The Agreement will be for the services of a Merchant Acquirer to facilitate credit and debit card processing on behalf of the Authority within the following environments: -
- Internet
- Cardholder present
- Cardholder not present
The service to be provided will include as a minimum:
- Transaction processing - online, manual and telephone
- Integrated system links
- Provision of rented processing terminals with Chip and Pin functionality
- Online payment and settlement service accessed via the internet
Additional information: Notice Number
2021/S 000-007863
Link
https://www.find-tender.service.gov.uk/Notice/007863-2021
Notice Reference
2021-040872
Additional Info
FTS Notice published on TED
To extend the height of the fence around the MUGA in Sommerford Grove. Please see attached document for further info. This opportunity has been distributed on adamprocure.co.uk
Modern Methods of Construction - Modern methods of construction miscellaneous (20% VAT)
The project comprises the design and construction of new temporary accommodation at Station Road, London N22 7SS.
In summary the works involve the following:
• Demolition of all existing buildings and concrete slabs, platforms etc. within the site area
• Disconnect existing services
• Ground works
• Provide service connections to the new temporary accommodation blocks, office and Café
• Design and Construction of 28 no. identical modules including office, and a new café, not more than 2 storeys in height
• Alterations to the boundary railings and walls to accommodate the new development
• Grounds to be cleared and re-configured to reflect new levels for each block, new Café and rear landscaped amenity area
• Landscaping works with hard landscaped area designed for socialising and outdoor activities
This opportunity has been distributed on adamprocure.co.uk
Integrated Community Equipment Loan Service (ICELS)
The Authority acting as the Lead Commissioner is seeking to jointly re-commission the Integrated Community Equipment Service for itself and the Doncaster Clinical Commissioning Group.
The overall aim of the contract is to provide equipment on loan to people living in the community enabling them to do tasks they would otherwise be unable to do or to provide support to a carer to enable on-going care in their home environment.
The ICELS service will support the following aims
• Enabling people to be supported in their own homes
• Reducing the number of hospital admissions and re-admissions
• Reducing the number of care home admissions
• Reducing the number of falls
• Facilitating early discharge from hospital
• Reducing the number, cost and intensity of care packages/nurse visit, e.g. enabling
single hand care
• Reduce the burden on Carers and risk of Carer breakdown, whilst increasing
confidence and peace of mind
• Supporting end of life care, delivered within the individuals chosen environment
• Improving health and wellbeing by maximising independence, choice, control, dignity
and quality of life within the individual's home
It is anticipated that the contract will commence on 6th September 2022 (It should be noted that subject to internal governance, and if deemed to be necessary, an extension of the current contract may be sought to enable seamless transition to the new contract) and run for a period of 5 years. There is also an option to extend the contract by a further 2 x 12 month periods at the sole discretion of the council.
As part of tender process the successful provider will be required to enter into contract with the Social Value Portal for the monitoring of their social value offer. More details can be found in the procurement documents.
Due to the nature of the contract the contract values are based on a estimated activity levels over the full life of the contract including extensions.
The Home Office is seeking to allocate funding for a new phase of the Modern Slavery Innovation Fund (MSIF) for ODA-eligible modern slavery projects (preferably ranging from £300k-£800k) running from November 2022 to March 2025.
Additional information: NOTICE TO SUPPLIERS (Please note that the closing date and time is 05/08/22 @ 1pm)In December 2016, the Cabinet Office launched its minimum standards for government grants: These include the requirement that competition should be the default option when considering award of grant funding. To comply, the Home Office has decided to manage its competitions using their Jaggaer eSourcing portal. • How to register? The event will be run on the Home Office (HO) Jaggaer eSourcing portal. In order to bid for funding, bidders will first need to register on the portal via the following link: https://homeoffice.app.jaggaer.com/web/login.html Bidders should be approved for usage within 24 hours of registering on the system. After clicking on the eSourcing portal link, it should take you to the home page. On the left-hand side of this page, just below the login boxes, there is an option to register. To register as a supplier, you will need to provide information which will include: • the full legal name of your organisation • your DUNS number - a unique nine-digit number provided to organisations free of charge by Dun & Bradstreet • profile information describing your organisation and the size of your business Once registered as a supplier on the portal please send a notification email to msifphase3@homeoffice.gov.uk to request access to the associated documents for the MSIF fund. If you have any difficulties registering on the system, then you should contact the Supplier eSourcing Helpdesk: customersupport@jaggaer.com The HO Jaggaer eSourcing portal is independent of other eSourcing portals. Therefore, if you have registered on the Crown Commercial Service Jaggaer eSourcing portal, you will also need to register on the HO Jaggaer eSourcing portal. Please note that bids will only be accepted via the HO eSourcing portal. Any bids received outside of this system will not be considered by the Authority. Please note that registering for access to the eSourcing tool will not make you a Home Office supplier. To be considered for award of funding you must first respond to an opportunity. Further information about procurement at the Home Office can be found on the gov.uk website.
Prison Operator Services Mini Competition - HMP Lowdham Grange
The Contract is for the provision of Prison Operator Services at HMP Lowdham Grange, a Category B (Training Prison) located in Nottinghamshire. The Contractor will be responsible for the provision of a safe, decent, secure operating model and regime that specifically meets the needs of the cohort whilst providing a platform for prisoners to tackle the causes of their offending, and a better, more supportive environment for staff and prisoners to work and live in.
The Prison Operator services will include:
- Ensuring the safety and well-being of prisoners on their arrival, early days and induction period and integrating them into the environment and regime
- Delivery of Services through the identification of offending behaviours risk profiles to meet the needs of the rehabilitation cohort
- Delivery of Industries, Interventions and Prison Work, which will deliver outcomes related to effective rehabilitation
- Delivery of Education services to meets the needs of the rehabilitation cohort
- Delivery of Property and Facilities Management services, including sustainability outcomes with due regard to the environment
The Framework Agreement covers the provision and ability to provide a wide range of Insurance Services and will be split into 2 LOTs:
LOT 1 - Insurance Providers, Brokerage and Associated Services
This includes, but is not limited to:
Business and student travel (including overseas travel)
Computer equipment (fixed or portable)
Contract works for building projects
Cyber risks
Employers liability
Employment practices liability
Engineering damage
Health insurance
Hirers liability
Life insurance
Legal expenses
Liability insurance
Libel and slander
Loss due to employee dishonesty or crime by third parties
Motor vehicles
Motor occasional business use
Personal accident
Professional indemnity
Property and construction
Property damage including glass, money, refrigerated/frozen food and property in transit
Public and products liability
Statutory plant inspection services
Terrorism
Travel insurance
Associated services may extend beyond the scope of the Services purchased and may include, but not be limited to;
End user support
Integration
Project management
Service desk
Training and consultancy
LOT 2 - Claims Handling and Associated Services
This is a provision for compensation claims handling. This may include but is not limited to, any of the following :
Employers liability
Property loss and damage
Public liability
Third party vehicle claims
Uninsured loss recovery
Associated services may extend beyond the scope of the Services purchased and may include, but not be limited to;
End user support
Integration
Project management
Service desk
Training and consultancy
Additional information: All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, Affiliates and associates of the CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man.
For additional information please see original FTS notice and/or the Invitation to Tender document
To gain access and complete the necessary documents please follow the instruction below
Visit - WWW.Kentbusinessportal.org.uk
Select - Opportunities
Select Organisation - Commercial Services
Select the opportunity appropriate to you from the list provided
Express interest - you may need to register first
Once successful expression is completed you can access and complete the requirements in two ways
1 - when you register you will receive a successful registration email, this also contains an link taking you direct to the opportunity
2 - when you log in to proactis go to my activities, select commercial services and you will be presented with the opportunity.
Following the instruction from herein
Care and Support at Home Tier 1 Performance Contract
Hampshire County Council are faced with a challenging situation whereby two of our care at homes zones are no longer viable.
For this reason, we have taken the decision to retender these two zones togethers part of an emergency response. This will enable us to swiftly source a provider who can rapidly pick up clients in these two zones, to ensure continuity of care for our residents. Going forward, it is critical that we ensure that service provision in these two zones remains sustainable and therefore we will be introducing a different payment mechanism, linked to a consistent improvement in the hours delivered by the successful bidder.
This is a single call-off seeking a Tier 1 provider to cover both zone 3 (Basingstoke West) and 4 (Eastleigh) combined. Only organisations who have contracts in these two areas will be invited to bid for this work.
The successful provider will receive all referrals for domiciliary care packages for an exclusive 24-hour period.
The initial contract duration is until 30th June 2025 with an extension period of up to 2 years.
Community Adult Hearing Loss Service on behalf of NHS West Yorkshire ICB in Leeds
NHS West Yorkshire Integrated Care Board (WY ICB) is inviting interested providers to bid for a Community Adult Hearing Loss Service for Leeds under a lead provider contracting model.
Please note that the service is to be delivered to Leeds patients only and not across West Yorkshire.
The aim of the service is to deliver local community hearing loss services across Leeds to include diagnosis and management of hearing loss and supply of hearing aids. This service complements and works in partnership with existing and future primary and secondary care hearing loss services; and in a manner which ensures that patients receive access to appropriate diagnosis, treatment and management in the most effective and efficient ways possible. This should include micro-suction, tinnitus clinics or other specialist clinics, domiciliary visits for bed bound and end of life patients, care homes. We would also expect audiologists to work in support of Dementia pathways and working in collaboration with Learning Disabilities team to ensure equity of access for the bi-annual health check of these patients which will include earlier diagnosis of hearing loss.
The service will be led by an experienced Head of Audiology/Healthcare Scientist who holds a substantive appointment within a current accredited service and have had appropriate qualifications for at least 5 years.
The contract we intend to offer to the successful bidder at the end of this procurement will be for a duration of 5 years, which is intended to run from 1 April 2023 until 31 March 2028. There would be a possibility of up to 2 extensions of a further 1 year each, subject to any restrictions placed nationally by NHS England or the Department of Health.
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the 'Regulations'). As such, the procurement of the Services is being run as a bespoke process akin to the competitive procedure with negotiation. NHS West Yorkshire Integrated Care Board (WY ICB) in Leeds does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 services.
Additional information: The ITT Documents can be downloaded from the NHS WY ICB Sourcing portal at
https://nhsleedsccg.app.jaggaer.com/web/login.html
and clicking on CURRENT OPPORTUNITIES
This is a new portal and you will be asked to register to create an account and supplier profile. You should only create one supplier account per organisation but you can have more than one user per supplier account.
The closing date for submitting bids is 12:00 on 30/08/2022.
GUIDANCE ON SPAM FILTERS:
In order to prevent eTendering portal emails from being quarantined by your organisation fire wall or spam filter, you are advised to instruct your IT team to accept all emails from a ".bravosolution.com";
".bravosolution.co.uk" and ".jaggaer.com" address. Please also review the Junk Email settings of your email client software to avoid accidental message deletion.
NHS Humber and North Yorkshire Integrated Care Board (hereafter the Contracting Authority) is seeking to commission Wheelchair and Postural Services - Hull and East Riding of Yorkshire, through an open procurement process. The preferred Bidder will be required to demonstrate how they will deliver a clinically safe, high quality, dignified, cost effective service that puts the individual at the centre of their own care which supports and maintains their on-going health and wellbeing needs.
The service will be required to:
• Provide a timely, comprehensive holistic assessment of an individual's posture and mobility needs, taking into account medical condition, functional ability, social situation and environment;
• Provide posture, pressure relief and where appropriate, predictable changes in Wheelchair User needs;
• Provide a service that meets the Wheelchair Users wider health and wellbeing needs;
• Enhance and maintain the Wheelchairs Users quality of life;
• Support personalisation, independence and offer a Personal Wheelchair Budget where eligible and appropriate;
• Support an overall reduction in hospital admissions and/or length of stay; and
• Demonstrate Wheelchair Users (and carers) are central to the decision making in their wheelchair assessment and provision - evidenced through patient centred outcome measures.
NHS Humber and North Yorkshire Integrated Care BoardYorkshireWAC-427019
Framework Agreement to provide Fertility Services for NHS Bedfordshire, Luton & Milton Keynes ICB
NHS Bedfordshire, Luton & Milton Keynes Integrated Care Board (ICB) is inviting suitably qualified and experienced providers to express interest in delivering Fertility Services, by responding to this opportunity as required and described in the published tender documentation. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the procurement process.
The service is a Schedule 3 Service and is being procured under the Light Touch Regime (LTR) of the Public Contract Regulations 2015. The purpose of the procurement is to set up a multi-provider Framework Agreement. The Commissioner is seeking to set up a framework agreement with 3 providers. The selection of these providers will be based on the 3 highest scoring providers in response to this Invitation to Tender (ITT) process. The commissioner reserves the right to open future windows at their discretion if further capacity or choice is required.
The purpose of the Specialist Fertility Services is to provide a range of appropriate assisted conception services for couples who meet the eligibility criteria. The service aims to treat subfertility. The objective of treatment for subfertility is to achieve a successful pregnancy quickly and safely with the least intervention required and the delivery of a healthy child.
As a result of this procurement exercise an agreement will be established with the successful Bidder(s) for a period of 3 years with the Commissioner having the option to extend the contract for up to a further 2 years. The current contract(s) for the Services will end on 31st March 2023 and as a result the successful provider is expected to be fully operational, providing services from 01st April 2023.
Based on the current contracts it is anticipated that the service provision resultant of this procurement will have an annual expenditure of £1,200,000.00 per annum. However, all providers awarded to the framework agreement will have zero value contracts; no activity or spend is guaranteed as activity is driven by patient choice.
Full details of the service can be found and are included as part of the documentation within the project on EU-Supply. To access the documentation please visit EU-Supply on the link below and access project 58660 - Framework Agreement to provide Fertility Services for NHS Bedfordshire, Luton & Milton Keynes ICB: https://uk.eu-supply.com/login.asp?B=UK
NHS Arden and Greater East Midlands Commissioning Support UnitWAC-285952
The design and construction of 45 dwellings including all associated external and adoptable works, services, parking and drainage, consisting of:
Rental:
4Nr 1 bedroom house
8Nr 2 bedroom house
2Nr 2 bedroom bungalow
9Nr 3 bedroom house
2Nr 4 bedroom house for rent
Shared Ownership:
10Nr 2 bedroom house
2Nr 2 bedroom bungalow
8Nr 3 bedroom house
Additional information: All tender documentation is available on The Havebury Partnership's procurement system 'S2C' by following the below link:
https://havebury.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx?ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f
The London Borough of Newham wishes to establish a Supporting Vulnerable Adults Dynamic Purchasing Vehicle (DPV) for 5 + optional 5 years.
The DPV will include the following categories:
Category 1: Supported Living
Category 2: Supporting Vulnerable Single Homeless Adults (SVSHA)
Category 3: Prevention and Floating Support
Category 4: Extra Care
Category 5: Shared Lives
Category 6: Care Homes
Category 7: Immigration Advice and Support
Each category will be published in phases, starting with Category 1: Supported Living and Category 2: SVSHA Services.
The aim of the DPV is to deliver the transformation of these services and to improve provider service quality with the need for a dynamic pathway that can flex around the individuals needs rather than a one size fits all approach.
A new Accommodation List (not procured) will sit alongside the DPV with the aim to raise minimum accommodation standards. For further details of the Accommodation List please see link: www.newham.gov.uk/accomodationlist
Potential Suppliers are invited to participate for one or more of the Categories.
This DPV is open for use to other NEL Boroughs.
The Procurement is being procured by the Authority for the benefit of the Authority and the
Partner Organisations.
The procurement is being conducted in accordance with the Public Contracts Regulations
2015. The procurement is subject to the light-touch regime under Section 7 Social and Other
Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided
that procedure is sufficient to ensure compliance with the principles of transparency and
equal treatment of economic operators (Suppliers).
The Authority has created a tender process outlined below, as part of the DPV applying the
award criteria specified in this contract notice.
Any interested organisation/consortium with relevant experience may submit a Bid in
response to this ITP.
For each Category, there will be an 'Admission' stage followed by a 'Mini-Competition' stage.
There are two stages to providing services on the DPV:
Stage 1: Admission Stage - At this stage Suppliers are invited to apply for admittance on the DPV by submitting their responses via SQ.
Stage 2: Mini-Competition Stage - The suppliers who meet the initial selection criteria are issued Invitation to Tender (ITT) to bid for the relevant specialisms at individual placement or scheme level
By applying to the DPV, suppliers are not obligated to bid for services at the Mini- Competition stage or Call Off stage.
This DPV is open for an initial term of 5 years with the option to extend for a further 5 years
Estimated Total Aggregate Value for Newham across the lifetime of the DPV is
£957,356,593
Estimated Total Aggregate Value across all local authorities across the lifetime of the DPV is
£6,701,496,150
Admission stage for the DPV will be based on 100% Quality.
Additional information: Lot 1: Supported Living
Lot 2: Supporting Vulnerable Single Homeless Adults (SVSHA)
Lot 3: Prevention and Floating Support
Lot 4: Extra Care
Lot 5: Shared Lives
Lot 6: Care Homes
Lot 7: Immigration Advice and Support
For further information on individual lots, please below link to FTS notice:
https://www.find-tender.service.gov.uk/Notice/026688-2022