2026-01-22 Notices (10)

Download: Notices-2026-01-22.CSV

09:00

Planning (0)

Current (1)

Cornwall Council

Care and Support at Home Services Contract Re-open January 2026

health tender Cornwall

View

Description

The Council intends to appoint additional Individual Home Care providers into existing Alliances to mitigate the current capacity shortfall within Lots 9 & 10.
A capacity shortfall means the current Home Care providers within the existing alliance do not have sufficient capacity to meet demand in that geographical area.
This procurement is therefore being initiated only when and where extra capacity is needed, rather than to replace existing providers.

The successful provider(s) will complement the current alliance by delivering care where demand exceeds the capacity of existing providers.
The current model sees the Services delivered through eleven (11) placed-based alliances.

Each Alliance is formed of a number of service providers who collaborate to optimise the delivery of the Services within a specific Geographical Zone.

Each Alliance is led by a Strategic Provider who manages the performance of the Services, administers the Alliance, coordinates capacity optimisation activities and acts as the Operational Provider of Last Resort (see the Strategic Provider Specification for more details) alongside multiple Individual Providers who directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time, enabling them to stay well, safe and independent at home for longer.

The Services primarily address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community.

They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services include:
• Regulated 'personal care' tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• Non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• Night-time care, which may be used to meet a Person's needs in exceptional circumstances to prevent use of a residential care placement;
• Clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement was divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.


The Contract for each Lot commenced on the 19 October 2024, for a maximum term of eight (8) years, broken down as follows:
• An initial period of three (3) years commencing

Updated (0)

Awarded (2)

TRANSPORT FOR LONDON

TPIM Task 314 - DLR, Transport Modelling

construction award

View

Description

Provision of transport modelling services to support the DLR extension to thamesmead project.

This contract has been awarded via the Transport for London TfL94202, Transport Planning & Impact Monitoring (TPIM) framework under Lot A5 (Strategic Transport Modelling).

Ministry of Defence

Supply Chain Notice: FDIS - Lichfield Front Door replacements to 44 properties (Flats) - Amey Central Region

construction award Cambridgeshire

View

Description

Scope of works:

Replace all flat main entrance doors 43 properties
Replace all windows to 1 no property
Install new battery-operated doorbells
Clean down inside & out existing door & frame to 1 no property
Re-route mains gas pipes at 4 no properties
Part time On Site Liaison Officer

08:00

Planning (0)

Current (2)

Cornwall Council

Care and Support at Home Services Contract Re-open January 2026

health tender Cornwall

View

Description

The Council intends to appoint additional Individual Home Care providers into existing Alliances to mitigate the current capacity shortfall within Lots 9 & 10.
A capacity shortfall means the current Home Care providers within the existing alliance do not have sufficient capacity to meet demand in that geographical area.
This procurement is therefore being initiated only when and where extra capacity is needed, rather than to replace existing providers.

The successful provider(s) will complement the current alliance by delivering care where demand exceeds the capacity of existing providers.
The current model sees the Services delivered through eleven (11) placed-based alliances.

Each Alliance is formed of a number of service providers who collaborate to optimise the delivery of the Services within a specific Geographical Zone.

Each Alliance is led by a Strategic Provider who manages the performance of the Services, administers the Alliance, coordinates capacity optimisation activities and acts as the Operational Provider of Last Resort (see the Strategic Provider Specification for more details) alongside multiple Individual Providers who directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time, enabling them to stay well, safe and independent at home for longer.

The Services primarily address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community.

They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services include:
• Regulated 'personal care' tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• Non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• Night-time care, which may be used to meet a Person's needs in exceptional circumstances to prevent use of a residential care placement;
• Clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement was divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.


The Contract for each Lot commenced on the 19 October 2024, for a maximum term of eight (8) years, broken down as follows:
• An initial period of three (3) years commencing

Cornwall Council

Care and Support at Home Services Contract Re-open January 2026

health tender Cornwall

View

Description

The Council is seeking to procure the Geographical Zone Capacity Shortfall for the provision of Home Care services for 2 Lots (Lots 9 and 10) to support the current alliance arrangement.

Please refer to the procurement documents for full details.

Updated (0)

Awarded (3)

Northumbria University

GB-Newcastle upon Tyne: InfoBlox Universal DDI (UDDI) Solution, 23/01/26 - 22/01/29

products award Newcastle upon tyne

View

Description

Northumbria University is seeking to appoint a single supplier under the JISC Network Solutions framework (Lot 7 - InfoBlox).

The contract term will be 36 months.

We are seeking to procure a comprehensive solution to support our network services infrastructure through the deployment of Infoblox technology.

This procurement is intended to enhance the management, visibility and resilience of our DNS, DHCP and IPAM (DDI) services, while ensuring robust reporting capabilities and long-term support.

The scope of this tender covers the acquisition of Infoblox Universal DDI (UDDI) solution including software tokens, hardware, professional deployment services, training and a three-year maintenance support agreement.

The proposed solution will enable scalable management of DDI services across our environment, with a focus on operational efficiency, security and compliance.

Key Technical Requirements:

•Replacement of current Infoblox DHCP infrastructure - Replace two existing Infoblox 1415 HA physical appliances with one physical appliance and one VM appliance configured in HA pair, located in our Colo Data Centre.

UDDI DHCP to be configured in HA mode.
•Configuration of UDDI portal for Single Sign On (SSO), to enable role-based access.


•Reporting capability - Reporting functionality within UDDI for the DHCP element of the solution.
•NIOS Grid integration - Integration with existing NIOS Grid to support Read/Write configuration capability, enabling support for remaining DNS/IPAM objects.
•Professional services - Professional services to support migration from NIOS DHCP to UDDI DHCP solution before the following key milestone dates:
a.1st February 2026 - End of licensing for current DDI DHCP solution
b.April 2026 - End of support for current 1415 DDI appliances

The bill of materials includes:

•Management Tokens: 4 units of IB-TOKENS-UDDIMGMT-1000 to support centralised DDI management.
•Server Tokens: 3 units of IB-TOKENS-UDDI-SERV-500 to enable DDI services across designated server infrastructure.
•Physical Server: 1 unit to host the Infoblox services and ensure high availability.
•Reporting Tokens: 25 packs of Infoblox Reporting Token Pack (40 tokens / year) to support detailed analytics and reporting over the contract term.
•Deployment Services: professional services to ensure successful implementation, configuration and knowledge transfer.
•Training: 3 Infoblox Education Instructor-led Training and On-Demand Annual Subscription User License.
•3 year Maintenance Support: to ensure continuity of service and rapid resolution of any hardware or software issues.

Ministry of Defence

Supply Chain Notice: FDIS - Contract Award Notice - Digby - External Refurbishment of 15 properties - Amey Central Region

construction award Cambridgeshire

View

Description

Scope of Works

- EWI to 8 properties
- Render finish to garages
- Replace all roofs to main properties, incl bays single storey extension etc.
- Soffits/fascias/RWG replacement
- Chimney demolition
- Itemised dormer roof/window replacement
- Garages/stores - new roofs
- New D&W including lintel replacement & Metsec
- Replacement garage/store D&W
- Garage door frames & lintels
- Itemised Canopy replacement, others repaired & repainted
- External lighting/doorbells & fencing alterations
- Render repairs and full external decoration to existing rendered properties/garages not having EWI
- Replace fencing/Gates
- Remove Open fire/hearths/surrounds, & assoc wks
- Itemised elect wks
- Dedicated OSLO role

UK Research and Innovation

CSP26041 - Refrigerant for Chiller

None award Swindon

View

Description

***** THIS IS A CONTRACT DETAILS NOTICE, NOT A CALL FOR COMPETITION ***** This procurement is being concluded following a limited competition procurement exercise.

Contract details notice for the supply of 250kg R1234ZE Refrigerant
with delivery included to UKRI

07:00

Planning (0)

Current (1)

THAMES WATER UTILITIES LIMITED

Main Works Contract for White Horse Reservoir

None tender Reading

View

Description

From January 2026, the South East Strategic Reservoir Option (SESRO) project name is changing to White Horse Reservoir, with a strapline of 'a space for nature, a place for people.'
As our reservoir proposals have evolved, so too has the potential legacy it could have.

The proposed reservoir is a critical drought insurance policy for the next century and beyond - but it's also being designed as a place for people to use and enjoy for many years to come.
At this exciting stage in development, it's important that we give the project a new identity: one that better reflects the crucial role it will play in shoring up water supply, as well as the broader benefits it will deliver for future generations.
It is the same project, with the same vision, but with a new name that will help people recognise it more easily.

For us, the name White Horse Reservoir roots this project in local heritage and in the natural world around us.

Equally important as the project's new name, the strapline tells us more about where the project's strengths lie; a space for nature, a place for people.
To stay up to date and find out more, please visit www.thames-sro.co.uk/whitehorsereservoir
Thames Water is leading the development of the new reservoir project, in partnership with Affinity Water and Southern Water.


Thames Water is responsible for delivering the development phase, developing the commercial model for the project and for running the procurement processes to appoint the project's Main Works Contractor (MWC) and later, the appointment of an Infrastructure Provider (IP).
Thames Water is delivering the project under the Specified Infrastructure Project Regulations, or "SIPR", first established and used for the Thames Tideway Tunnel project.

Under this approach a new regulated entity, known as an IP will be established to finance and deliver the project, holding a Project Licence granted by Ofwat.


Delivery under SIPR is subject to a notice to specify an infrastructure project, which is currently under development between Thames Water and Ofwat.


Following the approach taken on the Thames Tideway Tunnel project, Thames Water is separately procuring the Main Works Contract and the IP Contract.


This tender notice relates to the procurement of the Main Works Contract only, which comprises the award of a multi-supplier Framework Agreement and a single Call-Off Contract.
The Framework Agreement will be a bespoke framework agreement which is described further in the document associated with this tender notice.
The Call-Off Contract will be based on the NEC4 Engineering and Construction Contract June 2017 (with amendments January 2023) using main option C, secondary options including clause X22 (early contractor involvement ("ECI")), and bespoke amendments, which are described further in the documents associated with this tender notice.
The Call-Off Contract two-stage ECI approach comprises a design and construction planning stage ("Stage One"); and a detailed design and build stage ("Stage Two").

The two-stage ECI Call-Off Contract includes a key decision point that is based on conditions precedent that must be satisfied before a Notice to Proceed to Stage Two can be issued.


The Development Consent Order (DCO) reference design (provided by others) will inform the requirements and constraints within the Call-Off Contract scope (Scope).

The MWC will develop the design for construction to comply with the Scope, which will be integrated with the discharge of certain planning requirements "secondary consents" and construction planning for Stage Two.


Tenderers will be required to submit a Target Price to deliver the Call-Off Contract requirements included in the tender documents.

As part of the Call-Off Contract, the Pricing Information will set out the circumstances where the tendered Target Price can be adjusted during Stage One ("Adjustment Events"), for example, if the Client changes the Scope.

Following a Notice to Proceed to Stage Two, the Target Price (established during Stage One) will be subject to amendment in accordance with the compensation events included in the Call-Off Contract.


The decision gate to proceed to Stage Two will be dependent on a number of matters, including: 1) appointment of the IP; 2) an accepted design (insofar as it has been developed in Stage One) that meets the requirements of the Call-Off Contract; 3) confirmation of the Target Price in accordance with the Pricing Information; and 4) the granting of the DCO.


At the end of Stage One, the Call-Off Contract will be novated to the IP from Thames Water.

From the point of novation, the IP will become the MWC's Client and contract counterparty throughout Stage Two, administering the Call-Off Contract and making payments to the MWC accordingly.
Subject to the issue of the Notice to Proceed, Stage Two will commence with an initial period to discharge any remaining secondary consenting issues, followed by mobilisation to commence construction.

Following construction, a testing and commissioning phase will be required with a target date for the reservoir to be operational from 2040 (although filling the reservoir with water could take several years).

Some construction of visitor facilities, as well as landscaping activities will likely continue until 2043.
The Call-Off Contract involves the design, build, test and commission of a new reservoir with an operational capacity of 150 million cubic metres (MmÂł) and water surface area of circa 6.7km2, situated to the South-West of the town of Abingdon in Oxfordshire, which will support long-term drought resilience across the South East of England.


White Horse Reservoir is a proposed fully bunded, non-impounding raw water storage reservoir in the upper catchment of the River Thames.


Water will be abstracted from the River Thames during periods when sufficient river water is available and conveyed to the reservoir via a pumping station and circa 4km of tunnels.


White Horse Reservoir is being developed in full compliance with the Reservoirs Act 1975.

A Construction Engineer and Reservoir Advisory Panel have been appointed to oversee the design and construction, ensuring adherence to safety standards and regulatory requirements throughout the project lifecycle.

The Construction Engineer appointment will continue through the entire construction phase, through first filling and the initial years of operation.

The Reservoir Advisory Panel will provide regular review of the design and construction activities and draw upon best practice from around the world.
The reservoir embankment and associated structures will be designed to national and international standards and guidance documents.
To deliver the reservoir, watercourse diversions and replacement floodplain storage are required.


A conveyance system will be implemented to transport water to and from the River Thames, and to the interface points with the Thames to Southern Transfer (T2ST) and Farmoor Transfer projects.


The reservoir includes passive design provisions for future integration with other strategic water resource and flood alleviation schemes.
Other associated infrastructure forms part of the works, including roads, rail sidings, recreational facilities, utilities diversions, renewables and power supplies, and drainage.


The scope of the Call-Off Contract will include, but not be limited to:
· Design and construction planning.
· Mobilisation and enabling works (incl.

utility diversions, site clearance and demolition, environmental and archaeological surveys, utility connections, securing the site boundary, habitat creation and species relocation, geotechnical investigations and various other activities).
· Creation of a temporary rail siding and materials handling area on the Great Western Main Line, required to facilitate the delivery of certain materials by rail freight and therefore reduce the total volume of material imported and exported by road.


· Creation of watercourse diversions, floodplain and drainage, as well as initial works relating to the future restoration of the Wilts and Berks Canal.
· Reservoir earthworks, excavation to create the borrow pit and embankments, Replacement Flood Storage, other components of the landscape scheme and road embankments.


· Tunnelling and pipelines including the reservoir tunnels and river tunnel.
· Road construction (including overbridges).
· Concrete works for the operational structures, such as the reservoir towers and pumping station.
· River Thames intake/outfall structure, requiring a sheet-piled temporary cofferdam in the River Thames.
· Construction of ancillary buildings.
· Mechanical and electrical infrastructure and fit-out.
· Building construction and fit-out.
· Landscaping.
· Land and habitat management.
Note: The total value (estimated) stated in this Tender Notice is estimated at Q2 2025 prices and therefore excludes any allowance for inflation over the life of the contract from this date.

Updated (0)

Awarded (1)

BANK OF ENGLAND

Renewal of Bloomberg Terminals

None award Greater london

View

Description

The Account licenses enable access to Bloomberg terminals that provide real-time access to comprehensive financial data, analytics, trading tools & news.
This is a renewal of these services.
Service Contract
Start - 01/03/2026
End - 28/02/2028
Location is UK