UK-Nottingham: education and training services
UK Clinical Aptitude Test - test delivery and development contract. The UK Clinical Aptitude Test (UKCAT) Consortium invites competitive tenders from organisations wishing to become the Test Developer and/or the Test Deliverer for the United Kingdom Clinical Aptitude Test (UKCAT) upon the expiry of the current contract in 2011. The UKCAT Consortium is a group of 26 UK universities who are working together to improve admissions processes for entry into medical and dental training. The UKCAT is an aptitude exam and is designed to measure innate cognitive abilities, personality and behaviourial traits. The current exam consists of four cognitive subtests: Verbal Reasoning, Quantitative Reasoning, Abstract Reasoning and Decision Analysis. Items include those developed from operational items used in the previous administrations and new items trialled in previous years. The fifth component (Behavioural Test) is intended to assess non-cognitive attributes of empathy, integrity and robustness that are associated with good doctors and dentists. Members of the UKCAT Consortium require all applicants to some or all of their medical or dental programmes to take the UKCAT in order to be considered for admission. Testing takes place each year over the summer (July–October). The successful Test Delivery contractor will be required to manage and operate widespread test centres or provide an alternative solution which meets UKCAT's needs. In 2010 over 25 000 candidates took the test on screen at test centres through the UK and the rest of the world. Test results were delivered to the candidates immediately after testing and to Consortium Universities in November to assist them in their admission processes. The opportunity is divided into 2 lots. Lot 1 relates to the Test Delivery and Lot 2 relates to Test Development. Bidders may submit proposals for one or more lots. Following the pre qualification stage, UKCAT will select the highest scoring four bidders for each Lot (provided there are four suitably qualified bidders per Lot) to be invited into a competitive dialogue. CPV: 80000000, 80320000, 72000000, 72200000, 72500000, 72800000, 80520000, 80420000, 80490000, 80570000, 98341000, 73000000, 73300000, 73200000, 50000000, 48000000, 45000000, 70000000. ...
UK-Newcastle upon Tyne: public road transport services
Various contracts for the provision of bus services and/or school transport services throughout the County Of Tyne & Wear, England. contract duration varies from 3 months to 5 years. To provide subsidised local bus services & subsidised local school transport services throughout the County of Tyne & Wear. note there are several potential contracts of varying duration/scale ranging from 3 months to five years. in accordance with nexus terms & conditions of contract applicable, contract will be paid in monthly instalments over the duration of the contract. a sum of money will be retained against initial scheduled payment and held until end of contract period. Penalties for poor performance will be applied as appropriate. Joint and several liability will apply. CPV: 60112000. ...
UK-Warrington: sewage removal services
Grit & screening re-cycling. United Utilities are investigating options for a viable solution to sustainably deal with the disposal and recycling of its wastewater grit & screenings. — Screenings are the detritus and bulky solids mechanically removed from wastewater (sewage) flows during the preliminary stage of treatment. They are made up primarily of plastics, paper and wood but will also contain organic matter. They may have been washed, compacted, dewatered and/or bagged on site prior to collection (current process), — Grit is the generally inorganic gravel, stones and silts settled out of sewage flows following the removal of screenings, prior to the primary and secondary biological processes. Interested parties are invited to request further information containing a background information, process requirements and constraints. Interested parties should request the information from the contact point in I.1. CPV: 90410000, 90000000. ...
UK-Belfast: actuators
C477 - supply of equipment, spare parts and specialist maintenance of Auma actuators. This tender is for the supply of a range of proprietary actuators, related parts, training and specialist service maintenance of Auma Actuators as outlined in the pricing schedule and is applicable to all Northern Ireland Water sites. CPV: 31131100, 50000000. ...
F-Paris: taps, cocks and valves
UK/PE 6501. Non classified valves and check valves. The scope of works for the referenced contracts includes the following steps: design and manufacturing studies, procurement, manufacturing, quality controls and tests made at workshop, delivery on site. The valves to be designed and manufactured under the contract UK/PE 6501 are non classified valves and check valves. Further information and details are filled in the Appendix A of the PQQ. CPV: 42131000, 42131146, 42131240. ...
F-Paris La Défense: taps, cocks and valves
UK/PE 6631. Classified butterfly valves. The scope of works for the referenced contracts includes the following steps:design and manufacturing studies, procurement, manufacturing, quality controls and tests made at workshop, delivery on site. The valves to be designed and manufactured under the contract UK/PE 6631 are classified butterfly valves. The classification of the valves means that the valves are important for the safety of the nuclear power plant. This safety classification leads to strong requirements on design, manufacturing and controls done on the items of the contract. As a result, all these steps will have to be performed according to a code or a standard. Further information and details are filled in the Appendix A of the PQQ. CPV: 42131000, 42131280. ...
F-Paris La Défense: taps, cocks and valves
UK/PE 6671. Control valves. The scope of works for the referenced contracts includes the following steps:design and manufacturing studies, procurement, manufacturing, quality controls and tests made at workshop, delivery on site. The valves to be designed and manufactured under the contract UK/PE 6671 are control valves. The classification of the valves means that the valves are important for the safety of the nuclear power plant. This safety classification leads to strong requirements on design, manufacturing and controls done on the items of the contract. As a result, all these steps will have to be performed according to a code or a standard. Further information and details are filled in the Appendix A of the PQQ. CPV: 42131000, 42131140. ...
F-Montrouge: taps, cocks and valves
UK/PE 6521. Low pressure check valves. The scope of works for the referenced contracts includes the following steps:design and manufacturing studies, procurement, manufacturing, quality controls and tests made at workshop, delivery on site. The valves to be designed and manufactured under the contract UK/PE 6521 are classified and unclassified low-pressure check valves. The classification of the valves means that the valves are important for the safety of the nuclear power plant. This safety classification leads to strong requirements on design, manufacturing and controls done on the items of the contract. As a result, all these steps will have to be performed according to a code or a standard. Further information and details are filled in the Appendix A of the PQQ. CPV: 42131000, 42131140. ...
F-Montrouge: taps, cocks and valves
UK/PE 6611. Not classified diaphragm valves. The scope of works for the referenced contracts includes the following steps:design and manufacturing studies, procurement, manufacturing, quality controls and tests made at workshop, delivery on site. The valves to be designed and manufactured under the contract UK/PE 6611 are not classified diaphragm valves. Further information and details are filled in the Appendix A of the PQQ. CPV: 42131000, 42131140. ...
UK-Belfast: ticket-issuing machines
Procurement of rail handheld ticketing equipment. Translink is the brand name for the public transport group of operating companies of Ulsterbus, Northern Ireland Railways and Citybus, which trade under the brand name Metro. Translink operate the majority of bus and rail services in Northern Ireland, with approximately 80 million journeys made on Translink services every year by the 1.76 million population of Northern Ireland. Translink commissioned approximately 280 Handheld Ticketing Machines on NI Railways services as part of the Integrated Ticketing Project in 2003. The Translink hand-held ticket machines currently used consist of two separate devices – a hand-held terminal console to programme the paper ticket issue or validate/top-up the smartcard and a separate wireless printer which receives print instructions from the hand-held terminal via radio communications. Due to the fact that the printer is remote from the hand-held ticket machine, radio communications transmit data between the two paired devices using bespoke wireless communication technologies. Translink experience to date has shown that the absence of having an integrated printer within the Handheld device brings the following issues: — Device is relatively slow to issue paper tickets as paired devices establish electronic "handshaking" protocols, — If the printer battery levels are low/depleted then the ticket may be recorded on the hand-held machine as being printed without being fully issued by the printer, — If the hand-held battery levels are low/depleted then the ticket may be issued by the printer without being recorded on the hand-held machine. The Handheld Ticketing Machines are used to; — Issue a wide range of paper tickets, — Validate all concessionary Smartpasses to issue free/half-fare tickets, — Validate Translink Staff/Spouse/Dependants smartcards, — Validate and top-up commercial iLink integrated smartcards. At present 46 % of all NI Railways tickets are issued from Handheld ticket machines. However, Translink Handheld Ticket Machines are nearing the end of their useful lives after being in operation for approximately eight years. The wireless printers are no longer manufactured by the American company (Zebra) who originally supplied these to Parkeon Wayfarer. Additionally, the Handheld terminal is no longer being manufactured by the original supplier, Hand Held Products. Batteries and parts for both the portable terminal and the remote printer are becoming more scarce and the reliability and performance of the Handheld devices is decreasing as time develops and as a result maintenance costs are increasing accordingly. Translink therefore need to replace the current Handheld Ticket Machines by the end of December 2013 at the latest. Translink envisage that the contract would be awarded in Q3 of 2011, with the new hand-held ticketing hardware, software and associated back office system implemented by Q2 of 2012. Parkeon Wayfarer supplied all of Translink's existing ticketing equipment and Integrated back office systems for all 3 Operating Companies. Translink issue Commercial and Concessionary proprietary format Smartcards which can be read on-board all Translink services including NI Railways trains, Metro and Ulsterbus buses plus Ulsterbus Goldline coaches. Translink do not intend to replace its entire Ticketing System for all three Operating Companies and wishes to retain, for example, Point of Sale machines used in NI Railways Ticket Sales offices and driver ETM's on-buses. The supplier must therefore be able to read Translink's proprietary format smartcards by securing agreement with Parkeon Wayfarer to make available relevant hardware and software to the supplier which will enable the new Handheld Ticket Machines to read Translink's proprietary smartcards. Suppliers should note that the replacement of Translink rail hand-held ticketing equipment is an interim measure delivered to see Translink through until the entire Translink bus and rail ticketing equipment/system is totally replaced in 5-7 years. Please see the pre-qualification questionnaire for full details. CPV: 30144200, 30123100. ...
No comments:
Post a Comment