Wednesday, 15 September 2010

15/09/2010 tenders 180

UK-London: printing and distribution services
Register extract distribution service. The Financial Services Authority (FSA), including any legacy organisations formed as a result of the Regulatory Reform activity to take effect in 2012 is seeking a supplier to provide copying and distribution services to the FSA's Register Extract Service, for a period of 5 years from February 2011. This 5 year period will be split into 3 years with the option to extend for up to a further 2 years. Background information: The Regulatory Transactions and System Support Department currently provides a service called the Register Extract Service. The Register Extract Service allows firms and individuals to purchase a subset of information the FSA holds on firms and on approved persons. Subscribers to the Register Extract Service can purchase the information either as a single copy or as a 12 month subscription, with either weekly or monthly updates. Subscribers can either purchase the raw data from the FSA or via a third party supplier, who supplies the data on a web based interface and with its own proprietary database. The FSA is looking for a supplier to copy and distribute the extracts provided directly from the FSA. The data has to be provided in various formats (e.g. fixed length, variable length or Unix TAR) and on to a variety of media. The supplier would also need to arrange successful delivery to both UK and overseas subscribers. Current media and format types are: 3480 Cartridge with EBCDIC Formatting, CD with EBCDIC Formatting and CD with ASCII Formatting. Please note that this list is not exhaustive and the FSA reserve the right to amend and add to it as required. CPV: 79824000. ...


UK-Cardiff: refuse and waste related services
General waste removal and recycling services. General waste removal and recycling services to Health Boards and Trusts within Wales. CPV: 90500000, 90514000. ...


UK-Worcester: architectural, construction, engineering and inspection services
Professional construction related services framework. Worcestershire County Council, Property Services, is seeking to establish a framework agreement for the provision of professional construction related services for a period of four years commencing 1.1.2011, completing 31.12.2014. The Agreement will cover the following separate disciplines: — Architectural services, — Quantity surveying, — Building surveying, — Mechanical and electrical engineering, — Structural engineering, — CDM co-ordinator. Consultants can bid for the provision of individual professional services or a combination of several. However, a separate application will need to be completed for each service bid for. The successful consultants will be required to offer a full range of services within the designated profession for all local authority or public sector organisation projects across a full range of project values. The successful consultants will be required to work with a traditional procurement approach using the JCT 2005 suite of contracts on projects costing less than 1 000 000 GBP or the contractor framework approach using the NEC3 contact (Option A)on those projects costing more than 1 000 000 GBP. The appointments to the framework will be based on a quality/price evaluation that will be carried out at tender stage. It is anticipated that the price for the basic service to be provided by each profession will be set from the outset and will be the same for all consultants. Price competition between individual bidders will relate to hourly rates for time charges, administrative on-costs and percentage additions to the basic fee for certain additional duties, such as BREEAM assessment, etc. Consultants will be required to specify the quality of services that they will offer for this set price and this will form the basis of the quality element of the selection. The arrangements to be put in place must demonstrate best value for money, continuous improvement and will develop and build on high levels of customer confidence and satisfaction. There will be a focus on delivery on time and within budget without loss of quality. Performance of consultants will be subject to regular monitoring through KPi's with commissions initially being allocated on a shared basis across the Framework and in the longer term commissions going to the highest performing consultants as outlined in the Prospectus (additional information). Although the primary aim of the professional construction related services framework is to meet the needs of Worcestershire County Council's projects that will be located within the county boundary, the framework will potentially be available as a procurement route for any public sector body located anywhere within the West Midlands' boundary. Consultants should refer to the additional information in the prospectus accompanying the OJEU notice along with appendices (appendix 1 definition of class 2 and class 3 works; appendix 2 conditions of engagement per discipline; appendix 3 scoring sheet per discipline), which can be downloaded from the e-tendering portal, regarding the proposed Framework Agreement, and to assist them in responding appropriately to the questions. It should be noted that responses to this PQQ which relate specifically to the details and requirements of this proposed professional construction related services framework will attract more marks than generic responses. CPV: 71000000. ...


UK-Salford: other nervous system medicinal products
Direct delivery of Risperdal Consta. Provision of a guaranteed cold chain system for direct delivery of Risperdal Consta. The contract is proposed to last for a duration of 2 years, with the option to extend for up to 24 months (2 years). CPV: 33661700. ...


UK-Sheffield: architectural and related services
Architectural services (framework agreement) ref: 1011-06-FDR-IA. Sheffield Hallam University intends to award a framework agreement for the provisions of architectural services in ranges A-F of the Royal Institute of British Architects (RIBA) Work Stages or equivalent. Project work categories could include refurbishment, extension and new build with duties based on the RIBA Outline Plan of Work 2007. CPV: 71200000. ...


UK-Sheffield: engineering design services for mechanical and electrical installations for buildings
Mechanical & electrical engineering services (framework agreement) ref: 1011-07-FDR-IA. A framework agreement for the provision of mechanical and electrical engineering services under RIBA work stages A-F or equivalent, and some post contract duties. CPV: 71321000. ...


UK-St Leonards-on-Sea: financial consultancy services
UK-St Leonards-on-Sea: corporate finance advisers - possible sale of shares in NATS. The Department for Transport is seeking to procure the services of corporate finance advisers to provide advice and support to the Department for Transport and Shareholder Executive in relation to the possible sale of NATS shares by one or more of the shareholders. The contractor(s) is expected to work closely with CFD and Shareholder Executive staff to complement existing skills. The contractor(s) will be expected to work flexibly to accommodate meetings and peaks in activity of up to 5 days per week. More information is available from Anna West at the details above. Financial consultancy services. CPV: 66171000. ...


UK-Didcot: wireless telecommunications system
UK-Didcot: 3g mobile broadband. In response to a requirements gathering exercise of the JANET community conducted in January 2010, and further informed by responses to an RFI issued in June 2010, JANET(UK) seeks to procure a 3G mobile broadband offering to enter service early in 2011. The proposed service will be specifically for use by JANET connected organisations and will be procured to meet their particular requirements. All administrative and invoicing activities are to be handled by the supplier, dealing directly with the purchasing organisation or nominated subgroups within their structure (e.g. departments). JANET(UK) will require access to management information on the operation of the framework (e.g. contracting parties, number of SIMs purchased, throughput data). CPV: 32510000, 72400000. ...


UK-Reading: consulting services for water-supply and waste consultancy
967 Asset Management Services Thames Water is seeking to form four registers of consultancy suppliers to be employed to supplement internal resources, by providing specialist skills, for a wide range of Asset Management consultancy requirements relating to network and process assets within wastewater, water supply businesses, together with related energy and carbon management activities. These services could include, where appropriate, the design and commissioning of tools, instrumentation and equipment required to deliver performance improvements. To be included within the first phase of these services, applications must respond to this notice by no later than Monday 18.10.2010 (12:00). Applications received after this date may not be considered for the initial contracts and/or framework agreements at TWUL's discretion. Category no. 1: consultancy to provide water asset condition assessment and optimisation of solutions. Provision of tools and expertise to; support improved understanding of current & future asset condition and performance, and to propose intervention options and optimised programmes of activity on the basis of cost-benefit. Activities include: Analysis of condition, performance spatial data and presentation of key performance metrics. Description of current asset behaviour and prediction of future asset behaviour using statistical, stochastic or deterministic models as appropriate. Analysis and modelling of data/assets within systems understanding, for example redundancy, asset failure predictions and system operation. Forecasting of demands and other drivers of future performance. Optimisation of potentially conflicting business drivers to enable best value investment decisions. Identification, engagement and development of innovative techniques, processes, and information systems to be used in connection with the above. Management of projects and studies related to the activities included above. Category NO 2: Consultancy to provide waste water asset condition assessment and optimisation of solutions. Provision of tools and expertise to; support improved understanding of current & future asset condition and performance, and to propose intervention options and optimised programmes of activity on the basis of cost-benefit. Activities include: Analysis of condition, performance spatial data and presentation of key performance metrics. Description of current asset behaviour and prediction of future asset behaviour using statistical, stochastic or deterministic models as appropriate. Analysis and modelling of data/assets within systems understanding, for example redundancy, asset failure predictions and system operation. Forecasting of demands and other drivers of future performance. Optimisation of potentially conflicting business drivers to enable best value investment decisions. Identification, engagement and development of innovative techniques, processes, and information systems to be used in connection with the above. Management of projects and studies related to the activities included above. Category no. 3: Proprietary solutions with field force consultancy. The supply and/or placement in the field (and recovery from the field) of proprietary devices for measurement and control, including: Loggers for recording pressure flow and other performance parameters. Electronic controllers for modulation of pressure reducing valves, pumps or other mechanical devices. Equipment used to verify the effectiveness and accuracy of flow measurement. Equipment used to control flow to optimise network performance including the operation of pumping stations if applicable. Physical surveying of assets including the determination of asset condition using instrumentation as necessary. Subsequent analysis of the data collected (as appropriate) to support asset management decisions. Category no. 4: energy and carbon optimisation consultancy. Consultancy requirements relating to energy and carbon in particular: Operation of wholesale gas and electricity markets (including distribution and transmission charging). Current and emerging renewable energy technologies such as: PV, heat pumps, wind turbines, fuel cells, CHP engines etc. Energy/carbon legislation/regulation such as renewable obligation, renewable heat incentive, CHPQA, CRC Scheme, EU ETS, LECs. Asset modelling and design with respect to energy and heat utilisation and optimisation. Electrical site operation and design including power management systems, fault tolerances and physical grid connections. CPV: 71800000, 71311300, 71314300. ...


UK-Birmingham: public transport services by railways
Various works, services & supplies 2010/2011. 01.0101 Train detection systems; 01.0102 Lineside signals & indicators; 01.0103 Points machines - electric & hydraulic; 01.0104 Staff protection systems - permanent; 01.0105 Interlocking systems - excluding mechanical; 01.0106 Control systems; 01.0107 Train describers; 01.0108 Level crossings; 01.0109 Power supplies; 01.0110 Mechanical signalling & interlocking; 01.0111 Train protection systems; 01.0112 Transmission; 01.0113 Event logging & condition monitoring; 01.0185 Contingent labour (signalling); 01.0190 Materials & parts (signalling); 02.0201 Application development; 02.0202 System integration; 02.0203 IT infrastructure services - enterprise operations; 02.0204 IT infrastructure services - service desk; 02.0205 IT infrastructure services - network management; 02.0206 IT infrastructure services - application management; 02.0207 IT infrastructure services - security/audit; 02.0208 Business voice/data communications; 02.0291 Materials & parts (IT Hardware); 02.0292 Materials & parts (IT Software); 02.0293 Materials & parts (IT Consumables); 03.0301 Plain line track; 03.0302 Switches & crossings; 03.0303 Track drainage; 03.0304 Infrastructure fences, barriers & boundary gates; 03.0305 Rail adhesion services; 03.0306 Rail conditioning services; 03.0385 Contingent labour (track); 03.0391 Materials & parts (rail); 03.0392 Materials & parts (switch & crossing units); 03.0393 Materials & parts (sleepers); 03.0394 Materials & parts (track support); 03.0395 Materials & parts (troughing); 03.0396 Materials & parts (ancillary track related); 04.0401 Business consulting; 04.0402 Civil engineering; 04.0403 Commercial services; 04.0404 Electrification; 04.0405 Environment; 04.0406 Financial; 04.0407 Fixed infrastructure plant; 04.0408 HR; 04.0409 IT; 04.0410 Land & property; 04.0411 Legal; 04.0412 Media; 04.0413 Occupational health & safety; 04.0414 Operational planning; 04.0415 Plant & tools; 04.0416 Project management; 04.0417 Quality management; 04.0418 Building; 04.0419 Rail vehicles (infrastructure); 04.0420 Recruitment services; 04.0421 Research & development; 04.0422 Risk management; 04.0423 Safety management; 04.0424 Signalling; 04.0425 Telecomms; 04.0426 Track; 04.0427 Training (business & management); 04.0428 Training (health, safety & environment); 04.0429 Training (IT); 04.0430 Training (railway skills); 04.0431 Value management; 06.0601 General building management; 06.0602 Cleaning; 06.0603 Security; 06.0604 Fire services; 06.0605 Waste management; 06.0606 Food & catering; 06.0607 Archiving; 06.0608 Reprographics & printing; 06.0609 Distribution services (including mail courier); 06.0610 Garden services/plants; 06.0611 Station operational services; 06.0612 Car parking services; 08.0801 Substructure & superstructure; 08.0802 Building work; 08.0803 Building services; 08.0804 Specialist services; 08.0805 Shopfitting; 08.0806 Lifts & escalators; 08.0807 Operational walkways & platforms; 08.0808 Hardstandings & roadways; 08.0885 Contingent labour (building works); 08.0890 Materials & parts (building works); 09.0901 Furniture & ancillary equipment; 09.0902 Stationery, books & magazines; 09.0903 Kitchen & domestic equipment (including white goods); 09.0904 Uniform clothing; 09.0905 PPE (including footwear); 09.0906 Electrical equipment (including TV, DVD/VCR, shredders); 09.0907 Prescribed operational equipment; 09.0908 Chemicals, coatings & lubricants; 09.0909 Janitorial supplies; 09.0910 Medical & first aid equipment; 09.0911 Fire safety accessories & equipment; 09.0912 Security equipment (alarms etc.); 09.0913 Hardware (including signage, locks & lamps); 09.0990 Materials & parts (ancillary staff equipment/facilities supplies); 10.1001 Vehicle leasing; 10.1002 Vehicle rental; 10.1003 Fuel management; 10.1004 Fleet management services; 10.1090 Materials & parts (road fleet); 11.1101 Electricity (half hour); 11.1102 Electricity (not half hour); 11.1103 Water & sewage; 11.1104 Mains gas; 11.1105 Oil, gas (delivered), coal & coke; 11.1106 Energy & utilities services; 11.1107 CCTV operations; 12.1201 Overbridges; 12.1202 Underbridges; 12.1203 Footbridges; 12.1204 Tunnels; 12.1205 Culverts, subways & undertrack crossings; 12.1206 Cable route works (including troughing & ducts); 12.1207 Retaining walls; 12.1208 Coastal/estuary defences; 12.1209 Earthworks; 12.1210 Equipment support structures; 12.1211 Structures assessment; 12.1212 Structures examination; 12.1213 Specialist services (civils); 12.1285 Contingent labour (civils); 12.1290 Materials & parts (civils); 13.1301 Operational telecomms; 13.1302 Transmission; 13.1303 Radio; 13.1304 CCTV; 13.1305 CIS; 13.1385 Contingent labour (telecomms); 13.1390 Materials & parts (telecomms); 14.1401 OHLE systems; 14.1402 DC conductor rail systems; 14.1403 HV-AC distribution systems (traction); 14.1404 DC distribution systems (traction); 14.1405 SCADA; 14.1485 Contingent labour (electrification); 14.1491 Materials & parts (cable); 14.1492 Materials & parts (catenary wire); 14.1493 Materials & parts (switchgear); 14.1494 Materials & parts (transformer rectifiers); 14.1495 Materials & parts (insulators); 14.1496 Materials & parts (ancillary electrification related); 16.1601 Materials delivery fleet; 16.1602 Infrastructure monitoring fleet; 16.1603 Railhead conditioning fleet; 16.1604 Multi purpose vehicles (MPVs); 16.1605 Infrastructure maintenance & renewal fleet; 16.1606 Incident fleet; 16.1607 Snow clearance; 16.1608 Locomotives; 16.1609 Load units; 16.1690 Materials & parts (rail vehicles (infrastructure)); 17.1701 In possession machines; 17.1702 General plant; 17.1703 Small plant; 17.1704 Hand tools; 17.1790 Materials & parts (plant & tools); 18.1801 Road haulage; 18.1802 Rail haulage; 18.1803 Local distribution centre (LDC) logistics; 18.1804 Used materials & rail clearance/disposal; 18.1805 Maintenance spares; 19.1901 Vehicles; 19.1902 Train operations; 19.1985 Contingent labour (rail vehicles (passenger & freight); 19.1990 Materials & parts (rail vehicles (passenger & freight). CPV: 60210000, 09000000, 22000000, 18000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 39000000, 41000000, 45000000, 50000000, 55000000, 60000000, 63000000, 65000000, 66000000, 70000000, 72000000, 71000000, 73000000, 75000000, 79000000, 85000000, 90000000. ...


No comments:

Post a Comment