Loading page content…
Loading page content…
Loading contract search results…
3 live procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Ealing Council is seeking to appoint an external events company to take on management of (A) Ealing Summer Festivals and (B) Ealing’s Place Services (Events) from 1 September 2026 for 5 years to 31 August 2031 with the option to extend one year to 31 August 2032 (max 6-year contract). These two services will be combined in a single Ealing Festivals & Events contract. Management of the two services consists in: C. Ealing Summer Festivals (ESF) i) Managing the festival site: provision of infrastructure (e.g. staging, fencing, tech, sanitary facilities), security, health & safety, community liaison, etc. ii) Programming and developing the programme: a mixture of in-house production for some festivals (e.g. Jazz, Blues, Comedy) and contracting with external events companies for others. D. Place Services (Events) i) Processing applications and permissions for approximately 150 events and activities a year in parks and public places, ranging from festivals and sports events to fitness classes, dog walking, and street parties. ii) Co-ordinating the monthly Ealing Safety Advisory Group and ensuring that approved events take place in compliance with health and safety legislation and industry best practice. The Council is seeking to engage with the market ahead of a potential procurement opportunity for the delivery of the above services, a major cultural and community event attracting thousands attendees annually. The Authority intends to explore innovative, sustainable and cost‑effective approaches to event delivery, programming, production, and audience experience. This engagement aims to understand market capacity, capability, delivery models, risks, and opportunities to inform the upcoming procurement. Please complete the attached Pre Market Engagement Questionnaire and return to the Council by the deadline (01/05/2026). Please find below link to Atamis e- tendering system which you will need to register yourself in order to view the pre market engagement questionnaire. Atamis link: https://ealinglbc-atamis.my.site.com/login Once registered, you will need to look up the "Ealing Council Festivals and Events Tender 2026-2031 ; Ref 232628ES" opportunity to view the attachment/questionnaire. Clarifications and questions regarding this pre market engagement process should be raised via the messaging system on the e-tendering portal Atamis (under this named opportunity under project ref - C0642), alternatively if you have any problems or technical difficulties accessing the portal you may email support@atamis.co.uk/ tel : 29 2280 9277, however all questions and answers will be published via Atamis to ensure transparency.
£4,080,000
Contract value
TThe London Borough of Ealing (“the Authority”), is undertaking a competitive flexible tendering procedure utilising the Competitive Flexible Procedure, in accordance with Section 20(2) of the Procurement Act 2023, to appoint a suitably qualified and experienced Supplier (Successful Supplier(s)) for the provision of the Services as detailed below. This is a Competitive Flexible Procedure (CFP) allowed for under the Procurement Act 2023. The procedure to be followed is prescribed in this, and the subsequent procurement documents to be issued at the specified stages established by this ITP. In addition, as required by the Procurement Act 2023, all Suppliers must be registered on the UK Government Central Digital Platform (www.find-tender.service.gov.uk), in order to have their tenders considered. Please ensure that you have registered on this platform before submitting your tender response on The deadline for submission of your Request to Participate by no later than 17:0 on 29th May 2026 via council e procurement system Atamis, https://ealinglbc-atamis.my.site.com/login. The Services required by the Authority under this Contract include: Lot 1 – Casualty and Fidelity Guarantee Insurance. This is the casualty lot comprising Employers Liability, Public & Products Liability, Libel and Slander, Officials Indemnity, Land Charges, Public Health Act cover, Professional Indemnity – the cover is for sums which the Council becomes legally liable to pay in those areas plus costs and expenses from incidents occurring within the scope of the Council’s activities, and/or performed by its employees and other insured persons. Additionally, there is an option to quote for medical malpractice cover. The lot also includes Fidelity Guarantee which covers loss of money, securities and other property resulting from fraudulent or dishonest acts employees as well as third party computer fraud. Claims handling is required for all claims that arise under this lot, both above and below the deductible.. Full details of the requirements can be found at Appendix 1.1. Lot 2 – Motor Fleet Insurance. Cover is sought in respect of any Motor vehicle the property of or in the custody and control of the Council, for loss of or damage to Contracting Authority's vehicles including accessories and spare parts whilst thereon, legal liability for death of or bodily injury to any person and damage to property and liability to or for passengers (other than for Employee who is driver whilst vehicle is being used in RTA circumstances). In addition, an Uninsured loss recovery service with legal expenses cover, is also required. Claims handling is required for all claims that arise under this lot, both above and below the deductible.. Full details of the requirements can be found at Appendix 1.2. Lot 3 – Engineering Insurance and Inspection. The lot seeks an engineering inspection service which would provide inspection of specified items of plant and machinery in the plant schedule. The timing of inspections will be set as per the existing inspections and/or required by legislation. Items to inspect may include boiler and pressure plant, electrical and mechanical plant plus lifts/lifting gear and handling plant. The Insurance aspect would provide cover for the same plant items in the event of incidents as detailed in the specification. Full details of the requirements can be found at Appendix 1.3 Lot 4 – Group Personal Accident/Travel and School Journey Insurance. The personal accident policy should provide benefit to the Council as a result of accidental death or bodily injury or assault (including Terrorism) sustained by Insured Person(s) during the operative times, and at the award levels specified, within the tender documentation. The travel policy should cover medical and emergency travel expenses and other costs incurred by Insured Persons while engaged on an insured journey. School journey (Otherwise called Offsite activities) should provide personal accident and travel cover for school trips including pupils and staff/volunteers. Full details of the requirements can be found at Appendix 1.4. Lot 5 – Terrorism (First Loss) Cover is sought in respect of material damage at insured premises and to insured property, arising from incident/s of actual or threatened terrorism. The cover is sought on a first-loss basis, and full details of the requirements can be found at Appendix 1.5. Full details of the Services required can be found in Appendices 1.1 – 1.5 (Specification / Evaluation Spreadsheets), and within the Insurance Tender Information document. The duration of the Contract shall be for an initial term of 4 years, with the option to extend for a further 2 years at the sole discretion of the Authority. If a bid for a specific Lot is utilising other insurers/suppliers, then please detail specifically how Long-Term agreements would operate within the Lot that is being considered and specifically whether those Long-Term Agreements are independent to each other. The estimated annual value of the contract is for and the total value is £4,400,000 excluding IPT and VAT over the full potential term, including any extension options, where applicable. This is taking into consideration inflation and Real living wage increases.
£3,906,642
Contract value
The Council of the London Borough of Ealing (“the Council” or “Ealing”) invites you to apply to join a Dynamic Purchasing System (DPS) for the provision of placements for Older Adults (65+) in Residential and Nursing homes.<br/>The DPS will be in place for an initial period of 4 (four) years, and will commence in<br/>September 2024, with the option to extend, for an additional 2+2 years (4+2+2).<br/>The purpose of this procurement is to establish a DPS for the provision of placements for Older Adults (65+) in Residential and Nursing Homes.<br/>• Bed categories : Residential; Residential Dementia; Nursing Standard; Nursing Dementia.<br/>Care categories: Older adults with care and support needs ; Older Adults with dementia care and support needs; Older Adults with End-of-Life care and supported needs<br/>• The service must be located within the geographical location of London boroughs of Brent, Ealing, Harrow, Hammersmith & Fulham, Hillingdon, Hounslow, Westminster, and the Royal Borough of Kensington and Chelsea.<br/>• The DPS is limited to NWL services as commissioners have a statutory duty to promote a local marketplace, furthermore the needs of our clients dictate a commissioning footprint within the NWL ICB parameters.<br/>The DPS is designed in the spirit of the “Light Touch regime” for Schedule 3 Contracts uses<br/>the “flexibilities” permitted within the regime to establish an e-procurement system<br/>based on dynamic purchase system principles as set out in the Public Contracts<br/>Regulations 2015. The DPS will be open to all the local authorities listed or referred to<br/>in the Tender Notice for the establishment of this DPS and who enter into an Access<br/>Agreement with Ealing (“the Contracting Authorities”)<br/>To access this opportunity please register at https://ealinglbc-atamis.my.site.com/login. If you have any issues please contact Atamis TM Support Desk via support@atamis.co.uk or telephone 029 2279 0052. Once registered please search for contract number C0222.
£3,400,000,000
Contract value