Thursday, 21 April 2011

21/04/2011 tenders 140

UK-Greenock: structural engineering consultancy services
Demolition Consultant Framework. RCH has a wide and diverse portfolio of social housing stock; this stock is distributed across the Inverclyde region, stretching from Inverkip through to Kilmacolm, including Gourock, Greenock and Port Glasgow. Due to these varying needs and demands, RCH have a requirement to engage Construction Consultant Professionals to provide advice and assistance in delivering demolition and site clearance programmes. RCH wishes to appoint a framework of 3 professional consultants, to provide demolition professional services, these services shall be: — Civil and Structural Engineering Services, — CDM-Coordinator Services. The Consultants will be appointed on a project by project stand alone basis on distinct pieces of work, due to the nature of the Client's business these pieces of work will be varied in complexity and value. It is envisaged that a high proportion of the works that will be passed to the appointed consultants will be dealt with by that consultant from inception through to completion. The appointment will involve technical advice and management in relation to the demolition of housing stock. Undertake all aspects including design, specification and QS services in preparation for both conventional and explosive demolitions. 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=201278. 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=201278. 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: 71312000, 71311000. ...


UK-Bishop Auckland: road transport services
Home to College Transport 11-12. Home to College Transport Service. 4 or 5 days per week, approximately 40 weeks per year - based on term time dates (may involve pre set additional closure weeks). Yet unspecified number of students (current estimate is around 650) from several locations to Bishop Auckland College. May include transport to another local site (Spennymoor). TUPE may apply. Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=81648. CPV: 60100000. ...


UK-London: railway carriages
Heavy overhaul of Metropolitan Railway 4-4-0T (E-class) Steam Locomotive, (No1, built 1898). It is the intention of the London Transport Museum to contract for the heavy overhaul and recomissioning of Metropolitan Railway 4-4-0T (E-class) Steam Locomotive, (No1, built 1898), to a condition which is acceptable for operation on preserved heritage railways, and for special service on the London Underground system. All work undertaken will be required to meet Railway Group Standards GM/RT2003 and NR MT/276. The scope of the heavy overhaul will be comprehensive, and include (but not limited to) inspection and repairs to the: — boiler, — firebox, — cylinders, — pistons, — valve gear, — brake gear, — bogie springs, — wheel profiles, — water tank, — bunker, — cab floor. NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=81838. CPV: 34622400. ...


UK-Leicester: information technology services
Managed Hosting Services for Oracle e-Business suite and associated services - 3063. Information technology services. IT services: consulting, software development, Internet and support. Enterprise resource planning software development services. System and support services. Help-desk and support services. Data services. Computer-related services. Computer-related management services. Computer facilities management services. Background: A shared service between Leicestershire County Council (LCC) and Nottingham City Council (NCC) has been agreed to deliver operational efficiencies, customer service excellence and financial benefits to both organisations. The shared service will initially deliver functionality and services using the Oracle e-Business Suite. Over time, it is intended that the shared services will grow with the addition of other e-Business Suite modules, services and other public bodies to maximise the benefits of a shared service. LCC Shared Services currently delivers an Employee Service, Financial Service and Customer Service that is underpinned by Oracle eBusiness Suite and an in-house service delivery platform which will be replaced through this tender. Details about LCC can be found at www.leics.gov.uk NCC will migrate to the new service platform as part of this tender. Details about NCC can be found at www.nottinghamcity.gov.uk. Scope of procurement: NCC and LCC will initially implement a shared service for both transactional Finance, HR Administration and Payroll processes. The Financial Service Centre will be based at NCC's headquarters at Loxley House, Nottingham. The Employee Service Centre will be based at LCC's headquarters at County Hall, Leicester. The statement of requirements will consist of a Core and Optional set of requirements. The Optional requirements may or may not be taken up at any stage during the contract term and will form part of the evaluation criteria. A summary of the requirements is listed below, further details will be provided at the Invitation to Tender stage. Core requirements: — a managed hosting service for an Oracle e-Business Suite Platform (hardware and software but not Oracle application licences) for delivery of a shared service that is flexible, scaleable, resilient, secure and delivers high performance, — the hosting service will initially provide Oracle e-Business Suite Finance, Procurement, HR and Payroll and their equivalent self service modules, — it is anticipated this hosting service will operate on an "on demand" basis with no initial build costs and a pay-for-usage charging model which allows new clients a minimal cost method of joining the shared service with costs varying linearly (upwards or downwards) as the number of users increases and decreases, — a managed and monitored service with a range of services and service levels covering maintenance, support, upgrade and helpdesk, — an implementation and data migration service, — a contract management service to address strategic and operational requirements during the term of the contract, — provision for secure network connectivity, — amendments to the services and service levels, — the contract term is likely to be 4 years with an annual extension option for up to a further 4 years, — the hosted service provider can demonstrate compliance and alignment with relevant legislative Acts of the United Kingdom. Optional requirements: — provision of Oracle eBusiness Suite modules and associated software, — provision of Oracle Business Intelligence reporting platform, — integration with the SAP Business Objects service hosted at LCC, — addition of new organisations from across the government sector including: Academies, local government and Consortia, other government agencies and possibly some private sector organisations, — removal of organisations from the shared service, or reductions in cost with the reduction in users, — provision of a range of development services, — provision of training services, — provision of consultancy service for ad-hoc Oracle enhancements (e.g. upgrades, development, maintenance, tuning) or similar advice, — provision for hosting other Oracle and non-Oracle software such as Oracle middleware and Knowledge Base. Indicative timescales: — contract award late August 2011, — LCC migration period 4 months, — LCC Go Live mid-December 2011, — NCC Migration period 3 months, — NCC Go Live 1.4.2012. CPV: 72222300, 72000000, 72212451, 72250000, 72253000, 72300000, 72500000, 72510000, 72514000. ...


UK-Elstree: storage and warehousing services
Provision of Third Party Logistics Services within the United States of America. Bio Products Laboratory Limited is looking for a third party logistics partner to work with them in the United States. BPL manufactures plasma products in the UK for distribution to medical professionals all over the US from within the US. CPV: 63120000. ...


UK-Musselburgh: insurance services
Queen Margaret University. Tender for insurance services excluding broker services. CPV: 66510000, 66516000, 66515200. ...


UK-Exeter: property insurance services
UK - University of Exeter and Subsidiaries & Tremough Campus Services and Subsidiary: Provision of Insurance Services - Excluding Broking Services. Provision of insurance cover to meet the business needs of The University of Exeter, it's partner organisations and subsidiariesincluding Tremough Campus Services, to include but not be limited to material damage, business interruption, money, computer, employers' liability, public liability, products liability, professional indemnity, pension trustees liability,motor,personal accident & travel, engineering, marine cargo. CPV: 66515200, 66512100, 66514110, 66514120, 66516000, 66516100, 66516500, 66519200, 66515411. ...


UK-London: health services
Provision and operation of Private Patient Unit. Health services. Guy's & St Thomas NHS Foundation Trust proposes to establish a new dedicated private patient unit within the upper 6 000 sqm of the proposed new Cancer Treatment Centre (CTC) build at Guy's Hospital due for handover in 2015. The Trust is looking for a private healthcare company to fit out and develop a successful private patient unit on the basis of a 25 year lease with an interim option to operate and manage the existing PPU at Guy's Hospital (known as Guy's Nuffield House) until handover of the CTC. Please refer to the Tender Prospectus for more details about this requirement and an overview of the short-listing criteria that is set out in more detail in the Pre-qualification questionnaire. CPV: 85100000. ...


UK-Nottingham: hotel, restaurant and retail trade services
Operator for New Hotel, EMCC and UNCC. Christie and Co are appointed by The University of Nottingham to advise on the appointment of a suitable management company under a Management Contract for the operation of a new 200 key unbranded, business class hotel to be developed and owned by The University of Nottingham together with the Universitys extensive and profitable existing conferencing and event facilities (Nottingham Conferences) including the East Midlands Conference Centre (EMCC). The hotel will be constructed adjacent to the EMCC located within the main University Campus at University Park. The other conference/lecture facilities are spread throughout the University facilities at University Park, Jubilee Campus and Sutton Bonington and utilised outside of student term times. Visit www.nottinghamconferences.co.uk. The hotel development is scheduled to commence in June/July 2011 with envisaged PC at the end of October 2012 and be fully operationally by mid December after a soft opening period. The Hotel is designed to achieve a BREEAM Excellent certification. Detailed planning permission has been submitted. The Operator appointment process will be conducted under a Competitive Dialogue OJEU procurement process. This route allows pre-qualified operators to enter into detailed dialogue with the University in order to develop commercially viable and mutually beneficial management terms that will form the basis of a legal agreement. The accompanying Marketing Brochure provides an overview of the opportunity and the facilities at the University of Nottingham. If you are interested in expressing an interest to tender for a Management Contract to operate the hotel and existing facilities, then prospective Operators should complete and return the pre-qualification questionnaire (PQQ) by the submission date. CPV: 55000000, 55100000. ...


UK-Derby: repair and maintenance services of motor vehicles and associated equipment
Fleet and associated vehicle equipment maintenance. Derbyshire fire and rescue service is amongst the largest County Fire Services in the country servicing a population of just over 980 000 and covering an area of 1 000 square miles. There is an establishment of approximately 570 uniformed and non-uniformed staff, with a total of 31 operational firestations. DFRS provides a 24/7/365 service. Its personnel, vehicles and equipment must be available at short notice to respond to incidents. It is a statutory duty of DFRS to ensure that this equipment is efficient, effective and available at all times and maintained in accordance with statutory requirements. It is imperative that downtime is kept to an absolute minimum. DFRS are looking to put in place refreshed arrangements for the provision of fleet and equipment maintenance arrangements, commencing 1.4.2012 for an initial 5 year period with the option to extend for a maximum 3 years. This Agreement will include the 2 vehicle categories as detailed below. Bidders should tender for both vehicle categories. The categories will not be sub-divided with multiple suppliers. The vehicle categories are: Maintenance of Light Vehicles. Light fleet will consist of a maximum of 120 light vans and cars with a GVW generally not exceeding 3 500 kgs. This may also include various small trailers. Maintenance of heavy fleet including fire appliances and associated equipment. Heavy fleet will generally include all vehicles over 3 500 kg GVW which includes 53 fire appliances, 19 special vehicles including aerial ladder platforms, combined aerial rescue pumps and incident command vehicles. The associated equipment consists of c 2000 items equipment. Note: operational equipment such as breathing apparatus, and road-side cutting equipment are excluded from this arrangement. Bidders should have access to or provide the following specialist services: servicing and repair, auto electrical, vehicle recovery, roadside assistance, vehicle delivery and collection, MOT testing facilities, exhaust emission testing, modification and bodywork repair and accident repair facilities. Vehicles operated within the DFRS provided car scheme will not be included. CPV: 50110000. ...


No comments:

Post a Comment