Friday 28 January 2011

28/01/2011 tenders 100

NO-Oslo: tutorial services
05/10 Services for computer programmes for visually impaired persons 1. Installation of computer programmes for visually impaired persons; 2. Adaption of computer programmes for visually impaired persons, including interaction in networks in work places with computer programmes which are specific for the user's employer; 3. Training users in the computer programmes; Computer programmes which are covered in points 1 to 3: 1. Zoom text; 2. Lunar and LunarPlus; 3. The mobile telephone programmes Mobile Speak/Magnifier/Combi; 4. Hal; 5. Supernova; 6. Window-eyes pro; 7. Magic/jaws. CPV: 80590000, 51611000, 72200000. ...


IRL-Limerick: construction work
Contractor led design and build contract for mixed housing development at Cliona Park Moyross. Limerick Regeneration Agency has obtained planning permission for a total of 33 dwellings which consist of 13 houses and 20 apartments. The apartment development will be self contained and have a private comunal garden in addition to a common room type area. The overall development will also consist of the provision of a road that will divide the apartment development from the houses. The development will be predominately 2 storey but will rise to 3 storeys on the existing Moyross Road. The contract is to complete the design to contract drawings and the construction of the development. Note: to register your interest in this notice and obtain any additional information please visit the eTenders web site at http://www.etenders.gov.ie/Search/Search_Switch.aspx?ID=189913. CPV: 45000000. ...


UK-Watford: plumbing and heating materials
Servicing of boilers and upgrading heating systems. Annual servicing, maintenance and replacement of domestic and small industrial heating installations. To include emergency 24-hour, 7 day call-out response, and service provision. CPV: 44115200, 44161110, 44162200, 44163121, 44163200, 44163210, 44163230, 44163240, 45000000, 45300000, 45400000, 45330000, 45331100, 45331110, 45332200, 45333000, 45333100, 45351000, 50721000. ...


UK-Birmingham: construction work
Category management: Gantry Systems Framework. Category management: Gantry Systems Framework: The provision of gantry structures in accordance with the Highways Agency's (HA) standards and specifications and/or approved departures using an enabled framework (This framework agreement will be available to the Highways Agency, local Highway Authorities in England, Welsh assembly for Government and Transport For Scotland plus tier one contractors (Highways Agency, local Highway Authorities in England, Welsh assembly for Government and Transport For Scotland) to place task orders directly with the organisations appointed to this framework. In all cases the task award procedure, as stated in the ITT, will be adhered too). Works will include fabrication, refurbishment, removal / erection, storage, transportation and installation of signs and signals for gantries. This contract will allow a collaborative procurement approach to be introduced across the Agency for the benefit of all schemes where gantries are to be installed. Framework contractors will be required to collaborate with HA and its contractors and supply chains and with the Managed Motorways Delivery Partners (MMDPs) and their supply chains during design, construction planning, construction, testing and commissioning stages. The contract will require framework contractors to contribute to the design of the gantry structures to support improvements in quality, price, buildability, transportability, operability and efficiency. Framework contractors will be required to continually improve both quality and price during the life of the framework. Lots. Section title: Gantry systems framework. Lot 1: Fabrication, storage, transportation and erection of gantry systems: Fabrication: the fabrication of gantries in accordance with the Highways Agency's standards and specifications and/or approved departures. Storage: storage of gantries after fabrication and before transport to site. Storage facilities may also be needed during the installation and testing phase. Transportation: requirement to deliver completed gantries to site. Erection: requirement to carry out the lifting and installation of gantries on the highway network using foundations constructed by the MMDPs or other HA suppliers. Lot 2: Refurbishment, storage, transportation and erection / removal of gantry systems: Refurbishment: removal of existing gantries from the highway network, refurbishment of gantries and re-erection of gantries. Storage: storage of gantries after fabrication and before transport to site. Storage facilities may also be needed during the installation and testing phase. Transportation: requirement to deliver completed gantries to site. Erection / Removal: requirement to carry out the lifting and installation / removal of gantries on the highway network using foundations constructed by the MMDPs or other HA suppliers. Lot 3: Installation of traffic signs and traffic technology equipment: requirement to carry out physical installation of traffic signs and traffic technology equipment, including signs, power cables and communications cables supplied by other suppliers to the MMDPs (or other HA suppliers) or the HA. The anticipated expenditure is between 0 GBP-70 000 000 GBP for the duration of the framework. There will be up to 4 suppliers (contractors) appointed on this framework. It is expected the Highways Agency's contractors and supply chains will use this framework and will act as contracting authorities. Other public bodies which may use this framework are Local Highways Authorities in the areas stated in II.1.2. Public accessibility: During the course of this framework contract, the Agency will be exploring opportunities to make it accessible to other Contracting Authorities. The Framework offers no guarantee of a minimum amount of work either by value or number of task orders. CPV: 45000000, 34954000, 45316211, 45233290, 45233294, 45223210, 45230000, 14622000, 45000000, 32000000, 34996000, 51300000, 44114000. ...


UK-Chippenham: construction work
Cashes green development. Demolition of existing buildings and the design and construction of approximately 56 houses and 18 apartments to code for sustainable homes level 4 and associated infrastructure. With the possible refurbishment of a nurse's block and a gate house building. CPV: 45000000, 45210000, 45211000, 45111000, 45453100, 45112700. ...


UK-Hatfield: building construction work
Contractor frameworks - 2011. The setting up of framework contracts for the undertaking of general building and minor works at the University of Hertfordshire. There will be 3 value bands, up to 100 000 GBP, 100 000 GBP-1 500 000 GBP and 1 500 000 GBP-3 500 000 GBP. Prospective tenderers may express interest in any or all of the bands. It is expected that the duration of these frameworks will be a minimum of 3 years. CPV: 45210000, 45262700. ...


UK-Sutton Coldfield: construction work
National framework contract for capital works projects in the United Kingdom. Construction work. Construction work for military buildings and installations. Works for complete or part construction and civil engineering work. Building construction work. Construction work for buildings relating to law and order or emergency services and for military buildings. Dismantling works for military installations. Engineering works and construction works. Construction work for pipelines, communication and power lines. Construction work for water projects. Breakwater construction work. Construction work for waterways. Waterways except canals. Port and waterway operation services and associated services. Waterway operation services. Construction work for buildings relating to water transport. Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork. Construction work. Construction work for military buildings and installations. Works for complete or part construction and civil engineering work. Building construction work. Construction work for buildings relating to law and order or emergency services and for military buildings. Dismantling works for military installations. Engineering works and construction works. Construction work for pipelines, communication and power lines. Architectural & engineering design services, engineering design services for mechanical & electrical installations for buildings, demolitions, site preparation and clearance work. The Ministry of Defence principally on its own behalf but also on behalf of the bodies referred to in section VI.3, is seeking expressions of interest from suppliers wishing to participate in a multiparty framework agreement for the provision of the aforesaid types of works and associated services at the locations mentioned above and as more particularly described in the PQQ. The Ministry intends to establish a multi-participant framework agreement. The agreement will operate on the basis that orders will be placed (following a mini-competition) and the successful supplier will act as Principal Contractor with single point of responsibility for the management and delivery of a specific project at one (or more) MOD establishment(s) located in the United Kingdom. The framework agreement will be for a period of four years, with options to extend for up to a further 3 years, to be taken at the discretion of the Ministry. Other UK Contracting Authorities (as referred to in VI.3) with requirements for the types of works & services referred to in this notice & which may be classified as sensitive works or sensitive services within the scope of Directive 2009/81/EC may subject to the exact nature of their requirement (and in particular subject to it falling within the scope of the said Directive) and subject to the prior approval of the Ministry, call off the framework. The successful supplier appointed under each call off from the framework agreement, will be responsible for co-ordinating and integrating the activities of their supply chain including Consultants, Sub-Contractors and suppliers and performing all tasks necessary to achieve the stated requirements and demonstrate fitness for purpose. The framework agreement will include delivery of such services related to the construction of new buildings and facilities, refurbishment of existing buildings and infrastructure work as the Ministry may require. It is envisaged that detailed design will normally be included for projects procured through the Framework Agreement. Some projects may require the successful supplier to undertake the entirety of the design process, including the development and completion of the full design and all work associated with planning applications. Maintenance of completed projects may be required during a "compliance period" to establish that performance in accordance with anticipated design parameters is being achieved. The specific projects that may be procured under the framework agreement cannot be clearly defined at this stage but the principal intention is that it shall be primarily available for use for procuring projects of value higher than 12 000 000 GBP, up to the approximate value of 50 000 000 GBP but there shall be no exclusive nor any guaranteed volume of work. The expression of interest should be made in writing to the NGEC contact point stated in the notice and posted to the address stated as the issuing branch (please refer to the deadline date specified in IV.3.4). For all correspondence (including emails), the title should be included in the subject heading i.e. national. Suppliers expression of interest must include: 1) The name, company registration number, address, telephone and email address of the point of contact within the company who will be managing the registration. A pre-qualification questionnaire (PQQ) will be issued to those applicants who have expressed an interest in the framework agreement, to determine which applicants are eligible to be invited to tender. For further detail relating to the PQQ please refer to III.1.4. CPV: 45000000, 45216200, 45200000, 45210000, 45216000, 45111310, 45220000, 45231000, 45240000, 45243200, 45247100, 45247120, 63721000, 63721300, 45213340, 45230000. ...


UK-Sutton Coldfield: construction work
Regional framework for capital works projects South East. Construction work. Construction work for military buildings and installations. Works for complete or part construction and civil engineering work. Building construction work. Construction work for buildings relating to law and order or emergency services and for military buildings. Dismantling works for military installations. Engineering works and construction works. Construction work for pipelines, communication and power lines. Architectural & engineering design services, engineering design services for mechanical & electrical installations for buildings, demolitions, site preparation and clearance work. The Ministry of Defence principally on its own behalf but also on behalf of the bodies referred to in section VI.3, is seeking expressions of interest from suppliers wishing to participate in a multiparty Framework Agreement for the provision of the aforesaid types of works and associated services at the locations mentioned above and as more particularly described in the PQQ. The Ministry intends to establish a multi-participant Framework Agreement. The Agreement will operate on the basis that orders will be placed (following a mini-competition) and the successful supplier will act as Principal Contractor with single point of responsibility for the management and delivery of a specific project at one (or more) MOD establishment(s) located across the South East (South East and South West Regional Framework Agreements are based on the Government Office boundaries. The only notable change between the Government Office boundaries is the area of Marchwood Military Port and Portsmouth Naval Base which is included in the South West Framework Agreement, to focus the Naval Base activity in one Framework). The Framework Agreement will be for a period of four years, with options to extend for up to a further 3 years, to be taken at the discretion of the Ministry. Other UK Contracting Authorities (as referred to in VI.3) with requirements for the types of works & services referred to in this notice & which may be classified as sensitive works or sensitive services within the scope of Directive 2009/81/EC may subject to the exact nature of their requirement (and in particular subject to it falling within the scope of the said Directive) and subject to the prior approval of the Ministry, call off the Framework. The successful supplier appointed under each call off from the Framework Agreement, will be responsible for co-ordinating and integrating the activities of their supply chain including Consultants, Sub-Contractors and suppliers and performing all tasks necessary to achieve the stated requirements and demonstrate fitness for purpose. The Framework Agreement will include delivery of such services related to the construction of new buildings and facilities, refurbishment of existing buildings and infrastructure work as the Ministry may require. It is envisaged that detailed design will normally be included for projects procured through the Framework Agreement. Some projects may require the successful supplier to undertake the entirety of the design process, including the development and completion of the full design and all work associated with planning applications. Maintenance of completed projects may be required during a "Compliance Period" to establish that performance in accordance with anticipated design parameters is being achieved. The specific projects that may be procured under the Framework Agreement cannot be clearly defined at this stage but the principal intention is that it shall be generally available for use for procuring projects up to the approximate value of 12 000 000 GBP or above at the discretion of the Ministry but there shall be no exclusivity nor any guaranteed volume of work. The expression of interest should be made in writing to the NGEC contact point stated in the notice and posted to the address stated as the Issuing Branch (please refer to the deadline date specified in IV.3.4). For all correspondence (including emails), the specific Region should be stated in the subject heading i.e. SOUTH EAST. Suppliers expression of interest must include: 1) The name, company registration number, address, telephone and email address of the point of contact within the company who will be managing the registration. A Pre-Qualification Questionnaire (PQQ) will be issued to those applicants who have expressed an interest in the Framework Agreement, to determine which applicants are eligible to be invited to Tender. For further detail relating to the PQQ please refer to III.1.4. The Ministry considers that this Framework Agreement maybe suitable for economic operators that are small or medium enterprises (SMEs). For the avoidance of doubt, the Ministry points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to tender or in assessing the most economically advantageous tender. CPV: 45000000, 45216200, 45200000, 45210000, 45216000, 45111310, 45220000, 45231000. ...


UK-Sutton Coldfield: construction work
Regional framework for capital works projects south west. Construction work. Construction work for military buildings and installations. Works for complete or part construction and civil engineering work. Building construction work. Construction work for buildings relating to law and order or emergency services and for military buildings. Dismantling works for military installations. Engineering works and construction works. Construction work for pipelines, communication and power lines. Architectural & engineering design services, engineering design services for mechanical & electrical installations for buildings, demolitions, site preparation and clearance work. The Ministry of Defence principally on its own behalf but also on behalf of the bodies referred to in section VI.3, is seeking expressions of interest from suppliers wishing to participate in a multiparty framework agreement for the provision of the aforesaid types of works and associated services at the locations mentioned above and as more particularly described in the PQQ. The Ministry intends to establish a multi-participant framework agreement. The agreement will operate on the basis that orders will be placed (following a mini-competition) and the successful supplier will act as principal contractor with single point of responsibility for the management and delivery of a specific project at one (or more) MoD establishment(s) located across the south west (south west and south east regional framework agreements are based on the government office boundaries. The only notable change between the government office boundaries is the area of Marchwood Military Port and Portsmouth Naval Base which is included in the south west framework agreement, to focus the Naval Base activity in one Framework). The Framework Agreement will be for a period of four years, with options to extend for up to a further 3 years, to be taken at the discretion of the Ministry. Other UK Contracting Authorities (as referred to in VI.3) with requirements for the types of works & services referred to in this notice & which may be classified as sensitive works or sensitive services within the scope of Directive 2009/81/EC may subject to the exact nature of their requirement (and in particular subject to it falling within the scope of the said Directive) and subject to the prior approval of the Ministry, call off the framework. The successful supplier appointed under each call off from the framework agreement, will be responsible for co-ordinating and integrating the activities of their supply chain including consultants, sub-contractors and suppliers and performing all tasks necessary to achieve the stated requirements and demonstrate fitness for purpose. The framework agreement will include delivery of such services related to the construction of new buildings and facilities, refurbishment of existing buildings and infrastructure work as the Ministry may require. It is envisaged that detailed design will normally be included for projects procured through the framework agreement. Some projects may require the successful supplier to undertake the entirety of the design process, including the development and completion of the full design and all work associated with planning applications. Maintenance of completed projects may be required during a "compliance period" to establish that performance in accordance with anticipated design parameters is being achieved. The specific projects that may be procured under the framework agreement cannot be clearly defined at this stage but the principal intention is that it shall be generally available for use for procuring projects up to the approximate value of 12 000 000 GBP or above at the discretion of the Ministry but there shall be no exclusivity nor any guaranteed volume of work. The expression of interest should be made in writing to the NGEC contact point stated in the notice and posted to the address stated as the issuing branch (please refer to the deadline date specified in IV.3.4). For all correspondence (including emails), the specific region should be stated in the subject heading i.e. south west. Suppliers expression of interest must include: 1) the name, company registration number, address, telephone and email address of the point of contact within the company who will be managing the registration. A pre-qualification questionnaire (PQQ) will be issued to those applicants who have expressed an interest in the framework agreement, to determine which applicants are eligible to be invited to tender. For further detail relating to the PQQ please refer to III.1.4. The Ministry considers that this framework agreement maybe suitable for economic operators that are small or medium enterprises (SMEs). For the avoidance of doubt, the Ministry points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to tender or in assessing the most economically advantageous tender. CPV: 45000000, 45216200, 45200000, 45210000, 45216000, 45111310, 45220000, 45231000. ...


UK-Wolverhampton: construction work
Building repair, maintenance & minor works framework contracts. To identify 2 suitable tender lists of between 5 and 10 contractors who are experienced in the delivery of a customer and quality-focused repair, maintenance and minor works contracts to a wide and varied building portfolio including commercial, industrial, retail, leisure and educational establishments for: 1. Building repairs, maintenance and minor works term contract for works up to 50 000 GBP maximum order value. 2. Building works framework agreement for works in value of 50 000 GBP - 500 000 GBP. CPV: 45000000, 45213250, 45212000, 45214200, 45410000, 45420000, 45400000. ...


No comments:

Post a Comment