Wednesday, 10 August 2011

10/08/2011 tenders 190

UK-Liverpool: ancillary works for telecommunications
Public services network (PSN) connectivity framework. Buying solutions as the Contracting Authority is putting in place a Pan Government framework agreement for PSN-compliant connectivity services for use by or on behalf of UK public sector bodies. These bodies include but are not limited to Central government departments and their agencies, Non departmental public bodies, NHS bodies, local authorities, voluntary sector charities, and/or other private organisations acting as managing agents or procuring on behalf of these public sector bodies. (see section VI.3, additional information). The above public sector bodies have a need for the provision of PSN-compliant, managed telecommunications connectivity services to facilitate inter-organisational collaboration through secure communication, interoperability and sharing of information. This framework agreement will address this need, providing innovative telecommunications connectivity services for the UK public sector as a whole. The services to be made available under the framework agreement will include provision of network connectivity and supporting security, information assurance, design, acquisition, consultancy, and other services as described below. The Framework Agreement will also be suitable for provision of services at lower security levels, that do not require full PSN compliance. Information about the PSN is provided under 'PSN standards' further down in this section. The services are required to be provided primarily to the UK, although the framework may also be used by UK Contracting Authorities to service their overseas sites. The Contracting Authority considers that this opportunity may be suitable for economic operators that are small or medium enterprises (SMEs). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender. The Framework Agreement will have an initial term of 2 years, with the option to extend for 2 further terms each of up to 1 year's duration. The normal duration of call-off contracts placed under this framework is expected to be 5 years with options for 2 annual extensions. The extension options will enable a maximum contract term of 7 years to be exercised only where there is a specific transition or business transformation need to be addressed. Related procurements. This is one of several related OJEU notices or procurements issued or planned in association with the provision of telecommunications services to the UK public sector as part of a general transition to PSN standards. Others are listed below but do not form part of this OJEU Notice and are mentioned here for information only: — Managed telecommunications convergence framework (MTCF) to provide continuity for the Managed Telecommunications Service (Mts), and convergence to PSN-compliant provision (now in place – OJEU ref 2009-S239-342337), — GSi convergence framework (GCF) to provide continuity for the transition of the Government secure intranet (GSi), and convergence to PSN-compliant provision (now in place – OJEU ref 2009-S240-343643), — A multiple-lot framework for provision of a range of PSN services such as voice, video and internet including web and email, with related management and control functions (planned – OJEU notice yet to be published), — A framework for the procurement of Mobile services (planned – OJEU notice yet to be published), — Additional sourcing activities for the provision of PSN central services, necessary to support the functional operation of the PSN (yet to be started). Services to be provided within this framework agreement. The services listed below are required to be offered as part of a single lot. Framework suppliers will be expected to offer all the services listed either across the UK or on a more localised basis, either directly or through sub-contractors. The detailed services to be delivered will be more fully defined in the Invitation to Tender (ITT) within the broad descriptions below. 1. Network services including but not limited to: 1.1. A range of local and wide area networking connectivity services designed to deliver the capacity, security and performance needs of the UK Public Sector at the departmental and community of interest levels; 2. Information assurance services including, but not limited to: 2.1. Encryption and key management services; 2.2. Security consultancy in respect of services provided under this framework, delivered by appropriately vetted and experienced staff able to work in secure environments; 2.3. Separation of networks at different impact levels including implementation of gateways to link them; 2.4. Segregation of different impact levels on the same physical infrastructure. 3. Design, deployment, transition and business continuity services in respect of services provided within this framework, including, but not limited to: 3.1. Planning, specification, design, acquisition, deployment and transition, including the acquisition, integration and management of services from other contractors, acting on behalf of the customer as part of an overall solution; 3.2. Implementation including testing and integration; 3.3. Project and programme management; 3.4. Compatibility planning with legacy systems and technologies; 3.5. Transition from legacy systems and technologies; 3.6. Development, testing and implementation of business continuity plans and infrastructure in support of customers own business continuity plans in respect of the services provided in this framework; 3.7. Exit arrangements and transition to successor services; 3.8. Consultancy and design relating to the services provided under this framework. Common service attributes. Framework suppliers will be required to offer the following: — Impact levels. Impact levels are the UK Government's standard method of assessing the impact of possible compromises to the confidentiality, integrity or availability of information throughout the public sector and Critical national infrastructure (CNI), as mandated by Requirements 11 and 33 of the Security policy framework found at: http://www.cabinetoffice.gov.uk/resource-library/security-policy-framework They are defined in business impact level tables contained in document "HMG Information Assurance Standard No. 1", the relevant extract from which may be obtained from the CESG website at: www.cesg.gov.uk/policy_technologies/policy/policy.shtml. Throughout this document, where the form "ILx" is used to denote impact level, x being an integer between 0 and 4, this means impact level x for confidentiality and integrity, irrespective of the impact level for availability. Where the form "ILx-y-z" is used, this means impact level x for confidentiality, impact level y for integrity and impact level z for availability. Services will be required for a range of impact levels up to and including confidential (IL4) with possible occasional requirement to support applications at higher impact levels. The minimum impact level for services that make full use of PSN central services is IL2 and services at that level and above must be assured and accredited to the appropriate level. However, services below IL2, that will not make use of PSN Central Services, and do not require the corresponding accreditation and assurance, may also be supplied through this framework. The framework agreement will need suppliers with the ability to deliver IL2, IL3 and IL4 services meeting PSN standards. Each supplier in this framework agreement will need to be capable of supplying PSN-compliant services to at least IL2-2-4. — Business operations. Services will be required to be provided for a range of business operating regimes including: — 24/7, — public facing with high volumes in business hours, — public facing with out-of-hours event/emergency support for high volumes; and, — business hours only, — Business continuity. Framework suppliers will be required to offer highly resilient systems supported by business continuity, disaster recovery and rapid deployment services in respect of the services they offer in this framework. — Flexible billing. Framework suppliers will be required to offer flexible billing options, including split/cost centre billing for shared services. — Service management. Framework suppliers are expected to be capable of providing fully managed services. Standards and guidelines. Framework suppliers will be required to comply with the following: — Next generation network (NGN) Guidance. Buying Solutions recognises the benefits associated with Next generation networks (NGNs), and the need for the associated risks and issues to be addressed within this tender in relation to services offered that are based on NGN technologies. The NGN Procurement standards project was initiated as part of the Cabinet office's NGN risk mitigation programme, and the resulting guidance should be reviewed and complied with. It may be downloaded from: www.ogc.gov.uk/procurement_documents_telecoms_procurement.asp. — Sustainability. The sustainability of services offered under the framework will be a component part in reducing Contracting Authorities' carbon footprints, not only in energy consumption but also in enabling further wider reduction in sustainability impacts. In addition, the sustainability of framework suppliers' sources of supply should be a key consideration. As such, sustainability will be a common theme throughout the lifetime of the framework and the call-off contracts awarded under it. — PSN Standards (in relation to provision of services at IL2 and above). The PSN vision is to create a secure Public services network constructed from a network of networks built to common standards that enables the delivery of public services from any place by any provider; in doing so it will create a competitive marketplace to significantly reduce the cost of telecommunications services and enable different and creative ways of delivering public services. Bidders are strongly encouraged to become familiar with the PSN concepts, principles, operation and standards, and to participate where appropriate in the PSN industry forums. In particular bidders are strongly advised to read the PSN Operating Model for an overview of the PSN and its operating principles, and to visit the PSN website: www.cabinetoffice.gov.uk/resource-library/public-services-network Successful suppliers will be required to deliver services that comply with the PSN standards, as published by the PSN Authority during the procurement and during the lifetime of the frameworks, provided that any new standards published post award do not materially alter the scope of this OJEU notice or awarded framework agreements. These PSN standards will be developed with industry involvement. The PSN standards are listed on the PSN website, along with other documents and information relating to the PSN. Bidders who require additional information about the PSN, for example how to participate in industry forums, should consult the contacts listed on the PSN website. Electronic reverse auctions (ERAs). Contracting Authorities may decide to hold an electronic reverse auction on the opening of further competition among the parties to the framework agreement. CPV: 45232332, 79710000, 72720000, 72318000, 72315200, 72315100, 72315000, 72246000, 72253100, 72253200, 72253000, 72225000, 72228000, 72224100, 64221000, 64214400, 64210000, 51300000, 50332000, 50330000, 50312300, 48219500, 48200000, 45314000, 45232332, 45232300, 32581100, 32581000, 32571000, 32570000, 32531000, 32530000, 32524000, 32522000, 32430000, 32428000, 32427000, 32425000, 32423000, 32420000, 32418000, 32417000, 32416000, 32415000, 32413100, 32412100, 32400000. ...


UK-Leamington Spa: repair and maintenance services of central heating
Tender for 3 star servicing, maintenance and repair of gas fired heating installations and ad-hoc boiler renewals. Jephson Homes Housing Association for itself and as agent for Jephson Housing Association Ltd (hereafter referred to as the "Group")is seeking to procure regional 5 year contracts (with Employer's option to extend year by year for up to a further 5 years, subject to annual performance reviews) to undertake annual servicing, certification, responsive call-outs to breakdowns (including out of hours) and provision/installation of replacement components for gas fired boilers and heating installations to social housing individual dwellings and schemes, owned or managed by the Group. The contract will be based on the NHF Form of Contract 2011 and utilising the NHF schedule of rates: gas servicing and heating ver 6.1 pre-priced schedule of rates and will be let on an "all-inclusive" basis. The service provider (s) will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the Group and its residents and must be responsive to achieve collaborative working practises, innovation and continuous. Improvement. The successful service provider(s) will be required to operate a 100 % servicing and repairs by appointment system including for Saturdays and show a commitment to at least maintaining but also improving the Group's excellent performance in relation to customer satisfaction, best value and other local performance indicators. The Group will require the service provider (s) to provide dedicated staff to deal with day-to-day operations of the contract and employ predominantly local and preferably directly employed labour to carry out the work. The service provider(s) will also be required to provide, maintain and use modern, up to date ICT technology and business systems for the end to end management and delivery of the contract/service (including producing electronic landlord's gas safety certificates) and will be expected to have a suitable and compatible direct IT link in order to interface the Group's Northgate repairs and housing management system, full and effective real time utilisation of personal digital assistants (PDAs) and possibly vehicle tracking systems. The tender documents will also require bidders to submit bids based on the Group's specified options for normal working hours and meeting 2 hour response times on both normal working hour and out of hour emergency callouts. Applicants are advised that TUPE may appy to the contracts. The Group reserves the right to withdraw from this procurement procedure at anytime without awarding a contract or contracts. Applicants shall be responsible for the costs and expenses they incur as a result of participating in this procurement process. The Group and or its advisors shall not be liable for and will not pay any costs in respect of the preparation of any pre-qualification or subsequent tender submission of any applicant or bidder whether they are successful or unsuccessful. This shall equally apply in the event that the procurement process is postponed, cancelled or abandoned by the Group at any stage and for whatever reason. Applicants shall be deemed to have unequivocally accepted this as a condition precedent to participation in this procurement process. CPV: 50720000. ...


UK-London: repair and maintenance services
Gas Servicing, Safety Checks, Fire Alarm Testing & Associated Works. The works comprise gas servicing, safety checks, fire alarm testing and associated works predominantly to domestic installations. Works will also include inspections of some installations which use renewable forms of energy. CPV: 50000000, 50700000, 50710000, 50712000, 50711000, 50720000, 50721000, 50511000. ...


GI-Gibraltar: construction project management services
Project management - construction of diesel power station and distribution works. Project management contractor to oversee the new diesel power station and distribution works. CPV: 71541000. ...


UK-Edinburgh: IT services: consulting, software development, Internet and support
Domestic monitoring tool framework. The domestic monitoring tool will be ideally a web based and hand held device IT solution to support the monitoring of compliance against the NHS Scotland national cleaning services specification and to monitor the estates service performance in relation to maintaining cleaning standards of equipment and premises. Data collection via hand held PDAs or similar to allow data collected to be immediately downloaded to update recorded and generate reports. The system must be able to upload (in summary form) to Health Facilities Scotland so that they can continue to collate and publish data quarterly on behalf of the Scottish Government. This will be a single supplier framework by NHS National Services Scotland which can be accessed by other Health Boards with similar requirements at their choice. 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=207840. CPV: 72000000, 72500000. ...


PL-Warsaw: pumps
Connexio. Marathon Petroleum Poland Services Sp. z o.o. would like to inform you of a qualification system. The main purpose is in connection with the following measure: Fluid Pumping and Pressure Testing Services. Provide fluid pumping and pressure testing services for Marathon's upcoming drilling and completion program. Marathon will be requiring the following services and equipment for our upcoming completion campaign. Fluid pumps capable of pumping 3-5 bpm with a maximum working pressure 10,000 psi and the ability to record the pump data electronically will be required to pressure test casing, valves, BOPs, flow lines, and for pumping operations during rig operations. Pumps are to be equipped with treating iron that has current testing certifications. Pump truck is also to be equipped with a pop-off valve. Prerequisite for the awarding of contracts is pre-qualification in compliance with the qualification system (connexio) described here. On the basis of this pre-qualification, suitable suppliers of the products and/or services named in Section II. No. 4 can be identified and after additional qualifications have been checked, are requested to submit a tender. In order for pre-qualified bidders to be eligible to continue to stage two of the qualification system, potential bidders must complete the pre-qualification (Stage 1) via connexio by 2.9.2011. If pre-qualification (Stage 1) is not completed by the deadline set by the buyer, then the company will not be considered for the order/orders based on this qualification system. The successful bidder must ensure that their pre-qualification with connexio in the relevant supplier category remains valid for the entire term of the contract. The qualification system is based on the online supplier information system connexio which is operated by Achilles Information GmbH on behalf of utilities (energy and water) in Western, Eastern and Central Europe. During the pre-qualification process via connexio (Stage 1), potential or current suppliers of utility companies provide those utility companies connected to the system with information about their business operations by filling in, saving and submitting an online supplier questionnaire (supplier self-disclosure), which can be called up under www.achilles.com/germany, as well as furnishing them with all requisite documents and certificates. Achilles verifies the data provided by the suppliers for completeness, consistency and compliance with the requirements using a formal programme routine, as well as sometimes checking correctness of content (Pre-qualification Stage 1). The information to be provided for pre-qualification is contained in a document that can be found on www.achilles.com/germany. The participating utility companies reserve the right to adapt or change the criteria occasionally. The participating utility companies have access to a password-protected website 24 hours a day, 365 days a year where they can find the supplier data collected and verified by Achilles. CPV: 42122000. ...


PL-Warsaw: well fracture testing services
Connexio. Marathon Petroleum Poland Services Sp. z o.o. would like to inform you of a qualification system. The main purpose is in connection with the following measure: Stimulation Services. Provide stimulation services for Marathon's upcoming drilling and completion program. Marathon will be requiring the following services and equipment for our upcoming completion campaign. Multiple pre-frac DFIT tests will be run per well prior to the stimulation treatments. Approximately 5 to 6 DFITs will be performed by the stimulation company. Each DFIT test will be approximately 30 bbls in volume and be pumped at 5-10 bpm with a maximum working pressure of 10 000 psi. The stimulation company will also be required to provide the pump rate and pressure data in a digital format at the end of each DFIT. The main stimulation treatments will be pumped at 60 to 80 bpm with a anticipated treating pressure of 10 000 psi with a potential for maximum treating pressure of 15 000 psi. The treating volumes will be 250 000 to 400 000 gallons with 100 000 to 250 000 lbs of 40/70 resin coated proppant or hydroprop or equivalent. The number of stages per well will range from 1 to 4 pending on the interpretation of collected data. Stimulation company to provide ~ 22 000 hhp, 2 blenders (primary and backup), backside pump, chemical units, treatment monitoring service, necessary fracturing support equipment, N2 pop-off valve, and wellhead isolation tool (if needed). Prerequisite for the awarding of contracts is pre-qualification in compliance with the qualification system (connexio) described here. On the basis of this pre-qualification, suitable suppliers of the products and/or services named in Section II. No. 4 can be identified and after additional qualifications have been checked, are requested to submit a tender. In order for pre-qualified bidders to be eligible to continue to stage two of the qualification system, potential bidders must complete the pre-qualification (Stage 1) via connexio by 2.9.2011. If pre-qualification (Stage 1) is not completed by the deadline set by the buyer, then the company will not be considered for the order/orders based on this qualification system. The successful bidder must ensure that their pre-qualification with connexio in the relevant supplier category remains valid for the entire term of the contract. The qualification system is based on the online supplier information system connexio which is operated by Achilles Information GmbH on behalf of utilities (energy and water) in Western, Eastern and Central Europe. During the pre-qualification process via connexio (Stage 1), potential or current suppliers of utility companies provide those utility companies connected to the system with information about their business operations by filling in, saving and submitting an online supplier questionnaire (supplier self-disclosure), which can be called up under www.achilles.com/germany, as well as furnishing them with all requisite documents and certificates. Achilles verifies the data provided by the suppliers for completeness, consistency and compliance with the requirements using a formal programme routine, as well as sometimes checking correctness of content (Pre-qualification Stage 1). The information to be provided for pre-qualification is contained in a document that can be found on www.achilles.com/germany. The participating utility companies reserve the right to adapt or change the criteria occasionally. The participating utility companies have access to a password-protected website 24 hours a day, 365 days a year where they can find the supplier data collected and verified by Achilles. CPV: 76471000. ...


PL-Warsaw: cased hole logging services
Connexio. Marathon Petroleum Poland Services Sp. z o.o. would like to inform you of a qualification system. The main purpose is in connection with the following measure: Cased Hole Electric Line and Perforating Services. Provide Cased hole electric line and perforating services for Marathon's upcoming drilling and completion program. Marathon will be requiring the following services and equipment for our upcoming completion campaign. An electric unit with a depth capability of 5 000 m will be required during completion operations to run gauge ring/junk basket, CCL/GR correlation logs, radial bond logs, multi-arm casing caliper/casing integrity logs, set bridge plugs/frac plugs, perforate, dump bail cement, noise logs, and production logs. Wireline well control equipment is to be provided by the slickline/braided line service provider. The following wireline well control equipment will be required: 5 000 psi and l0 000 psi electric line BOPs, lubricator, grease injector, tool trap, and pump-in sub. The cased hole electric line service provide a certified crane and crane operator that is capable of lifting the well control package. The perforating requirements are a 2.75" scalloped gun loaded with 15.0 gram charge with an entry hole diameter 0.35" and penetration depth of +10". For DFIT tests, 1 foot perforation clusters will be shot at 3 shots per foot and 120° phasing. For fracturing treatments, perforating scheme will be determined after evaluating open hole logs. Bridge/frac plugs and perforating will be performed in 1 wireline run. Expected wellbore fluid is 2 % KCl or treated water. No CO2 or H2S is expected. Prerequisite for the awarding of contracts is pre-qualification in compliance with the qualification system (connexio) described here. On the basis of this pre-qualification, suitable suppliers of the products and/or services named in Section II. No. 4 can be identified and after additional qualifications have been checked, are requested to submit a tender. In order for pre-qualified bidders to be eligible to continue to stage two of the qualification system, potential bidders must complete the pre-qualification (Stage 1) via connexio by 2.9.2011. If pre-qualification (Stage 1) is not completed by the deadline set by the buyer, then the company will not be considered for the order/orders based on this qualification system. The successful bidder must ensure that their pre-qualification with connexio in the relevant supplier category remains valid for the entire term of the contract. The qualification system is based on the online supplier information system connexio which is operated by Achilles Information GmbH on behalf of utilities (energy and water) in Western, Eastern and Central Europe. During the pre-qualification process via connexio (Stage 1), potential or current suppliers of utility companies provide those utility companies connected to the system with information about their business operations by filling in, saving and submitting an online supplier questionnaire (supplier self-disclosure), which can be called up under www.achilles.com/germany, as well as furnishing them with all requisite documents and certificates. Achilles verifies the data provided by the suppliers for completeness, consistency and compliance with the requirements using a formal programme routine, as well as sometimes checking correctness of content (pre-qualification Stage 1). The information to be provided for pre-qualification is contained in a document that can be found on www.achilles.com/germany. The participating utility companies reserve the right to adapt or change the criteria occasionally. The participating utility companies have access to a password-protected website 24 hours a day, 365 days a year where they can find the supplier data collected and verified by Achilles. CPV: 76441000. ...


B-Brussels: electric valve actuators
Electro-hydraulic Actuators for yard valves compression station. Delivery of: — 1 actuator for valve diameter DN600, — 1 actuator for valve diameter DN500, — 24 actuator for valve diameter DN400, — 10 actuator for valve diameter DN250, — 1 actuator for valve diameter DN200, — 13 actuator for valve diameter DN100, — 1 actuator for valve diameter DN80, — 12 actuator for valve diameter DN50. CPV: 42132110, 42132100. ...


B-Brussels: lubricating pumps
Upgrade Lube Oil and Seal Oil Systems for Solar Centaur Machines. "The existing lubricating oil and seal oil system has to be expanded with the installation of electric pumps on units 1 to 5 at the Winksele station, units 1 to 5 at the Weelde station and units 1 and 2 at the Berneau station. Total: 12 machines (possibility of modification of 1 existing unit). Lube oil pump: 189 l/min at 4,5 bar. Seal oil pump: 34 l/min at 70 bar ". CPV: 42122170, 31681200, 45317100. ...


No comments:

Post a Comment