Loading page content…
Loading page content…
6 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Council is looking to develop a Pseudo Dynamic Purchasing System (Pseudo DPS) of qualified providers who are able to deliver services to people with ISF's. Applicants who meet and pass the Application criteria will be admitted to the Pseudo DPS. To establish a Pseudo Dynamic Purchasing System (PDPS), the Council is required to undertake a three-stage process. Stage 1: Establishing the PDPS -- The Council shall advertise the opportunity to be appointed to a PDPS for the provision of ISF Services. Applicants will have 30 days to respond accordingly to the opportunity during the initial establishment of the PDPS, in preparation for the provision of ISF services. Stage 2: Once the PDPS goes live, applications can be submitted throughout the lifetime of the PDPS. Applications will be assessed on an ongoing basis with the aim to notify applicants of the outcome of their application within approximately 6 weeks of submission, subject to volumes received and resources. Stage 3: Awarding of individual contracts The person / individual (or their representative) can: • Choose the Provider. • Work with then Provider to use their ISF in a flexible way to meet outcomes and support needs. • Use their ISF to pay for support from different organisations if they want to. The services required under this procurement fall within schedule 3 of the Public Contracts Regulations 2015 (SI 2015/102) and are therefore not bound by all of its requirements. The Council will follow its own modified version of the Dynamic Purchasing System process prescribed under regulation 34 for setting up and running this provision. This modified process reflects the personal needs of service users and maintains the principles of fairness, openness and transparency. Please note that this is not a competitive process and there is no limit to the number of Applicants who can be appointed. Please note, Applicants who are successfully admitted on to the PDPS are not guaranteed to be awarded any financial provision for the duration of this arrangement. It is expected that the Individual Service Fund (PDPS) will operate initially for the period 1 August 2023 - 31 July 2026, with an option to terminate or to extend for up to a further two years (at the Councils sole discretion) e.g., 1 August 2026 - 31 July 2028. Application form and information can be accessed via YORtender: YORtender (eu-supply.com) Reference: 62706
£19,000,000
Contract value
Wakefield Council is seeking to procure a Specialist Stop Smoking Service. The Council is looking to deliver an accessible stop smoking service that forms an integral part of Wakefield Council Public Health outcomes related to smoking which is in parallel with the National Tobacco Control Plan for England and the national ambition of a Smokefree England by 2030. The Service will give particular focus to areas of high smoking prevalence, those from poorer backgrounds, those in routine and manual occupations, pregnant women, people with serious mental health problems, and ethnic minority groups. The contract start date will be 1st July 2024 (for a period of 2,4 months). The Council may extend the Contract by up to 24 months. There is a budget provision of £869,770.00 for 2024/25 which is recurring funding from the Public Health Grant. For 24 months, the monies available are £1,739,540.00 and if extended a further two years the total contract value could be £3,479,080.00. Additional Funding For The Services From Government And Right For The Council to Increase Services and/or Provide Additional Stop Smoking Services Where additional funding for smoking cessation services is received from the Government and a percentage is allocated to this Service by the Council, the Service Provider (in agreement with the Council) must source the necessary staff and resources to ensure any increase in the provision of the Services and/or additional stop smoking services will be met. Any additional services/resources to be put in place with this funding will be agreed between Council and the Provider as appropriate and the Service Specification will be varied by the Council to reflect any agreed amendments to service delivery. Tender documents can be downloaded from YORtender (YORtender (eu-supply.com)) - Ref: 83278 - RFS23/60 The awarding of this contracts is subject to the Health Care Services (Providers Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
£5,700,000
Contract value
The Council is looking for an innovative, user-friendly and up to date software solution for Leisure Services. The solution will enable Leisure Services to fully manage their Service Provision within the 6 Leisure Facilities in the Wakefield District. The Successful Supplier will work with Leisure Services to leverage any benefit from industry trends and innovations to enhance the Customer and Council user experience The Contract will be awarded for an initial period of three operational years, including implementation. After the initial period, there will three extension options of two calendar years each. The full Contract period shall be for a maximum of 9 years. The solution will be a cloud hosted solution and must be hosted in the United Kingdom (UK) and compliant with relevant UK Law. The system must require the use of additional multi-factor authentication or support Single Sign On using the Councils Azure Active directory Additional information: The tender documents are available for interested suppliers to download from the YORtender system (https://yortender.eu-supply.com/) using reference 92073. Bidders are required to register on this site in order to access the documentation Please use the messaging function on YORtender to raise any questions relating to this scheme.
Value undisclosed
The Wakefield Pathways were procured in 2017 following a review to understand the needs, demands and supply of housing related support in Wakefield. The pathway services model was designed as a result of the review and included a single point of access (SPOA) role within the Housing Needs Service. The SPOA receive and manage the referrals into the pathway services. this procurement is the same model as that previously procured. The tender is split into 6 Lots: Lot 1 - Assessment Pathway Comprised of: • Preventing Rough Sleeping Service • Assessment Centre • Short term Supported Housing Lot 2 - Access to Housing Pathway Wakefield Council wishes to commission an Access to Housing Pathway which will provide housing related support to people who are at risk of homelessness and need support to both find and maintain suitable housing. The Pathway will support people to find and access accommodation and provide outcome-focussed housing support in order to enable them to gain the skills to live independently. Lot 3 - Housing Sustainment Pathway Wakefield Council wishes to commission a Housing Sustainment Pathway which will provide housing related support to people who are at risk of homelessness to enable them to keep and maintain their housing. Lot 4 - Young Families Service Wakefield Council wishes to commission housing related support service to work with young families. The Service will provide 4 units of accommodation for teenage mothers and a floating support service for 32 young families (including mothers and fathers). Lot 5 - Supported Housing for People with Mental Health Needs Complex Needs Service Wakefield Council wishes to commission a supported housing service for people with needs around their mental health. The service will support people living in 12 units of accommodation at Woodside and Woodview in Normanton. Lot 6 - Complex Needs Service Wakefield Council wish to commission an accommodation-based service to provide housing support to people with complex needs. The service will support people living in 8 units of accommodation at Springhill Close in Outwood, Wakefield. Bidders can bid for one or all lots. The contracts will be procured for 2 years plus the option to extend for a further 12 months. The contract will commence on 1 April 2025 and the initial term will expire 31 March 2027. The maximum expiry, taking into account the option to extend will be 31 March 2028. TUPE may apply. Tender documentation is available via YORtender: https://yortender.eu-supply.com/ Ref: 91926 - RFS24-037
£6,772,000
Contract value
This procurement will be split into two lots, providers can choose to bid for either one or both lots within this procurement: • Lot 1 - HMP Wakefield; and • Lot 2 - HMP New Hall. HMP Wakefield is a Category A, high security prison and HMP New Hall is a closed women's prison. The provision of care and support services at HMP Wakefield will commence from 1st April 2025 for an initial period of 6 years until 31st March 2031, and the provision of care and support services at HMP New Hall will commence from 1st September 2025 until 31st March 2031. Both would have an option to extend for up to a further 3 years until 31st March 2034. The service charges which are applicable to both lots will be calculated on the basis of an hourly rate, subject to a minimum of 28 hours per week, further information can be found in the tender documents. The procurement documents are available for unrestricted and full direct access, free of charge, at https://uk.eu-supply.com/login.asp?B=UK
£1,008,807
Contract value
Supply, installation and maintenance of automatic rise/fall traffic control bollards. Additional information: Full details can be found at https://yortender.eu-supply.com/ctm/supplier/publictenders?B=YORTENDER Tender reference is 95205.
£700,000
Contract value