Thursday, 17 November 2011

17/11/2011 tenders 70

UK-Dorchester: health and social work services
Provision of care and support services for up to seven service users with learning disabilities at Cambridge Court, Poundbury, Dorchester, Dorset. Health and social work services. Provision of care and support services for up to seven service users with learning disabilities at Cambridge Court, Poundbury, Dorset. CPV: 85000000. ...


UK-London: tree-maintenance services
Tree maintenance services framework. The framework contract will provide tree work (arboricultural) services across The Royal Parks estate and will ensure efficient delivery of tree work services to the highest possible standards, including ad-hoc and routine tree works operations throughout the estate and a 24 hour emergency call-out service. The contract includes other tree work such as aerial and ground based treatment, removal of tree pests, pesticide application, and occasional operational tree inspections. The framework agreement is to be let for a period of 4 years to include Greenwich Park, The Regent's Park (with Primrose Hill), St. James' Park, The Green Park, Victoria Tower Gardens, Hyde Park and Grosvenor Square Gardens, Kensington Gardens, Brompton Cemetery, Richmond and Bushy Parks (including the Longford River). Care and establishment of young trees (less than 5 metres height or staked trees) will be managed outside of this framework agreement. CPV: 77211500. ...


IRL-Dublin: office cleaning services
Office Cleaning Services for Enterprise Ireland. Enterprise Ireland invites expressions of interest for the provision of cleaning and janitorial services for its headquarters in East Point Business Park, Dublin 3. CPV: 90919200. ...


IRL-Dublin: security services
Security/Guarding Services Enterprise Ireland. Enterprise Ireland wishes to appoint an experienced contractor to provide security/guarding services for its offices and car parks located at East Point Business Park Dublin 3. CPV: 79710000. ...


UK-London: economic research services
Fuel Poverty Modelling for England: London. Economic research services. Energy and related services. Energy-management services. International payment transfer services. The Department of Energy and Climate Change (DECC) appointed a supplier to set up and operate a reconciliation mechanism for the Warm Home Discount Scheme. An explanation of the scheme is below. DECC was created in October 2008 and is responsible for all aspects of UK energy policy, and for tackling global climate change on behalf of the UK. One of the key policy areas of DECC is to support consumers and address fuel poverty. The Warm Home Discount Scheme (which began on 1st April 2011 and will run until the 31.3.2015) will require energy suppliers to provide benefits to domestic energy customers for the purpose of reducing fuel poverty. Subject to a degree of flexibility permitted by this instrument, the scheme will require spending by suppliers totalling £250 million in 2011/12, increasing annually to 310 000 000 GBP in 2014/15. Further details of the Warm Home Discount Scheme can be found at: http://www.decc.gov.uk/en/content/cms/consultations/warmhome/warmhome.aspx. The majority of expenditure through the scheme will be focused on a 'Core Group' of older pensioners on low incomes. Electricity suppliers will be required to provide rebates to customers determined by the Secretary of State. For the purpose of determining who is to be provided with a rebate, it is intended that Government will compare electricity suppliers' customer databases and DWP's data on pension credit recipients via a secure data-match and sweep-up process. We do not know how eligible households are distributed across energy suppliers. It is, therefore, important that there is a reconciliation mechanism in place to make sure that each supplier pays a fair share of the costs of supporting households in the core group and ensure that the WHD scheme does not create competitive distortions between energy suppliers. DECC is looking for the contractor to set up and operate a reconciliation mechanism for the Warm Home Discount Scheme. This will involve calculation of financial flows that will be required in order to balance the market and will make the necessary transfers between participating energy suppliers. The precise methodology that will be used in order to reconcile Core group expenditures is set out in the Warm Home Discount (Reconciliation) Regulations 2011, which can be found at: http://www.legislation.gov.uk/uksi/2011/1414/contents/made DECC reserves the right not to award a contract and to halt or cancel this process. DECC will not be held liable for costs of bids if the procurement is halted or if a bidder is not successful. The contract will be on DECC terms and conditions which are available on our website www.decc.gov.uk and will be issued within the tender documents to companies who are invited to this stage. We anticipate the contract will last for 4 years. The anticipate that the cost in year 1 will be between 70 000 GBP and 100 000 GBP (we expect that there will some set up costs associated with the mechanism) and annual costs of between 30 000 GBP and 50 000 GBP in years 2, 3 and 4. CPV: 79311400, 71314000, 71314200, 66115000. ...


UK-Belfast: business services: law, marketing, consulting, recruitment, printing and security
Tender for the provision of legal services ejectment solicitors panels. The Housing Executive seeked to procure by way of lots 3 ejectment solicitors panels with one solicitor firm sitting on each panel. Each panel covers a distinct geographical area. These are represented by 3 lots (lot 1 Greater Belfast, lot 2 south Area and lot 3 north & west Areas). CPV: 79000000, 79100000, 79110000. ...


UK-Maidstone: internet services
Framework for rural broadband provision. Kent County Council is inviting companies, which have the ability to source and manage Internet Service Provision, to bid for inclusion onto a framework for the provision of broadband delivery to both residential and commercial premises in the rural areas of Kent. Individual call-offs from the framework will be let by further competition and all such provisions will be on a pilot basis with the provider taking responsibility for the on-going provision of broadband services to the community in a competitive environment. The initial framework shall be split into 4 lots: 1. Fibre; 2. Other wired; 3. Wireless; 4. Innovative / emerging. Submissions may be made for one, some or all lots. If applying for multiple lots care should be taken to ensure all appropriate information is provided, as the Council cannot take responsibility for bids submitted missing key data. The framework is anticipated to commence upon 15.8.2011 and will be reviewed after each 12 month period unless terminated in accordance with the Conditions of framework. This framework may be subject to extension(s) of a total of a further 36 months (i.e. extensions may be of any duration up to 12 months, and may be repeated, but the maximum cumulative term shall be 48 months). The framework may be terminated after any annual review if it is determined that it is no longer serving the needs of the community in an effective, competitive manner. After such termination a re-let may occur. This project seeks to develop an innovative 'Kent approach' to providing broadband infrastructure in rural areas currently deemed not viable for next generation, high-speed access. Through developing a programme of demonstration projects, combined with the collation of robust evidence base, this project will seek to a achieve a paradigm shift in national policy and private sector attitudes towards providing high quality broadband infrastructure in rural areas. Analysis shows that, even with the exchanges enabled, 2.6 % of households in Kent do not have broadband access – with 33,5 % failing to meet the 2 MB Digital Britain target. A significant amount of this deprivation falls into rural areas of the county with 6,6 % of rural households not having broadband access and 40,25 % failing to meet the Digital Britain Standard. Published data concerning BT's Next Generation Access programme makes it clear that Kent's rural communities are unlikely to benefit from this programme. The market will only address 60-70 % of the country – those areas where communication providers will generate the greatest return on investment (i.e. the areas of densest population). Under the current status quo, rural areas will continue to be poorly served by the market. The Commission for Rural Communities have recently published a report into releasing the economic potential of England's rural areas, highlighting the importance of high quality broadband and mobile phone infrastructure for rural business success and growth. The Kent Rural Board has also highlighted growing concern over the impact that poor broadband infrastructure will have on Kent's rural economy if a new digital divide in provision is allowed to develop. Whilst this framework is to be set up primarily to service the requirements of the Regeneration Superfast Broadband Pilot Fund, it may also be utilised for the remainder of the Community Broadband Grant Programme. Additionally should the Council be successful in its application for further funding from BDUK this framework may also be utilised for subsequently funded projects. The following is the anticipated funding levels for each of the identified channels. — Regeneration fund - 1 500 000 GBP over 2 years, — Community Broadband Grant – approx. 800 000 GBP over 3 years, — Indicative BDUK funding (subject to confirmation) – up to 42 000 000 GBP over 4 years. Any further broadband requirements, including via Council partners, may also utilise this framework if such use is deemed appropriate. These additional uses are anticipated, not assured. This contract may be accessed by any public authority within Kent plus the following organisations: Pro 5, consisting of the following: — CBC – Central Buying Consortium, — ESPO – Eastern Shires Purchasing Organisation, — NEPO – North Eastern Purchasing Organisation, — WMS – West Mercia Supplies, — YPO – Yorkshire Purchasing Organisation. IESE – Improvement and Efficiency South East. SWCE – South West Centre of Excellence. Capital Ambition – (London Assembly). And all local authorities and other public authorities (e.g. Police, Fire & Rescue Service, Ambulance Service, NHS Trusts and third sector organisations) located within these regions. For information, current Pro 5 members are listed at: http://www.espo.org and follow the link to Pro 5. Current members of the South East Improvement and Efficiency Partnership are listed at: http://www.southeastiep.gov.uk. Current members of the South West Centre of Excellence are listed at: http://www.swce.gov.uk. Current members of Capital Ambition are listed at: http://www.capitalambition.gov.uk. The Council is also a member of the SE 7 group, which are a group of Councils in the South East that have made a clear intent to collaborate. This group includes Kent, East Sussex, West Sussex, Brighton & Hove, Hampshire Surrey and Medway. This contract will also be available to this group. CPV: 72400000, 72410000, 72411000. ...


UK-Elgin: consulting services for water-supply and waste-water other than for construction
11/0017 5S879 - Legionella risk assessment - 2011/2015 Carry out Legionella Risk assessments in various buildings in several locations throughout Morayshire: — 12 swimming pools and community centres, — 20 depots, — 10 town halls, — 7 libraries and museums, — 14 offices, — 15 pavilions, — 59 schools, — 19 social work properties, — 27 toilets, — 4 water fountains, — 3 industrial units. The contract is for a period of up to 4 years commencing on the 1.8.2011, works in the first 2 years to be undertaken in accordance with appendix B and the pricing schedule. Subject to satisfactory contractor performance the contract will be extended for a further 2 years. The contract will be monitored by the following key performance indicators on the adherence to specification, programme and health & safety regulations applicable. PIA - Quality - number of appointments attended on time as programmed with dates arranged, including any rescheduled and notified to the Contract Administrator at least 7 days in advance (target 90 %). PIB - Time - number of completed risk assessments returned within 28 days of completion of inspection (target 90 %). CPV: 90713100, 90711100. ...


UK-Edinburgh: system, storage and content management software package
EProcurement Collaborative Content Management. Provision of an eProcurement Collaborative Content Management (CCM) contract with a strategic partner for the future eCommerce Scotland Service. The eProcurement Collaborative Content Management supplier will provide as a minimum; functionality to host collaborative contract/framework agreement information, supplier and contracting authority details, allow customers to use their eProcurement/finance system to connect to supplier web sites and, record and report upon all content related information. The solution will also have the functionality to produce files in the appropriate format to allow content management to be loaded to purchase-to-pay systems or similar eProcurement / finance systems. The supplier will also supply services which will include design, hosting, management, user support, software support, maintenance, transition, interoperability, marketing helpdesk, and continuing development. CPV: 48780000, 48783000, 72212783, 72330000, 72253000, 72260000. ...


UK-Dudley: pharmacy services
NHS Stoke on Trent - Pharmacy Services at Cobridge Primary Care Centre. NHS Stoke on Trent in partnership with Prima 2000. Provide high quality pharmacy services at the Cobridge Primary Care Centre to be effective from 1.9.2011. Cobridge Primary Care Centre requires a pharmacy service including supply of HIV drugs and support to the HIV team, commencing in September 2011 when the building is completed and opened to the public in September 2011. This has been changed to the end of October 2011 as the building was not open to the public until 31.10.2011. This service is to provide a pharmacy service at Cobridge Primary Care Centre on Monday to Friday 8:00 am to 8:00 pm and Saturday 8:30 am to 1:00 pm. The successful bidder will be required to enter into a lease with Prima 2000 for use of the premises. The timescale has now been changed until the end of October 2011 as the centre will not be open to the public until 31.10.2011. CPV: 85149000. ...


No comments:

Post a Comment