NO-Bergen: engineering design services
Framework agreement engineering design management 2010-2012. Framework agreement for engineering design management for works projects. CPV: 71320000, 71311100, 71311000, 71500000. ...
NO-Lillehammer: engineering design services for the construction of civil engineering works
Tech. detailed plan, develop. plan, construction schedule for foot/cycle paths in Vestoppland. The assignment is for a technical detailed plan, a development plan and a construction schedule for the following projects: a) county road 247 Hov centre-Rådyrvegen and county road 130 Hov station-the sports ground, 1.8 km foot and cycle path in Søndre Land municipality, b) county road 245 Strandvegen-Nordbytangen, 1.6 km foot and cycle path in Jevnaker municipality, c) county road 193 Esso-Dokka mølle, 1.1 km foot and cycle path in Nordre Land municipality, d) county road 51 Coop Rogne-Solhaug samfunnshus, 1.6 km foot and cycle path in Øystre Slidre municipality, e) county road 222 Bang centre, 150 m pavement in Sør-Aurdal municipality (subject to the development plan being executed, see chapter E). A detailed description is in chapter E. See the tender documents chapter A on the date for commissioning - deadlines. CPV: 71322000. ...
IRL-Dungarvan: refuse and waste related services
Wetlands Remediation Project. The Works will be executed in three different locations within Waterford County - The compensatory wetlands site, the Castletown wetland site and the Ballygunnermore wetlands site. The works at Casltetown and Ballygunnermore will involve the excavation of construction and demolition waste and the remediation of the sites to a degree that will promote natural wetland rehabilitation. The material excavated is to be recovered and/or disposed of at a facility with a waste license and/or waste permit as appropriate. Duly vouched demonstration that such appropriately licensed and /or permitted facilities are available for the recovery and/or disposal of material excavated from the Castletown and Ballygunnermore sites shall be a requirement of the Tender. No processing/recovery of material is to take place on either the Castletown wetland site or the Ballygunnermore wetlands site. It is the preference of the Employer that material that is recovered from the Castletown and Ballygunnermore sites is used as part of the Works on the compensatory wetlands site. Duly vouched demonstration that the contractor has at his disposal vehicles with appropriate Waste Collection Permits for transport of excavated and processed material to and from the proposed facilities for disposal,recovery and storage shall be a requirement of the Tender. The estimated total Quantity of material to be removed from the two sites is approx. 50 000 m³. The works at the compensatory wetlands site shall involve the construction of a new sea embankment using appropriate material recovered from the Castletown and Ballygunnermore sites and/ or imported material. The existing embankment is to be breached to permit the area contained within the perimeter of the new embankment walls to flood and create a wetland habitat. Where material is recovered from the Castletown and Ballygunnermore sites other works at the compensatory wetlands site may include the temporary stockpiling of some of this material after processing to the relevant specifications. No processing/recovery of material is to take place on the compensatory wetlands site. Other works at the compensatory wetlands site include the construction of an access road. It should be noted that there may be a restriction in the contract on the months that work is permitted on the compensatory wetlands site. For the months when work is restricted on the compensatory wetlands site, recovered material is to be stored as required for future use at a facility with the necessary planning permissions in place for such a storage activity and a waste license and/or waste permit allowing such a storage activity as required. Duly vouched demonstration that a site with the necessary planning permissions in place and appropriate license and/or permit as required is available for this storage activity shall be a requirement of the Tender. Excluding VAT Range between 3 000 000 and 6 000 000 EUR CPV: 90500000, 45243300, 45112000, 45112360, 45111200, 45233120, 45232452. ...
UK-Swindon: laboratory, optical and precision equipments (excl. glasses)
Mass spectrometry and associated equipment. Yes The purpose of this framework contract is to provide mass spectrometers and associated equipment to the research councils along with the equipment, technical knowledge, installation and any other support which will be required in relation to providing the required service for this framework contract. Division into lots No CPV: 38000000, 38000000. ...
IRL-Galway: building construction work
NUIG/BUILD/005/11; Works Contractor for Life Course Studies Building at NUI Galway. The Life Course Studies Building (LCSB) will be located on the NUI Galway north campus, and will be a new purpose built building designed to provide an integrated multidisciplinary solution to the capital needs of the social science programmes at NUI Galway covering older people, children and family and people with disabilities. To this end, the new building will bring together the following 3 existing research groups into a single building: — The Child and Family Research Centre, — The Irish Centre for Social Gerontology, and — The Centre for Disability Law and Policy. The building will be approximately 3,600 m² in size (however the Client reserves the right to reduce the size down to 3,300 m² subject to available budget and briefing requirements) and will contain the following types of accommodation: — academic and administration offices, — flat and tiered teaching spaces, — post-graduate study rooms, — observational suites, — board and seminar rooms, — PC labs; and, — all other associated ancillary and support spaces required. The building shall be designed and constructed as phase 1 of a larger building, so as to allow expansion of the building in the future. A particular feature of this building will be the need to ensure that the needs of the various groupings of people using the facility (children, families, the aged, people with disabilities) are catered for. The building must be designed in such a way to be as inviting and customer friendly as possible for users and members of the public who would not necessarily be familiar with Universities or such institutions. With the aid of retained Project Management / Quantity Surveying / Cost Consultancy Services and Single Point Design Team Consortium (to be novated), NUI Galway wishes to use a design and build process to procure the Life Course Studies Building, with the intention of novating the single point design consortium to the preferred main contract bidder following a competitive process. It is intended that the Single Point Design Team consortium will be novated to the main contractor at the point of contract and will, become part of the Contractor's team. 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=207452. CPV: 45210000, 45214000, 45214400, 45214600. ...
IRL-Limerick: construction work for buildings relating to health
Multi Storey Extension to the Mid-Western Regional Hospital, Dooradoyle, Limerick. The works will comprise the demolition of the hospital canteen and the construction of a seven storey extension including an enclosed plant area at sixth floor and alterations at 1st floor level to an existing ward. The extension and alterations will provide enhanced facilities including a Neurological Centre/Acute Stroke Inpatient Unit, Cystic Fibrosis Inpatient and Outpatient Units, Specialist Breast and Dermatology Outpatient Units along with a replacement canteen at ground floor. During the construction period a temporary replacement canteen will be provided at ground floor level linked into the existing building and a temporary escape stair will be provided to serve the existing 3 storey hospital building linked in at each floor level. The works also include the construction of a sub station and switch room. 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=207132. CPV: 45215100, 45215140. ...
UK-Liverpool: repair and maintenance services of building installations
Term Maintenance Contract. Repair and maintenance services of building installations. Repair and maintenance services of electrical and mechanical building installations. Repair and maintenance of plant. Repair and maintenance services. Repair and maintenance services of taps. Repair and maintenance services of boilers. Repair and maintenance services of electrical machinery, apparatus and associated equipment. Repair and maintenance services of mechanical building installations. It is proposed to establish term contract(s) to cover the whole of the University's estate. The works consist reactive repairs PPM and maintenance and minor refurbishment work to university owned buildings and facilities in the following trades: general building joinery brickwork plastering plumbing and heating including gas Landlords safety tests to domestic gas boilers. Glazing electrical drainage roofing (flat and pitched) painting and decorating floor coverings (carpet and vinyl) testing/ppm to emergency lighting systems * testing/ppm to fire alarms * lightning conductors* boilers/heating plant, systems including pumps* temperature testing of sentinel taps (legionella) * testing and maintenance of fire extinguishers (all classes), hose reels and extinguishing systems and fire blankets *. Provision of fire signage* * applies to off site residential only, but the PPM element will apply to all residential sites, again both on and off campus. In addition, the successful contractor(s) will be expected to collaborate with university staff in developing services and systems with a view to increasing efficiency and customer value and reducing costs. The anticipated values of the contracts per year are as follows; Lot 1- 1 579 438 GBP, Lot 2- 1 460 242 GBP, Lot 3- 202 000 GBP. This includes a level of project work which cannot be guaranteed. Each of the contracts is to commence in late 2011 and run for an initial period of 3 years with a possible 1 year extension. CPV: 50700000, 50710000, 45259000, 50000000, 50513000, 50531100, 50532000, 50712000. ...
UK-Leeds: construction work
Category Management: Pavement and Concrete Framework. Category Management: Pavement and Concrete Framework: The provision of pavement structures and concrete materials in accordance with the Highways Agency's (HA) standards and specifications and/or approved departures using an enabled framework. This contract will allow a collaborative approach to be introduced across the Agency for the benefit of its schemes where there is a pavement or concrete requirement. The contract will require suppliers to contribute to the design of the pavement structures and to support improvements in quality, price, buildability, sustainability and efficiency for pavement structures and concrete. The Pavement and Concrete Category includes: — the supply and delivery of concrete, — the supply and delivery of aggregate and other materials (including the on-site reprocessing of existing materials), — the planing of existing pavement structures, — the supply and laying of bound pavement products. This Framework Agreement will be available to the Highways Agency as well as the other Executive Agencies of the Department for Transport, other Central Government Departments and Executive Agencies and local Highway Authorities in England, Design, Build & Finance Operators (DBFO's), Welsh Assembly Government and Transport for Scotland and tier one contractors to (Highways Agency, local Highway Authorities in England, Welsh Assembly Government and Transport for Scotland) to place task orders directly with the organisations appointed to this framework and will act as Contracting Authorities. 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, but are not limited to Local Highways Authorities in the areas stated in VI.3. The Framework offers no guarantee of a minimum amount of work either by value or number of task orders. The contract will call for collaboration with the Highways Agency, the Asset Support Contract (ASC) / Managing Agent Contract (MAC) providers, Managed Motorways Delivery Partners (MMDPs) and other first tier suppliers appointed by the Contracting Authority: — during design, construction planning and construction stages, — in developing innovative pavement designs, alternative solutions and improved laying processes including alternative product sourcing to achieve sustainable solutions, — with the HA's and other contracting authorities designs and standards teams. The Framework will require: Design support - contribution to the design of the pavement structures and to support improvements in quality, price, buildability, sustainability and efficiency for pavement structures and concrete. This Framework will be Regionally Structured in the following way: — North and Scotland – HA Operational Areas 10, 12, 13 & 14 and Scotland, — Midlands and Wales – HA Operational Areas 7 and 9 and Wales, — East – HA Operational Areas 6 & 8, — South – HA Operational Areas 1, 2, 3, 4 & 5. The framework contract will divide into 12 lots as follows: — lot 1 - North & Scotland (Unbound Materials). Provision and delivery of unbound materials and hydraulically bound mixtures for sub-base, road-base, capping layers in accordance with the 700 and 800 series of the specification for highways works. — lot 2 - Midlands & Wales (Unbound Materials). Provision and delivery of unbound materials and hydraulically bound mixtures for sub-base, road-base, capping layers in accordance with the 700 and 800 series of the specification for highways works. — lot 3 - East (Unbound Materials). Provision and delivery of unbound materials and hydraulically bound mixtures for sub-base, road-base, capping layers in accordance with the 700 and 800 series of the specification for highways works. — lot 4 - South (Unbound Materials). Provision and delivery of unbound materials and hydraulically bound mixtures for sub-base, road-base, capping layers in accordance with the 700 and 800 series of the specification for highways works. — lot 5 - North & Scotland (Bound Materials). Provision, delivery and laying of bound materials for base, binder course and surface course in accordance with the 700 and 900 series of the specification for highways works. Planing, removal and/or reuse of existing pavement structure. — lot 6 - Midlands & Wales (Bound Materials). Provision, delivery and laying of bound materials for base, binder course and surface course in accordance with the 700 and 900 series of the specification for highways works. Planing, removal and/or reuse of existing pavement structure. — lot 7 - East (Bound Materials). Provision, delivery and laying of bound materials for base, binder course and surface course in accordance with the 700 and 900 series of the specification for highways works. Planing, removal and/or reuse of existing pavement structure. — lot 8 - South (Bound Materials). Provision, delivery and laying of bound materials for base, binder course and surface course in accordance with the 700 and 900 series of the specification for highways works. Planing, removal and/or reuse of existing pavement structure. — lot 9 - North & Scotland (Concrete Materials). Provision and delivery of concrete materials for pavements and other structural and non-structural requirements in accordance with the 700, 1 000 and 1 700 series of the specification for highways works. — lot 10 - Midlands & Wales (Concrete Materials). Provision and delivery of concrete materials for pavements and other structural and non-structural requirements in accordance with the 700, 1 000 and 1 700 series of the specification for highways works. — lot 11 - East (Concrete Materials). Provision and delivery of concrete materials for pavements and other structural and non-structural requirements in accordance with the 700, 1 000 and 1 700 series of the specification for highways works. — lot 12 - South (Concrete Materials). Provision and delivery of concrete materials for pavements and other structural and non-structural requirements in accordance with the 700, 1 000 and 1 700 series of the specification for highways works. Suppliers may express and interest for one, more than one, or for all lots. CPV: 45000000, 71311000, 45233222, 14210000, 44113620, 45233000, 45233200, 44113000, 44113700, 44113800, 44113140, 14212200, 44114100, 44113600, 44113320, 45262310, 44114000, 45262300, 44111200. ...
IRL-Dundalk: construction work for buildings relating to education and research
DKIT - procurement of a student centre. Dundalk Institute of Technology invites expressions of interest from suitably qualified and competent parties in relation to the following: Dundalk institute of technology wishes to develop a student centre facility of circa. 4 000 square metres minimum to cater for the needs of a student body nearing 6 500 full and part-time students. The facility provided should include a main indoor sports hall (capable of providing for 2 tennis/basketball courts with bleacher seating facilities), a second smaller sports hall (capable of incorporating 2 badminton courts with bleacher seating), gymnasium facilities, sports equipment stores, treatment rooms, shower and changing facilities, a suite of meeting and seminar rooms for student club and society activities and support areas including toilets, offices, reception, ICT network area, plant rooms, locker areas, janitorial stores, etc. The institute also proposes to relocate the existing student club bar to the new facility and a coffee shop would also be desirable as well as any other student support services or facilities that participants in the dialogue process may wish the institute to consider either as elements of, or proximate to, the facilities proposed. It is emphasised that the facility will have to be located on or close to the main campus to facilitate convenient access by all students on an occasional and block access basis. Moreover, it is envisaged that the facility will have its own car parking facilities and other associated support services infrastructure. To provide the described student centre, the institute now wishes to explore private sector options that include the delivery of the facility described either on operator's lands at an accessible remove from the campus or on a site that the institute can provide on the campus. In this regard, the options that the institute wishes to consider include a design, build, finance, operate and maintain (DBFOM) solution, or any viable combination thereof, and a full turnkey package which will include full fit-out including all furniture and equipment. However, it should be noted that the competitive dialogue (CD) procurement procedure now being initiated is intended to identify the full range of possible solutions that could meet the institute's needs. Those participants who offer solutions deemed to meet the institute's requirements will be the subject of formal tender invitations following the termination of the competitive dialogue procedure itself. 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=207812. CPV: 45214000, 45212200, 45212000, 45212225, 71200000, 71300000. ...
UK-Glenrothes: computer mouse
Supply of workstation peripherals. Within Fife Council, there are a significant number of users of computer equipment. The Health and Safety (Display Screen Equipment) Regulations 1992 place a duty on employers to assess the risks to employees from computer use. The main risks that may arise in work with Display Screen Equipment (DSE) are musculoskeletal disorders such as back pain or upper limb disorders (sometimes known as repetitive strain injury or RSI), visual fatigue, and mental stress. While the risks to individual users are often low, they can still be significant if good practice is not followed. DSE workers are also so numerous that the amount of ill health associated with such work is significant and tackling it is important. That is what the DSE Regulations set out to achieve. The requirement for workstation peripherals comes from 2 main routes, as a result of a risk assessment or an occupational health referral. This will ensure a one stop shop for those wishing to purchase this equipment and ensure best value for Fife Council. The Council is therefore looking to award a contract for workstation peripherals. Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=199927. The awarding authority has indicated that it will accept electronic responses to this notice via a "tender submission postbox" facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=199927. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated. CPV: 30237410, 30237220, 30237290, 30237460, 39263000. ...
No comments:
Post a Comment