Electrical and Biomedical Engineering Framework Agreement

Open

Buyers

Value

£18,000,000

Classifications

  • Electrical installation work
  • Repair and maintenance services of medical equipment
  • Warehouse management system
  • Technical inspection and testing services
  • Specialist training services
  • Evaluation consultancy services
  • Document management system
  • Project-management services other than for construction work
  • Management-related services
  • Repair and maintenance services of medical and precision equipment
  • Repair and maintenance services of electrical building installations
  • Repair and maintenance services of measuring, testing and checking apparatus
  • Repair and maintenance services of precision equipment
  • Storage services
  • Collection, transport and disposal of hospital waste
  • Technical inspection services
  • Health and safety services
  • Staff training services
  • Health training services
  • Project management consultancy services
  • Facilities management services
  • Building and facilities management services
  • Business and management consultancy and related services

Tags

  • planningUpdate

Submission Deadline

1 week from now

Published

3 months ago

Description

This is a Regionalised Framework Agreement across the South East with a focus on SME's and local Trusts to be able to provide the service. It is designed to offer an efficient mechanism for procuring innovative and reliable Equipment maintenance solutions that directly support the delivery of exceptional patient care. This includes preventive, corrective, and technical support services to ensure that all equipment remains compliant with relevant safety, regulatory, and performance standards This Framework Agreement is designed to be able to meet the needs of regional health and local public sector Authorities, and will include Suppliers with capability across the local geographical landscape. The FWA is planned to be divided into the following lots – Lot 1: Equipment Maintenance Lot 2: Equipment Repair Lot 3: Equipment Management Lot 4: Safety Audits Lot 5: Training Lot 6: Quality Management Lot 7: Document Control Lot 8: Bespoke: A combination of all or any of the above lots, including any value added/innovative service.

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Bypass the hassle of outdated portals.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

Self-employment Support

Application Process: - Complete the attached MS Forms (https://forms.office.com/e/8KX8drEVN7) by the closing date. - Complete and submit the attached Rate Card to [email protected] by the closing date. Overview and Service Description: Seetec specialise in providing first-class services within the skills and education, employability and health, criminal justice and social care sectors across the UK. It is important to all parts of the Seetec Group that our Partners operate in ways which support our purpose, vision, mission and values. More information can be found https://seetec.co.uk/about-us/our-story/our-values/. We're committed to providing opportunities and support to people from all walks of life and empowering them to shape their own futures. We provide tailored support to help participants progress in their journey, to deal with their barriers and get into sustainable employment. It is therefore crucial support is accessible and timely. Due to the nature of our delivery, we are seeking Intervention Partners to meet the demand for self-employment support. The provision will support our participants across England. Seetec require a provider who can deliver tailored self-employment support to our participants who are unemployed/economically inactive and need support to help them start or grow their businesses. The self-employment support should include: - 121 meetings with a business advisor - Creating a tailored action plan and business plan to suit the participants unique needs and goals - Assistance with business registration - Guidance on completing tax returns - Support with navigating Universal Credit for the self-employed - In work support for the participant once their business is up and running - A range or workshops to support with: - Business planning - Marketing - Social media (Tik Tok, Facebook, Instagram etc.) - Websites & domains - Business finances - Understanding self-employment Ideally with this support should include a mix of face-to-face delivery with the business advisor and wrap around online support as well. The participants should receive support for 6-12 months to ensure they can start and grow their business and can sustain their self-employment. The successful Bidder will need to work closely with Seetec's validation team to confirm participants' job outcomes. Seetec hold contracts across several government departments, spanning multiple geographies across the Southwest, East of England, Midlands, Northwest and London. The provider must be able to deliver, as a minimum, across the Southwest. Additional information: Seetec reserves the right to award the contract to one or more providers depending on the applications received and the successful providers will be included onto our database of Intervention Partners. Payment Mechanism: Spot purchase basis with no guaranteed volumes. Seetec Contracting entity: Seetec Business Technology Centre (SBTC) This procurement is to deliver services across England for participants on Seetec's employability programmes. However, referrals may come from the Employability, Business & Training or Communities & Education business units, which trade under the following names: - Seetec Business Technology Centre (SBTC) - Seetec Pluss Ltd - Pluss CIC - Tribal Business Solutions Standard T&Cs attached for information in addition to these there will be KPIs and SLAs to include: - Participant progress updates - Attendance reporting - Case study submissions - Contract management reviews - Success rates for Job Starts and Job Outcomes Specific requirements and capabilities: - Supplier must be able to deliver tailored self-employment support to individuals. - Supplier must have experience working with participants who are unemployed or economically inactive. - Supplier must pass the Seetec due diligence process once notified of intent to award (template attached for your information). - Supplier must submit the rate card template provided which should include the full list of services they are able to provide. - Any bids that do not answer all questions or requirements will be immediately discounted, and the supplier will not be notified.

Open

Office for Product Safety and Standards (OPSS) - Product Testing Framework

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK’s National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS’s responsibilities. The testing requirements will cover: • Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. • Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. • Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. • Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. • Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS’s proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at £43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: • the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. • the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. • the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. • the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services

Katy Reed

Published 17 hours ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline planned

Publish
Bid
Evaluate
Award
Complete