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.
UNIVERSITY HOSPITALS OF DERBY & BURTON NHS FOUNDATION TRUST
The East Midlands Pharmacy Collaborative (EMPC) hosted by The University Hospitals of Derby & Burton NHS Foundation Trusts has collated the requirementsof the following Trusts who may or may not be participating in this offer, subject to the terms of any existing agreements. Hereafter all references to Pharmacy Collaborative will incorporate these Trusts also. Inclusion of ICB's / Mental Health Trusts across the region may be required at a later stage.
Current Acute Membership is listed below but is subject to change throughout the life of any resulting contract. The following web address provides the most up to date member list.
https://www.empc.nhs.uk/
Chesterfield Royal Hospital NHS Foundation Trust
University Hospitals of Derby and Burton NHS Foundation Trust
Kettering General Hospital NHS Foundation Trust
Leicester Partnership NHS Trust
Northampton General Hospital NHS Trust
Northamptonshire Healthcare NHS Foundation Trust
Nottingham University Hospitals NHS Foundation Trust
University Hospitals of Leicester NHS Trust
United Lincolnshire Hospitals NHS Trust
Sherwood Forest Hospitals NHS Foundation Trust
Derbyshire Healthcare NHS Foundation Trust
Nottinghamshire Healthcare NHS Trust
The Purchasing Collaborative Organisations that are listed under The Specialist Pharmacy Service may participate in this Framework during the Contract period. Please see the current list at:
https://www.sps.nhs.uk/articles/collaborative-purchasing-organisations/
Framework agreement may extend to: All National Health Service (NHS) bodies in England, including but not limited to:
NHS Provider Directory:
(https://www.england.nhs.uk/publication/nhs-provider-directory/)
NHS Foundation Trusts at:
(https://www.england.nhs.uk/wpcontent/
uploads/2019/04/Public_Registry_FT_directory_190403.xls)
This is a two-year contract with the option to extend for a further 2 years at the discretion of the EMPC and provider(s) agreement.
The procurement documents are available for unrestricted and full direct access, free of charge, at:
https://emprocurenhs.bravosolution.co.uk/web/login.shtml
Once registered you can find the invitation to tender by searching the ref D92 - Project_18089
For any technical problems with the procurement portal please contact the Bravo eTendering helpdesk:
Phone: 0800 069 8630
E-mail:help@bravosolution.co.uk
Homes England (the name adopted by the Homes and Communities Agency)
The tender documents can be accessed and submitted via Homes England's e-tendering system, ProContract.\r
https://procontract.due-north.com/Advert?advertId=902c82f7-1a38-ee11-8124-005056b64545&fromP\r
\r
Homes England requires a supplier who can provide the following services in priority order:\r
\r
(a) To design and deliver / facilitate combined coaching CPD/supervision sessions for groups of internal coaches within our internal coaching community on a quarterly basis (likely group sizes 12-20 and c. 3 hours in duration). Anticipate a requirement for at least 4 in the 12 month period. Topics and themes for CPD component to be agreed with agency coaching lead in advance as part of a schedule. \r
\r
(b) To design and deliver / facilitate combined mentoring CPD/supervision sessions for groups of mentors within our internal mentoring community on a quarterly basis (likely group sizes 12-20 and c. 2.5- 3 hours in duration). Anticipate a requirement for at least 6 in the 12 month period. Topics and themes for CPD component to be agreed with agency mentoring lead in advance as part of a schedule and to harmonise where appropriate with coaching CPD topics. \r
\r
(c) To deliver / facilitate 1-1 supervision sessions with our internal coaches who would benefit from a more personalised and focused opportunity for casework and any coaching related challenges or issues (c 60 minutes in duration per person). Anticipate a requirement for at least 10 of these sessions within the 12 month period.\r
\r
(d) To upskill a small group of existing experienced internal coaches as confident and capable coaching supervisors. This is designed to enable the agency to become self-sufficient in the provision of coaching CPD/supervision in the longer term. NB this does not have to be via a qualification route though that might be desirable at a later date.\r
\r
(e) To design and deliver New Coach training up / equivalent to ILM L5 initially and be able to offer the top up to the qualification at a later date if required without excessive repeat development. Anticipate possible 1 new coach training commission in the 12 month period and up to 6 top ups to a qualification from the existing coach community. \r
\r
(f) To design and deliver New Mentor training (no more than one day in duration and for up to 12 mentors. These would be colleagues who are new to mentoring and would benefit from a comprehensive skilling in mentoring skills, knowledge, behaviours and tools. Anticipate no more than one of these in the 12 month period. \r
\r
(g) To design and deliver two additional variations of the New Mentor training solution for different audiences e.g.(i) a half day Mentor workshop for those who have mentored previously but who would benefit from refresher development and (ii) a 60-90 minute Mentoring Masterclass for very senior leaders who would benefit from a high impact, low duration upskill. Anticipate no more than one each of these in the 12 month period being required due to stability of the mentor community.\r
This is the application process to offer the Skills and Employment Pathway under Lot 1A. We initially opened this Framework for the provision of service for People with Learning Disability and or Autism (PWLDA) under Lot 1. If you wish to apply to deliver Skills and Employment Services under Lot1a. This application form includes the application to Lot 1 (If you are not already on Lot 1 of this Framework), which covers basis questions and minimum standards you are required to adhere to and specific questions applicable to deliver services under the Skills and Employment Pathway described in the service specification attached at Appendix C - Schedule 2 Lot 1A
The Framework Agreement Lot 1A - creates the foundation to support three distinct pathways which have specific and focused outcomes for adults with learning disabilities and/or autism.
The Skills and Employment Pathway has been designed to identify people's ambitions and aspirations by supporting individuals through an up-to 2-year programme that works towards a paid employment outcome. This pathway seeks to develop individual's skills and knowledge, whilst using their strengths and abilities to enhance their opportunities to enable people to reach their full potential.
The framework is for 5 years from May 2023, with the option to extend for up to a further 5 years subject to agreement of Norfolk County Council with the service providers. The Council is subject to the Public Contracts Regulations 2015 and will be carrying out this procurement in accordance with the Light Touch Regime which applies to social services. The value given is an estimate based over the full framework term.
Award of a contract without prior publication of a call for competition in the cases listed below;
The services can be provided only by a particular economic operator for the following reason:
absence of competition for technical reasons
Extreme urgency brought about by events unforeseeable for the contracting authority
Explanation:
Use of the Negotiated Procedure without a call for competition
The works, supplies or services can be provided only by a particular economic operator for the following reasons:
* absence of competition for technical reasons
* the protection of exclusive rights, including intellectual property rights
* Extreme urgency brought about by events unforeseeable for the contracting authority
Swindon Borough Council (the Authority) own a number of Leisure buildings within the local area that are operated under a lease agreement by Greenwich Leisure Limited (GLL).
On Sunday 17th September 2023 and into Monday 18th September 2023, the Link Leisure Centre in Swindon suffered significant damage as a result of an unforeseeable and extreme weather event through significant storm flooding.The consequence of the storm damage was a total loss of power to the Centre and also that access to the Link Leisure Centre building, specifically the ice rink area, was prevented for a period of two weeks due to health and safety requirements from a utilities provider.
As a result, the Authority and GLL could not assess the extent of the damage to the ice-skating plant and equipment. As soon as safe access to the building was permitted and the full extent of the damage was known, the Authority and GLL acted with extreme urgency to identify suitable replacement equipment that would enable the Ice rink provision to reopen for 17th December 2023. It is expected that any delay in making a contract award decision would significantly impact on the ongoing viability of this local leisure provision and therefore result in a substantial impact to the local economy and wider community health and well-being.
After careful consideration, on the 17th of October 2023, the Authority made the decision to make a direct contract award to Ice Tech UK to supply and install a new highly energy
efficient and trademarked IceGrid system and Radiant Low Emissivity ceiling at the Link Centre for a contract period of approximately 9 weeks. The proposed technical solution is understood to be the only system that provides the level of energy savings required by the Authority and has been assessed as being available to the Authority by a single manufacturer and installer. The total value of the contract is £373,700.
For the reasons set out above, the Authority have relied on Regulations;
32(2)(b)(ii),
32(2)(b)(iii),
32 (2) (c) of the Public Contracts Regulations 2015.
Defence Science and Technology Laboratory (DSTL) Mine Investigation and Exploitation by Remote Operated Vehicle (MIE ROV) project team, part of the UK MOD, have awarded a contract to Atlantas Marine Ltd for the provision of three Remotely Operated Vehicles (ROVs). The DSTL MIE ROV project team require three ROVs in order to deliver a proof of concept demonstration to their customer.