Loading page content…
Loading page content…
41 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Supply of hardware, including but not limited to: Desktops Laptop Monitors Mouse/Keyboard and peripherals Build/Configuration Service support including Break/Fix Disposal Asset tagging & management Licences
Value undisclosed
£35,000
Contract value
Software platform to enable the design and production of bespoke e-learning materials.
£14,490
Contract value
Venue Services Requirement Background The Business Support Team (BST) currently own the process for sourcing and booking venue and meeting room requirements. Due to the Covid pandemic, there has been an increase in the number of external venue and meeting room requirements with Inspectors running virtual events. For small scale individual requirements (i.e. 1 delegate, 1 day), the BST source venues themselves and have built up a pool of venues primarily used across the UK. For large scale requirements (i.e. training, team meetings, 50+ delegates, number of days), PINS have utilised the venue services contract with Calder Conferences where best value and cost savings can be achieved. Requirement PINS have an ongoing requirement for the provision of venue finding services for meetings, booking of group accommodation and supporting services. Sourcing venues for meetings within the UK, Accommodation booking for 9 delegates or more, Supporting services including digital and hybrid meetings, Online and offline booking process via submission of booking request form, Management of bookings including amendments, cancellations and refunds. DIrect Award
£600,000
Contract value
The Planning Inspectorate has identified a requirement for a Pay Flexibility Business Case and invites you to submit a Tender to work with us as a continuation with the work already done on 17/02/916 Pay and Reward. The Planning Inspectorate's Terms and Conditions will apply. Requirement Review and report on our current pay and reward approach which also identifies the current Equal pay and GPG pay challenges. Benchmark our current and proposed pay strategy against the wider Civil Service and Industry. Following the Inspector Job Evaluation (JEGS) exercise, help to develop and submit the pay flexibility business case to Cabinet Office via our SoS by November 2022. Which Should include: Rationale and supporting internal and external (benchmarking) data. Evidence based business case for Inspectors and Professional staff. What should be the correct pay structures for PINS going forward. Clear rationale and explanation for how the business case aligns with the reward strategy in terms of intent and affordability. Formulate a future pay strategy & pay scenario which sets out the provision for: Alignment to the PINs Strategy and Business Plan, associated Strategies and current operating models. Equal Pay Audit: where we are now and future strategy. GPG Audit-and how this might be addressed. Pay aligned to professions-Benchmarking. Mechanisms for movement within the pay structure - Research into fit for purpose pay structures in the wider industry. Mechanisms and recommended governance for not insignificant but affordable in year non-consolidated reward to "catch and reward people producing exceptional work". Reward and benefits as part of the pay offer. Recommendations and practical analysis for how we can maximise the use of reward options open to us as part of the wider CS Equality impact assessment of the recommendations made. This can be done in conjunction with the Planning Inspectorate colleagues and TUS. Regular updates to the Executive Team (ET). Conduct facilitated meetings with the TUS and staff groups co present the management side during meetings with the TUS. In conjunction with the Planning Inspectorate, develop a detailed pay and reward structure by end of March 2023. Please provide your written proposal using the 'proposal template' provided in Annex B, clearly setting out how you meet the evaluation criteria included in the Section 4. The proposal template includes a section for each of the criteria being evaluated. In the template, please also declare any known or perceived conflicts of interest with any employees or contractors of the Planning Inspectorate. Where to send your written proposal Annex B and Pricing proposal Annex A Your written proposal and pricing proposal must be submitted to linda.paul@planninginspectorate.gov.uk no later than 12:00 06 May 2022. Due to Covid illness the ITT deadline was extended to 20 May 2022
£88,920
Contract value
Requirement To deliver our ambitious L&D agenda, working with Directors and Heads of Service (HoS), we need to establish a detailed and clear L&D plan for the next three years. The plan needs to develop the work completed to date, and fully incorporate details for what will be required to deliver each priority element, including: Setting out time and resource required for devising, undertaking and analysing current skills gaps (core skills), building evidence for what is required, determining and reviewing recommendations. Setting out time and resource needed to identify and develop learning interventions, tools and creating materials (LMS) based on established needs. Consideration of what steps may be required for each priority, to deliver cultural change around learning Time and resources required to establish learning processes, defining/clarifying roles and responsibilities for learning across the business. Establish milestones for delivering learning outcomes and clarify the benefits sought (including establishing measures to gauge success). Identify potential risks/barriers to delivery, dependencies and benefits (including other learning/work demands placed on HR L&D) Determine the resources required, from across the business, to deliver/coordinate the above and deliver successful outcomes. To assist in the delivery of this, we are seeking a consultant to work with our HR L&D Manager to produce a report and plan covering our priorities and how we will deliver them over the next three years. The report and plan will set out the work to be done, set milestones and provide detail of the resource required to make implementation successful. It will set out the proposed benefits and measures by which we intend to meet them. Please provide your written proposal using the 'proposal template' provided in Annex B, clearly setting out how you meet the evaluation criteria included in the Section 4. The proposal template includes a section for each of the criteria being evaluated. In the template, please also declare any known or perceived conflicts of interest with any employees or contractors of the Planning Inspectorate. Where to send your Written Proposal Annex B and Pricing Proposal Annex A Your written proposal and pricing proposal must be submitted to linda.paul@planninginspectorate.gov.uk no later than 12:00 noon Tuesday 31 May 2022. Written proposals and pricing received after this deadline will not be accepted.
£43,560
Contract value
For this Alpha phase the Planning Inspectorate requires an agile, flexible partner to deliver a project, to take forward learning from our recent AI innovation discovery, to further explore the opportunities / assumptions from discovery, explore standardisation, maximise reuse, minimise integration risks, and make clear recommendations on future phases. This will enable us to deepen learning, increase engagement and prove whether there is value in future investment to help make Local Plans examinations quicker, more efficient, and more accurate. Deepen learning Validate riskier assumptions (e.g. exclusion of image files does not expose us to risk that key information will be lost). Explore using the text inside the Local Plan as training data and effects of standardisation to enable training from other Local Plans. Explore standardisation Explore Local Plan and representation data structures across a wider sample of representative LPAs to: inform recommendations around standardisation, increase confidence in understanding of the data, and mitigate the risks of extending prototypes to other LPA datasets. Explore thorough a mini pilot the effects of standardisation across Local Plans, and opportunities to ensure consistent taxonomies and standards across Planning Inspectorate services (see Discovery Report page 38). Maximise reuse Further explore prototypes from discovery to increase robustness, accuracy, and extension to other LPA datasets. Explore how features can be extended to the entire examination library. Explore future hosting and integration considerations and prerequisites. Identify potential for consistent topic modelling, text segmentation and labelling across Planning Inspectorate services (e.g. planning appeals, national infrastructure planning applications). Optional requirement for Beta We also include an option for the successful supplier to undertake the Beta phase of this project assuming a successful Alpha and a continuing business need for the requirement. This option will be confirmed towards the end of the Alpha Phase with timescales to be agreed with the supplier.
£144,000
Contract value
Background We are required to place statutory adverts as follows: • To give notice of a hearing or inquiry in a newspaper circulating in the area to which the application relates under theCommons Act 2006 (and any related secondary legislation, including the Greater London Parks and Open Spaces Order 1967 and the National Trust Act 1971) and Highways Act 1990. • To advertise an Inspector's proposed modifications to an Order, certain procedural decisions of an Examining Authority and Secretary of State decisions under a number of different Acts and their related secondary legislation framework, including the Town and Country Act 1990, the Highways Act 1990, the Planning Act 2008 and the Wildlife and Countryside Act 1981. • To advertise draft Orders and Confirmed Orders under the Highways Act 1990 - these are also advertised in the London Gazette. Scope The contract PINS intends to award to one supplier will replace the current contract that expires on 31 July 2022. PINS will use the contract to advertise statutory public notices that will: • Give notice of a hearing or inquiry in a newspaper circulating in the area to which the application relates under the Commons Act 2006 and Highways Act 1990 • Advertise an Inspector's proposed modifications to an Order, certain procedural decisions of an Examining Authority and Secretary of State decisions under a number of different Acts and their related secondary legislation framework, including the Town and Country Act 1990, the Highways Act 1990, the Planning Act 2008 and the Wildlife and Countryside Act 1981.
£407,000
Contract value
Consultancy services to identify, enable and support improvements in applying for and examining NSIP applications. >>>>The two overarching outcomes, written in the past tense, that the successful supplier must enable the Inspectorate to achieve are: >>Standardised information in each application enabled the Inspectorate to focus their examination on the project and/or geographically specific issues. >>Standardised approaches, agreed with relevant stakeholders, optimised the examination process and enabled a proportionate consideration of the information in each application. >>>>To achieve this there are, for this project, two stages to our requirement:>> NSIP application information review >>NSIP application information standardisation >>>>The specific content and duration of the second stage largely depend on the outcomes of the first stage. However, if the supplier completing the first stage does so satisfactorily, they would, given the challenging timescales that would enable the Inspectorate to achieve value-for-money, be able to complete the second stage. >>>>We intend that this project, for both stages, focus on NSIP applications for offshore wind generated electricity. This is to support the ambitions of the BESS and the fast track process ambitions of DLUHC.
From £24,000
Contract value
Thank you for your interest in undertaking the Skills & Flexible Resource Innovation Project on behalf of The Planning Inspectorate. This competition is being undertaken via The Government Office for Science Futures Procurement Framework. Requirement We require a partner to work with us to explore the art of the possible to meet current and changing demand for our services. For this initial piece of work (phase 1) we want to understand current and future casework demand and required skillsets. A delivery partner will need to work with key stakeholders within the organisation to: reuse the learning from previous work in this area and understand what work is underway to deliver it. identify gaps where research is required to produce a set of anticipated scenarios that analyse how casework demand, resource and skills requirements might change overtime, as well as the minimum resource and skillset required to deliver casework demand. Optional Requirement for Phase 2 We also include an option for the successful supplier to take the deliverables from this piece of work to inform a second piece of work (Phase 2) to explore the art of the possible, options and approaches to deploy resource quickly and effectively. This is assuming a successful Phase 1, a continuing business need for the requirement and the supplier having the required skillset for Phase 2. This option will be confirmed towards the end of Phase 1 with timescales to be agreed with the supplier. How to Apply Please provide your written proposal using the 'proposal template' provided in Annex B, clearly setting out how you meet the evaluation criteria included in the Section 4. The proposal template includes a section for each of the criteria being evaluated. In the template, please also declare any known or perceived conflicts of interest with any employees or contractors of the Planning Inspectorate. Your written proposal and pricing proposal must be submitted to linda.paul@planninginspectorate.gov.uk no later than Monday 26 September 2022 - 16:00 hours. Written proposals and pricing received after this deadline will not be accepted
From £49,000
Contract value
Phase 2 was included an an option in the Phase 1 Tender. Requirement We require a partner to work with us to explore the art of the possible to meet current and changing demand for our services. For this second piece of work (phase 2) we want to explore the priority areas identified in phase 1. E. Access to skills and capability F. Optimise resource and capacity G. Drive customer focussed culture A delivery partner will need to work with key stakeholders to answer the following questions • What capabilities and skills do we need to meet future demand for our services, what are the options for accessing these and what are the wider organisational implications? • How can we optimise our resource and capacity, and what are the wider organisational implications? • What does a successful culture for hybrid working look like, and how can we foster this over time? • What are the timelines and level of investment for each of the above? Contract deliverables A. We understand the options and approaches to develop and/or access future skills and capability 1) Produce a report setting out the options and approaches we could consider, to develop and/or access future skills and capability. a) Research should consider how other organisations use different methods to develop and/or access skills and capability. 2 b) Options analysis should include assessment against agreed success criteria, indicative timeline, activity, benefits, risks, dependencies, wider implications, and high-level costing. B. We understand the options and approaches to optimise resource and capacity 2) Produce a report setting out the options and approaches we could consider, to optimise resource and capacity. a) Research should consider how other organisations use different methods to optimise resource and capacity b) Options analysis should include assessment against agreed success criteria, indicative timeline, activity, benefits, risks, dependencies, wider implications, and high-level costing. C. We understand the options and approaches to drive a customer 3) Produce a report setting out the options and approaches we could consider, to drive a customer focussed culture. a) Research should consider how other organisations use different methods and approaches to optimise workplace culture. b) Analysis should assess current state of culture, areas of strength and gaps (and how this is impacted within a hybrid organisation). c) Options analysis should include assessment against agreed success criteria, indicative timeline, activity, benefits, risks, dependencies, wider implications, and high-level costing.
£75,000
Contract value
The Planning Inspectorate, who are based in Bristol, is part way through its Operational Delivery Transformation (ODT) project which is responsible for providing a new end-to-end digital solution to improve our customer experience and deliver an array of benefits. The project is currently operating as a standalone entity, with links into the Digital Services Team. The Digital Services Team are positioned in the Corporate Services Directorate. In the last few years, the team has built its capacity and capability to enable the Inspectorate to become a more digitally able organisation and manage the ODT solution when it transitions into the live environment. The Planning Inspectorate requires a supplier that can provide the necessary knowledge, skills, and experience to help modernise and manage cloud services for Digital & Data Services, on a range of internal and public facing services from discovery to live. Individual statements of work (SoW) will be agreed and aligned to discrete run and maintain needs and backlog delivery phases. Our digital needs are evolving as part of wider planning reforms, but the service is required to support our journey of modernising our planning solutions to the cloud building on the new and existing services. This is also in the context of a move to a service oriented operating model for Digital and Data Services and the continued run, maintain and transformation needs of a number of the Inspectorate's end-to-end services including Appeals, Applications, Examinations including the Back Office case management and underpinning Operational Data Warehouse.
Value undisclosed
Background -broader context The Planning Inspectorate's ability to anticipate and prepare for future change and uncertainty was identified as a strategic risk in 2020. We have since taken steps to improve our foresight capabilities, recruiting a Futures Lead, establishing a horizon scanning function and commissioning a scenario project on changing casework demand and future skills requirements. To build on this work, the Planning Inspectorate is now seeking to integrate foresight into its strategic planning, emerging risk and corporate governance processes. As part of this, we are looking to develop an evidence base of long-term change which can be used to inform our decision-making and deliver long-term benefits for society, the economy and the built and natural environment. Requirement We require a partner to work with us to provide research services to support the development of this evidence-base (hereafter referred to as Trend Deck). The central question this work will seek to answer is: How might the operating environment for planning -and the Planning Inspectorate -evolve over the coming decades?A delivery partner will need to work with our Futures Lead and other stakeholders within the Planning Inspectorate to:1.Research existing, emerging and potential future trends and related drivers of change that are relevant to the planning system and the work of the Planning Inspectorate; and2.Connect these trends and drivers of change to the planning system, exploring how they might impact people, places, policies and the work of the Planning Inspectorate. Contract deliverablesOutcomesOutputs We understand the key trends and drivers of change shaping our future operating environment1.Produce a report which provides a comprehensive and well-evidenced store of trends covering a range of planning-relevant developments across politics, the economy, society, technology and the built and natural environment.a.Present this report in a concise and visually engaging way that helps the Planning Inspectorate understand the most important (as well as less-important) trends shaping the future of planning.b.Include within this report a high-level analysis of how the most important trends couldimpact people, places, policies and the work of the Planning Inspectorate. Please provide your written proposal using the 'proposal template' provided in Annex B, clearly setting out how you meet the evaluation criteria included in the Section 4. The proposal template includes a section for each of the criteria being evaluated. In the template, please also declare any known or perceived conflicts of interest with any employees or contractors of the Planning Inspectorate. Your written proposal and pricing proposal must be submitted to Tendersl@planninginspectorate.gov.ukno later than Monday 19 December 2022 -12:00 Noon. Written proposals and pricing received after this deadline will not be accepted.
£18,500
Contract value
Full video production services to include storyboarding, filming (including the provision of footage and photography for the Inspectorate's content library), audio, motion graphics and editing. The successful supplier, appointed on a call-off basis, will work flexibly throughout the life of the 4-year contract. PLEASE SEE ATTACHED INVITATION TO TENDER FOR THE FULL REQUIREMENT, DELIVERABLES AND SKILLS AND EXPERIENCE. HOW TO APPLY Please provide your written proposal using the 'proposal template' provided in Annex B, clearly setting out how you meet the evaluation criteria included in the Section 4. The proposal template includes a section for each of the criteria being evaluated. In the template, please also declare any known or perceived conflicts of interest with any employees or contractors of the Planning Inspectorate. Where to send your Written Proposal Annex B and Pricing Proposal Annex A Your written proposal and pricing proposal must be submitted to tenders@planninginspectorate.gov.uk no later than Thursday 16 March 2023 - 12:00 Noon Written proposals and pricing received after this deadline will not be accepted. PLEASE SEE ATTACHED INVITATION TO TENDER FOR FULL DETAILS OF HOW TO APPLY AND ATTACHED ANNEX C FOR DRAFT TERMS & CONDITIONS OF CONTRACT Additional information: Please see uploaded Clarification Questions and Reponses deocument
£91,000
Contract value
Crown Commercial Service G-Cloud 13 Call-Off Contract RM1557.13 Lot 3 Cloud Support Provision of support to assist in the setting up and migration of data to BigQuery
£12,100
Contract value
Crown Commercial service - GCloud 13 Framework Agreement RM1557.13 Lot 2 Cloud Software Call-Off Contract Please see uploaded Specification document.
From £50,880
Contract value
Background The Planning Inspectorate is seeking proposals from qualified and experienced suppliers of Information Security services. As an organisation operating in the Public Sector, we recognise the criticality of safeguarding our information assets, protecting our infrastructure, and ensuring the confidentiality, integrity, and availability of our systems and data. To achieve these goals, we require a specific set of Information Security services. Objectives The objectives of this tender are to identify and engage a supplier that can provide the following Information Security services to The Planning Inspectorate: Risk Assessments/Management: The supplier must be capable of conducting thorough risk assessments across our organization's systems, networks, applications, and processes. This includes identifying vulnerabilities, assessing potential impacts, and recommending risk mitigation measures. The supplier should have expertise in risk management frameworks and be able to provide ongoing support in risk monitoring and mitigation. Security Architect: We require a supplier with extensive experience in security architecture to assess our existing infrastructure, review designs to ensure robust security controls are appropriately incorporated and provide guidance on the implementation of best practices. The supplier should have a deep understanding of industry standards and frameworks, such as ISO 27001, NIST (National Institute of Standards and Technology), and CIS (Critical Security Controls), and be able to align our security architecture with these standards. Independent IT Health Checks: The supplier must be able to conduct independent IT health checks to evaluate the effectiveness of our security controls and ensure compliance with relevant regulations and standards. This includes reviewing configurations, policies, and procedures, as well as assessing the overall security posture of our IT systems. The supplier should provide detailed reports highlighting vulnerabilities, weaknesses, and recommendations for improvement. Penetration Testing: We require a supplier that can perform comprehensive penetration testing to identify potential weaknesses in our systems and applications. The supplier must possess advanced technical expertise and tools to simulate real-world attacks, attempting to exploit vulnerabilities and gain unauthorised access. They should deliver detailed reports outlining findings, potential impacts, and actionable remediation steps. Security Analyst as a Service: To strengthen our security posture, we require the services of a skilled Security Analyst to support our ongoing security operations on both a periodic and 'as required' basis. Your written proposal and pricing proposal must be submitted to tenders@planninginspectorate.gov.uk no later than Friday 23 June 2023 - 16:00 hours. Written proposals and pricing received after this deadline will not be accepted.
£500,000
Contract value
The supply of written translation services, Welsh to English and vice versa, by an expert specialist supplier preferably with experience of supplying this service with the context of planning issues and projects on an expedited basis, as and when needed. Those translating on behalf of the expert supplier must be full members of Cymdeithas Cyfieithwyr Cymru.
From £80,000
Contract value
Provision of 36 Pluralsight Skills Enterprise Licences
£14,019
Contract value
Crown Commercial service - GCloud 13 Framework Agreement RM1557.13 Lot 2 Cloud Software Call-Off Contract Provision of a Customer Relationship Management (CRM) system to support Planning Inspectorate data management and compliance with GDPR/DPA 2018 and provide a central repository of all our Records of Processing Activities (ROPA's) data sharing agreements and asset register for all business units across the organisation.
£27,700
Contract value
Showing 1–20 of 41 contracts