Wednesday, 20 April 2011

20/04/2011 tenders 130

UK-Birmingham: water coolers
Water coolers. The University of Birmingham has a requirement for provision of drinking water for its offices, sports centre and other areas. The purpose of this competitive tender is to establish a contract with a suitably qualified Supplier for a period of 3 years, renewable annually thereafter up to a maximum of 10 years to provide reliable and punctual, high quality services. Current spend on this commodity is approximately 94 000 GBP per year. About 2/3 of the coolers are bottle fed and 1/3 mains fed. It is anticipated that there may be a trend towards less bottled coolers and more mains fed over the term of the contract as the focus on environmental issues increases, however, the system of devolved budgeting (and in some areas lack of nearby water supplies) means that many areas will continue to use bottled coolers. The University operates devolved budgeting so separate accounts must be set up as required. CPV: 31141000. ...


UK-Tidworth: kitchen equipment
The supply of white goods in single living accommodation. Kitchen equipment. Supply of white goods to soldiers single living accommodation utility rooms. CPV: 39221000. ...


UK-Bath: cable, wire and related products
Supply of un-terminated electrical cable, wire & cord & related services. Cable, wire and related products. The Fleet Wide Equipment – Training Stores and Boats (FWE-TSB) team has a possible future requirement for the supply and delivery of un-terminated electrical cable, wire and cord items including "off the shelf" recurring requirements, together with less frequently procured items. It is anticipated that there will be approximately 438 line items in total. It will be an essential feature of any resultant contract (s) for supplier(s) to be able to source products not normally held as stock or within their normal product range. The range of items for this potential contract will include wire, cable, braid and cord. QA standards: BS EN ISO 9001:2008 3rd party certification accredited/recognised by UKAS with an appropriate scope to meet the requirement. Pre-qualification information to be provided: potential applicants wishing to register an interest in the project must provide their notification of expression of interest in writing including detailed statements against all the technical selection criteria listed below. Applicants who have completed part 1 of a PQQ in the last 6 months are to declare this in the expression of interest and are only to provide technical criteria information or, if applicants have not recently submitted or have not completed part 1 of a PQQ before, applicants must submit a response to part 1 of the PQQ which can be found through the following website: www.mod.uk clicking on business/acquisition operating framework/commercial toolkit/contracting methods folder/supplier selection; Applicants are to refer to annex A in this sub-folder. Any additional supporting documentation should be directly relevant and be kept to a minimum. The submitted responses must follow exactly the order the criteria are set out. Failure to submit the requested information may result in the application not being considered further. It should be noted that a pre-qualification questionnaire shall not be issued following this request for expressions of interest. Applicants will be down selected to tender on the basis of the response/evidence provided in their expression of interest and the technical selection criteria stated below which carries the weightings specified. The Authority's aim is to short-list no more than 6 companies to receive an ITT to ensure that the potential maximum number of received tender responses is manageable for the given tender evaluation period. MoD contacts: potential suppliers should submit an expression of interest including the required information to Sarah Barnes (E-mail: desshipsfwe-tsb-comrcl4c@mod.uk) by 12:00 on 7.6.2011. Additional Information: Expressions of interest received after the above date and time will not be considered. The decision of the Authority is final. This announcement should not be construed as confirmation that a tender will be subsequently issued. Technical criteria: technical selection criteria for down-selection for ITT shall be based on a marking scheme. A percentage weighting shall be applied to each of the technical criteria as shown and responses scored as follows: question number question title weighting % 1 meeting the requirement 30 2 sub-contractors 15 3 continuous improvement/value for money 15 4 quality assurance 15 5 project risk management 10 6 E-Commerce 10 7 sustainable procurement 5 scoring guidance: (This will be used for all questions above) assessment: excellent experience: The applicant has provided the Authority with a high level of confidence that the requirement could be met. Score: 3 assessment: satisfactory experience: The applicant has provided the Authority with sufficient confidence that the requirement could be met. Score: 2 assessment: barely acceptable experience: The applicant has provided the Authority with a high level of confidence that the requirement can be met, however some work is needed. Score: 1 assessment: not acceptable experience: the applicant has failed to demonstrate to the Authority that they have to capability to meet the requirement. Score: 0 responses required: question title: meeting the requirement question: please provide your proposed strategy for meeting the requirements of an enabling Arrangement for the supply of cable, wire & cord. Information should address the DE&S supply chain aspects. Size of response: maximum of 1 500 words question title: sub-contractors question: please explain how your supply chain operates and its monitors to maximise optimum performance. Size of response: maximum of 1 000 words queston title: continuous improvement/ value for money question: describe the processes/procedures/techniques your company adopts to ensure that value for money is continuously delivered and customer requirements are consistently achieved or exceeded. Size of response: maximum of 1 250 words question title: quality assurance question: a. Please provide a copies of your current certificates. In the event that no ISO certification is held, you must be able to demonstrate that you operate and maintain a business/quality management system acceptable to the Authority within the same scope. b. You are required to provide details of the procedures you have in place to identify and record non-compliant work (in terms of quality) and to subsequently implement corrective and preventative actions. c. You are required to provide details of how you notify sub-contractors of prime contract quality assurance conditions. Size of response: maximum of 1 250 words question title: project risk management question: please provide details of your experience of project risk management over the last three years size of response: maximum of 1 250 words question title: E-commerce question: describe what part e-commerce plays in your business and whether you are set up to trade using P2P or if you would be prepared to trade using P2P size of response: maximum of 1 000 words question title: sustainable procurement question: describe areas where you have incorporated sustainable procurement in your corporate strategy, as well as your supply chain. Size of response: maximum of 1 000 words. CPV: 44300000. ...


UK-Pencoed: diagnostic agents
Contract for the supply of automated C. difficile (GDH) and toxin A/B testing. To supply Public Health Wales NHS Trust with automated C. difficile (GDH) and toxin A/B testing, to incude kits, reagents and assosiated consumables, supply of equipment and maintenance support. In addition, there maybe a requirement to supply other NHS laboratories in Wales. The contract is for 3 years initially with option to extend by a further 1 + 1 years (5 years). CPV: 33694000. ...


UK-Edinburgh: apparatus for sound, video-recording and reproduction
Fixed and mobile digitial interview recording equipment. The requirement is for approximately 400 000 GBP worth of fixed and mobile digital interview equipment for all eight Police Forces in Scotland. 85 % will be procured in the financial year 2011/12 and 15 % in the financial year 2012/13. A single supplier will be required to supply this equipment. Finance has been secured for both financial years. Lothian and Borders Police is seeking an innovative solution with equipment that is available now, not in development phase. CPV: 32330000, 32300000, 33120000, 32353000, 35200000. ...


UK-London: software package and information systems
Supply of Citrix products and associated support services. UCL wishes to appoint a single supplier of Citrix licences and Citrix support under a framework agreement. The contract will run for 3 years (plus 1 year optional extension) and will include: — Renewal and maintenance (subscription advantage) of existing licences, — Purchase of new licences. The majority of the business is anticipated to relate to the purchase of upgrading existing licences of the order of approximately 3635 presentation server 4.0 enterprise licences out of subscription advantage and on-going subscription advantage. CPV: 48000000. ...


UK-Belfast: printed matter and related products
DARD: printing and mailing of single application form packs, maps and other associated mail items from 2012. Each year, the Department issues its client base (approximately 39 000 farm businesses) with a Single Application "pack", which includes a generic letter, a SAF booklet incorporating a claim form (SAF1) and a supporting Field Data Sheet (SAF2). The SAF booklet is accompanied by guidance and a number of related forms and inserts. In all cases the SAF is pre-populated with claim-related information as retained by the Department in the preceding Scheme year. Consequently, all application packs which are complied are personalised prior to distribution (mailshot) to prospective applicants. The contract to deliver the Department's print requirements for the production and distribution of Single Application packs, maps and associated materials for 2012 and beyond is now due for renewal. The Department, therefore, wishes to invite tenders from suitably experienced print service suppliers to fulfil its commitment to print, prepare and distribute Single Application packs to its client base from the 2012 Scheme year for a minimum period of one year. There will also be two options to extend this contract for a further two periods of one year each. CPV: 22000000. ...


UK-Barry: special-purpose road passenger-transport services
Mainstream School Transport. A variety of home to school Road Passenger Transport Services incorporating a number of individual contracts. Contacts will commence on 6.9.2011 and contract lengths will vary from between one (1) and five (5) years. CPV: 60130000. ...


UK-Carlisle: real estate services
Contract cleaning services at Carlisle College. To provide a first class cleaning service to Carlisle College. Mandatory TUPE transfer of all Staff utilised on the current contract. An excellent standard of cleaning is expected to be provided throughout the college. CPV: 70000000. ...


UK-Armagh: taxi services
Home to School Transport (Taxi, Taxibus, Minibus). Transport of pupils, to and from school within the Southern Education and Library Board's area. Some runs may be required outside the Board's area. CPV: 60120000. ...


No comments:

Post a Comment