to. All correspondence, expressions of interest and confirmation of attendance, please email susan.goss@curriebrown.com Brent is committed to providing local people with suitable housing that meets their needs. We are investing heavily in building new social and affordable homes, as well as improving many of our existing estates. Through effective management of our housing stock we can provide homes and neighbourhoods that are safe, enjoyable to live in and visit, whilst also ensuring long-term visibility and value for money.
Value undisclosed
Provision of Independent Reviewing officer and Foster Carer reviews Supplier Engagement Brent Council wishes to inform providers of its intention to publish a tender for the provision of statutory Children Looked After Reviews (Independent Reviewing Officer) and annual Foster Carer reviews. Prior to publication of the invitation to quote, the Council wishes to engage with suppliers and would like to invite you to a market engagement event where we will provide further information about the opportunity and future intensions for the service. We would also invite any feedback, expertise and experience you wish to share at the event. The event will be held on 8th March 2024 from 3pm to 4.30pm, the session will be held via Microsoft teams. If you wish to attend please express an interest in the opportunity on the London Tenders Portal and send a message advising of your full organisation name, email addresses & the names of the 2 people (maximum) that will be attending the Teams meeting. Additional information: The Independent Reviewing Officer's (IRO) primary function is to act as a robust counterbalance to the Local Authority, by providing expert and independent quality assurance on the Local Authority's care planning and reviewing process for children and young people looked after (CLA) by Brent. This duty is executed through highlighting when positive outcomes are achieved for the CLA and flagging occasions when it has not been possible to progress a child's care plan. A crucial part of the role is to champion the voice of the child to contribute meaningfully to the co-design of their care plan and to scrutinize action plans against their progress to ensure that the arrangements for the child's current and long-term care are in place. The Foster Carer Reviewing Officer (FCRO) will conduct reviews with foster carers once a year,with a view to ascertaining the suitability of the Foster Carer and their capacity of demonstrating competence in meeting the needs of looked after children, in line with the Fostering Regulations and Fostering national minimum standards. Service Overview & Local Context Children Looked After The Service Provider will assist the Brent Reviewing Team by providing IROs to chair and participate in CLA reviews. The primary responsibilities of the IROs will be to incorporate the thoughts and voice of the child in their care plan and review targeted and achievable recommendations as part of the plan to enable positive outcomes. The IROs are also responsible to submit all appropriate documentation, within agreed timeframes and to standard, and hold the Local Authority to account for their performance in light of the legal responsibilities towards the child. Foster Carers The Service Provider will provide FCROs who will be responsible for conducting annual reviews of Foster Carers with an emphasis on monitoring the implementation of Fostering Panel recommendations, highlighting good practice, but also looking at concerns and allegations; addressing practice that falls below expected standards, including non-compliance with agreed plans and practice levels. This will ensure that the Brent CLA receive corporate parenting that is at a good standard. As of 21/02/24 • There are 298 Brent children and young people Looked After (130 of whom are currently 16 years and older and 49, who are Unaccompanied Asylum Seekers Children) • There are 90 Brent Foster Carers Service Volume The expected Service Volume for the Service Provider will be to provide suitable FCROs/IROs to chair Foster carer reviews (circa 100 yearly) and CLA reviews for children that Brent Council has corporate parenting responsibility for. The majority of CLA reviews covered by the Service Provider will be focusing on the older young people cohort of 16 years plus, with some additional LAC reviews for younger children and young people (circa 330-350 review annually) Contract Length The contract term will be 2 years with an option to extend by a further 24 months (1+1)
£720,000
Contract value
Brent Council manages circa 9,000 rented homes and 4,000 leased homes across the Borough. It currently delivers its responsive repairs, voids and planned maintenance through a single Borough-wide contract which has been in place since 2014 and which is currently due to expire at the end of September 2024. New arrangements will therefore need to be procured. Brent wishes to use the new contracts to drive excellence in customer service and the quality of homes and is considering the following approach: • Separation of the stock into two geographical contract areas • Within each area, separate contracts for: • Responsive repairs • Void repairs • Planned maintenance (internal component replacements such as kitchens and bathrooms, internal communal works, external planned works, major projects including tower block refurbishment, electrical safety and fire safety works) Page 4 to 8 The estimated annual value of the works in total across both areas and all workstreams (responsive, voids and planned) is likely to be initially circa £10 - £15million, potentially rising to circa £20 to £25million. It should be noted that this will be lower in the first 2-3 years of the contract as the planned programme includes major refurbishment works that have already been procured separately. Brent is considering requiring bidders to bid for all 3 elements of work within each geographical area, however separate contracts would be issued for each workstream. Bidders will still be able to submit tenders for both areas however Brent may not award more than one geographical area to a single contractor (the Invitation to Tender will set out the process). Successful bidders may be awarded one or more lots based on the most economically advantageous tender for each lot. In addition, Brent is undertaking a separate procurement for a Subcontractors Framework, which it is intended will encourage participation of local SMEs and will provide an available local supply chain with sustainable rates and prompt payment requirements. This will be in place for the start of this main Responsive, Void and Planned Maintenance contracts although not prior to the procurement process. The successful contractors will be expected to use the councils Subcontractor (local supplier) framework for their supply chain requirements. Brent is keen to understand the level of interest from contractors in bidding for these proposed Contracts for responsive repairs, voids and planned maintenance and to shape the offer to secure maximum interest from the market. As a result, the council is proposing to have a market engagement event on the 14th of February 2024 via teams (Details of the teams invite will be sent on a later date). Please send your contact details including email details for the teams invite to LBBtender@arkconsultancy.co.uk confirming your interest in attending this engagement. We would be grateful if you would provide response to questions below in SECTION 5 (Additional Details) Additional information: Brent is keen to understand the level of interest from contractors in bidding for these proposed Contracts for responsive repairs, voids and planned maintenance and to shape the offer to secure maximum interest from the market. As a result, the council is proposing to Interested tenderers are required to provide response to the below questions and submit via email to LBBtender@arkconsultancy.co.uk as part of the councils on-going soft market testing. The deadline to submit your response is 5pm Monday 12th February 2024. have a market engagement event on the 14th of February 2024 via teams (Details of the teams invite will be sent on a later date). Please send your contact details including email details for the teams invite to LBBtender@arkconsultancy.co.uk confirming your interest in attending this engagement. We would be grateful if you would provide response to questions below Your responses to the below questions must be submitted via email to LBBtender@arkconsultancy.co.uk no later than 5pm on Monday 12th February 2024. All queries regarding this notice to go to same email address. Your response should include how you would work with the proposed Subcontractor Framework, setting out your requirements and general principles Question 1: Can you confirm that you would in principle be willing to utilise the Subcontractor Framework in the first instance for your supply chain requirements. What risks and considerations do you identify from a) Using the Brent Supply Chain for all your subcontract work including responsive & void repairs in a Price Per Property (PPP)/ Price Per Void (PPV) context b) Using the Brent Supply Chain for Exclusions to the PPP/PPV and Planned Works only c) Any specific suggestions on how to ensure that the Subcontractor Framework works better for all in relation to: Pricing each workstream Onboarding processes Calling off the subcontractors Managing performance Any other areas Question 2 What works do you typically self-deliver through your own directly employed workforce and which do you normally subcontract Question 3 We are proposing a Price Per Property (PPP) and Price Per Void (PPV) model with set Exclusions which would be payable on schedules of rates. For planned works we are considering a Cost Plus model, with tendered Preliminaries, Overheads and Profit. Do you have any views or advice on how the commercial model should be structured to get the best value for money responses from the market, given your experience of working with similar organisations This should include: how this would relate to the use of the Subcontractor Framework, and how this could operate with both the fixed cost and variable cost/ Exclusion elements. Typical items that may be Exclusions from PPP and PPV Separation of Preliminary Costs from PPV Question 4 Is there a minimum annual contract value that you would be interested in And what is your view of the optimum contact size/value, given the size/nature of the Council's housing stock Do you have any thoughts on the split by geographical area and workstream? Question 5 What would be the minimum and optimal contract length for a contract of this type Would the inclusion of a no-fault break with sufficient notice clause at any point influence your decision to bid and/or your pricing structure for the contract Question 6 We are proposing to use the JCT Measured Term Contract. To what extent do you think this would provide an appropriate form of contract Do you have any views/advice on how to use this form of contract to best effect Question 7 What steps would you like to see taken to minimise risk (and risk pricing) to achieve an equitable contractual relationship Question 8 Do you have any other suggestions on how we should shape the requirement Is there any 'good practice' or any recent positive experience of tender opportunities that you are able to share so that we can try to make sure our procurement process delivers the best results/experience for the Council and its customers and for bidders
£100,000,000
Contract value
Brent Council manages circa 9,000 rented homes and 4,000 leased homes across the Borough. It currently delivers its responsive repairs, voids and planned maintenance through a single Borough-wide contract which has been in place since 2014 and which is currently due to expire at the end of September 2024. New arrangements will therefore need to be procured. Brent wishes to use the new contracts to drive excellence in customer service and the quality of homes and is considering the following approach: • Separation of the stock into two geographical contract areas • Within each area, separate contracts for: • Responsive repairs • Void repairs • Planned maintenance (internal component replacements such as kitchens and bathrooms, internal communal works, external planned works, major projects including tower block refurbishment, electrical safety and fire safety works) The estimated annual value of the works in total across both areas and all workstreams (responsive, voids and planned) is likely to be initially circa £10 - £15million, potentially rising to circa £20 to £25million. It should be noted that this will be lower in the first 2-3 years of the contract as the planned programme includes major refurbishment works that have already been procured separately. Brent is considering requiring bidders to bid for all 3 elements of work within each geographical area, however separate contracts would be issued for each workstream. Bidders will still be able to submit tenders for both areas however Brent may not award more than one geographical area to a single contractor (the Invitation to Tender will set out the process). Successful bidders may be awarded one or more lots based on the most economically advantageous tender for each lot. In addition, Brent is undertaking a separate procurement for a Subcontractors Framework, which it is intended will encourage participation of local SMEs and will provide an available local supply chain with sustainable rates and prompt payment requirements. This will be in place for the start of this main Responsive, Void and Planned Maintenance contracts although not prior to the procurement process. The successful contractors will be expected to use the councils Subcontractor (local supplier) framework for their supply chain requirements. Brent is keen to understand the level of interest from contractors in bidding for these proposed Contracts for responsive repairs, voids and planned maintenance and to shape the offer to secure maximum interest from the market. As a result, the council is proposing to have a market engagement event on the 14th of February 2024 via teams (Details of the teams invite will be sent on a later date). Please send your contact details including email details for the teams invite to LBBtender@arkconsultancy.co.uk confirming your interest in attending this engagement. We would be grateful if you would provide response to questions in section II.2.4 (Description of the procurement) and your responses submitted via email to LBBtender@arkconsultancy.co.uk no later than 5pm on Monday 12th February 2024. All queries regarding this notice to go to same email address. Your response should include how you would work with the proposed Subcontractor Framework, setting out your requirements and general principles
Value undisclosed
The London Borough of Brent (LBB) is issuing this Prior Information Notice for a district heating network in South Kilburn. The Council is seeking a contractor to design, build, operate and maintain the ‘South Kilburn District Heat Network’ (SKDHN) to serve the South Kilburn regeneration area. SKDHN will be fully owned by the Authority and will be built out over four phases. The Authority will own the heat generating plant and distributing network to the heat exchangers. The term of the contract is for an anticipated build period between 2024 and 2030. The term of contract includes fifteen years operation period with the ability for the Authority to extend for an additional period up to 10 years. Following the installation of air source heat pumps (ASHPs), the completed network will supply low carbon heat via a buried network (spine trench length of 1.8km) and its total annual heat demand is expected to be 20.6 GWh.
£36,000,000
Contract value
The London Borough of Brent is planning to go out to tender for a range of goods, services and works in the financial year 2023/24. Below is a list of planned tender opportunities. Due to changing Brent requirements, there is no guarantee that planned procurements will go ahead, as they are currently in planning stage, and the list is not exhaustive. Tenders will be published on the London Tenders Portal (also known as Proactis) and potential suppliers that are interested in tendering are encouraged to register (free of charge) at: https://procontract.due-north.com/Login
Value undisclosed