Friday 28 October 2011

28/10/2011 tenders 120

UK-London: coffee beans
Supply to the house of lords & house of commons coffee products, machines, servicing & maintenance. Coffee beans. Coffee, tea and related products. Coffee. Roasted coffee. Decaffeinated coffee. Electric coffee makers. CPV: 03131100, 15860000, 15861000, 15861100, 15861200, 39711310. ...


UK-Peterborough: solar photovoltaic modules
Solar Photovoltaic (PV) panels framework agreement: design, supply, installation, operation and maintenance. 1. Peterborough City Council (the Council) is seeking to appoint suitably qualified contractors to design, supply, install, operate and maintain solar photovoltaic (PV) panels at a number of locations in Peterborough and the wider Peterborough administrative area (the framework). The framework is part of the Council's response to the UK government's Green Deal initiative. 2. The appointed contractors will primarily be required to install solar PV systems of up to 50kW and provide associated operation and maintenance services. The Council may identify sites with a larger capacity in addition to the 50kW rooftops put forward, which may include ground-mounted opportunities (i.e. from 51kW up to 5MW). The Council reserves the right to allot all or part of the pipeline of 50kW rooftops (and such other rooftops or ground mounted schemes which may become available from time to time), to the appointed contractors under the terms of the framework. 3. It is the intention of the Council to have its initial focus on public buildings (including, but not limited to, schools and social housing) in the Peterborough administrative area. The Council also intends to allow the Council's ESCO (Blue Sky Peterborough Limited) to utilise the framework to install solar PV systems on additional buildings (including third party buildings) outside of the Council's administrative area. 4. The Council intends to enter into a series of lease arrangements with other contracting authorities and private bodies in England, Scotland and Wales for the installation of solar PV systems to those other entities for an anticipated duration of 25 years. The Council intends to utilise the framework to secure the Council's supply chain for this purpose as well as to fulfil its framework requirements within the Council's administrative area. 5. The aim of this framework is to establish a scheme to generate maximum Feed-in-Tariffs (FiTs). It is therefore imperative to the Council that the contractor(s) are able to commit to: a. a contract commencement date of 16.12.2011 at the very latest (i.e. the first call-off contract under the framework); and b. a commissioning date for the Council's immediate pipeline, meaning that the relevant installation is capable of exporting electricity in accordance with the terms of the feed-in-tariffs (specified maximum capacity and functions) order 2010 in order to allow the Council to receive maximum tariff available for FiTs. This date currently stands at 31.3.2012 (the Go-Live Date). 6. The Council wishes to emphasise that a bidder's ability to undertake the FiT accreditation process and to generate maximum FiTs from 31.3.2012 will, amongst other things, constitute a key element of the later tender evaluation process for the framework. 7. The framework will be entered into by the Council, and/or a special purpose vehicle to be wholly owned by the Council (including the Council's ESCO). 8. The Council currently anticipates that it will require the appointed contractors to operate and maintain the solar PV panels to be installed on identified sites for a period of up to 4 years. 9. The appointed contractors will be expected to: a. Design the solar PV panel solution in accordance with the Council's requirements. This will require ensuring compatibility with the roof structure subject to the relevant contractor undertaking a structural survey; b. Supply the solar PV panels, inverters, fixings and all other equipment necessary to ensure successful electricity generation (and associated export); c. Install the equipment on the designated roof space, including liaising with the relevant distribution network operators to ensure that the grid connection(s) is in place to export excess electricity as soon as possible before, on or after the go-live date; d. Operate and maintain the installed solar PV panels for a period of up to 4 years; and e. Support the Council in providing solar PV panels as part of its lease arrangements with other bodies (as described in paragraph 4 above). 10. Contractors expressing an interest in this Framework must hold appropriate qualifications, including but not limited to: a. a current and valid Microgeneration Certification Scheme (MCS) accreditation for providing solar PV panels; and b. a current and valid Renewable Energy Assurance Listed (REAL) assurance scheme membership. 11. Contractors expressing an interest in this framework must obtain FiT accreditation for such relevant installations undertaken under the framework on behalf of the Council within the time frame set out above. 12. It is currently anticipated that the overall value of the Framework will be between 25 000 000 GBP and 200 000 000 GBP. CPV: 09331200, 09300000, 50000000, 09332000, 45261215, 65320000. ...


DK-Frederiksberg: laboratory, optical and precision equipments (excl. glasses)
Purchase of a NMR console and cryoprobe. The object of the purchase is a digital NMR console (600 MHz) and cryoprobe. The equipment is primarily to be used for small-molecule NMR experiments within plant biochemistry, natural products research and food science. Furthermore there are an option for the purchase of an autosampler, which should be compatible with the Contracting Authorithy's current HPLC-SPE-tube transfer NMR system. CPV: 38000000, 38430000. ...


UK-Dumfries: printing and delivery services
DGHP printing contract. The supply of printed materials including leaflets, newsletters, drawings, display materials, pre paid envelopes and large letter envelopes with deliveries being made to our offices in Dumfries ann at times throughout Dumfries & Galloway. While delivery will normally be expected to be the next day there will be occasions on which same day delivery will be required. When delivering large orders the delivery is expected to be placed in the storage area as directed by DGHP. 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=212928. CPV: 79823000. ...


IRL-Dublin: tyres for heavy/light-duty vehicles
The supply and delivery of vehicle tyres. The supply & delivery of vehicle tyres. 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=325392. CPV: 34350000, 34351100, 34411200. ...


UK-Leeds: tyres for heavy/light-duty vehicles
Supply and maintenance of vehicle tyres. This contract will provide a framework for the supply and maintenance of vehicle tyres and will be for a period of 2 years with an option to extend for a further 2 x 12 months. The framework will be used by Leeds City Council. CPV: 34350000, 34351000, 34351100, 34352000, 34352100, 34352300. ...


UK-Bath: food, beverages, tobacco and related products
Ministry of Defence (MOD) food supply. Food, beverages, tobacco and related products. Animal products, meat and meat products. Prepared and preserved fish. Fruit, vegetables and related products. Animal or vegetable oils and fats. Dairy products. Grain mill products, starches and starch products. Animal feedstuffs. Miscellaneous food products. Beverages, tobacco and related products. Disposable catering supplies. Disposable cutlery and plates. Disposable cups. Drinking water. Description of requirement: to provide a world wide food supply solution that meets the needs of British Armed Forces and entitled personnel serving where contracted food service is not provided. The requirement excludes current operations in Afghanistan. The requirement includes the sourcing and distribution of food, dog food, in-flight meals, bottled water and other beverages and catering consumables to UK and overseas locations. All food sourcing to be compliant with UK Government Buying Standards for food and catering services. The Authority invites expressions of interest (EofI) in its requirement from companies or alliances that can demonstrate experience of supply or sourcing of food and associated logistics. EofI are to be submitted by email only to DESCommodities-NGFP-ComrclSCM@mod.uk This procurement will take place under the Competitive Dialogue procedure. Companies or alliances submitting an EofI in this requirement are advised that the Authority intends to conduct a concise and focussed dialogue to ensure that the resources consumed during this element of the procurement are minimised as far as is possible. It should also be noted that the Authority considers that it may need to down select to a reduced number of participants at the end of phase 1 of dialogue. Full details of the process leading to any down selection in this phase of the procurement will be included in the Invitation to Participate in Dialogue (ITPD). Please note that the requirement to which this notice relates comes under Logistic Commodities and Services (LCS), formed on 1 Aug 11. LCS is determining the future strategy for all commodities and services within its remit and may, in the future, place a contract for the supply of services which may include the provision of articles (or services) which are covered by this notice. In this event, the Authority may novate any contract arising from this Notice to the LCS service provider. Pre Qualification Exercise: A Pre-Qualification Questionnaire (PQQ) will be issued both electronically and in hard copy to those companies or alliances for which an EofI has been received by 28.11.2011, (23:59) hrs. It is planned to issue the PQQ shortly after the 28.11.2011. It must be completed and returned to LCS in both electronic and hard copy format by the date indicated. The electronic copy should be provided in Microsoft Word 2003 on a CD. Only those companies or alliances that can demonstrate a sufficient level of competence against the Authority's Pre-Qualification criteria will be invited to participate in the competition; it is envisaged that no less than 6 and no more than 8 companies or alliances that meet the minimum qualifying standard will be invited to participate in dialogue. Those companies or alliances that fail on any of the pass/fail criteria stated in the PQQ will not be scored and therefore will not progress to the down-selection phase. The pass/fail subjects in the PQQ will be: grounds for mandatory rejection: conviction for offences relating to conspiracy, corruption, bribery, fraud, money laundering or any offence within the meaning of Article 45/1 of Directive 2004/18/EC or for any other reason as contained within paragraph III.2.1 of this notice will fail this element of the PQQ. Grounds for discretionary rejection: The Authority will ask a series of questions relating to; Bankruptcy, insolvency administration, convictions of a criminal offence, professional misconduct, failure to pay social security and or taxes, misrepresentation under regulation 23 of Public Contract Regulations 2006 or on any other subjects contained within paragraph III.2.1 of this notice. Failure to provide an acceptable response to any of the questions posed by the Authority will constitute a failure of this element of the PQQ. Economic and financial standing: the applicant's (individual companies or members of potential alliances) financial ability to meet this requirement will be assessed on a risk basis and the applicant's financial accounts will be evaluated by the Cost Assurance and Analysis Service's (CAAS) financial analysts. Factors that will be taken into consideration when evaluating the accounts include: Turnover; Profitability; Liquidity and working capital; Debt; Cashflow. The MOD will also examine the financial health of any holding company or subsidiary of the applicant where it is part of a Group. When assessing the financial health of an organisation the Authority will also take into consideration any Auditor's opinion, for example Qualifications or Emphasis of Matter Statements. The Authority's opinion may be validated using financial credit agencies such as Company Watch and Dunn and Bradstreet. If examination of the financial accounts exposes potential for an applicant to experience financial difficulty, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the accounts will attract an acceptable or non-acceptable risk marking. A non-acceptable risk marking will constitute a fail of this element of the PQQ. Quality accreditation: Companies or alliances must fulfil the quality accreditation requirements specified in the PQQ. In the event that they do not meet these requirements then this will constitute a fail of this element of the PQQ. Transfer of undertakings (protection of employment) (TUPE) The Authority believes that "contractor to contractor" TUPE may apply to this requirement and that this may include the transfer of ex MOD staff transferred as a result of an earlier contract. Within the PQQ, the Authority will seek an undertaking from companies or alliances that have submitted an EofI that they are prepared to fulfil certain obligations in this respect. Down selection criteria: the following topics will be used as down selection criteria and scored in accordance with the evaluation methodology included in the PQQ to determine the companies or alliances to be invited to participate in dialogue (please note the following criteria are not listed in any order of priority or weighting): Collaborative working, Supply Chain Management, food supply, capability, sustainability and social accountability, performance management, innovation. Announcements herein may also be published in the MOD Defence Contracts Bulletin, the Official Journal of the European Union (OJEU) or the European Defence Agency's Electronic Bulletin Board and may appear in other publications as appropriate. The Authority is planning to hold an Industry day 2nd December 2011 at DE&S Abbeywood, Filton Bristol, to provide an opportunity for interested parties to become more familiar with the service requirement. For further details please contact Major Daniel Hopes RLC, by email daniel.hopes439@mod.uk. CPV: 15000000, 15100000, 15200000, 15300000, 15400000, 15500000, 15600000, 15700000, 15800000, 15900000, 39222100, 39222110, 39222120, 41110000. ...


UK-Cardiff: refuse and waste related services
The Treatment of source separated, predominantly Municipal, Organic Waste. CPV: 90500000, 77120000. ...


UK-Salford: medical specialist services
Abdominal Aortic Aneurysm (AAA) Screening Programme. In 2008 Greater Manchester (GM) became an early implementer of the National Abdominal Aortic Aneurysm (AAA) Screening Program. NHS Bury is the lead PCT for AAA Screening program. The GM Public Health Practice Unit is responsible for delivering the early implementation of AAA Screening in GM. The GM AAA Screening Program covers the population of 11 Primary Care Trusts (10 GM PCTs and Central and East Cheshire PCT). Further information is available at www.gmpublichealthpracticeunit.nhs.uk The aim of the AAA Screening Program is to reduce the mortality from catastrophic rupture of abdominal aortic aneurysm in men aged 65 and over. The GM Public Health Practice Unit/NHS Bury would like to explore the provider market for AAA screening in GM with the aim of tendering for this service. The objectives of the program are to: — identify and invite eligible men to the AAA screening program, — provide clear, high quality information that is accessible to all, — carry out community based, high quality ultrasound on those men who attend according to national protocol, — minimize the adverse effects of screening - anxiety and unnecessary investigations, — enable men to make an informed choice about the management of their AAA, — ensure appropriate and effective management of cardiovascular risk factors, — ensure referral to high quality diagnostic and treatment services Ensure robust database and programme management including call/recall, referral, failsafe and QA, — promote audit and research and learn from the results NHS Bury currently employs the community based screening team who have successfully implemented the service in GM. The aim of this process is to identify a suitable provider to take on the management of this award winning team in line with Transforming Community Services (TSC), to continue delivery of the service in GM. It is anticipated that the new provider will commence service delivery from April 2012. CPV: 85121200, 85121230. ...


UK-Harrogate: photocopiers
Provision of a Managed Print Service for Harrogate Borough Council. Provision of a Managed Print Service for Harrogate Borough Council. This should include: — standardisation of manufacturers (where possible / appropriate), — supply, delivery, installation and training of all related hardware and software, — the Council's current 'Print Room' facility, — automated management and re-ordering of all consumables (excluding paper), — on-site support of all hardware, — fixed periodic charging model, — ability to add, remove or replace equipment as operational requirements, demand or reliability dictates, — provision of suitable monitoring software in order to manage print service and related hardware estate, — the ability to input documents from MFDs directly into a single data store provided by SharePoint 2010, — the ability to process scanned documents into SharePoint using Optical Character Recognition (OCR), — the ability to input/scan documents into other document management systems/in-built document management functionality of systems e.g. Agresso, Trent etc. The majority of MFDs /MFPs should be networked, though Harrogate Borough Council does have outlying sites (which will have print requirements) which are not networked. Additionally Harrogate Borough Council request: — no 3rd Party Finance – the agreement should be between the supplier and the Council, — no capital outlay required by Harrogate Borough Council. CPV: 30121100, 30232100, 30232110. ...


No comments:

Post a Comment