DK-Ballerup: repair and maintenance services of security and defence materials
Framework agreement to TPS-77 radar installation. DALO would like to acquire a framework agreement in connection to the Danish defence' TPS-77 radars. The framework agreement shall run for a period of five (5) years. The framework agreement consists of the following separate services; recurrent training, system performance check, purchase of additional spare parts and on-site technical assistance. Furthermore, there will be an option to extend the framework agreement for a period of two (2) years. DALO will arrange a site survey and inspection one day in the period between the 26th and 30.3.2012. CPV: 50600000. ...
UK-Bath: works for complete or part construction and civil engineering work
To establish contracts, framework agreements and approved lists of qualified contractors and consultants. This Notice fulfils Wessex Waters statutory obligation to readvertise its qualification system originally advertised under OJEU Notice 2009/S 98-142593 seeking contractors and consultants to apply for the qualification system. This qualification system will be used as the basis for selection or tendering opportunities which may be supplemented by further qualification criteria as detailed in any second stage selection document. Contracts, framework agreements and approved lists may be established via this qualification system or, where these already exist, be revised as required in order to assist in the delivery of Wessex Waters capital investment and capital maintenance programmes. Wessex Water maintains the right not to use the qualification system where it deems necessary. Where Wessex Water chooses not to use the system and the value is above the relevant threshold it may use the Achilles UVDB or, as necessary, issue a separate call for competition in the Official Journal of the European Union. Where Wessex Water's anticipated demand for a certain work type is sufficient, Wessex Water will establish formal framework agreements or approved lists for these work types. For other work types the qualification system may be used for establishing specific contracts. Those organisations who have already been awarded an agreement for a work type need not reapply for that work type, however they may apply for other work types advertised here should they wish. Currently, the majority of projects within the Wessex Water programmes are let/tendered through the framework agreements and approved lists and/or are grouped to create programmes to be delivered under several possible commercial arrangements. The works and services covered by the qualification system are indicated in the lists of work types below. These work types fall into 3 groups: 1) Main contractors work; 2) Trade based work and; 3) Consultants. Applicants are not limited to the number or group of work types for which they wish to apply. Contractors and consultants are invited to respond to this notice. Contractors need not restrict applications to Main Contractors and/or Trade based work, but may also apply for Consultants work. Consultants are similarly at liberty to apply for main contractors and trades based work types. Responses will be assessed and successful applicants will be classed as Passed within the qualification system. Passed means applicants may be considered for an invitation to respond to a second stage document as required by Wessex Water. This document will set out, in greater detail, Wessex Waters technical, contractual and commercial requirements relating to the specific work type or project as the case may be. In this stage applicants may be asked to provide rates and prices against Wessex Waters detailed requirements. As further specified in the second stage document, successful applicants will be awarded a Contract or invited to join a new or revised framework agreement or approved list. Contractors and consultants will be given opportunities to tender for work for the work types for which they have been awarded a framework agreement or approved list. Wessex Water reserves the right to amalgamate or split work types and provides no guarantee as to workloads. Wessex Water will not be liable for applicants costs of responding to this notice or to any subsequent pre-qualification document. (1) Main contractors work types (notional contract values and scope as indicated but not limited to): — Minor civil engineering; up to 20 000 GBP, — Process contractors; up to 1 000 000 GBP, — Rehabilitation of water mains by resin spray lining, — Rehabilitation of water mains excluding resin spray lining; from 200 000 GBP to 6 000 000 GBP, — Structural renovation and rehabilitation of sewers (including critical and adopted private sewers); up to 4 000 000 GBP. (2) Trade-based work types (notional contract values and scope as indicated but not limited to): — Asbestos inspection surveys and reports; up to 5 000 GBP, — Asbestos removal and disposal; up to 5 000 GBP, — Boreholes for water resources and ground water level observation; sinking, and maintenance; typically up to 50 000 GBP, — CCTV sewer asset surveys, inspection of manholes, tunnels and pipelines and associated jetting; up to 10 000 GBP, — Chemical dosing equipment installation and maintenance; up to 1 000 000 GBP, — Demolition of various structures, tanks, etc; typically up to 25 000 GBP, — Diamond drilling; up to 5 000 GBP, — Diving including inspection, repair and installation work; up to 25 000 GBP, — Electrical and instrumentation installation/modifications including cabling, control equipment, MCCs, PLCs; typically up to 25 000 GBP, — Fencing, various types; typically up to 25 000 GBP, — Formwork, reinforcement and concrete (FRC); typically up to 100 000 GBP, — Gel grouting/injecting of sewers; up to 1 000 000 GBP, — Groundworks including excavation, disposal of spoil including contaminated material, filling, grading; typically up to 50 000 GBP, — Heating and ventilation including design, installation, alterations and maintenance; typically up to 50 000 GBP, — Labour only subcontractor for labour to undertake civils works; typically up to 100 000 GBP, — Labour only subcontractor for gangs including materials and plant to peak lop demands undertake general repair and maintenance civils works; typically up to 100 000 GBP, — Metalwork fabrication including walkways, stairs, covers, guard rails, gantries and minor works; up to 50 000 GBP, — Piling including design and installation of augered, driven concrete and steel sheet piling; coffer dams; extraction; up to 350 000 GBP, — Pipework and fittings; installation, alteration and repair; up to 25 000 GBP, — Reinstatement of roads etc by hand lay including patching; up to 20 000 GBP, — Reinstatement of roads etc by machine lay; up to 100 000 GBP, — SCADA and controls/software development, modifications and replacement; typically up to 25 000 GBP, — Scaffolding; including design and installation of access to various structures including tank interiors; typically up to 10 000 GBP, — Tree Surgeons including surveys, cutting and clearance and watching of adjacent construction work; up to 10 000 GBP, — Specialist process work (minor) including small scale installation, alteration and refurbishment of process equipment; up to 100 000 GBP, — Trenchless pipework including micro tunnelling, headings and guided auger techniques, construction of shafts; up to 2 500 000 GBP, — Brickwork / blockwork and carpentry including general building work, roofing, painting/decorating, flooring, windows, doors (contracts typically up to 25 000 GBP), — Structural steelwork including frames to enclose process equipment, steel framed buildings, bracing works; (contracts typically up to 25 000 GBP), — Plumbing and sanitary work (contracts typically up to 25 000 GBP). (3) Consultants work types (notional contract values and scope as indicated but not limited to): — Architects and planning consultants including feasibility, outline and detailed design and planning advice; generally up to 100 000 GBP, — Archaeological services including planning, provision of archaeological staff, processing site archives, records and finds, liaison with landowners and reports; mainly up to 10 000 GBP, — Environmental and Wildlife/Ecological consultancy including studies, feasibility reports, design solutions and works for wildlife care; up to 50 000 GBP, — Flow surveys including option studies, simulation models, analysis work, designs of flow, management reviews, pump performance testing, surge checks; up to 10 000 GBP, — Ground radar scanning for services etc including preparation of integrated survey plans; up to 10 000 GBP, — Health and Safety consultants (incl. CDM); typically up to 10 000 GBP, — Hydraulic Analysis of transient surge; typically up to 10 000 GBP, — Hydraulic Analysis namely network modelling; typically up to 10 000 GBP, — Hydraulic Analysis namely the construction and testing of physical test models; typically up to 10 000 GBP, — Hydraulic Analysis of computational fluid dynamics; typically up to 10 000 GBP, — Land agents; typically up to 10 000 GBP, — Mechanical and electrical service design/engineering including feasibility, outline and detailed design; typically up to 100 000 GBP, — Process design/engineering including feasibility, outline and detailed design typically up to 50 000 GBP, — Raw water resources and flow surveys including catchment and reservoir work: option studies, analysis, simulations, proposals, designs of flow, management reviews, surge checks; up to 100 000 GBP, — Site/ground investigation including bore holes, trial pits, testing samples (including contaminated samples) and reporting; up to 20 000 GBP, — Specialist design / support for water infrastructure renovation including investigation and surveys, proposals; up to 25 000 GBP, — Topographical and utility site Surveys including ground penetrating radar and probing; typically up to 150 000 GBP. CPV: 45200000, 45421100, 45430000, 71323000, 42961200, 44212400, 45110000, 45111230, 45111250, 45112000, 45200000, 45210000, 45221247, 45223210, 45231110, 45232100, 45232400, 45232410, 45233142, 45252140, 45253000, 45255110, 45259300, 45262100, 45262300, 45262520, 45262660, 45262670, 45262700, 45315000, 45330000, 45331000, 45331200, 45340000, 45420000, 45453100, 50500000, 50700000, 51511000, 71311000, 71313000, 71351810, 71351914, 71631440, 76300000, 76410000, 76600000, 77211400, 92222000, 92534000, 98363000, 45261900. ...
UK-London: oil spillage monitoring services
Remote Sensing and Mapping Technologies. OGP is seeking to gather information on existing and emerging oil spill remote sensing and mapping technologies in a range of arctic and sub-arctic conditions (low visibility, pack ice, and under-ice). Submissions should include product literature or other supporting information (links to websites and publications) that demonstrates the technologies capabilities. Specific areas of interest to OGP are: — surface remote sensing (Satellite-borne, airborne, and ship-borne, on-ice), — undersea remote sensing (Mobile-ROV or AUV-based, and fixed). Contractors may submit capability documents on either topic. The information will assist the JIP in the development of its remote sensing research strategy. CPV: 90741100. ...
UK-London: oil spillage monitoring services
Oil Spill Detection and Mapping in Low Visibility and Ice. Remote Sensing is a critical element for an effective response to marine oil spills. Timely response to an oil spill requires rapid reconnaissance of the spill site to determine its exact location, extent of oil (particularly the thickest portion of the slick) and verifying predictions of the movement and fate of oil slicks at sea. The ability to reliably detect and map oil trapped in, under, on, or among ice is a challenge affecting all aspects of response to oil spills in ice. Long periods of darkness during the ice season and frequent periods of low visibility offshore at any time related to fog, low cloud cover and blowing snow reduce the effectiveness a currently available sensors for tracking arctic spills. There is a continued need to develop the technology that will reliably detect oil under ice and snow throughout the ice season. Achieving these goals will require a flexible combination of new and existing sensors and advanced processing techniques. The duration of this project is envisioned to be 4 months. NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=85553. CPV: 90741100. ...
UK-Perth: substation construction work
Transmission substation delivery framework. The Contracting Entity, Scottish Hydro Electric Transmission Limited (SHETL) is engaged in the reinforcement and development of its electricity transmission network for the purposes of supporting the expansion of renewable energy generation in the North of Scotland. The existing reinforcement and development programme has an anticipated duration of 8 to 10 years. Part of this programme of works includes the design and construction of new transmission voltage Substations across SHETL licensed areas. It is SHETL intention to enter into framework contracts with relevant economic operators to provide the works. The nature of these works includes but is not limited to the design, supply, installation, construction and commissioning of air insulated and or gas insulated substations across transmission voltages to support the operation of SHETL licensed transmission network. CPV: 45232220, 31200000, 31682540. ...
UK-London: insurance brokerage services
Insurance Broker Services for Royal Mail Group Ltd. To provide Insurance Broker Services on behalf of Royal Mail Group Ltd, to include but not limited to, placement of Royal Mail Group Ltd's (excluding the Post Office) annual insurance programme with external insurers, insurance claims management and management of the Captive. CPV: 66518100. ...
UK-Warwick: software package and information systems
National Grid Metering - Industrial & Commerial ERP/CIS System. National Grid Metering (NGM) is an asset management company with assets distributed across the UK. NGM deliver regulated gas metering services on behalf of National Grid Group. NGM are in the process of introducing a new system for their Industrial and Commercial (I&C) metering business. Both the Domestic and I&C businesses currently share a core SAP enterprise software system which is highly tailored to meet the needs of the Domestic business. We are seeking to contract with one or more vendors to procure, implement and support a replacement ERP/CIS system (Enterprise Resource Planning/Customer Intelligence System) for the NGM I&C metering business which can be considered to be a Small to Medium Enterprise (SME). The system supporting the Domestic metering business is not part of this procurement. The new NGM I&C system will support the future growth of the NGM I&C activities, facilitating faster deployment and avoiding bespoke development of IT systems. The new ERP/CIS system should include, but not be limited to, providing the following capability: Business Management and Back Office including financial management, legislative and regulatory obligations management Commercial Management including portfolio management and customer relationship management. Management of Works delivery including management of short and long cycle internal work programmes, receipt and processing of customer generated work requests, optimised planning and delivery of work schedules through external service provider work forces, scheduling and despatch of work to internal work force and capture of resulting job data at the point of execution in the field. Asset Management including provision of an asset repository, management of asset maintenance schedules and provision of an effective document management capability in support of maintenance, project management services, audit and policy regimes. Billing and Invoice Management including standard and quotable service pricing aligned to asset class and contract type. Industry Participant interaction utilising industry standard communication protocols enabling the receipt, interpretation, trigger, creation and send of data flows to and from other market participants and National Grid Group systems. Management Information including dashboard, analytical tools and reporting. Portal based presentation layer for customer and service provider self service. A flexible solution into which new products and services can easily be introduced. In addition to the solution set for I&C, NGM are looking for services to include (but not be limited) to: — solution design and implementation, — solution integration, — solution hosting, — software as a service, — ongoing support. CPV: 48000000, 48300000, 48329000, 48326000, 38221000, 72200000, 48100000, 48217000, 48220000, 48311000, 48460000, 48627000, 48780000, 72000000, 48900000, 72212100, 72314000, 48445000, 48451000, 48330000, 48332000, 72212514. ...
IS-Reykjavik: fuels
Prior Notice of various Tenders and Framework agreements intended to be launched in the year 2012. CPV: 09100000, 34110000, 60120000, 31500000, 30231100, 30100000, 44000000, 71000000, 55000000, 90430000, 85121270, 79340000, 66000000, 79822500, 34992100, 15100000, 60410000, 33700000, 79100000, 64210000, 30190000, 39160000, 22000000, 31682000, 32330000, 35120000, 79530000, 34100000, 33141310, 33141420, 33100000, 33181200, 33141112, 55510000, 33140000. ...
NO-Drammen: potatoes and potato products
Competition for fresh vegetables, fruit and potatoes, poultry, fowl, eggs and egg products. The procurement comprises a framework agreement for the supply of daily requirements for fresh vegetables, fruit and potatoes, poultry, fowl, eggs and egg products. The procurement also involves whole or part prepared food, like peeled, cut and vacuum treated products. NOTE: To register your interest in this notice and obtain any additional information please visit the Doffin Web Site at http://www.doffin.no/Search/Search_Switch.aspx?ID=249382. CPV: 15310000, 03221200, 03142500, 15112100. ...
NO-Fredrikstad: office and computing machinery, equipment and supplies except furniture and software packages
ICT equipment to Fredrikstad and Hvaler. Tender invitation regarding framework agreements for delivery of ICT equipment to Fredrikstad and Hvaler municipalities. The Awarding Authority uses Visma TendSign in this tender procedure. In order to register for participation in the tender contest and get access to the tender documents please click on the link below or copy and paste the link in the net browser: https://tendsign.no/doc.aspx?ID=15443. All tenders shall be delivered electronically via Visma, visma.no/tendsign within the tender deadline. If the tenderer is not user at Visma, have questions in relation to functionality of the system, e.g. how to submit tenders, please contact Visma Support on tel.no.: +47 21002500 or by e-mail to: anbud-support@visma.no. It is recommended that the tender is submitted well before the deadline for receipt of tenders. If there is additional information from the awarding authority which leads to changing the tender before the deadline expires, the tenderer can go in and open the tender and make any changes and send it in again right up until the deadline. The last received tender is regarded as the final tender. CPV: 30000000, 30200000, 32400000, 32500000. ...
No comments:
Post a Comment