Contracts awarded by the government and its agencies, valued at over £12,000. This includes
contracts from government departments, local councils, and other public bodies.
This is a specification for Design, Build and Project Management Services required by the Care Quality Commission (CQC) in the delivery of Business Objectives and Estate Strategy. CQC has an estate of seven properties over 11,904 m2 that accommodate 1415 estates based staff with an annual running cost of £11m. Between January 2019 and May 2021 there are a number of lease expiries (please see below list) that CQC is required to exercise in line with Government Property Controls unless business cases are approved for exception.
Design & Project Management Services are also required wherever CQC estate requires changes to its demised or leased space in accordance with CQC business requirements and subsequent design brief to be agreed with our contracted provider. All design services must deliver cost-effective solutions that optimise the use of work space and technology by encouraging modern, collaborative and flexible working practices. CQC Estate Strategy will demonstrate that CQC is meeting the Government's accommodation space use requirements of at least 8 Full Time Equivalent (FTE) sharing 10 desks and usage of 8m2 per FTE.
Leicester City Council (the "Authority") had invited tenders for the provision of Special Educational Needs and Disabilities Information, Advice and Support Service (SENDIASS) and Choice Advice Service (CAS).
The aim of the SENDIASS is to support children and young people with Special Educational Needs and Disabilities (SEND) and their families to make informed decisions about the young person's education, health and care requirements.
The aim of choice advice service is to support families with making an informed application for a place at a mainstream school. Families will be provided with easy to understand information on schools in the area, the likelihood of gaining a place, the admission process and their right of appeal.
The procurement of this service has now concluded and contract awarded.
The London Borough of Hillingdon are seeking a suitable qualified and competent insurance scheme provider for residential leasehold, shared ownership and mortgaged properties
Each of the Residential Buildings insured will be treated as if it is insured by a separate policy.
The Council has a financial/insurable interest in these properties, in most cases as the freeholder. A standard clause in all the leases imposes a responsibility upon the Council to arrange the buildings insurance.
The insurance cover is required for Communal Parts - Tenderers need to be aware that leaseholders are responsible, under the terms of their lease, for contributing to the cost of communal/shared works to deal with insured perils, and that this responsibility should be reflected in the buildings insurance arrangements.
It is desirable that the Policy should not be subject to Average.
Copies of policy wording, examples of policy booklets/schedules for circulation at inception of scheme and annual summary of cover documentation should be provided and a flexible approach to underwriting is desirable.
Ease of Administration is desirable, such as the requirements for declarations and the notifications of new properties. The policy operates with a common renewal date.
COVER REQUIREMENTS
Insured: London Borough of Hillingdon and their respective leaseholders and/or freeholders and/or part owners. Automatic interest of the freeholder and the head lessee of the residential property (if they are not the policyholder), the owner or lessee of each residential property and the mortgagee of any of them are deemed to be automatically noted.
Covering: Residential Leasehold Properties, Shared Ownership and Mortgaged Properties in London Borough of Hillingdon and Freeholders with a London Borough of Hillingdon Mortgage.
SUMMARY OF COVER REQUIRED
A. Insurance and Claims handling in respect of:
- Material Damage cover for 'All Risks' of accidental physical loss or damage to the properties insured, including Terrorism.
- Loss of Rent /Alternative accommodation
- Property Owners Liability - Limit of indemnity £5,000,000
- Legal Expenses - Limit of indemnity £10,000
- Claims Handling arrangements
B.Material Damage
For any Leasehold, Mortgaged or Equity Share residential/and or commercial property including the landlord's contents and common parts.
Buildings Perils:
- Full detailed requirements in the Specification
The Contract is for the provision of high quality Nursing Uniforms to Students and Staff at 4 University of Wolverhampton campus locations, at competitive prices. The Contractor will also be required to measure and size Students and Staff for Nursing Uniforms.
This requirement is not split into Lots. The need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.
The term of the Contract shall be for a period of three (3) years commencing 1st July 2019 with an optional extension of up to an additional 24 months (renewable annually).
The Qualification section will be assessed on a pass/fail basis in accordance with the standard qualification questions implemented by CCS.
The requirements here include (but are not limited to):
The successful Contractor must have a minimum of £5M Public Liability Insurance
The successful Contractor must have a minimum of £5M Employers Indemnity Insurance
The Tenderer must have a minimum annual turnover of £300k
Additional Qualification elements are as follows:
• The Tenderer must have a minimum Credit Safe Score of ≥30
• The Successful Contractor must have £5m Public Liability Insurance
• The Successful Contractor must have £5m Employer's Liability Insurance
• The Tenderer must have an online facility to order garments
• The Tenderer must despatch Uniforms within a 3 week period from the measure date.
• The Tenderer must have the ability to accept Embedded Payment Card system
• The Tenderer must utilise legacy stock (where sizes match) before issuing any new stock.
• The Tenderer must have an live/current tracking facility available
• The Tenderer must hold ISO9001 (Quality Management) or equivalent
• The Tenderer must be able to provide samples by 14th May 2019.
• The Tenderer must comply with HMRC in accordance to IR35
The Council of the London Borough of Redbridge ("the Authority") invites suitably qualified and experienced organisations to Tender for the Contract for the Provision of a Smoking Cessation Service in the London Borough of Redbridge ("the Contract").
The Contract will commence on 1st July 2019 and, subject to satisfactory performance, will operate for a period of three (3) years, terminating at midnight on 30th June 2022 ("the Contract Period"). At the sole discretion of the Authority and subject to the satisfactory performance of the provider the Contract Period may be extended for up to two (2) years (in such period or periods as the Authority deems appropriate), providing a total possible Contract Period to midnight on 30th June 2024.
The Contract is to provide a Smoking Cessation Service aimed to support smokers to quit and reduce the prevalence of smoking in the local area and achieve improved health outcomes for residents in the London Borough of Redbridge.
The Service will fulfill the following remits:
To deliver a Smoking Cessation Service that addresses the Authority's key objectives:
• Prevention and Outreach
• Treatment
• Harm reduction