228 Results (0 seconds)

Status: Awarded
Published Date: 01/05/2024
Closing Date: 15/03/2024
Value: £59,708
TPL0524 Consultancy Services - St Kilda's, Brixham - Appointment of Employer's Agent Services, Clerk of Works Support and Principle Designer for the development of St Kilda's, Brixham.

Status: Awarded
Published Date: 29/04/2024
Closing Date: 22/04/2024
Value: £7,216
Aster Group - Binkham Hill, Yelverton PD - Full principal designer

Status: Closed
Published Date: 23/04/2024
Closing Date: Unknown
Value: neg.
DPS For Repairs and Maintenance, Voids, Managing Contractor & Pension Services - Accent Housing Ltd is changing e-tendering systems. From 29th April 2024 all tenders from Accent Housing Ltd will be published at a new web site: https://in-tendhost.co.uk/accenthousing As a result, the current Repairs and Maintenance, Voids, Managing Contractor & Pension Services DPS, original notice publication 2021/S 000-023994 will be closed rather than migrated into the new In-tend platform. In order to receive notifications of Accent's tender opportunities please register free of charge at: https://in-tendhost.co.uk/accenthousing To gain full access to this web site you must register your company / organisation using the Register option. Registration is free and simple. If you have any questions on how to use the web site please contact the In-Tend Support team at support@in-tend.co.uk or call on 0845 557 8079 / +44 (0) 114 407 0065 How do I get started? After you have been granted access, to browse the list of tenders and quotations select the Tenders option. If you are interested in any of those listed, click the View Details button for further information and to express your interest. Note we are still transitioning to the new portal so you may not see any new tenders just yet.

Status: Open
Published Date: 19/04/2024
Closing Date: Unknown
Value: neg.
Future Infrastructure Programme (FIP) Client Partnership Framework (Reference Number: 3186) - As stated in the Defence Nuclear Enterprise Command Paper, published by the Ministry of Defence on 25th March 2024, AWE Plc ("AWE") is embarking on a National Endeavour to re-capitalise its estate and manufacturing infrastructure to meet the future needs of the United Kingdom's nuclear deterrent. We have two complex infrastructure programmes: • Future Material Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery. • Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. This PIN Notice specifically relates to the support required to enable the Future Infrastructure Programme (FIP). AWE is seeking interest from suppliers to take part in pre-market engagement activities regarding the establishment of a potential 10-year Framework arrangement for the provision of client-side professional services in support of its infrastructure programme. Our Future Infrastructure Programme will grow significantly over the coming years, and AWE is looking to expand its supplier base to meet the programme's increasing demand. The arrangement will create a client partnership to act effectively as a Capable Owner and trusted government partner to plan and design the investment portfolio, while providing the effective oversight to delivery partners (appointed via separate procurement exercise) for time, cost and quality. The framework will include the key disciplines of engineering, programme/project management and productivity enhancement services. AWE may carry out further pre-market engagement activities with interested suppliers to investigate the current market capabilities and capacity for the programme, and to allow suppliers the opportunity to understand AWE and its ambitions in more detail. This PIN calls for interested suppliers to indicate their interest in participating in an initial request for information (henceforth 'RFI') pre-market engagement exercise. Suppliers interested in responding to the PIN will be required to successfully undergo an AWE security assessment before participation in the RFI. For the avoidance of doubt, suppliers who do not participate in the initial RFI will still be allowed to take part in subsequent market engagement and procurement activities, subject to meeting AWE's security requirements (as detailed on the Acknowledgement Proforma). Additional information: The Atomic Weapons Establishment (AWE) is an arms-length body of the Ministry of Defence, employing around 7,000 people across the UK, with its headquarters in Aldermaston, Berkshire. For more than 70 years, we have supported the UK's nuclear defence strategy and, specifically, the Continuous At Sea Deterrent (CAS-D). Moreover, we use our nuclear science and technical expertise to provide innovative solutions that support the UK's counterterrorism and nuclear threat reduction activities. We work at the extremes of science and engineering to understand the performance of nuclear warheads, and assess the safety, security, and effectiveness of the stockpile in the absence of live testing. AWE is undertaking a multi-billion pound, long-term infrastructure and capability programme in support of its testing facilities and conventional (non-nuclear) portfolio. Increased demand will require AWE to grow both its project delivery and client-side management capabilities. This PIN relates to a potential procurement to establish a multi-supplier client-side partnership framework to provide professional services in support of management and delivery of this portfolio and a future multi-supplier delivery partnership who will deliver the future works. It is anticipated that this is a potential 10-year framework that will be placed under the new Procurement Act 2023. Due to the diverse portfolio and range of projects, AWE is actively seeking to continue to work with existing partners, as well as those partners from outside the nuclear industry, whose technical expertise may be transferable to our sector. This might include but is not limited to pharmaceutical, energy and commercial property. The RFI will aim to test the early thinking around the client-side framework procurement as well as understand market appetite (including perceived barriers to entry faced by suppliers new to AWE) and industry views on current best practice, lessons learnt, new innovations, procurement and partnering vehicles. This may assist informing AWE in the development of the sourcing strategy. The intention is that the client-side framework will provide effective advice and support with the three strategic service types listed below, both upfront during the planning stage of the sub-programme as well as after the establishment of a separate Delivery Partnership: 1. Engineering Design & Project Assurance Services Including but not limited to supporting business case production through production of optioneering and concept design. Providing assurance and scrutiny of delivery partners work in relation to design, construction, commissioning and handover. 2. Programme and Project Management Services Including but not limited to: • Business case & investment strategy (production and supporting evidence statement for portfolio and projects) • Programme management (risk, P3M assurance, reporting & management information, interface controls & performance, issues and benefits management) • Project controls (cost estimating, cost control, planning & scheduling, reporting, risk and scope management), • Project management (operational delivery, cost & schedule, scope and budget management) • Quality assurance/control (assuring product quality and process controls) • Commercial management (strategic planning, financial management, overall administration and adherence to contractual management) • Environment, Safety and Health (people, projects and social value) 3. Productivity Services Including but not limited to reviewing business operating model to drive process & productivity enhancements in people, systems and processes to improve the efficiency, resource utilisation and effectiveness of the infrastructure programme. Interested Parties: Suppliers who are interested to participate in the RFI are required to submit a proforma available from the futureinfrastructureprogramme@awe.co.uk, including in the subject of your email submission "Client Partnership Framework " and reference number 3186". AWE shall undertake a security assessment against the information suppliers submit in the proforma. For the avoidance of doubt, suppliers will not be invited to respond to the RFI if, in the sole opinion of AWE, they do not meet the necessary security requirements. If suppliers successfully meet AWE's security requirements, the RFI and a Non-Disclosure agreement (NDA) will be sent to the nominated email address provided in their proforma. In addition, the NDA will need to be signed and sent back before further market engagement information is released to the supplier. We ask that suppliers register their interest in participating in the RFI by 1600 Friday 17th May BST to allow supplier responses to be fully considered as part of our contracting model design process. However, suppliers can register interest in participating in the RFI at ANY point up to the issue of the tender notice. AWE may undertake subsequent pre-market engagement activities as our sourcing strategy develops. This may be in the form of face-to-face meetings, webinars or further RFIs. For the avoidance of doubt, suppliers who do not participate in the initial RFI, will still be allowed to take part in subsequent pre-market engagement activities subject to meeting AWE's security requirements as detailed below. The nature of this PIN is such that AWE intends to operate restrictions within the relevant procurement legislation in order to protect essential national security interests. If an economic operator has connections with any hostile entity or foreign states which are deemed by AWE to pose a risk to the UK's national security interests or is otherwise considered not to possess the reliability necessary to exclude risks to the security of the United Kingdom, AWE reserves its right to exclude them from this exercise. In issuing this PIN and engaging with the market, AWE is not committing to conduct any procurement in relation to this programme. Equally non-participation in this Market Engagement will not be taken into account in any future procurement activities and will not preclude any organisation from submitting a tender in any future competitions.

Status: Awarded
Published Date: 09/04/2024
Closing Date: 27/06/2023
Value: £85,000
Lovelace and Chamberlain Way - Multi Consultancy Services - The Royal Borough of Kingston upon Thames is seeking a multidisciplinary construction consultant to provide consultancy services for a range of projects across the borough. The scope of services required may vary depending on the work requirement, project stage and budget availability, the scope of services required are specified but not limited to following in part 4. This will include Project Management, Contract Administration and Cost Consultancy/ QS services. Other specialists including Fire Engineering and Design will be required.

Status: Awarded
Published Date: 03/04/2024
Closing Date: 31/03/2024
Value: £80,000
Maintain PMO at Edgware for Preparation of Disposal - Maintain PMO at Edgware for Preparation of Disposal

Status: Open
Published Date: 21/03/2024
Closing Date: Unknown
Value: neg.
Construction Manager Services for General Refurbishment Works at New County Hall, Truro - Cornwall Council (the Council) is seeking to appoint a Construction Manager to a NEC4 Professional Services Agreement, that will require the Construction Manager to function as the Council’s agent for the general refurbishment works at New County Hall, which is located on Treyew Road, Truro, Cornwall, TR1 3AY.

Status: Withdrawn
Published Date: 11/03/2024
Closing Date: Unknown
Value: neg.
Property Design, Safety Consultancy and Works Project Management Services - B3Living is seeking to award a Framework Agreement to a single Supplier for the provision of Property Design, Safety Consultancy and Works Project Management Services as described within this Invitation to Tender (ITT): the scope will be as described within the specification in Part B of the ITT and the pricing template (Part E of the ITT) is reflective of the anticipated demand.

Status: Awarded
Published Date: 08/03/2024
Closing Date: 25/10/2023
Value: £200,000
(DPS 6358) Retrofit Roles - Worcestershire County Council - Worcestershire County Council has secured Home Upgrade Fund Phase 2 (HUG2) funding from The Department for Energy Security and Net Zero (DESNZ) to improve the energy efficiency of up to 368 privately owned domestic properties in Bromsgrove District, Malvern Hills District, Redditch district and Wychavon District by the end of March 2025. The Council have appointed a Consultant who can perform Retrofit Advisor, Assessor, Coordinator, Evaluator duties as defined under PAS2035:2019 for the duration of the project.

Status: Awarded
Published Date: 23/02/2024
Closing Date: 01/02/2024
Value: neg.
CA13682 - GSCI - Whittington Hospital Stairs Landing Lift Lobby Works - SLA - Whittington Hospital Stairs Landing Lift Lobby Works - facilitated via NHS Shared Business Services Framework - SBS10190 To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA13682. Not registered: Visit https://suppliers.multiquote.com then register and quote CA13682 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.