Loading page content…
Loading page content…
50 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Authority is seeking to establish a multi-lot framework with the suitable skills and background to work on behalf of the Authority, RUHB NHSFT and the wider BSW ICS to deliver a range of minor works under the framework. It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1A&B, Lot 2A&B, Lot 3A&B, Lot 4A&B, Lot 5A&B, Lot 6A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement. The Authority reserves the right to award a contract to some; all; or none of the lots as a result of the procurement process. The main geographical areas of the procurement are: Main Geographical Area - A: Royal United Hospitals Bath NHS Foundation Trust Combe Park Bath BA1 3NG Main Geographical Area - B: Salisbury NHS Foundation Trust Odstock Road Salisbury Wiltshire SP2 8BJ Suppliers should also be aware that wider organisations within the BSW ICS may choose to call off the framework under either Main Geographical Area A or B, these organisations are: - Wiltshire Health & Care LLP. - Great Western Hospitals NHS Foundation Trust. - Avon & Wiltshire Mental Health Partnership. - South West Ambulance Service. - Wiltshire CCG. - Swindon CCG. - Bath and North East Somerset CCG. Due to the complexity of the works to be delivered the procurement will be divided into six (6) Lots: Lot 1 - Building Works MTC. Lot 2 - Major Drainage and Road Repair MTC. Lot 3 - Mechanical MTC. Lot 4 - Electrical MTC. Lot 5 - Decorating MTC. Lot 6 - Flooring MTC. Each trust requires both capital projects and small works, in order to develop, operate and maintain their estate. To provide efficiencies in this delivery and take advantage of local, experienced suppliers, each trust intends to award a series of Measured Term Contracts (MTCs) under the framework to provide reactive and planned maintenance, minor works and refurbishment. The overall objective of the trusts is to manage and deliver works that will: - Ensure the on time and on budget delivery of quality work that meet the performance requirements of the trusts. - Ensure the trust's estate is statutorily compliant and a safe environment for all building/site/users through the provision of the works. - Provide the works to the trusts' estates to support operational functionality; and - Minimise disruption, inconvenience, and/or any business risk to the normal activities of the trust. The framework duration will be three (3) years with one (1) optional extension of twelve (12) months. The extension will be confirmed, no later than three (3) months before the end of the initial three (3) year term of the framework. Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
£9,000,000
Contract value
This Framework was established in February 2021 to replace the previous Dynamic Purchasing System operated by Salisbury NHSFT. This Framework operates at two levels - Level One, where any suitably qualified and eligible provider can submit details of all the apprenticeships they offer, and employers can then either direct award or, via Salisbury, conduct a further competition against their local needs. Level Two will be a smaller number of providers for a specific standard, appointed via a Further Competition, using a higher selection criteria published with each ITT. Both levels of listing are open across all our eligible public and third sector organisations. Level Two listed providers can be selected either by employer direct award or a further competition amongst those listed. This Requirement document covers the April 2024 opening of the Framework and constitutes Instructions to Suppliers including mandatory requirements. All Providers must agree to the Framework terms and conditions published as part of the Invitation to Tender (ITT) - amendments to those Terms will not be made for specific providers. Please note the final selection of providers to award for a specific requirement is a decision for employers and this Framework does not represent a spend commitment by any organisation. Incorrectly submitted responses will be rejected and the Trust is not obliged to offer an opportunity for suppliers to resubmit correctly. The framework opens twice a year to allow for the following : 1 - Existing providers to update their course listing (using the Excel document issued, previous framework documents will not be considered) 2 - New providers to apply to join the Framework 3 - Existing providers to advise of changes in their status, e.g. contact details or Ofsted rating, achievement rates, delivery methods etc. 4 - To allow for new standards approved by IfATE to be added to listings, or IfATE amended maximum funding bands to be reflected. Existing providers MUST submit a response to this Opening if : (a) The courses offered have changed since previous listing (including withdrawing programmes) (b) The Provider did not submit a response during the April 2023 or October 23 opening (providers not doing so, and not responding to this opening, will be removed) (c) The Provider's Ofsted rating has changed since previous submission.
£1,500,000,000
Contract value
This Framework was established in February 2021 to replace the previous Dynamic Purchasing System operated by Salisbury NHSFT. This Framework operates at two levels - Level One, where any suitably qualified and eligible provider can submit details of all the apprenticeships they offer, and employers can then either direct award or, via Salisbury, conduct a further competition against their local needs. Level Two will be a smaller number of providers for a specific standard, appointed via a Further Competition, using a higher selection criteria published with each ITT. Both levels of listing are open across all our eligible public and third sector organisations. Level Two listed providers can be selected either by employer direct award or a further competition amongst those listed. This Requirement document covers the April 2024 opening of the Framework and constitutes Instructions to Suppliers including mandatory requirements. All Providers must agree to the Framework terms and conditions published as part of the Invitation to Tender (ITT) - amendments to those Terms will not be made for specific providers. Please note the final selection of providers to award for a specific requirement is a decision for employers and this Framework does not represent a spend commitment by any organisation. Incorrectly submitted responses will be rejected and the Trust is not obliged to offer an opportunity for suppliers to resubmit correctly. The framework opens twice a year to allow for the following : 1 - Existing providers to update their course listing (using the Excel document issued, previous framework documents will not be considered) 2 - New providers to apply to join the Framework 3 - Existing providers to advise of changes in their status, e.g. contact details or Ofsted rating, achievement rates, delivery methods etc. 4 - To allow for new standards approved by IfATE to be added to listings, or IfATE amended maximum funding bands to be reflected. Existing providers MUST submit a response to this Opening if : (a) The courses offered have changed since previous listing (including withdrawing programmes) (b) The Provider did not submit a response during the April 2023 or October 23 opening (providers not doing so, and not responding to this opening, will be removed) (c) The Provider's Ofsted rating has changed since previous submission. Additional information: Framework Scope & Eligible Organisations The Contracting Authority expressly reserved the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it saw fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. The awarding of a place on the Framework does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework shall only use electronic portals during the life of the agreement. Any values that have been provided are only an estimate. We cannot guarantee to suppliers any business through this framework agreement. The Framework has been established by Salisbury NHS Foundation Trust, for use by the following bodies (and any future successors to these organisations): The following Contracting Authorities are entitled to place Orders: Salisbury NHS Foundation Trust and all bodies listed below : • Central Government Departments, Executive Agencies, Arms Length Departmental Bodies and Public Corporations (Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement) • Local Authorities (England and Wales) • National Parks Authorities • Educational Establishments in England and Wales, listed by the Department for Education including Schools, Universities and Colleges listed : • Police Forces and Fire and Rescue Services listed by His Majesty's Inspectorate of Constabulary and Fire & Rescue Services • NHS Bodies England : NHS Integrated Care Boards NHS Provider Organisations Primary Care Practices listed by the NHS Business Services Authority • Hospices in the UK • Registered Social Landlords (Housing Associations) • Charities registered within England and Wales • Citizens Advice in the United Kingdom • Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and (i) financed wholly or mainly by another contracting authority listed above in this section of this Framework Agreement.
£1,500,000,000
Contract value
Air Handling Unit Verification and remedial works at Salisbury NHS Foundation Trust. Please see specification for further detail
£150,000
Contract value
Air Handling Unit Verification and remedial works at Salisbury NHS Foundation Trust. Please see specification for further detail
£150,000
Contract value
Salisbury NHS Foundation Trust is seeking to contract for the provision of a service to ensure that the hospitals current piped medical gas and vacuum system (Excluding PFI Section) is kept in a safe and reliable working order
£225,000
Contract value
The Contract for maintenance, repairs and emergency call out to automatic electric doors and shutters shall be a comprehensive maintenance and repair service
£150,000
Contract value
Standby Generators, pumps, and motors, Maintenance and Repair at SFT
£150,000
Contract value
This is the annual opening of the CPD/Workforce Education (non Apprenticeships) framework. DO NOT respond to list Apprenticeships - there is a seperate framework open in October 2024. Please read the Requirements document attached carefully - this Framework covers the provision and delivery of workforce education, across all disciplines and professions, ranging from short courses to entire degree programmes. The Framework is open across all our eligible public and third sector organisations. Employers may select providers by either Direct Award from the Course Listing, or by Further Competition managed via Salisbury. In June 2023, the Cabinet Office introduced a new national Supplier Questionnaire (SQ) document across government. For the purposes of public procurement, NHS organisations are classed as central government bodies. Suppliers applying to this framework (C1546.390) for the first time must complete the SQ document or, if they have already completed the new (March 23) SQ for other authorities or electronically, may submit a copy of that with their Framework response. Organisations listed on the Framework from the 2022 opening need not complete the SQ document. Within the SQ, reference is made to suppliers with £5m or more spend across government (e.g. Carbon Reduction and Social Value sections). When assessing if you need to reply to those questions, this is your total spend across that sector, including all NHS organisations aggregated. You may not break spend down into individual organisations in order to avoid answering the relevant sections. All Providers must agree to the Framework terms and conditions published - amendments to those Terms will not be made for specific providers. Please note the final selection of providers to award is a decision for employers and this Framework does not represent a spend commitment by any organisation. This Requirement is for the July 2024 opening of the Framework, to allow for the following : 1 - Existing providers to update their course listing (using the Excel document issued only) 2 - New providers to apply to join the Framework Fully completed responses MUST be submitted in accordance with the following : • Submitted by the close date via email to BOTH sft.commercial@nhs.net AND simon.dennis@nhs.net • Submissions MUST be fully completed - the Excel response document MUST be correctly completed. • Bids where the Bidder has applied filters, changed the sort order, or otherwise altered the original content or format, will be rejected. • The Response MUST be saved with a filename in the following convention only : C1546_390_YourSupplierName_July 2024 Response Additional information: The following Contracting Authorities are entitled to place Orders: Salisbury NHS Foundation Trust and all bodies listed below : Central Government Departments, Local Government and Public Corporations : https://www.gov.uk/government/organisations Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement. Local Authorities (England and Wales) https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/791684/List_of_councils_in_England_2019.pdf National Parks Authorities https://www.nationalparks.uk/about-us Educational Establishments in England and Wales, maintained by the Department for Education including Schools, Universities and Colleges listed : https://www.compare-school-performance.service.gov.uk/schools-by-type?step=default&table=schools®ion=all-england&for=secondary Police Forces listed by the College of Policing, plus Police Scotland and Police Service of Northern Ireland https://www.college.police.uk/About/Copyright_Licensing/Pages/Home-Office-police-forces.aspx Police Forces and Special Police Forces in the United Kingdom, and/or Police and Crime Commissioners (as defined by the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests Fire and Rescue Services in the United Kingdom http://www.fireservice.co.uk/information/ukfrs http://www.nifrs.org/areas-districts/ http://www.firescotland.gov.uk/your-area.aspx NHS Bodies England http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx Hospices in the UK https://www.hospiceuk.org/about-hospice-care/find-a-hospice?gclid=CPLU3cD7zdECFdaRGwodNeoDyw Registered Social Landlords (Housing Associations) https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Third Sector and Charities in the United Kingdom http://www.charitycommission.gov.uk/find-charities/ http://www.oscr.org.uk/search-charity-register/ http://www.charitycommissionni.org.uk/charity-search/ Citizens Advice in the United Kingdom http://www.citizensadvice.org.uk/index/getadvice.htm www.cas.org.uk http://www.citizensadvice.co.uk/
£5,000,000,000
Contract value
Provision of Non Emergency Patient Transport at Salisbury NHS Foundation Trust Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
Value undisclosed
Provision of Non Emergency Patient Transport at Salisbury NHS Foundation Trust
£2,000,500
Contract value
Winter Gritting services at RUH
£150,000
Contract value
Provision of Security Officers Salisbury NHS Foundation Trust Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
Value undisclosed
Provision of Security Officers Salisbury NHS Foundation Trust
£3,300,000
Contract value
Provision of Security Officers Salisbury NHS Foundation Trust Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
Value undisclosed
Planned Preventative Maintenance, projects and the replacement/upgrades of parts of the Trusts Building Management System (BMS) consisting of Siemens Desigo CCS systems. <br/><br/>The selected Contractor will be responsible for ensuring all equipment is maintained according to the specifications set forth by the Trust. The primary objectives of this contract are as follows:<br/>i) Planned Maintenance<br/>ii) Legal and Statutory Inspections<br/>iii) Unplanned and Emergency Maintenance
£400,000
Contract value
Provision of Security Officers Salisbury NHS Foundation Trust Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
Value undisclosed
Provision of Security Officers Salisbury NHS Foundation Trust
£3,300,000
Contract value
This Framework was established in February 2021 to replace the previous Dynamic Purchasing System operated by Salisbury NHSFT. This Framework operates at two levels - Level One, where any suitably qualified and eligible provider can submit details of all the apprenticeships they offer, and employers can then either direct award or, via Salisbury, conduct a further competition against their local needs. Level Two will be a smaller number of providers for a specific standard, appointed via a Further Competition, using a higher selection criteria published with each ITT. Both levels of listing are open across all our eligible public and third sector organisations. Level Two listed providers can be selected either by employer direct award or a further competition amongst those listed. This Requirement document covers the October 2024 opening of the Framework and constitutes Instructions to Suppliers including mandatory requirements. All Providers must agree to the Framework terms and conditions published as part of the Invitation to Tender (ITT) - amendments to those Terms will not be made for specific providers. Please note the final selection of providers to award for a specific requirement is a decision for employers and this Framework does not represent a spend commitment by any organisation. Incorrectly submitted responses will be rejected and the Trust is not obliged to offer an opportunity for suppliers to resubmit correctly. Additional information: The following Contracting Authorities are entitled to place Orders: Salisbury NHS Foundation Trust and • Central Government Departments, Executive Agencies, Arms Length Departmental Bodies and Public Corporations (Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement) • Local Authorities (England and Wales) • National Parks Authorities • Educational Establishments in England and Wales, listed by the Department for Education including Schools, Universities and Colleges listed : • Police Forces and Fire and Rescue Services listed by His Majesty's Inspectorate of Constabulary and Fire & Rescue Services • NHS Bodies England : NHS Integrated Care Boards NHS Provider Organisations Primary Care Practices listed by the NHS Business Services Authority • Hospices in the UK • Registered Social Landlords (Housing Associations) • Charities registered within England and Wales • Citizens Advice in the United Kingdom • Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and (i) financed wholly or mainly by another contracting authority listed above in this section of this Framework Agreement; (ii) subject to management supervision by another contracting authority listed above in this section of this Framework Agreement; or (iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another contracting authority listed above in this section of this Framework Agreement (iv) an association of or formed by one or more of the Contracting Authorities listed above in this section of this Framework Agreement Entities which are not public sector bodies may also use the Framework Agreement
£1,500,000,000
Contract value
Supply of 4 x 4 Winter Pressure Vehicles (Self Drive) Additional information: To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
Value undisclosed
Showing 21–40 of 50 contracts