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.
Development of a Medium Term Financial Strategy and Plan
This is a Mini Competition via the Crown Commercial Services Management Consultancy Framework Three (MCF3) Lot 3: Complex & Transformation, agreement number RM6187. Expressions of interest were carried out on 22 July 2024 to suppliers on the Management Consultancy Framework Three (MCF3) Lot 3: Complex & Transformation. Suppliers who responded to the Expressions of interest and meet the requirements set out in 4.7 of the Expressions of EOI were scored a Pass and Invited to participate in a Mini-Competition exercise.
The Council will be using the In-tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal.
In Order To View and Submit a Tender, you will be required to` Opt-In`.
For a Step by Step user guide to the Sandwell MBC In-tend Supplier Portal please click on the `Guidance for Suppliers` section of the website. All procurement responses must be carried out via the Sandwell MBC In-tend Supplier Portal.
If you require further assistance in respect of the system please contact the In-tend support team on 0844 272 8810.
Closing date: Wednesday 18 September 2024 at 15:00hrs
These contracts are brought about due to the exit from another contracting arrangement and are for an interim period of 18 months whilst the Contracting Authority looks to run a competition for longer term arrangements.
The awards are carried out in accordance with the Public Contracts Regulations 2015 ("PCR"), regulation 32(2)(b) for technical reasons.
The contracts relate to suppliers to an exiting provider. The Authority requires continuing arrangements in respect of historical but ongoing forensic submissions and cases due to technical reasons relating to criminal justice requirements.
In addition the number of contracts (as well as arrangements below EU threshold levels) represents good use of accredited (as appropriate) suppliers across this limited marketplace.
A competition will be ran and awarded during the period of these contracts to put in place future arrangements for these services.
The Authority is seeking to award bus services contracts to multiple suppliers for the following requirements:\r
• The supply of local bus services (contracts 150, 203, 400, 401, 415, 900, C2, & PR1 ).\r
• Contracts funded with money allocated by the Cambridgeshire & Peterborough Combined Authority (CPCA) to support local bus services.\r
• Until 17th August 2025 + 12 months + 12 months.\r
• Cambridge, East Cambridgeshire, Huntingdonshire, Peterborough, and South Cambridgeshire.\r
The Authority is planning to award eight (8) separate contracts relating to the provision of Local Bus Services. The contracts start on Monday 19th August 2024. The contractor must be able to provide the full service required from this start date. The Authority reserves the right not to conclude a contract for the service for which the Tender is invited.
The Council has a requirement for an Enforcement Agent and Debt Collection Service to Recover Council Tax, National Non- Domestic Rates, Business Improvement District Levy, Commercial Rent, Parking Enforcement and recovery of Housing Benefit Overpayment and Sundry Debt.
This opportunity has been published via the Pro Contract tendering portal. The Deadline date and time for this opportunity is Wednesday 28th August at 10am.
Late submissions will not be accepted. Please search for this opportunity (Reference - DN733988 or P-008701) via the following website:
www.nepo.org
Multi-supplier, single Lot framework for the provision of Evaluation Consultancy Services. Services can be commissioned through the Framework by the West Yorkshire Combined Authority, Bradford Council, Calderdale Council, Kirklees Council, Leeds City Council and Wakefield Council.
Maximum Framework value is £6.5m.
Complete approximately 2500 - 3000 Landlord Gas Safety Records (LGSRs) each contract year as well as attending to 150 - 200 responsive gas repairs each month across One Housing's housing portfolio.
Assist with One Housing's boiler installation programme and maintain heat interface units across One Housing properties.