Dynamic Purchasing System for the provision of Specialist Professional Services

Open

Value

£20,000,000

Classifications

  • Business and management consultancy and related services
  • Business analysis consultancy services
  • Research and development services and related consultancy services
  • Business services: law, marketing, consulting, recruitment, printing and security
  • Business and management consultancy services
  • General management consultancy services
  • Business development consultancy services
  • Accounting and auditing services
  • Financial consultancy services
  • Insurance consultancy services
  • Procurement consultancy services
  • Evaluation consultancy services
  • Human resources management consultancy services
  • Equal opportunities consultancy services
  • Software copyright consultancy services
  • Telecommunication consultancy services
  • IT services: consulting, software development, Internet and support
  • Hardware consultancy services
  • Hardware disaster-recovery consultancy services
  • Computer-site planning consultancy services
  • Computer audit consultancy and hardware consultancy services
  • Construction project management services
  • Project management consultancy services
  • Project-management services other than for construction work
  • Health and social work services
  • Social work and related services
  • Welfare services for children and young people
  • Social work services without accommodation
  • Social services
  • Administrative educational services
  • Education and training services
  • Adult and other education services
  • Health and safety consultancy services
  • Safety consultancy services
  • Health services
  • Noise-control consultancy services
  • Energy-efficiency consultancy services
  • Fire and explosion protection and control consultancy services
  • Environmental issues consultancy services
  • Architectural, construction, engineering and inspection services
  • Public relations consultancy services
  • Transport systems consultancy services
  • Highways consultancy services
  • Provision of services to the community
  • Community action programme
  • Civic betterment and community facility support services
  • Research consultancy services
  • Advertising consultancy services
  • Marketing management consultancy services
  • Building-fabric consultancy services
  • Building consultancy services
  • Building services consultancy services
  • Development of residential real estate
  • Residential property renting or leasing services
  • Residential property services
  • Civil engineering consultancy services
  • Structural engineering consultancy services
  • Geological and geophysical consultancy services
  • Geological consultancy services
  • Construction consultancy services

Tags

  • tender

Submission Deadline

8 years from now

Published

11 months ago

Description

The London Borough of Waltham Forest is inviting applications from suitably qualified and experienced Suppliers to be appointed under a Dynamic purchasing system ("DPS") for the provision of specialist professional services.
The DPS is divided into 20 lots as detailed further in the procurement documents and will be accessible for use by UK Public Sector Bodies (and any future successor organisations) which includes Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. There will be no limit on the number of Suppliers that may join the DPS for each lot.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Care (Education) and Treatment Reviews (C(E)TR) for the Southeast and Southwest Integrated Care Boards (ICBs)

NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board (BSW ICB) and Hampshire and the Isle of Wight Integrated Care Board (HIOW ICB) are seeking to secure a Prime Provider who has the capability and capacity to deliver Care (Education) and Treatment Reviews (C(E)TR) for the South East and South West Integrated Care Boards (ICBs), in line with the specified requirements. The Commissioners confirm that whilst they are seeking a Prime Provider, they welcome partnerships, consortiums and/or sub-contractual models, which is at Bidders' discretion. As laid out in the tender documentation, this is a two-lot competitive process under the Provider Selection Regime 2023 (PSR) regulations. The two lead ICBs and lots are: Bath and North East Somerset, Swindon and Wiltshire (BSW) for Lot 1 - South West Integrated Care Boards Hosting (and contract holding) on behalf of the following South West ICBs: • Cornwall and Isles of Scilly • Bath and North East Somerset, Swindon and Wiltshire (BSW) • Bristol, North Somerset, South Gloucestershire (BNSSG) • Dorset • Devon • Gloucestershire • Somerset And Hampshire and the Isle of Wight (HIOW) for Lot 2 - South East Integrated Care Boards Hosting (and contract holding) on behalf of the following South East ICBs: • Buckinghamshire, Oxfordshire and Berkshire West (BOB) • Frimley Health and Care • Kent and Medway • Hampshire and the Isle of Wight (HIOW) • Surrey Heartlands Health and Care Partnership • Sussex Health and Care Partnership The geography covered is that of the above South East and South West Integrated Care Boards named. Services are scheduled to commence on 1st April 2026. The Contract(s), one for each lot, will be for an initial term of 3 (three) years, with an option to extend for any period up to a further 2 (two) years, as defined at the sole discretion of the Commissioners. The detailed breakdown of the requirements can be found within the service specification, which is part of the tender documentation. Provided below is a high-level overview of the requirements to be delivered for all 13 ICBs (listed above), within the South East and South West for each lot. The successful provider(s) will need: • To recruit, train and support the Experts by Experience and Clinical Reviewers. • To book Expert by Experiences and Clinical Reviews for CETR's. TUPE elements are likely to apply (for all specified lots). The TUPE information will be confirmed during the formal invitation to tender (ITT) period to all interested parties. Total combined maximum contract value, across the full potential term of 5 (five) years including any optional extension years is £2,392,536, for both lots combined. A break down of each lots budget can be found within the Invitation to Tender (ITT) documentation. Given the current landscape of the NHS and planned consolidation of Integrated Care Boards, interested parties should be aware that the 13 listed ICBs above will reduce in line with the proposed footprints. These changes will be reflected during the contract term, to further support alignment and collaboration across neighbouring systems. A F01: Prior Information Notice (prior information only) was published back on 30th October 2024, looking for expressions of interest from interested parties from the marketplace. Details of that engagement can be found here - 2024/S 000-035227. This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete