Wednesday, 12 October 2011

12/10/2011 tenders 90

UK-Lochgilphead: cremators
Cardross crematorium: supply, fitting, commissioning & Maint of cremators & filtration plant. Argyll and Bute Council is seeking to replace its existing crematorium equipment and to include additional filtration plant to meet the mercury abatement requirements as well as current and future legislation pollution control measures placed on crematoria. One new cremation unit shall be supplied and installed and only this unit shall require to be attached to the mercury abatement plant. A summary of the proposed works is as follows: — Manufacture and installation of one cremator with a capacity for approx 550 cremations per year and a Main Chamber width of cira 1 050 mm (43"), — 1 x filtration system, that together with the new and existing cremator and their flue assembly, is fully capable of maintaining emissions within Process Guidance Notes (P/G 5 (04)) as amended by AQ1 (05) published by DEFRA, — Plant and equipment to allow the recycling of cremator heat throughout the crematorium complex, — 1 x automated cremator charging bier, — 1 x cremated remains processing and decanting plant, — All necessary infrastructure for the supply of gas and electricity to the aforementioned equipment, — Full commissioning of the above to operational status, — All civil works to facilitate the above installation together with interior renovations to the crematory and/or chapel(s) in order to improve the working environment. It is anticipated that the cremation service operation shall continue at the crematorium whilst new equipment is installed so candidates should be aware that flexible working will be key in the work programme. An existing machine shall be used to deliver this service. The successful contractor shall also be required to undertake a continued proactive and reactive maintenance regime for the crematorium whereby periodic works shall be carried out over a subsequent period of ten years (further described in the PQQ document). 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=212103. 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=212103. 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: 42350000, 45215300. ...


UK-Southampton: lasers
3D velocimetry system. Tenders are invited for an image-based time-resolved velocity measurement system capable of measuring all 3 velocity components in a volume. In addition, the system should include a high resolution planar velocity measurement capability. All necessary hardware to perform these velocity measurements must be included in the system. The software required to compute 3D velocity in a volume as well as in a plane must be included. CPV: 38636100, 38651600, 38651100. ...


UK-Hardwick: analysers
Reagent rental - immunohistochemistry automated slide stainer and related consumables. Analysers. Immunohistochemistry automated slide stainer and related consumables to replace or complement the existing service and facilitate service development and expansion. CPV: 38434000. ...


UK-Leicester: crayons
Crayons, chalks & modelling materials (including silver sand) - 152/12. Crayons. Chalks. Educational equipment. ESPO invites tenders for the supply and delivery of a range of crayons, chalks and modelling materials and associated products including washed silver sand, to the ESPO Distribution Centre, Leicester. CPV: 37822100, 37822300, 39162000. ...


UK-Bristol: protective goggles
Supply of combat protective eyewear. Protective goggles. Possible future purchase of protective combat eyewear: 1. Expressions of interest (EOI) are sought (with requested documentation) from companies interested in meeting the requirements for a 2 year +1 year option enabling arrangement. It is envisaged that between 15 000 and 30 000 spectacles, between 11 000 and 16 000 goggles, and between 1 700 and 2 300 prescriptive lens carriers will be required every 6 months. Goggles and spectacles must be appropriately 'CE' marked. Copies of the EC Declaration of Conformity relating to the eyewear offered must be submitted with the EOI; 2. Spectacles are to include interchangeable lenses and an adjustable retention strap. Frames are to be available in coyote tan colour or a multi-terrain camouflage pattern. Spectacles must be capable of fitting 98 % of the population; any adjustments should be 'tool free'. A facility has to be available for incorporating corrective prescription lenses, whilst maintaining protection performance. Spectacle frames and non-polarised lenses must be CE marked to BS EN 166, demonstrating Optical Class 1 and low impact performance, as a minimum. Anti-scratch resistance properties are to be compliant with MIL-PRF-31013 clause 3.5.1.2. Anti-fogging properties must be provided and an anti-fog cloth may be required. The spectacles must have a UKAS (or equivalent) certified minimum V0 as specified in MIL-PRF-31013 clause 3.5.1.1. and it is desirable for a minimum V0 as specified in MIL-DTL-43511D clause 3.5.10. Spare lenses must be available that can be fitted to the spectacles without tools. Spectacles and spare lenses are to be housed in a low bulk, lightweight, spectacles carrying case; 3. Goggles are to include interchangeable lenses. Frames and strapping are to be available in coyote tan colour or a multi-terrain camouflage pattern. One size of goggle is to fit 98 % of the population. A facility has to be available for incorporating corrective prescription lenses, whilst maintaining protection performance. Goggle lenses, non-polarised, must be approved and at least CE marked to BS EN 166, demonstrating Optical Class 1 and Medium Impact (B). Goggle frames must be approved and at least CE marked to BS EN 166 – demonstrating protection from droplets, large dust particles and medium impact. Anti-scratch resistance properties to be compliant with MIL-PRF-43511D clause 4.4.11. Anti-fogging properties must be provided and an anti-fog cloth may be required. The goggles shall have a UKAS (or equivalent) certified minimum V0 as specified in MIL-DTL-43511D clause 3.5.10 and it is desirable to have a minimum V0 as specified in MIL-PRF-31013 clause 3.5.1.1. Spare lenses must be available that can be fitted to the goggles without tools. Goggles and spare lenses are to be housed in a low bulk, lightweight, goggles carrying case; 4. Clear lenses for both the spectacles and goggles, must provide UV protection in accordance with BS EN 172 5-1,1; 5. Lenses may be required that provide laser protection in accordance with BS EN 207 (Exc. clause 3.10.1). Polarised lenses complying to BS EN 172 scale number 5-3,1 may also be required for possible future use; 6. Your EOI must be accompanied by the following documentation/information: ISO 9001 Certificate (or equivalent); EC Declaration of Conformity; test reports demonstrating compliance with MIL-PRF-31013 clause 3.5.1.1 and MIL-DTD-43511D clause 3.5.10. Statement detailing the spectacle size range (if required) to meet 98 % population fit; 7. Companies who submit a compliant expression of interest for this requirement, may subsequently be asked to complete and return a pre-qualification questionnaire (PQQ) as part of the competitive tendering process; 8. Companies who successfully pass the PQQ assessment (marking criteria contained within the PQQ) will receive an invitation to tender (ITT). Maximum of 2 proposals will be allowed (ie. 2 x spectacles, 2 x goggles). ITT samples will be required 'Free-of-charge', 80 samples per proposal, supplied to the PCE Team. Ballistic proof testing will be carried on 50 samples and 30 will be trialled; 9. These are the approximate planned program dates: 28.11.2011 PQQ despatch 12.12.2011 PQQ return 9.1.2012 ITT despatch 5.3.2012 ITT return 12.3.2012 equipment trials (start date) 10.7.2012 contract award 2.10.2012 first deliveries by. CPV: 33735100. ...


UK-Chester: surgical implants
"Supply of audiological implantable devices". A non-exclusive framework agreement for the supply of audiological implantable devices comprising; cochlear implants bone anchored hearing aids middle ear devices auditory brainstem implants as well as supporting consumables accessories and maintenance for each device offered. CPV: 33184100, 33185200, 33185000. ...


UK-Hamilton: library furniture
Design and Fit Out of Primary School Libraries. Library furniture. South Lanarkshire Council invites bids from Providers with a view to being appointed to a Framework Agreement established for the provision of primary school library design and fit out including the supply of relevant goods, including furniture and shelving. CPV: 39155000. ...


UK-Moor Row: industrial gases
Supply of bulk and cylinder gases to the Sellafield site and participating entities. Supply of bulk and cylinder gases to the Sellafield site and participating entities. CPV: 24110000. ...


UK-Nottingham: super computer
ITT432. High performance computing facility and management software. The University of Nottingham is planning to procure a broad spectrum high performance computing facility and associated management software for use by its researchers. We intend to enter into a contract with a single service provider for the design, provision installation and ongoing maintenance of both the HPC and management software. For the contract to be considered successful it should: — Significantly improve the performance of our HPC facility, — Improve the availability and reliability of the HPC, — Standardise user practices, as far as is reasonable, in order to improve utilisation, reduce waiting times and support costs but without unduly limiting academic freedom, — Minimise the environmental impact of our HPC facility. Additional information: this tender is due to be published in the coming weeks but you can express interest now to ensure you receive the documents as soon as they get published. CPV: 30211100, 30211000, 50312110. ...


IRL-Dublin: clinical forensics equipment and supplies
ITT for the Supply of a DNA Sequencer for the Forensic Science Lab in Dublin. The Minister for Justice and Equality invites tenders from suitably qualified providers for the supply of a DNA sequencer to be used for human identity PCR analysis in the Forensic Science Laboratory. 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=319812. 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.etenders.gov.ie/PostBox/Postbox_Explain.aspx?ID=319812. 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: 33950000. ...


No comments:

Post a Comment