Thursday, 22 September 2011

22/09/2011 tenders 170

UK-London: software package and information systems
Residential health and safety (H&S) data management tool (IT system). CPV: 48000000, 48100000, 48170000, 48330000, 48332000, 48517000, 71317200, 71317210, 72200000, 72212170, 72212332, 72212600, 72212610, 72260000. ...


DK-Copenhagen: foreign economic-aid-related services
Evaluation of Danida support to the peace process in Nepal. In November 2006, a comprehensive peace agreement (CPA) was signed between the Government of Nepal (GoN) and the Communist Party of Nepal (the Maoist movement), ending a 10-year period of conflict. A range of bilateral and multilateral donors and organisations, Denmark being one of them, has since then supported the peace process in Nepal. Financial support was provided both to the GoN and to the UN and civil society organisations, mostly through joint mechanisms like the Nepal Peace Trust Fund (NPTF) and the UN Peace Fund for Nepal (UNPFN), but also through other joint or bilateral support. Denmark channelled approximately DKK 170 000 000 (approximately USD 32 400 000) to Nepal through its peace support programme (PSP), while a further app. DKK 170 000 000 was channelled through its human rights and good governance programme (HUGOU). In addition, substantial support has been given to other sectors, such as education and energy. The Evaluation Department of the Danish Ministry of Foreign Affairs is now planning to conduct an evaluation of the Danish support to the peace process in Nepal, taking into account that this Danish support is part of a broader international effort to support the peace process in Nepal. The evaluation is to serve dual purpose: on one hand, the evaluation is to document and assess the Danish support and its contribution to the Nepal peace process and what has been achieved in this context, while on the other it is to provide recommendations and lessons-learned that can serve as input both to the future support to the peace process in Nepal and to other situations where international actors aim to support a peace process. Due to the largely joint character of the Danish support, the evaluation must address the Danish support to the peace process as a part of the wider support, and with due consideration of the context and the interplay with other development interventions and issues. This means that the core of the evaluation must include (but not necessarily be limited to) both the PSP support, not least the joint funds to which Denmark has contributed, as well as the bilateral Danish support through HUGOU. In order to assess the Danish contribution as well as the wider dynamics, achievements and possible gaps of the support, the evaluation must consider the support and its results in light of the context of Nepal, including other donor's support to the peace process and the interplay with other areas of support and development of relevance to the overall peace process. In line with this, the evaluation process is expected to include (but not necessarily be limited to) document review, stakeholder interviews and field visits, in order to be able to address a range of different areas of support and levels of results. Both qualitative and quantitative methods may be required. The evaluation should have its main focus on the period from the signing on the CPA up to the present. However, in order to create a sufficient basis for understanding the peace process, the different areas of support, modalities and achievements, the evaluation must be based on a thorough understanding of the context and the conflict prior to the CPA. Conflict analysis is expected to be an important part hereof. The evaluation is expected to include the OECD-DAC evaluation criteria of relevance, efficiency, effectiveness, sustainability and, to the degree possible, impact. In addition, the evaluation criteria of coherence, coverage and linkages should be included. The evaluation should also take into consideration relevant guidance on support (and evaluation of support) to fragile situations and peace building, and this may have implications for the criteria applied. The required competences for carrying out the evaluation are expected to include, but not necessarily be limited to, the following: planning, leading and reporting complex evaluations; evaluation methods, including theory based evaluation, conflict analysis, contribution analysis approaches as well as thorough experience with designing evaluations based on a mix of methods; knowledge of aspects related to conflict prevention and peace building, capacity building, good governance and human rights, inclusion, reconciliation and resettlement issues; aid architecture and modalities, including Danish development cooperation; development assistance in fragile states/conflict and post conflict situations; specific knowledge of Nepal (Country and context knowledge as well as language skills). CPV: 75211200. ...


UK-Hull: parking enforcement services
Civil Parking Enforcement. Enforcement of on and off street parking regulations. CPV: 98351110. ...


UK-Glasgow: repair and maintenance services of building installations
Cyclical and Reactive Social Housing Repairs and Maintenance (2012). All cyclical and reactive repairs and ancillary specialist repair and maintenance services, including voids, to the assets of the contracting authorities that are party to this contract. 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=207518. 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=207518. 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: 50700000, 79993000, 50000000, 45210000, 45211000, 50531200. ...


UK-Taunton: repair and maintenance services of central heating
SPS/TDBC/HPS00158 Gas Servicing and Maintenance. The scope of the contract will cover the annual servicing, 24 hour responsive maintenance, including labour and materials, to gas fired, multifuel and solid fuel boilers and heating systems. Prices will be sought through the tender for installation / upgrade work on a schedule of rate basis, to be issued as additional works to the main contract as and when required. The scope will extend to include the completion of annual safety checks on storage heaters, smoke detectors and gas carcassing present in council owned properties. The successful contractor will be expected to provide a service to tenants that supports the authority's obligations and commitment to standards of service. The Form of Contract is expected to be NEC3. TPC2005 (amended 2008) - ACA Standard Form of Contract for Term Partnering Agreement (as amended). The Contractor will be required to provide a 7 day 24 hour emergency service (inclusive of Bank Holidays). 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=82512. CPV: 50720000, 50531200, 50531100, 45333000, 45331000, 45331100, 45331110, 45333000. ...


UK-Glasgow: insurance services
North Glasgow Housing Association (non life). Residential and Commerical Propety. Combined Liability. Professional Risks. Engineering Inspection and Insurance. Computer cover. Personal Accident. Tenants Contents. Terrorism. Business Interuption. 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=209720. CPV: 66510000, 66515200, 66516000, 66516500, 66518300, 66517300, 66519200, 66515411. ...


UK-Cardiff: hardware consultancy services
Provision of Information Technology services through the medium of Welsh. The Welsh Language Board is seeking to invite expressions of interest from suitable organisations for the provision of IT services to the office of the Welsh Language Commissioner through the medium of Welsh. The contract will be for an initial period of 3 years from 1.4.2012 with an option to extend for a further 2 years based on satisfactory performance. 1. The Welsh Language Board is a Welsh Government Sponsored Public Body which was established by the Welsh Language Act 1993. It is funded mainly by grant from the National Assembly for Wales. The Board's core function is to promote and facilitate the use of the Welsh language. The Welsh Language Board is due to be dissolved on 31.3.2012 following a restructure by the Welsh Government. However the functionalities of the Welsh Language Board will be transferred to the Welsh Language Commissioner's Office and the Welsh Government. The Welsh Language Board's contracts will therefore be transferred on the 1.4.2012, under the same terms and conditions, either to the Welsh Language Commissioner's Office or the Welsh Government. 2. The Board is presently looking for a company to provide maintenance and support services for its Information Technology network through the medium of Welsh. The Board employs one full time IT officer. The Commissioner's main office will be based at 5-7 St Mary St, Cardiff, where, 40 staff are located on 3 floors. All staff have been allocated either a desktop pc or a laptop which communicates via the local area network to the Commissioner's servers. The vast majority of the Board's internal administration, and a substantial proportion of its outside business, is conducted in Welsh, As will be the Officer of the Welsh Language Commissioner. It is essential for those companies who can offer maintenance and support to do so in the Welsh language. 3. In addition the Commissioner has 3 satellite offices. One based in Carmarthen where 3 staff are located, one in Caernarfon where 9 staff are located and Rhuthun where 2 staff are located. These offices connect to the network in Cardiff using the PSBA network. 4. Details of the maintenance and support services required are as follows: i. Maintenance of the local and Wide area networks, 18 servers running a mix of Windows Server 2003 R2 and 2008 R2 including 5 Domain Controllers, 2 Microsoft Exchange 2007 Servers, 1 Blackberry Server, 1 Microsoft ISA 2006 Server, 2 Microsoft SQL 2005 Servers, 1 Microsoft Communications Server 2007, 1 Microsoft Hypervisor Server, 1 NAS, 2 Email Archiving Servers and 1 Telehone System Server. Service also include maintenance of IPSec and VPN connections, Cisco Routers, 3COM network Switches and Watchguard firewall technologies. The scope includes operations; fault management; preventative, security and performance monitoring. ii. On-site systems support (When IT officer is not available) and deliver hardware and software support at our sites for user desktops, laptops, printers, scanners and other hardware. All Client Machines have installed, the Microsoft Welsh Language Interface Pack for Windows XP SP2, Windows Vista SP2 and Windows 7 SP1 and Office 2007 SP2. Technical support must be provided in Welsh. iii. Provide help-desk support Monday - Friday, 9:00-17:00, and on-site support within 24 hours; support for business-critical issues to be provided within 8 hours. iv. Provide a pro-active computer consultancy service in order to ensure that the Board's infrastructure is kept up to date in accordance with requirements. The written expressions of interest do not need to make detailed proposals but will need to complete the questionnaire to demonstrate that the interested parties have satisfied the following criteria: 1. Bilingual competence; 2. Technical competence; 3. Previous experience; 4. Financial standing. Organisations wishing to express an interest in this project are asked to request an expression of interest questionnaire from tender@byig-wlb.org.uk. Please complete the questionnaire, outlining evidence/information relating to the criteria above, to: Director of Central Services, Welsh Language Board, 5-7 St Mary St, Cardiff, CF10 1AT. Please note that receipt of written expressions of interest is required by 24.10.2011. CPV: 72100000, 72600000, 72514000, 72511000. ...


UK-Edinburgh: business and management consultancy and related services
Associate Consultancy Framework (EILMP). The EI brings together businesses and academic expertise to build strategic partnerships with organisations in Scotland, the United Kingdom and abroad. We combine applied research and practical solutions to deliver results through experienced practitioners, academics, consultants and advisors. The EI provides client-specific services that use knowledge to inform practice and vice versa. Knowledge is integrated through thought leaders and subject experts working alongside practitioners and clients to agree an appropriate solution. The Institute currently operates through six Divisions: Accounting and Financial Services; Entrepreneurship; Festivals, Events and Tourism; People and Organisational Development; Sales; and Professional Practice for all activity not undertaken with the other five subject Divisions. 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=210796. CPV: 79400000, 79411000, 79414000. ...


UK-Leicester: recruitment services
Strategic HR services - 3S/12. Recruitment services. Placement services of personnel. Supply services of personnel including temporary staff. Employee relocation services. Education and training services. Training services. Vocational training services. Assessment centre services for recruitment. Job search services. Human resources management consultancy services. Business and management consultancy and related services. ESPO, for itself and on behalf of the "Pro 5" Group of professional buying organisations (see http://www.espo.org/index.asp?CMD=PRO) intends to establish a framework agreement for the provision of human resource (HR) services to eligible public sector bodies. The objective of the contract is to appoint a range of suitably experienced providers to provide a complete suite of services and solutions. Depending on the range of responses received and number of potential providers included on the framework, it is envisaged that the contract will allow for client bodies to appoint a provider or providers (probably by means of a further competition) for all or any part of their requirements. However, due to current and future budgetary restrictions on local government recruitment it is hard to predict with any certainty the overall level of annual spend and the frequency and value of call-off contracts across all 7 lots. It is anticipated that the framework will include but not be limited to executive interims, executive search, assessment & testing, on boarding, mentoring, executive coaching & related learning and development & performance management services, outplacement, consulting solutions (incorporating organisational change/ design/ Development, re-Structuring, succession/ workforce planning, talent strategy, reward & benefits, HR diagnostics, Research projects etc. and recruitment process outsourcing. Whilst initially for use by local authorities served by the Pro5 Group (see http://www.espo.org/index.asp?CMD=PRO), being central purchasing bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the framework agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: local authority councils; educational establishments; police, fire & rescue and coastguard emergency services; NHS and HSC bodies, including ambulance services; registered charities; registered social landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/ojeu-framework-permissible-users An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement. CPV: 79600000, 79610000, 79620000, 79613000, 80000000, 80500000, 80530000, 79635000, 79611000, 79414000, 79400000. ...


UK-Leicester: software-related services
E-Recruitment & Talent Management Systems - 3E/12 Software-related services. Time accounting or human resources software package. Internet and intranet software development services. ESPO, for itself and on behalf of the 'Pro 5' Group of Professional Buying Organisations (see http://www.espo.org/index.asp?CMD=PRO) intends to establish a framework agreement for the provision of e-recruitment and talent management systems to eligible public sector bodies. The objective of the contract is to appoint a range of suitably experienced providers to provide a complete suite of products and solutions with associated consultancy services. Depending on the range of responses received and number of potential providers included on the framework, it is envisaged that the contract will allow for client bodies to appoint a provider or providers (probably by means of a further competition) for all or any part of their requirements. However, due to current and future budgetary restrictions on local government recruitment it is hard to predict with any certainty the overall level of annual spend and the frequency and value of call-off contracts. It is anticipated that the framework will include but not be limited to products and associated services mainly relating to electronic recruitment solutions (either out of box, branded, bespoke etc.), including web based & hosted solutions, recruitment databases, applicant tracking/ candidate management systems, talent acquisition & management software (including those which facilitate attraction and sourcing, selection, on boarding, performance management, training and development, succession planning and compensation, reward of staff etc.), job board software, development of portals (with back end technology) and associated web development etc. Whilst initially for use by local authorities served by the Pro5 Group (see http://www.espo.org/index.asp?CMD=PRO), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/ojeu-framework-permissible-users An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement. CPV: 72260000, 48450000, 72212220. ...


No comments:

Post a Comment