Loading page content…
Loading page content…
208 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The A350 is one of the most important routes in Wiltshire. It is a primary north-south route with regional significance connecting the south coast with the M4 and onwards to Bristol and the Midlands. In Wiltshire it passes around the principal settlements of Chippenham and Trowbridge via the town of Melksham and on to Westbury and Warminster. It has been a longstanding priority to improve north-south connectivity along the A350, and Wiltshire Council has been progressively bringing forward the dualling of the A350 Chippenham bypass. Over recent years three major capital schemes (Phases 1, 2 and 3) have been brought forward to improve capacity and safety on the route, largely funded through successful Department for Transport (DfT) and/or Local Enterprise Partnerships (LEP) funding bids. Most recently, an Outline Business Case (OBC) bid was made to DfT for funding to bring forward a scheme to complete the dualling of the A350 bypass at Chippenham. In the spending review in October 2021 the government announced that it would allocate funds for a scheme to dual the remaining single carriageway sections of the A350 route round Chippenham. The project was also included within the list of forthcoming infrastructure projects as part of The Growth Plan 2022 published in September 2022. Wiltshire Council and its consultants Atkins are now pressing forward to complete the design of the remaining Phases 4 and 5 of the scheme, and preparing the Full Business Case (FBC). Subject to the FBC being approved by the DfT, it is anticipated that construction works will be undertaken during 2024 and 2025. The scheme is likely to include for the following key elements Phase 4 dualling, widening the A350 over a total distance of some 1.5km to dual 2-lane between Chequers roundabout and Lackham roundabout. The dualling would take place within the existing wide highway verge to the west of the current carriageway. Phase 5 dualling: widening the A350 over a total distance of some 1.75km to dual 2-lane between Cepen Park South roundabout and Bumpers Farm roundabout. Again, the dualling would take place within the existing wide highway verge to the west of the current carriageway. When implemented with Phase 4, this would extend the dualling to cover the full stretch of the A350 Chippenham Bypass. Bumpers Farm Roundabout capacity enhancements: increasing the circulatory from 2 lanes to 3; signalising 4 approach arms; increasing approach arms from A350 (S), A420 (W), A350 (N) and A420 (E) to 3 lanes; and dualling the exits onto the A420 (E) and A420 (W) and Lackham roundabout capacity enhancements: dualling the exit to the A350 north as part of the phase 4 works. The works will be designed and built-in accordance with current standards and guidelines and will include for all key aspects of highway construction.
From £22,000,000
Contract value
Wiltshire Council is seeking suitably qualified contractors for the repair / renewal predominantly for housing works. This opportunity is split into 8 Lots as follows: - Delivery of Disabled Adaptation works - Installation of replacement windows and external doors - Contractors for Mechanical and Electrical Services - External Property Care - Replacement, Servicing and repair of domestic and communal heating, hot water systems and carbon reduction works - Installation of Insulation - Kitchen and Bathrooms Refurbishment works - Repair / renewal of roof coverings and associated works
£130,750,000
Contract value
Link to the opportunity, you will need to create an account with Proactis if not done so already https://procontract.due-north.com/Advert?advertId=6645000d-1aef-ed11-8122-005056b64545 Wiltshire Council is seeking suitably qualified contractors for the repair / renewal predominantly for housing works. This opportunity is split into 8 Lots as follows: - Delivery of Disabled Adaptation works - Installation of replacement windows and external doors - Contractors for Mechanical and Electrical Services - External Property Care - Replacement, Servicing and repair of domestic and communal heating, hot water systems and carbon reduction works - Installation of Insulation - Kitchen and Bathrooms Refurbishment works - Repair / renewal of roof coverings and associated works
£130,750,000
Contract value
Wiltshire Council is seeking suitably qualified contractors for the repair / renewal predominantly for housing works. This opportunity is split into 8 Lots as follows: - Delivery of Disabled Adaptation works - Installation of replacement windows and external doors - Contractors for Mechanical and Electrical Services - External Property Care - Replacement, Servicing and repair of domestic and communal heating, hot water systems and carbon reduction works - Installation of Insulation - Kitchen and Bathrooms Refurbishment works - Repair / renewal of roof coverings and associated works
Value undisclosed
Wiltshire Council are inviting tenders from number of firms of solicitors and in house legal teams or other organisations that will be able and willing to supply external legal services in a local government context on behalf of the Council to support the Councils existing in house legal team in order to meet their needs. This may include any work that the Councils in house legal team would usually carry out and Suppliers may be required to assist the Councils in house legal team with their cases or have conduct of cases. Being selected as a party to the Framework Agreement does not guarantee the award of any individual contracts under the Agreement or any other business with the Council. The number of Suppliers that will be requested to become party to the Framework Agreement will be capped at 5 per Lot. The fact that particular Suppliers have previously provided legal services to the Council will of itself neither be an advantage nor a disadvantage in the current tender process. Suppliers may be required to provide advice and or representation in respect of all Lots. The Council requires expertise at all levels and Suppliers will be expected to offer a range of expertise to provide support at the required level. The list of lots of lots is set out below. The type of work listed under each lot heading is intended to be indicative and non exhaustive. Lots Suppliers are invited to submit a tender in respect of one or more of the following Lots Lot 1 Planning General Advice Section 106 Agreements Other planning casework for example Enforcement certificates of lawful use revocations of permission Planning Inquiries and appeals Advice and representation at Planning Committees CPOs Lot 2 Property General advice Sales Rights to buy Purchases Leases Shared ownership leases Miscellaneous transactions for example licences easements agreements encroachments adverse possession CPOs Lot 3 Employment General advice Preparation of case Conduct of hearing or trial Lot 4 Commercial General advice Agreements Public Procurement Subsidy Control Corporate Structures Construction Academies PFI Lot 5 Civil and Criminal Litigation General advice Preparation of case Conduct of hearing or trial Housing possessions Debt collection Licensing appeals Parking enforcement Prosecutions to include but not limited to benefit trading standards education libraries Lot 6 Adult Services General Advice Conduct of hearings Lot 7 Childcare Services General advice Appeals Child protection Case preparation Conduct of hearings Lot 8 General Local Government Matters General advice Attending Committees Information law and Data protection Suppliers are requested not to indicate an interest in any Lot where it is felt that there is insufficient experience and expertise
Value undisclosed
Wiltshire Council are inviting tenders from number of firms of solicitors and in house legal teams or other organisations that will be able and willing to supply external legal services in a local government context on behalf of the Council to support the Councils existing in house legal team in order to meet their needs. This may include any work that the Councils in house legal team would usually carry out and Suppliers may be required to assist the Councils in house legal team with their cases or have conduct of cases. Being selected as a party to the Framework Agreement does not guarantee the award of any individual contracts under the Agreement or any other business with the Council. The number of Suppliers that will be requested to become party to the Framework Agreement will be capped at 5 per Lot. The fact that particular Suppliers have previously provided legal services to the Council will of itself neither be an advantage nor a disadvantage in the current tender process. Suppliers may be required to provide advice and or representation in respect of all Lots. The Council requires expertise at all levels and Suppliers will be expected to offer a range of expertise to provide support at the required level. The list of lots of lots is set out below. The type of work listed under each lot heading is intended to be indicative and non exhaustive. Lots Suppliers are invited to submit a tender in respect of one or more of the following Lots Lot 1 Planning General Advice Section 106 Agreements Other planning casework for example Enforcement certificates of lawful use revocations of permission Planning Inquiries and appeals Advice and representation at Planning Committees CPOs Lot 2 Property General advice Sales Rights to buy Purchases Leases Shared ownership leases Miscellaneous transactions for example licences easements agreements encroachments adverse possession CPOs Lot 3 Employment General advice Preparation of case Conduct of hearing or trial Lot 4 Commercial General advice Agreements Public Procurement Subsidy Control Corporate Structures Construction Academies PFI Lot 5 Civil and Criminal Litigation General advice Preparation of case Conduct of hearing or trial Housing possessions Debt collection Licensing appeals Parking enforcement Prosecutions to include but not limited to benefit trading standards education libraries Lot 6 Adult Services General Advice Conduct of hearings Lot 7 Childcare Services General advice Appeals Child protection Case preparation Conduct of hearings Lot 8 General Local Government Matters General advice Attending Committees Information law and Data protection Lot 9 Highways General advice and Agreements Suppliers are requested not to indicate an interest in any Lot where it is felt that there is insufficient experience and expertise
Value undisclosed
Wiltshire Council are inviting tenders from number of firms of solicitors and in house legal teams or other organisations that will be able and willing to supply external legal services in a local government context on behalf of the Council to support the Councils existing in house legal team in order to meet their needs. This may include any work that the Councils in house legal team would usually carry out and Suppliers may be required to assist the Councils in house legal team with their cases or have conduct of cases. Being selected as a party to the Framework Agreement does not guarantee the award of any individual contracts under the Agreement or any other business with the Council. The number of Suppliers that will be requested to become party to the Framework Agreement will be capped at 5 per Lot. The fact that particular Suppliers have previously provided legal services to the Council will of itself neither be an advantage nor a disadvantage in the current tender process. Suppliers may be required to provide advice and or representation in respect of all Lots. The Council requires expertise at all levels and Suppliers will be expected to offer a range of expertise to provide support at the required level. The list of lots of lots is set out below. The type of work listed under each lot heading is intended to be indicative and non exhaustive. Lots Suppliers are invited to submit a tender in respect of one or more of the following Lots Lot 1 Planning General Advice Section 106 Agreements Other planning casework for example Enforcement certificates of lawful use revocations of permission Planning Inquiries and appeals Advice and representation at Planning Committees CPOs Lot 2 Property General advice Sales Rights to buy Purchases Leases Shared ownership leases Miscellaneous transactions for example licences easements agreements encroachments adverse possession CPOs Lot 3 Employment General advice Preparation of case Conduct of hearing or trial Lot 4 Commercial General advice Agreements Public Procurement Subsidy Control Corporate Structures Construction Academies PFI Lot 5 Civil and Criminal Litigation General advice Preparation of case Conduct of hearing or trial Housing possessions Debt collection Licensing appeals Parking enforcement Prosecutions to include but not limited to benefit trading standards education libraries Lot 6 Adult Services General Advice Conduct of hearings Lot 7 Childcare Services General advice Appeals Child protection Case preparation Conduct of hearings Lot 8 General Local Government Matters General advice Attending Committees Information law and Data protection Suppliers are requested not to indicate an interest in any Lot where it is felt that there is insufficient experience and expertise
Value undisclosed
Wiltshire Council are inviting tenders from number of firms of solicitors and in house legal teams or other organisations that will be able and willing to supply external legal services in a local government context on behalf of the Council to support the Councils existing in house legal team in order to meet their needs. This may include any work that the Councils in house legal team would usually carry out and Suppliers may be required to assist the Councils in house legal team with their cases or have conduct of cases. Being selected as a party to the Framework Agreement does not guarantee the award of any individual contracts under the Agreement or any other business with the Council. The number of Suppliers that will be requested to become party to the Framework Agreement will be capped at 5 per Lot. The fact that particular Suppliers have previously provided legal services to the Council will of itself neither be an advantage nor a disadvantage in the current tender process. Suppliers may be required to provide advice and or representation in respect of all Lots. The Council requires expertise at all levels and Suppliers will be expected to offer a range of expertise to provide support at the required level. The list of lots of lots is set out below. The type of work listed under each lot heading is intended to be indicative and non exhaustive. Lots Suppliers are invited to submit a tender in respect of one or more of the following Lots Lot 1 Planning General Advice Section 106 Agreements Other planning casework for example Enforcement certificates of lawful use revocations of permission Planning Inquiries and appeals Advice and representation at Planning Committees CPOs Lot 2 Property General advice Sales Rights to buy Purchases Leases Shared ownership leases Miscellaneous transactions for example licences easements agreements encroachments adverse possession CPOs Lot 3 Employment General advice Preparation of case Conduct of hearing or trial Lot 4 Commercial General advice Agreements Public Procurement Subsidy Control Corporate Structures Construction Academies PFI Lot 5 Civil and Criminal Litigation General advice Preparation of case Conduct of hearing or trial Housing possessions Debt collection Licensing appeals Parking enforcement Prosecutions to include but not limited to benefit trading standards education libraries Lot 6 Adult Services General Advice Conduct of hearings Lot 7 Childcare Services General advice Appeals Child protection Case preparation Conduct of hearings Lot 8 General Local Government Matters General advice Attending Committees Information law and Data protection Suppliers are requested not to indicate an interest in any Lot where it is felt that there is insufficient experience and expertise
Value undisclosed
Wiltshire Council are inviting tenders from number of firms of solicitors, in-house legal teams or other organisations (“Suppliers”) that will be able and willing to supply external legal services in a local government context on behalf of the Council to support the Council’s existing in-house legal team in order to meet their needs. This may include any work that the Council’s in-house legal team would usually carry out and Suppliers may be required to assist the Council’s in-house legal team with their cases or have conduct of cases. Being selected as a party to the Framework Agreement does not guarantee the award of any individual contracts under the Agreement or any other business with the Council. The number of Suppliers that will be requested to become party to the Framework Agreement will be capped at 5 per Lot. The fact that particular Suppliers have previously provided legal services to the Council will, of itself, neither be an advantage nor a disadvantage in the current tender process. Suppliers may be required to provide advice and/or representation (as appropriate) in respect of all Lots. The Council requires expertise at all levels and Suppliers will be expected to offer a range of expertise to provide support at the required level. The list of lots of lots is set out below. The type of work listed under each lot heading is intended to be indicative and non-exhaustive. Lots Suppliers are invited to submit a tender in respect of one or more of the following Lots: Lot 1: Planning Lot 2: Property Lot 3: Employment Lot 4: Commercial Lot 5: Civil and Criminal Litigation Lot 6: Adult Services Lot 7: Childcare Services Lot 8: General Local Government Matters Lot 9: Highways Additional Requirements in respect of all Lots Availability Suppliers will be required to demonstrate sufficient capacity to provide advice and/or representation including at short notice if required and to provide continuity for extended matters. Suppliers are requested not to indicate an interest in any Lot where it is felt that there is insufficient experience and expertise within Chambers to fulfil the Council’s likely needs.
Value undisclosed
Cleaning services (URN reference CJ1638) for the full range of the council's buildings. The council’s properties range from high footfall, public facing facilities, to buildings used less frequently by Authority staff and their partners / tenants. Cleaning requirements and standards are dictated by type of use and range from high to low intensity. Security Services (URN reference FM1639) for the full range of the council's buildings, to include: o Category 1: Key holding service for all buildings in scope o Category 2a: Timely locking of specific premises o Category 2b: Timely unlocking of specific premises o Category 3: Manned response service to intruder / fire alarm activations and/or notification of property damage o Category 4: Out of hours / overnight mobile patrols & planned void inspections o Category 5: On demand manned guarding services
Value undisclosed
Cleaning services - URN reference CJ1638 - for the full range of the council's buildings. The council's properties range from high footfall, public facing facilities, to buildings used less frequently by Authority staff and their partners/tenants. Cleaning requirements and standards are dictated by type of use and range from high to low intensity. Security Services - URN reference FM1639 - for the full range of the council's buildings, to include: Category 1 - Key Holding service for all buildings in scope; Category 2a - Timely locking of specific premises; Category 2b - Timely unlocking of specific premises; Category 3 - Manned response service to intruder/fire alarm activations and or notification of property damage; Category 4 - Out of hours/overnight mobile patrols and planned void inspections; Category 5 - on demand manned guarding services.
£8,000,000
Contract value
Wiltshire Council are inviting tenders from number of firms of solicitors and in house legal teams or other organisations that will be able and willing to supply external legal services in a local government context on behalf of the Council to support the Councils existing in house legal team in order to meet their needs. This may include any work that the Councils in house legal team would usually carry out and Suppliers may be required to assist the Councils in house legal team with their cases or have conduct of cases. Being selected as a party to the Framework Agreement does not guarantee the award of any individual contracts under the Agreement or any other business with the Council. The number of Suppliers that will be requested to become party to the Framework Agreement will be capped at 5 per Lot. The fact that particular Suppliers have previously provided legal services to the Council will of itself neither be an advantage nor a disadvantage in the current tender process. Suppliers may be required to provide advice and or representation in respect of all Lots. The Council requires expertise at all levels and Suppliers will be expected to offer a range of expertise to provide support at the required level. The list of lots of lots is set out below. The type of work listed under each lot heading is intended to be indicative and non exhaustive. Lots Suppliers are invited to submit a tender in respect of one or more of the following Lots Lot 1 Planning General Advice Section 106 Agreements Other planning casework for example Enforcement certificates of lawful use revocations of permission Planning Inquiries and appeals Advice and representation at Planning Committees CPOs Lot 2 Property General advice Sales Rights to buy Purchases Leases Shared ownership leases Miscellaneous transactions for example licences easements agreements encroachments adverse possession CPOs Lot 3 Employment General advice Preparation of case Conduct of hearing or trial Lot 4 Commercial General advice Agreements Public Procurement Subsidy Control Corporate Structures Construction Academies PFI Lot 5 Civil and Criminal Litigation General advice Preparation of case Conduct of hearing or trial Housing possessions Debt collection Licensing appeals Parking enforcement Prosecutions to include but not limited to benefit trading standards education libraries Lot 6 Adult Services General Advice Conduct of hearings Lot 7 Childcare Services General advice Appeals Child protection Case preparation Conduct of hearings Lot 8 General Local Government Matters General advice Attending Committees Information law and Data protection Suppliers are requested not to indicate an interest in any Lot where it is felt that there is insufficient experience and expertise
Value undisclosed
Lot 1 - Parking Services Lot 2 - Revenues and Benefits
Value undisclosed
Wiltshire Council requires enforcement agents to effect the recovery of debts owed to the Authority by domestic and business rate payers (Revs & Bens) and motorists in receipt of penalty charge notices (PCNs) and other miscellaneous income (Parking Services), and the serving of warrants (Revs & Bens only).
Value undisclosed
Wiltshire Council is currently reviewing the future delivery model for Public Health Nursing Services and to understand the marketplace and viability of the Local Authority to undertake a standalone procurement of Wiltshire PHNS as the current contract expires at the end of March 2024. The PHNS is required to deliver against the requirements set out in the Health & Social Care Act 2012 to provide a universal service for all expectant parents, children, and young people, with an emphasis on prevention and support. This includes leading on the delivery and co-ordination of the Healthy Child Programme 0-19, a national public health programme based on the best available evidence, to achieve positive health and wellbeing outcomes for children and young people, and to reduce inequalities. The mandated elements of the PHNS are five universal reviews delivered by the health visiting service from pregnancy through to two and a half years of age, and the National Child Measurement Programme. The PHN Services include the following key elements: • 0-5 years’ Health Visiting Service • 5-19 School Aged Service • Family Nurse Partnership (FNP) Programme • The National Child Measurement (NCMP) Programme Effective integration and partnership with interfacing services is critical to the effective delivery of Public Health Nursing Services, and there is commitment from both the Local Authority and BSW ICB to continue to work closely together to align Wiltshire’s universal and specialist services and ensure services continue to be joined up and seamless for families and children. We do not expect any impact on children, young people, and families as a result of this procurement. The Local Authority will also ensure an emphasis on strengthening partnership and integration with local authority and non-health services, including the voluntary and charitable sector in the best interests of children, young people and families.
Value undisclosed
Wiltshire Council’s access layer network hardware has now aged, with a significant volume requiring replacement to ensure compliance with security requirements regarding life-cycle age. This network equipment allows council systems to communicate, and allows staff to work in our buildings, both the main sites (County Hall, Monkton Park, Bourne Hill) and remote sites (libraries, leisure centres, depots etc)
Value undisclosed
Wiltshire Council's access layer network hardware has now aged, with a significant volume requiring replacement to ensure compliance with security requirements regarding life-cycle age. This network equipment allows council systems to communicate, and allows staff to work in our buildings, both the main sites (County Hall, Monkton Park, Bourne Hill) and remote sites (libraries, leisure centres, depots etc)
Value undisclosed
The service is for those individuals living within the boundaries of Wiltshire Council (not Swindon) who are eligible to receive support as determined following a Care Act 2014 assessment, NHS funding eligibility assessment and younger people in transition from the age of 16 following a Children and Families Act assessment. The Alliance will encompass support services for adults of working age who may present with mental health needs, learning disability (with or without dementia), autistic spectrum condition, physical or sensory needs, social, emotional and behavioural needs, speech, language and communication needs. This may cover young adults (16 to 25). Providers may be commissioned to provide services that support individuals in a family environment. This is especially important for avoiding the transitions cliff edge (18 to 25 years) for those transferring from children's services to adult services. It is the intention of the Council for the Good Lives Alliance to remain open to new Providers for a 3-year period, with an anticipated service commencement date of the 4th September 2023. The Council anticipates that it will, over time, extend the Pseudo DPS to procure further categories of specialist services. These further services may include Individual Service Funds and Specialist Day Opportunities.
£230,000,000
Contract value
Wiltshire Council is looking to establish a contract for the supply and installation of air quality real time data collection equipment, infrastructure and servicing including: 1. Continuous analysers (or an equivalent MCERTS reference method) for oxides of nitrogen and particulates (PM10 and PM2.5) in 4 locations. 2. Street enclosures, air cooling units (as required), calibration gases, data loggers and remote communications for downloading data, & associated infrastructure to enable this in 4 locations. 3. At least one spare electrical socket to be available within each monitoring station The equipment must be mobile allowing it to be relocated if required to other areas of concern.
Value undisclosed
Wiltshire Council is looking to establish a contract for the supply and installation of air quality real time data collection equipment, infrastructure and servicing including: 4. Continuous analysers (or an equivalent MCERTS reference method) for oxides of nitrogen and particulates (PM10 and PM2.5) in 4 locations. 5. Street enclosures, air cooling units (as required), calibration gases, data loggers and remote communications for downloading data, & associated infrastructure to enable this in 4 locations. 6. At least one spare electrical socket to be available within each monitoring station The equipment must be mobile allowing it to be relocated if required to other areas of concern.
£181,000
Contract value
Showing 61–80 of 208 contracts