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.
The Council requires a single supplier to provide advice to provide the Council with guidance and advice on both short term and long term borrowing and investments. They will be required to provide regular reports and reviews as outlined below and notify the Council of any market changes that may affect the Council's investments or borrowings
This Contract is for the provision of a national managed IT service supporting Personal Independence Payment (PIP) covering implementation and migration / transition services to be used by the Functional Assessment Service (FAS) Suppliers (Assessment Providers) from August 2023.
DWP ran a Call-Off Competition from Technology Services 3 Lot 4 for this service.
The Maximum Contract Value of £48.9 million comprises: (a) £31.0 million for the contract as awarded; (b) £3.9m for the maximum 9 month permitted extension; and (c) contingency of £14.0 million. Amounts (a) and (b) are calculated using the volumes published in the Invitation to Tender. Contingency (at 40% of the total of (a) and (b)) is in recognition of the uncertainty in demand volumes. The contract includes the standard Technology Services 3 terms for inflationary price increases. The Maximum Contract Value is based on current prices and does not include any anticipated inflation amounts.
The IT Managed Service solution will administer the processes for the completion of all PIP assessment reports. PIP assessment reports support the Buyer to decide whether a Claimant is entitled to PIP. The system will initially receive referrals from the DWP PIP Computer System (PIP CS). An Initial Review takes place to determine whether an assessment can be completed based on the available evidence held in the DWP Document Repository System, or if a consultation is required. When a consultation is required, the solution will support the scheduling and booking of appointments (at an assessment centre, by video/phone call, or at the claimant's home). The solution will support the completion of all types of PIP assessments and facilitate audit processes to check the quality of the completed assessment reports.
The solution will send assessment results to the DWP PIP Computer System and initiate the generation of completed assessment reports.
The Buyer may modify the PIP IT Managed service contract to include the IT services supporting Work Capability Assessments (WCA) and other related benefits. No decision to include these services had been made prior to award, and this was not a factor in the evaluation. Any agreement to modify the PIP IT Managed Service to include these additional services will be subject to agreeing a contract change with the Supplier.
The Contract End Date of 18/05/2029 includes the optional extension period of nine months.
The works involve the replacement of the existing gas fired boilers and associated plant on the sheltered housing scheme plus mechanical ventilation and heat recovery for the communal centre plus pipework insulation in both dwellings & community centre at Harry Perry Close, Ipswich Road, Norwich.
The level of works is intended to replace the existing gas boilers, localised pipework and bring the plant room up to the appropriate current standards.
The works shall include specified mechanical upgrade and replacement works plus MVHR for the community centre plus roof pipework insulation upgrade as well as any associated builders work.
Cambridgeshire County Council would like to invite potential providers for the provision of contracts 1A, 2, 7A, 8, 9, 12, 15, 15A, 18, 19, 21, 30, 31A, 35, 45, 45A, 46, 50, 75, 110, 114B, 117B, 196, 203 & 204. Potential providers may bid for one or more Lots. Service Requirements - The Route Schedule details the requirements for these contracts, such as the route, timetable and type of vehicle. Any extra requirements relating to the contract that are not covered in the ITT document or in the Conditions of Contract will be displayed in the Route Schedule under 'Special Conditions'. The intended commencement date is scheduled to be 1st April 2019. The Contractor must be able to provide the full service required from the commencement date. The Authority is utilising an electronic tendering tool to manage this procurement process and communicate with Potential Providers.
There will be no hard copy documents issued to Potential Providers and all communications with The Authority including, submission of Potential Provider responses, will be conducted via The Authority's 'LGSS Procurement Portal' (ProContract).
The portal is powered by PROACTIS and located at www.lgssprocurementportal.co.uk .