Wednesday 25 August 2010

25/08/2010 tenders 40

B-Brussels: framework contract for multi-country thematic and sector evaluation studies, regional/country level evaluation studies, synthesis and analysis in the area of EC external cooperation
1.0/066868 TI: B-Brussels: framework contract for multi-country thematic and sector evaluation studies, regional/country level evaluation studies, synthesis and analysis in the area of EC external cooperation PD: 20100825 ND: 251532-2010 OJ:...


IRL-Dublin: flood-prevention works
River Suir Clonmel (North & East) Drainage Scheme - Civil engineering contract. The River Suir Clonmel (North & East) Drainage Scheme - Civil works contract refers to various construction works which are to be undertaken to construct flood alleviation works in the Suir Island, North Quay, Oldbridge, Cascade Park, Davis Road, Denis Burke Park, Hotel Minella, Kilgainy and Poulboy areas of Clonmel. Works include construction of embankments, reinforced concrete walls, sewer pipes, sheet piling, bridge construction, pump station construction, culvert construction, excavation and mechanical and electrical works. CPV: 45246400. ...


UK-Liverpool: construction work for buildings relating to health
Mersey Care Development Programme - Construction. This Project, known as TIME (To Improve Mental health Environments), aims to deliver modern, fit for purpose inpatient facilities which provide a healing and therapeutic environment in which Mental Health Users can recover from their illness. CPV: 45215100, 45210000. ...


UK-Bristol: protective shelters
Tier 1 level 2 protective shelter. Protective shelters. Tier 1 level 2 protective shelter. Restricted procedure. The Operational Engineering Support section of Expeditionary Campaign Infrastructure Team has a requirement for an initial quantity of 60 expeditionary tier 1 level 2 protective shelters for short term use in remote locations in Afghanistan. It is the Authority's intention to establish a 5 year enabling contract with the successful bidder for the supply of further quantities. Definitions. Tier 1. The solution must be robust and easily re-deployable. When built the shelter would be expected to be occupied for a maximum of 24 months without major refurbishment (not including actual battle damage). Tier 1 shelters are generally perceived to be expeditionary in nature i.e. tentage or earth retaining structures. Level 2 protection. Integral level 2 protection must include limited (single weapon strike) side, end and overhead protection to the perceived indirect fire threat to the occupants. The protection measures must also protect the inhabitants from other weapon effects in accordance with STANAG 2280. Force protection – NATO. All measures and means to minimise the vulnerability of personnel, facilities, equipment and operations to any threat and in all situations, to preserve the freedom of action and the operational effectiveness of the force. Force protection – UK National. The means by which operational effectiveness is maintained through countering the threats from adversary, natural and human hazards, including fratricide, in order to ensure security and freedom of action. Force protection engineering. The aggregate of those activities whose primary intended effect is the minimisation of the risks to a force's assets posed by the operational threats, and the occupational and environmental hazards it faces. When in use the shelter must be capable of but is not limited to the following: Accommodation. The internal floor space of the T1L2 shelter must be 36 m2 +/- 10 %. This is based on the guidance given in JSP 315 Scale 28 for medical & dental facilities. The internal height must be a minimum of 2.0 m for at least 50 % of the internal floor space with no portion of the ceiling being lower than 1.70 m. The shelter must be capable of being used as: a. Living accommodation, providing living accommodation for 8 personnel and equipment with a 1 m gap between bed spaces; b. An operations room; c. A dining/welfare facility; d. A medical facility. The T1L2 system must have an entrance at both ends that must allow access to personnel wearing helmet, combat body armour and personal load carrying equipment and carrying a stretcher bound casualty whilst providing a level of protection equal to that of the main shelter while totally eliminating 'line of sight' for fragments entering the shelter from a ground burst detonation. The shelter must be capable of supporting 'in service' lighting equipment with no 'on site' modification required and no reduction in the protection levels. The shelter must include an optional capability to enable the structure to be fitted with suitable wall and floor finishes to enable thorough cleaning and removal of body fluids when used in the medical role. The shelter must maximise the internal floor space and should, where possible, have a clear span roof. Protection. The completed shelter and its entrance must be capable of providing the occupants with protection against the most common insurgent direct fire (DF) weapons & indirect fire (IDF) (blast & fragmentation effects). The shelter must be capable of withstanding a single weapon strike, to either the roof or walls, without any reduction in the overall structural integrity and protection levels i.e. the structure must remain safe for personnel to enter, evacuate or continue to use. Environment. The shelter must be adaptable with in service climatic control equipment with no 'on site' modification required. The shelter must be capable of protecting personnel from the climatic conditions associated with Afghanistan. The shelter, both when built and in its packaged form, must be capable of meeting the conditions explained in Def Stan 00-35 Part 4 for category A2 climates. Transportation & construction. The delivered shelter must be packaged in kit form and should be capable of being transported via military helicopter as an Under Slung Load (USL). The maximum USL weight is 3 000 kg per pallet per lift. The delivered shelter in its packaged form must be capable of being delivered by a DROPS vehicle. The shelter must be capable of being built without the need for specialist tools and/or equipment. The shelter must not rely on COSHH materials during its construction, use and subsequent dismantlement. The shelter must be easily erectable by military tradesmen with lightweight (Bobcat) mechanical handling equipment. The shelter must be capable of being built without the need for major excavations or ground preparation. The construction sequence must minimise the exposure of the workforce to enemy fire. Detailed erection instructions must be supplied with each shelter kit. The solution must comply with all relevant health & safety regulations. The shelter must be capable of being dismantled, packaged, transported and rebuilt as dictated by the operational necessity. Testing. Prior to final contract award the Authority intends to test up to 4 individual solutions. Bidders will need to provide a sample unit which will be supplied at no cost to the Authority. Note that these will be destructive tests to determine the effectiveness of the structures. Final award will be based upon compliance with Requirements, Value for money and delivery timescale. The successful tenderer will be required to provide a comprehensive training package in support of their product. Programme. Invitation to tender documents will be issued to those companies selected following the T1L2 stakeholder assessment of company responses to the expressions of interest requirements detailed below. Following issue of ITT documents Tenderers will be invited to a meeting with the Authority to ensure that the T1L2 requirements and issues are fully understood. On completion of the ITT assessments those companies selected to proceed to the next stage will be invited to supply their products to the Authority for testing. Following the eventual contract award an initial quantity of 60 T1L2 protective shelters will be required for delivery, in the UK. Delivery is to be complete by November 2010. Due to the urgency of the requirement there will be no scope for design and development of these products and as such it is imperative that the proposed solutions are currently at a technology readiness level (TRL) of at least 5. Response requirements. Companies expressing an interest in this requirement shall initially notify the Contracting Authority (section I.1) requesting a "supplier statement relating to good standing". Please note that a PQQ will not be issued due to the urgency of this project. As such the following details must be included, in English, with all expressions of interest: 1. Details of projects successfully delivered in the Force Protection Engineering, or similar, domain with contact details of the customer if the customer was the UK Ministry of Defence; 2. Companies are to detail how they propose to meet the challenging delivery schedule including the expected factory loading (expressed as a percentage of maximum capacity) for period September 2010 to November 2010; 3. Provide a copy of ISO 9001/2000 certificate with accompanying scope along with copies of ISO accreditation for the major sub-contractors that will undertake the majority of the equipment manufacture if it differs; 4. Outline details of the proposed solution must include: a. A dimensioned plan, elevation & section view of the solution and details of materials used. Where 3 dimensional CAD drawings are submitted these must be annotated accordingly; b. Whether the product is bespoke or commercially available; c. The response must detail the level of protection (designed/intended) offered by the shelter and its entrances against the range of direct & indirect fire weapons associated with Afghanistan. 5. A statement of production readiness of the equipment; 6. A statement indicating the proportion of work you would undertake yourselves and how much you intend to outsource; 7. Provide the names of your principal subcontractors and details of their experience in manufacturing this or similar equipment; 8. If you are a division or subsidiary, what is the Company's relationship with the Parent Company (ownership, directorship, authority etc)? 9. Provide full contact details of the designated point of contact within the company division for Freedom of Information 2000 (FOI); 10. Completed "Supplier statement relating to good standing". Failure to provide the information detailed above may result in immediate de-selection. Companies will be invited to tender based on their response to the information requested above. It is therefore vital that you include accurate and full details in your EOI. Companies whose submission is down selected for the next stage will be requested to submit audited accounts for the last 3 financial years prior to the issue of an invitation to tender. Any expression of interest submitted against the earlier request for expressions of interest dated 21/10/09 must be resubmitted complete with the details requested above. Due to the operational urgency of this requirement late submissions will not be considered. Electronic copies of the expressions of interest, compatible with MS Office 2003 and not exceeding 7 Mb per file, are to be returned by 12:00 hrs 18.1.2010 to: Claire Pitman. Commercial Manager. ECI Team #1141, Yew 1a. MoD Abbey Wood. Bristol. BS34 8JH. UNITED KINGDOM. CPV: 45216129. ...


UK-Leicester: school furniture
UK-Midlands/East of England/UK: educational furniture - 79/10. The supply and delivery of a broad range of educational furniture. CPV code: School furniture. Tables. Chairs. Desks. Stools. Storage units. Trays. CPV: 39160000, 39221160, 39113500, 39121200, 39173000, 39121100, 39112000. ...


IRL-Dublin: communications equipment
Supply, delivery, installation & commissioning of a voice communications switch at Dublin ATCC. Supply, delivery installation and commissioning of a voice communications switch at Dublin Air Traffic Control Centre for IAA. CPV: 32570000, 32581000. ...


UK-Newcastle upon Tyne: occupational clothing, special workwear and accessories
Contract for the supply of corporate clothing. Newcastle City Council has established a framework agreement under which Council departments, sections and partner organisations can procure corporate clothing. CPV: 18100000, 18222000. ...


IRL-Dublin: school meals
Tender for the supply and delivery of school meals 2010-11. Supply and delivery of sandwiches, fruit, milk & yoghurt drink to between approximately 180 -220 schools participating in the school meals scheme within the 4 Local Authorities administrative areas. CPV: 15894210. ...


UK-Normanton: paper sterilisation pouches or wraps
Tray wrap and sterilisation products (lot s 1-6. NHS Supply Chain has entered into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the framework agreement and enter into contracts under it.]. CPV: 33198200. ...


IRL-Galway: mobile library vehicles
Direct purchase of one (1) Mobile library vehicle for the Galway Co. library service. Galway County Council wishes to invite tenders to supply and deliver one (1) Mobile Library Vehicle for the County Library Service of Galway County Council. Tenders in sealed envelopes endorsed "Tenders for direct purchase of one (1) Mobile Library Vehicle for the County Library Service of Galway County " must be submitted to reach the County Secretary, Galway County Council, Áras an Chontae, Prospect Hill, Galway, on or before Friday the 31.7.2009 (16:00). CPV: 34144760. ...


No comments:

Post a Comment