Thursday 26 January 2012

26/01/2012 tenders 190

UK-Belfast: architectural, construction, engineering and inspection services
Provision of display energy certificates (DECs), energy performance certificates (EPCs) and energy advisory reports to the Northern Ireland Education and Library Boards. Provision of display energy certificates (DECs), energy performance certificates (EPCs) and energy advisory reports to the Northern Ireland Education and Library Boards. Further details of the service requirements are contained in the tender documents (attachment 3). CPV: 71000000. ...


UK-Birmingham: accommodation and office services
West Midlands Police and Surrey Police business transformation and service delivery partnership. This procurement is being undertaken by West Midlands Police Authority as lead authority in collaboration with Surrey Police Authority. West Midlands Police Authority is acting jointly on behalf of itself and Surrey Police Authority and the parties reserve the right to substitute one for the other at any time at their absolute discretion. West Midlands Police Authority is also acting on behalf of the organisations listed in II.2 without any obligation on them to participate. West Midlands Police and Surrey Police wish to work with the private sector to transform the delivery of future policing services, and have interpreted transformation as integrating the best of business innovation and ways of working while preserving the integrity of the office of constable. The benefits of this relationship are anticipated to be: improved experience of policing services by end users; realisation of cost savings from transformation initiatives; more efficient delivery of policing services; improved access by forces and others to private sector capability; and a more innovative and cutting edge approach to 21st century policing. The purpose of entering into a strategic partnership with forces is to deliver transformation across policing services. It is anticipated that the strategic partner will also directly manage some services with the forces. However, for reasons of policing specialism, operational risk and public confidence, some activities will necessarily continue to be delivered by police forces. The forces wish to develop a sustainable business model that maintains and improves the delivery of policing services to the public, while staying within likely future funding settlements. The forces believe that efficiencies are better achieved by taking a wider view of policing activity rather than reducing the budgets of functional units. The forces will publish a Memorandum of Information, available on application to the procurement portal found at www.bluelight.gov.uk. The Memorandum of Information contains further information regarding the requirements of West Midlands Police Authority and Surrey Police Authority. The contract will be offered in two Lots: one lot comprising custody services (lot 2) and another lot comprising all other services (lot 1). Suppliers for both lots are required to deliver transformation across all the respective services, with benefits realised across both forces. There will also be policing activities within lot 1 that may be managed by the supplier, in particular those comprising resources and infrastructure to support the delivery of frontline policing. Suppliers may tender for one or both Lots, but should be aware that bids for the lots will be evaluated separately. The lot 2 supplier will be expected to work closely with the lot 1 supplier in order to deliver integrated transformation across services with the forces. The forces will maintain an option to novate the contract for lot 2 to the successful lot 1 supplier, and the lot 1 scope includes custody services to support this option. The activities involved are covered by the 'Police Activity Glossary' (PAG), which identifies the activities each police force conducts. Bidders should note that not all these activities will necessarily be included in the final scope, and that each police force will select some activities from these areas where they see the best opportunities for transformation. A revised version of the PAG is as follows: — Assure service - manage performance, maintain professional standards, assure compliance, manage risk, provide legal services, — Bring offenders to justice - investigate crimes, detain suspects, non-judicial disposal, develop cases, support prosecution, — Deal with incidents - respond to incidents, manage scenes of incidents, investigate incidents, manage major incidents, support victims and witnesses, — Lead service - support the Leadership of the organisation to develop strategy, policy and plans, manage change, and manage partnerships, — Manage public engagement - patrol neighbourhoods, manage public relations, manage customer relationships, report on performance, manage contact, — Manage resources - manage suppliers, manage finance, manage people, manage ICT, manage fleet and livestock, manage equipment, manage facilities, — Protect the public - manage high risk individuals, improve communities, protect vulnerable people, disrupt criminal networks, manage planned operations, protect vulnerable places, manage licensing, manage road safety, — Support operational services - manage duty and tasking, manage forensics, provide specialist services, gather police information, manage property and evidence, manage intelligence. This list of services is not exhaustive and consideration may be given to inclusion of additional services or options for additional services of a similar nature to be provided on an incremental basis, which will assist in delivering the forces objectives. As well as service category 11 referred to in Section II.1.2 this procurement engages the following service categories – 1, 2, 5, 6, 7, 9, 10, 11, 12, 13, 14, 15, 17, 20, 21, 22, 23, 24, 25, 26 and 27. The initial scope however is determined by the requirements of West Midlands Police and Surrey Police Authorities which anticipate having requirements in all of the above areas. The initial scope for each lot will be determined by the requirements of West Midlands Police and Surrey Police Authorities at the point of contract. This initial scope will be shaped during the procurement process so as to deliver the best possible transformational outcome in terms of efficiency, cost savings and performance, within the constraints of what can be legally delegated to the private sector partner(s). As the contract progresses further services may be added incrementally (subject to business case and success of the relationship). The forces envisage a seven year term with potential to extend up to a further 3 years. The potential value of contracts for West Midlands Police and Surrey Police is estimated at 1.5 billion GBP over a 7 year period, based upon a realistic potential scope outlined above. There is also a possibility that other police forces may wish to join these arrangements, in which case the potential value of contracts would grow proportionately. The upper estimate for the contract value of 3.5 billion GBP assumes the participation of additional forces. The total number of forces enabled to participate will be limited in the interests of managing risk and the viability of supply arrangements. The lower estimate of 300 million GBP assumes only one of the 2 forces proceeds to contract with a conservative view of scope. West Midlands and Surrey Police have formed a joint team for the purposes of this procurement activity and will be acting as one team throughout the procurement process. The forces are seeking one partner for each Lot. The forces wish to explore options for the precise form of contractual relationship, including the possibility of a joint venture during dialogue. While the forces have a high degree of commonality in their requirements, they also wish to cater for specific requirements in their local areas. To allow for this the forces envisage having separate service contracts with the successful provider(s) or with a joint venture entity. The anticipated start date for the contract is February 2013. Bidders should note that this date falls after the expected appointment of Police and Crime Commissioners, and that contracts would be subject to the approval of the Police and Crime Commissioner for the force area concerned, who will become the contracting authority. Potential bidders should note that a Bidders' Conference has been provisionally organised for 13.3.2012. Arrangements for this conference will be confirmed to organisations registering for this procurement via the police procurement portal, www.bluelight.gov.uk. This procurement is also being undertaken for the benefit of the following organisations without any obligation on them to participate: Avon & Somerset Police Authority, Bedfordshire Police Authority, British Transport Police Authority, Cambridgeshire Police Authority, Cheshire Police Authority, Cleveland Police Authority, Common Council of the City of London, Cumbria Police Authority, Devon & Cornwall Police Authority, Dorset Police Authority, Durham Police Authority, Dyfed-Powys Police Authority, Essex Police Authority, Gloucestershire Police Authority, Greater Manchester Police Authority, Gwent Police Authority, Hampshire Police Authority, Hertfordshire Police Authority, Humberside Police Authority, Kent Police Authority, Lancashire Police Authority, Leicestershire Police Authority, Lincolnshire Police Authority, Merseyside Police Authority, Norfolk Police Authority, North Wales Police Authority, North Yorkshire Police Authority, Northamptonshire Police Authority, Northumbria Police Authority, Nottinghamshire Police Authority, South Wales Police Authority, South Yorkshire Police Authority, Staffordshire Police Authority, Suffolk Police Authority, Sussex Police Authority, Thames Valley Police Authority, The Mayors Office for Policing and Crime (MOPC), Warwickshire Police Authority, West Mercia Police Authority, West Yorkshire Police Authority, Wiltshire Police Authority. At the time of publication of this notice, these authorities have not yet made a positive election to participate in this procurement. Accordingly, it is the intention that these other UK public organisations should be able to rely on this procurement to purchase such deliverables in accordance with procurement regulations without the need for any further procurement process. It should also be noted that in the event of restructuring within the police that this procurement will pass to successor organisations. CPV: 98340000, 98341100, 90911000, 79210000, 75100000, 75122000, 75112000, 79341100, 79711000, 71200000, 79993000, 45210000, 72221000, 79400000, 79410000, 79000000, 70120000, 79512000, 55500000, 63100000, 90900000, 33950000, 92222000, 42961000, 50334400, 30200000, 72700000, 71500000, 64120000, 79430000, 66162000, 73422000, 72512000, 98380000, 80512000, 80411000, 66171000, 66170000, 79220000, 50111000, 48740000, 77314000, 79713000, 72120000, 71317200, 80560000, 85000000, 72253000, 79414000, 75231210, 72222000, 51600000, 51110000, 51900000, 64227000, 79700000, 72000000, 98341130, 79100000, 72710000, 64121100, 50312600, 50310000, 79300000, 79342000, 79900000, 85140000, 72212900, 72212200, 32400000, 18100000, 90919200, 79500000, 45453000, 66523000, 66520000, 79313000, 80570000, 79631000, 79630000, 79632000, 30120000, 34114200, 35200000, 75241100, 66140000, 64100000, 79823000, 79800000, 45216113, 75231230, 75231220, 34114210, 75231240, 79418000, 79421000, 70330000, 75242000, 79992000, 79996100, 50700000, 50620000, 50410000, 50610000, 50100000, 50300000, 73200000, 55300000, 45454000, 80550000, 79999000, 79710000, 48000000, 80511000, 79330000, 79624000, 79621000, 63700000, 79714000, 72220000, 32500000, 64200000, 64210000, 79714100, 80620000, 80520000, 80500000, 79530000, 66600000, 66160000, 66161000, 50111100, 50111110, 80530000, 72720000. ...


UK-Hardwick: household-refuse collection services
T12-01. Provision of a household waste service. Household-refuse collection services. Household-refuse disposal services. To provide a disposal service for the North Tees & Hartlepool NHS Foundation Trusts household waste. The successful bidder is expected to dispose of the following: — Mixed domestic, — Cardboard, — Paper, — WEEE / metal, — Comingled recylables, — Inert - building waste, furniture etc, — Other wastes - IT monitors, fridges, mattresses etc. CPV: 90511200, 90513100. ...


UK-Birmingham: architectural services for buildings
Architect for the BCU project. Aston University are inviting tenders from suitably experienced architects to provide the architectural services, in respect of the BCU (Birmingham City University) building project, located on campus, at Aston University. The project comprises the part demolition and conversion of the BCU building, including all necessary infrastructure, services and temporary works. The project also includes the site preparation, infrastructure work for a four storey building to be constructed, under a separate arrangement. This work will also include the conversion of an existing car park, into a public square to link the BCU with Aston University main building and campus. The appointed Architect will be required to carry out an initial feasibility study in conjunction with the project team, who are being recruited separately. The overall project value, including fees, and excluding VAT, is estimated to be 7 800 000 GBP. The successful Architect will be required to work under an agreement, similar GC works 5, but it will be an Aston University bespoke Agreement. This authority will incorporate a minimum of 10 calendar days standstill period at the point, information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from the address in Section 1.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provides for the aggrieved parties who been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. CPV: 71221000. ...


UK-Redhill: electricity
Energy procurement for Burnley College. NUS Consulting have been appointed to procure competitive contract rates for Bunrley College. Portfolio due for renewal in 2012. CPV: 09310000, 09121200. ...


UK-Treharris: refurbishment work
Refurbishment and repair of filters (potable water). DCWW are seeking several contractors to carry out refurbishment and repair of filters used in potable treatment works as part of a framework agreement which will serve the whole geographical area of DCWW. The scope of the framework shall include but may not be limited to: Survey and 'dig down' inspection to assess the condition of existing Rapid Gravity Filters (RGFs). Provide detailed report outlining the findings of the site survey and recommendations for short, medium and long term refurbishment including measures required to ensure compliance. Removal, disposal of any support gravel and filter media (sand and anthracite), including other waste products such as plastics and rubble, followed by the replacement and installation of new or recycled media. Recycling of media by cleaning, re-grading and ultimate reuse of existing support gravel/media. Cleaning, replacing & repairing of plenum/lateral/nozzle with DWI Reg 31 approved materials. Cleaning down RGF walls, plenum areas and/or trough systems. Minor repairs to air header pipe work, and where required to filter civils structure. Modification of filter level systems such as outlet and/or inlet weir heights. CPV: 45453100, 42912300. ...


D-Hamburg: electricity meters
Delivery of electronic electricity meters in accordance with "VDE/ FNN Lastenheft EDL 21 Version 1.1 inkl. Erata" without intrastate calibration. Delivery of electronic electricity meters in accordance with "VDE/ FNN Lastenheft EDL 21 Version 1.1 inkl. Erata" without intrastate calibration. The common specification is available on the following website: https://www.vde.com/de/fnn/arbeitsgebiete/messwesen/Seiten/messwesen.aspx. CPV: 38554000, 38552000, 38551000. ...


IRL-Dublin: transport equipment and auxiliary products to transportation
Sale of pontoon roro ramp. This contract is for the sale of a pontoon roro ramp and associated equipment. 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=367252. 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=367252. 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: 33952000. ...


IRL-Dublin: chemical products
Chemicals for water treatment. The contract is for the supply and delivery of various water treatment chemicals to ESB power generating stations in the Republic of Ireland. The chemicals to be CLP/ REACH compliant, following chemicals required: Ammonium Hydroxide. IBC. Hydrochloric Acid. IBC. Caustic Soda 30 %. Bulk. Sulphuric Acid 96 %. Bulk. Anti Foam. IBC. Caustic Soda 47 %. IBC. Sulphuric Acid 96 %. Bulk. Carbohydrazide - Alternative NALC 1256. IBC. Caustic Brine. Bulk. Sulphuric Acid 96 %. Bulk. CPV: 24000000. ...


UK-Coventry: industry specific software package
The economic utilisation of water. A software optimisation tool for the abstraction treatment and distribution of water. CPV: 48100000. ...


No comments:

Post a Comment