800 Results (0 seconds)

Status: Awarded
Published Date: 29/01/2024
Closing Date: 17/11/2023
Value: £100,000
Independent Design Verification Services - Provision of independent design verification services to South Tees Developments Ltd

Status: Open
Published Date: 24/01/2024
Closing Date: Unknown
Value: neg.
RFI & PIN regarding Regulatory Physical Testing Services - Prior Information Notification (PIN) and Request for Information (RFI) relating to the forthcoming procurement opportunity for a new Dynamic Purchasing System (DPS) for Regulatory Physical Testing Services.

Status: Awarded
Published Date: 17/01/2024
Closing Date: 09/07/2023
Value: £170,000
TSC/HG-055-A Water Hygiene Services 2023 - AWARD - Water Hygiene Services Overview The College intends to enter into a Contract with an appropriately qualified and experienced Contractor for the provision of high quality Water Hygiene Services to the College covering: o The Contractor shall provide the Service throughout the Contract Period to the Contract Standard and in a professional, efficient, effective and safe manner, to the reasonable satisfaction of the Employer. o The Contractor shall provide the Service at all times in such a manner as shall promote and enhance the image and reputation of the Employer. o The Contractor shall employ sufficient staff to ensure that the Service is provided at all times and in all respects to the Contract Standard. The duties shall include, but not exclusively, the following: o Hot and Cold Water System Tests on Annual, Half-Annual, Quarterly and Monthly programmes including: - Set-up Costs comprising initial Risk Assessments based on historic data held by the College, initial review and subsequent interim reviews following minor works as required for the duration of the contract), Equipment Labelling and provision of hard / paper and electronic based log books. - Regular Testing to an agreed and specification compliant programme to cold water storage systems; calorifiers and water heaters; point-of-use water heaters, reels, showers, vending machines, taps (faucets and outlets) on hot and system-fed or mains-fed supplies and drinking fountains. o Heating System Inhibitor Tests on Annual, Half-Annual, and Quarterly programmes including: - Set-up Costs comprising initial Risk Assessments based on historic data held by the College, initial inspection complete with system drain down and refill and initial chemical treatment fill, Equipment Labelling and provision of hard / paper and electronic based log books. - Regular Testing to an agreed and specification compliant programme to hot water systems including chemical treatment topping-up and water temperature monitoring Statutory Bodies: The contractor shall liaise with any other statuary bodies as required.

Status: Open
Published Date: 17/01/2024
Closing Date: Unknown
Value: £300,000
Microbiological Testing for Water Quality Service - The Newcastle upon Tyne Hospitals NHS Foundation Trust wishes to contract a Microbiological Testing Service Provider to carry out a range of water sample analysis for the presence of waterborne organisms to comply with Health Technical Memorandum (HTM) 04-01 Parts A,B & C: Safe Water in Healthcare Premises, L8 Approved Code of Practice and Guidance (Fourth Edition), HSG parts 1,2 & 3, HBN 00-09, BS 7592:2008, BS EN ISO 11731-2:2008, BS6068-4.18:2004, BS6068-4.12:1998 and ISO 11731:1998.

Status: Awarded
Published Date: 09/01/2024
Closing Date: 13/10/2023
Value: neg.
Asbestos Testing and Consultancy - Multi Contractor Framework - AWARD - Portsmouth City Council 'the council' is inviting tenders from suitably qualified and experienced suppliers for inclusion on a multi-supplier framework agreement for the provision of asbestos surveying and consultancy services. The framework will be used to source asbestos testing and consultancy services for the council's portfolio of 15,000 social housing properties and 900 corporate assets. The framework will also be accessible to Gosport Borough Council, Rushmoor Borough Council and Southampton City Council, however the council can provide no guarantees in respect of usage by these additional named Contracting Authorities. The council is targeting to have awarded the framework agreement by 13th November 2023 with commencement from 8th January 2024. Once established the framework agreement will run for a term of 4 years. Spend per annum via the framework agreement is estimated to be in the region of £450 - £500K. Call off contracts may be let which have terms which go beyond the framework term as long as they are awarded within the 4 year term of the framework. The highest scoring 5 suppliers will be appointed onto the framework agreement on a ranked basis. Concurrently with establishing the framework, a term service contract for standard services incorporating a schedule of rates will be awarded to the highest scoring supplier on the framework. The term service agreement will be used for services to sites which are of a consistent value, quantity and complexity and fall within agreed Schedule of Rates. The term service contract will run for 4 years with an option to extend in increments to be agreed for a further 2 years. Services procured through the term service contract is estimated at approximately £350,000 per annum. Individual orders are likely to be frequent with value varying between £250 - £5,000, however generally they will be in the lower value range. The contract will be let using the council's bespoke term service contract. Contractors allocated onto the framework will provide contingency for the term service contact on a ranked basis in case of any capacity or significant performance issues. In addition to the Term Service contract all contractors allocated onto the framework will be invited to participate in mini competitions for non-standard services. Non standard services will be characterised by being of a higher value in comparison to one off dwelling surveys, volume, complexity or do not fall within the agreed schedule of rates . Estimated value for non-standard services is approximately £150,000 per annum, approximately £100,000 of this demand is estimated to be from the council and £50,000 of demand from other named contracting authorities, The number of call offs are likely to be low across the framework term, with value expected to vary with no upper or lower limit, however generally will be between £5,000 - £50,000. Contracts will be let u...

Status: Open
Published Date: 09/01/2024
Closing Date: Unknown
Value: £85,000,000
SEC Compliance Consultancy Framework - We’re tendering a framework for Compliancy Consultancy. The framework will run for 2 years (+ 2-year optional extension) subject to review, to a maximum of 4 years. The Compliance Consultancy has been broken down into the following lots: Lot 1 – Building Safety Lot 2 – Audit Lot 3 – Water Hygiene Risk Assessments Lot 4 – Asbestos Inspections and Testing Lot 5 – Fire Consultancy Lot 6 – Heating Consultancy

Status: Open
Published Date: 08/01/2024
Closing Date: Unknown
Value: neg.
AP2320 - Legionella Monitoring Contract 2024-31 - This is a Prior Information Notice only and is being utilised to inform the market of an upcoming procurement. The procurement is not live yet. SCAPE on behalf of Arc Property Services Partnership Ltd (the Client), are seeking to set up a new Contract for the provision of a legionella monitoring service (including 24/7 emergency attendance) across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas. The Contract will cover all elements of the Clients business. The NEC4 Term Service Short Contract will be used to manage the Client and Contractor relationship. Please note: No warranty is given to the Contractor by neither SCAPE nor the Client as to the amount (if any) or nature of the service which may be required to be carried out by the Contractor during the Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work. A full guide to the services required can be found within tender documents once the procurement is live at the end of January 2024. The Contract will be in place for a period of 36 months, with the option to extend for two periods of 24 months years (36 + 24 + 24 = max 84 months). Suppliers interested in applying for this opportunity should first register (for free) on Delta eSourcing (https://www.delta-esourcing.com/) and once done so, should send an email to procurement@arc-partnership.co.uk. Please provide the email address that you have used to register in Delta so that an invitation can be issued, once the opportunity goes live.

Status: Open
Published Date: 04/01/2024
Closing Date: 14/02/2024
Value: £1,500,000
Radioactive Substances Regulation - Ad-hoc Monitoring and Technical Support Framework - Lot 1 Monitoring of Radioactivity this has two components: a. To carryout ad-hoc monitoring of radioactive releases, environmental measurements and short-term investigations associated with all sites regulated by the Environment Agency as part of its duties under the Environmental Permitting Regulations 2016 (EPR 16) as amended. In general, this component of the framework contract will enable in situ measurements to be undertaken, sampling and analysis of radioactivity in the environment, and of radioactive materials in solid disposals or liquid or air emissions. The Investigative Monitoring capability provided by this framework would also be utilised by the Environment Agency in the event of a radiation emergency. b. Work of a more technical nature which may include, but not be limited to, providing advice on monitoring and analysis of radioactivity in the environment, expertise on radiological instrumentation and sampling/analytical method development. Lot 2 Radioactive Substances Regulation: Research, Development, Evidence and Analysis a. Sub Lot 2.1 Radiological Impact Assessment (from past or future discharges) To carry out assessments into exposure of members of the public or non-human biota to radioactivity in the environment arising from gaseous or liquid discharges from nuclear sites (such as power stations) or from non-nuclear sites (such as hospitals and universities). From time-to-time work may be required to review data and provide updates to available assessment systems or approaches. The work will normally be office based, site visits are not normally required, although a familiarisation visit to the area around a particular site may be appropriate depending on the nature of the assessment. b. Sub Lot 2.2 Environmental Radiological Protection To provide the Environment Agency with expert technical services to fill data gaps and improve our knowledge of the behaviour (transfer, migration, and mobility) of radioactivity in the environment and the impact of radioactivity on people and wildlife. The work will normally be office based, but site visits may occasionally be required depending on the nature of the project. c. Sub Lot 2.3 Waste Management and Decommissioning The objective for this sub-lot is to provide the Environment Agency with expert technical services which will improve our regulatory work relevant to the management of radioactive and non-radioactive wastes. This extends to the development of waste management strategies and environmental safety cases for waste disposal. The work will normally be office based, but site visits may occasionally be required depending on the nature of the project. Please follow this link to find out more information and access the opportunity - https://atamis-9529.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a078d000007bAbVAAU&searchStr=&sortStr=Recently+Published&page=1&filters=&County=

Status: Awarded
Published Date: 04/01/2024
Closing Date: 23/11/2023
Value: neg.
LHP Asbestos Survey & Air Monitoring Contract - The Employer requires Asbestos Surveys & Air Monitoring activities to their housing stock (predominately tenant occupied properties) as instructed by the Employer within Contract Area. This underlying contract is awarded via Direct Selection from Lot 1 of the EN:Procure Asbestos & Demolition Framework

Status: Closed
Published Date: 22/12/2023
Closing Date: Unknown
Value: neg.
DEPARTMENT FOR BUSINESS AND TRADE: Office for Product Safety and Standards- Construction Product Combustibility Testing - The Department for Business and Trade (DBT), Office for Product Safety and Standards (OPSS) is the appointed market surveillance authority, responsible for enforcing the Construction Product Regulations (CPR) within the UK. OPSS will carry out assessments and testing to determine the current levels of compliance in the construction products sector in the UK in line with Construction Product Regulation requirements.