Loading page content…
Loading page content…
10 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Oldham Council are looking to procure a service to provide supervised toothbrushing and oral health promotion to 3-5-year-old children, and primary age children in Special Educational Needs schools. The overall aim is to improve the oral health of young children in Oldham. Objectives • To improve oral hygiene and reduce tooth decay in the 3-5-year-old population of Oldham • Establish healthy tooth brushing habits • To help educate children on good oral health practices Currently, there are no supported supervised toothbrushing programmes in Oldham. However, Oldham Early Years setting and schools were previously engaged in a supervised toothbrushing programme and some settings may still have baseline knowledge or even self-supported programmes ongoing. The service provider is asked to implement supervised toothbrushing progammes for 3-5-year-old children in all Early Years settings, primary schools and childminding services that wish to take part, as well as all primary school aged children (4-11-years-old) in Special Educational Needs primary schools that wish to take part. The approximate size of the 3-5-year-old population in Oldham is ~9000 children. A summary of eligible settings is provided below: 153 Early Years settings 84 Primary Schools 87 Childminders 4 Special Educational Needs Primary Schools The total number of primary school aged children in SEN schools is 476. The total number of reception aged children with an education health and care plan is 142. We will work with the successful provider to share a list of eligible settings and the approximate number of eligible children within each setting. The service should implement a universal supervised toothbrushing for children in the categories listed above. The supervised toothbrushing programme should be in line with the British Dental Association recommendations for toothbrushes to be replaced every three months or when there are signs of wear. *****Please note: This is a tender notice for a PSR Competitive Process, it is not a PA23 process.*****
£248,000
Contract value
Oldham Council is seeking to commission an external provider to deliver the Primary Data and Training Programme. The provider must: • have received a 'Good or Outstanding' judgement or received the equivalent at most recent inspection • have significant knowledge and experience of developing and delivering training programmes • identify an individual(s) with the relevant skills, knowledge and experience to fulfil the role and ensure the accuracy, consistency, and quality of assessment practices across the primary phases; identify what is needed for quality improvements to ensure that all children achieve.
£32,000
Contract value
Provision of Care at Home Service, Night Service and Extra Care Service in the Oldham Council boundaries. The service will predominantly provide eligible care services to all residents of Oldham, reflecting the borough's diverse population, including a significant proportion of residents from Black, Asian, and Minority Ethnic (BAME) communities. Providers are expected to deliver proactive, person-centred care that is culturally sensitive and responsive to the needs of each individual within their own home. Care should address not only the person's social care-related quality of life but also their broader wellbeing, in line with their assessed needs and agreed outcomes. The service provider is required to deliver care in a manner that is inclusive, empowering, and person-centred, promoting independence, choice, and control for all service users.
£146,000,000
Contract value
The Council has a requirement for annual Surface Dressing to be carried out on specified roads. The annual quantity will be determined by the state of the roads and the maintenance budget allocated each year. Historically the Council has spent circa £650,000 + VAT per annum on Surface Dressing. The annual spend may increase or decrease. The Council is looking to engage a suitably skilled and experienced Supplier to undertake required works each year. All works shall be carried out in compliance with the specification, industry standards, best practice, consideration for road users and the safety of all persons and wildlife. It is anticipated that the Contract will commence in April 2026, with an initial Contract term of 5 years, with the option to extend for a further 3 years, to a maximum of 8 years.
£4,000,000
Contract value
Framework for the supply of Highways Aggregates, such as, but not limited to Type 1, clean stone, Cement, Tarmac, Drums of Tac Coat, Bulk Building Sand, Type 1 MOT, Post Fix, Buff 10mm - Dust (Bridleways), Pothole Repair Aggregates and other associated aggregates. The Council is looking to put in place a Framework with up to 2 Suppliers, either with 1 Supplier for bitumen products and 1 Supplier for dry aggregates or a single Supplier for both. Separate basket of goods will be priced to determine the winner for both Lots. Suppliers may bid for 1 or both Lots. Lot 1 - Bituminous Products Lot 2 - Dry Aggregates The Council currently spends circa £400,000 - £500,000 plus VAT per annum on the various aggregates for highways maintenance. This figure does not guarantee the value of the new framework and shall be considered as historical information only, though the majority of previous spend was on bitumen products. Each of the Suppliers must be able to deliver to sites throughout the Oldham Borough as well as being able to cater for collections from premises reasonably local to Oldham Borough Council depot at Moorhey Street, Oldham, OL4 1JF. The Council may also use this Contract for the purchase of aggregates that are not required for highways use.
£3,000,000
Contract value
Oldham Council is seeking to create a temporary accommodation (TA) framework for Nightly Paid consisting of highly skilled, socially aware and reputable providers to assist with the delivery of statutory temporary accommodation provision under Part VII of the Housing Act 1996. The framework will be split into lots (please see below), bidders are able to bid for one, two or all lots: • Lot 1: Nightly Paid Provision Framework Lot 1.1 - Bedsit accommodation Lot 1.2 - One bed accommodation Lot 1.3 - Two bed accommodation Lot 1.4 - Three bed accommodation Lot 1.5 - Four bed accommodation • Lot 2: Private Sector Leasing - Supply of Residential Dwellings
£45,500,000
Contract value
Design & Build contract for the supply and installation for new climbing tower with integrated high ropes course at Castleshaw Centre, Oldham Link to tender: https://procontract.due-north.com/Advert?advertId=bfe41d3d-c6c6-f011-813a-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21 Location - Castleshaw Centre, Waterworks Rd, Delph OL3 5LZ The course is to comprise of: · High all all on board · Peg pole climb · Crate Stack Challenge · Climbing faces (3 per side) · Single leap of faith · Jacobs ladder · Abseil Platform · Internal access to get to the top of the tower · Secure internal storage within the tower · Tower roof / cover
£120,000
Contract value
Framework with up to 3 Suppliers for project based work for carriageway resurfacing and reconstruction. In scope, but not limited to: Full carriageway resurfacing, Associated Footway works Highways Drainage High friction surfacing Road markings Historical spend circa £3,000,000+ per annum. 4 year framework term
£15,000,000
Contract value
ICES The Provider must deliver a full Community Equipment Service lifecycle for adults and children across the four boroughs and authorised adjacent areas. Operational scope includes: • Procurement of Stock and Special Equipment • Storage, distribution, delivery, installation, fitting, adjustment • Collection, cleaning, decontamination, refurbishment, and recycling • Repairs, servicing, preventative maintenance • Technical assessments, joint visits, specialist engineering • Support for discharge, reablement, prevention, urgent community response, palliative care. • Out-of-area equipment deliveries for individuals under our responsibility subject to Commissioner approval. Minor Adaptations The provider will implement a system to:- • Accept referrals from Prescribers electronically; • Liaise with Prescribers, Clients and their representatives to arrange completion of the works; • Liaise with the Prescribers to ensure necessary permission is given prior to commencement where necessary; • Prepare a Construction Phase Plan (CPP) and property specific RIsk Assessments and Method Statements (RAMS) proportionate to the works requested in line with the role of Principal Contractor. • Inform the Prescribers of completed works; • Inform the Prescribers of completed works; • Inform the Prescribers of any problems in contacting Clients to make arrangements, which may delay timely completion; • Inform Prescribers of any problems in completing jobs or variations to issued instructions.
£30,277,830.55
Contract value
Oldham Metropolitan Borough Council ("the Council") is seeking to develop a long-term energy partnership with a Development Partner. The Development Partner will work in collaboration with the Council, key stakeholders and organisations to bring about the transformation and decarbonisation of Oldham's energy infrastructure. The Development Partner shall work to originate, define, develop, finance, deliver and operate a broad range of decarbonisation projects and initiatives across Oldham, with support from the Council. The Development Partner is expected to leverage its expertise, experience, capacity and capabilities to innovate and generate holistic and deliverable energy solutions, and to exploit its unique apex position within Oldham's energy system to develop and implement an innovative business model which maximises the benefit of technological and commercial synergies between different low carbon Asset Classes. The Strategic Energy Partnership's (SEP) key anchor project is the Heat Network Reference Scheme including the existing St Mary's scheme, which may serve as the foundation for a potential Zonal Heat Network. The SEP Agreement will set out a number of requirements which the heat network project must meet in order to proceed into an approvals gateway process. If the project proceeds beyond the development period (i.e. is "approved" as part of the approvals gateway process), the Council and Development Partner will become shareholders in a Project Company, albeit that the Council's shareholding will be limited to a "Golden Share". The Golden Share will simply allow the Council to exercise control in relation to a limited number of reserved matters including carbon intensity, reporting and tariffs. If the Heat Network Reference Scheme project is approved at the end of the development period, the Project Company will be the supplier of heat to a number of public and private sector bodies in the borough under separate heat connection and supply agreements. The potential heat customers for early phases include Oldham Council (details of which can be found in Appendix R (Oldham Low Carbon Heat Network OBC / Customer Letter of Intent OMBC) of the Invitation To Tender (ITT), First Choice Homes Oldham (FCHO), The Oldham College, Royal Oldham Hospital and other NHS sites and the new Muse residential developments in Oldham Town Centre. For further information on potential customers for later phases please see the Zone Market Prospectus in Appendix S of the ITT. For the wider borough, potential customers also include schools and Registered Housing Providers. The Council has secured an £8.78 million grant from the Green Heat Network Fund (GHNF) to support this initiative, with plans for future expansion under the Advanced Zoning Programme (AZP). A portion of the GHNF grant funding that the Council has obtained from the DESNZ will be used to commission early works which will then be adopted by the Development Partner under the SEP Agreement. If the heat network project is approved in accordance with the SEP Agreement, the Council intends to pass on the residual capital GHNF grant funding to the Project Company under an On Grant Agreement. The procurement documents include a Project Information Document (PID) which provides a thorough overview of the SEP and the opportunities beyond the heat network. The PID identifies several site-level projects on Council-owned assets which could be included in the SEP's Strategic Programmes for the first 5-year Strategic Business Plan (SBP) based on the information currently available. These projects include roof-mounted solar PV at four sites, solar car ports at three sites, ground mounted PV at three sites and a gasifying biomass CHP at one site, as well as an opportunity for Operation and Maintenance and Power Purchase Agreement for one site - more details can be found in Section 10 of the PID. The SEP Agreement will also set out a number of requirements which the non-heat work projects must meet in order to proceed into an approvals gateway process. Where these projects proceed the Development Partner will enter into separate contracts with its customers (including the Council). It is the Council's intention that all of the potential projects listed in the PID and the separate contracts entered into in respect of those projects are in scope for delivery by the Development Partner. It is also the Council's intention that any future projects which arise within the three Asset Classes (heat networks, electricity generation & storage and Electric Vehicle Charging Infrastructure) on Council-owned assets which are not listed in the PID will also be in scope for delivery by the Development Partner. Information contained within this notice is not all inclusive, and readers are directed to obtain and review the procurement documents for full details, and to ensure their understanding of all matters before making any commercial decisions in respect of this opportunity. The 'Total Value' stated within this UK4 Tender Notice has been estimated according to the potential total future revenues from opportunities arising from the contract. Although the contract has a maximum term of 25 years, it is expected that projects and separate contracts arising from the SEP Agreement may have terms which extend beyond the term of the SEP Agreement (for example in the case of the heat network and related connection and supply contracts). Factors considered include the ratio of required capital investment to revenue for different energy technology types, proportion of domestic versus commercial customers, and deliverability factors in terms of the expected proportion of theoretical projects currently identified at a high level in the Local Area Energy Plan which are deliverable in reality. Taking into account all of the above factors, the estimated contract value and so 'Total Value' stated within this UK4 Tender Notice is between £2.2 billion (excluding VAT) / £2.62 billion (including VAT) and £3.2 billion (excluding VAT) / £3.8 billion (including VAT). This is an estimated value only and the real value of the contract will depend on a wide range of factors associated with developing projects of varying types with different stakeholders in varying locations. The Council makes no representation nor guarantee that this estimated value will be realised during the lifetime of the SEP Agreement or thereafter. Suppliers should make their own independent commercial enquires, estimates, judgements and decisions associated with this SEP. The Council will require the Development Partner to be a single entity, and therefore if the successful Supplier is a consortium it will be required to form a Special Purpose Vehicle or for one consortium member to act as lead contractor. Regarding bidding models, the Council stipulates in its procurement documents that any person or organisation that is a proposed Key Sub-Contractor, Partner, Consortium Member (SC-P-CM) or similar for a bidding Supplier may be a Key SC-P-CM or similar for one bidding Supplier only. If the bidding Supplier intends to appoint a Key SC-P-CM or similar, it must ensure that the Key SC-P-CM or similar is not also proposed as a Key SC-P-CM or similar in any other bidding Supplier's response to the tender document. The Council envisaged the lead CPV code being 71314000 Energy and Related Services. The set-up options for this UK4 Tender Notice do not enable the distinct selection of a 'lead' CPV code, and therefore the Energy and Related Services code is captured under the hierarchy of the higher level Engineering Services code. Section 4 of the ITT details the reasons why this tender has not been lotted. Regarding the Council's market capacity building objectives; to support potential Suppliers to network with other organisations who may be interested in collaboration opportunities, forming sub-contract relationships, partnerships, consortium arrangements or otherwise; interested parties may email/contact info@greeneconomy.co.uk to register interest in its sign-posting service if its offering is of interest: Green Economy are collating and sharing data (within agreed parameters and with consent) between organisations which are capable of bidding directly for this contract opportunity and organisations which are capable of being, or have potential to be; sub-suppliers or sub-contractors to such larger organisations bidding directly. Organisations may contact Green Economy to determine whether engagement for this purpose is appropriate, but they are under no obligation to do so. You can read more about Green Economy on their website: https://www.greeneconomy.co.uk/ Procurement documents - redacted versions published: There are certain elements (e.g., appendices/schedules) of the ITT documents provided at the date of this notice which are outstanding, as indicated within each document. In particular, the following appendices contain substantial redactions: -ITT Appendix B - Award Criteria -ITT Appendix C - Assessment Methodology Appendix B as published; details the full break down of Award Criteria questions along with corresponding weightings but does not include the full text of the questions themselves. The Council intends to publish the unredacted versions of Appendices B and C within three weeks of the date of this notice, and in any event no later than the date the Council will confirm the Suppliers proceeding to Stage 2 (of the Competitive Flexible Procedure described herein) and publication of the Invitation To Tender. Please refer to the Procurement Timetable at Section 7 of the ITT for this planned date. Please refer to the section below 'SUBMISSION ADDRESS AND ANY SPECIAL INSTRUCTIONS' for details of how to obtain and submit documents. Suppliers are solely responsible for ensuring they access and download all procurement documentation at every stage of the procurement process.
£3,800,000,000
Contract value