800 Results (0 seconds)

Status: Open
Published Date: 12/09/2023
Closing Date: Unknown
Value: £2,700,000
Asbestos Testing and Consultancy - Multi-Supplier Framework - 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 (See section II,2,4 for further details). 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 (See section II,2,4 for further details). 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 using the council's bespoke service contract. The Council will establish the framework agreement in accordance with the Open Procedure as set out within Public Contracts Regulations (2015) to the following programme: • Issue FTS Notice & Tender Pack - 12.09.23 • Request for clarification deadline - 06.10.23 23:59 • Tender return deadline - 13.10.23 12:00 • Notification of award decision - 03.11.23 • Standstill period - 03.11.23 - 13.11.23 • Section 20 period - 14.11.23 - 14.12.23 • Commencement - 08.01.24 Application is via submission of completed tender responses by 13.10.23 via the Council's e-sourcing solution InTend which will be used to administrate all aspects of the procurement process. The system is free to use and can be accessed via the following internet address: https://in-tendhost.co.uk/portsmouthcc/aspx/Home

Status: Awarded
Published Date: 30/08/2023
Closing Date: 11/08/2023
Value: neg.
CBC-1558-Q-DB Water Hygiene Risk Assessments, Audits, Remedial and Reactive Services for Housing - AWARD - Water Hygiene Risk Assessments, Audits, Remedial and Reactive Services for Domestic and Communal Housing Please follow the information and guidance supplied within the Quotation document, this will help you adhere to our requirements. Also be aware of the word count limits, any information going over will not be evaluated. If you supply information that has not been requested, it will be disregarded and will not be considered /evaluated. Please ensure you supply a response to ALL questions. Please note timeline with regards to questions and submission dates. All communication/correspondence and clarifications must be sent via the In-tend portal. Please do not contact the Service area directly. View the 'Clarification' tab for any updates or responses to questions asked. Avoid uploading your return just prior to closing deadline as you may incur IT issues and we will not accept Tender Returns via e-mail. The Council will provide as much support and information as it can to help guide you through the Tender process. Questions asked together with the response, will be made available to all suppliers tendering, to ensure a fair and consistent approach to all. If there is anything you are not sure of or need clarification of, then please contact us using the correspondence facility within the In-tend electronic tendering system. Ensure that you inform us of your decision to participate. To submit a response, you will be required to Opt In. Opt In- This will confirm to us of your involvement and your intention to submit a return. Opt Out- This will confirm to us that you are not submitting a return. You will be able to provide a reason as to your decision and have the option to cease any system-generated communication. You will be able to opt back in at any point. Target contract commencement date: 02 September 2023 Contract term: 1 year

Status: Awarded
Published Date: 25/08/2023
Closing Date: 21/12/2021
Value: £50,490
Vibration Monitoring Consultancy Services-Phase 1B - Call-off contract under the London Procurement Partnership's (LPP) Estates & Facilities Consultancy Services Dynamic Purchasing System (DPS) - Category 16 'Acoustics & Vibration Consultancy -Houses of Parliament Restoration & Renewal Programme Delivery Authority- Provision of Vibration Monitoring Consultancy Services-Phase 1B

Status: Open
Published Date: 24/08/2023
Closing Date: 07/09/2023
Value: £55,000
L23065-T-SG - Water sampling Contract - London Luton Airport are looking for a supplier to provide LLA with spot sampling of our soakaways, boreholes and sample analysis on a 2 year term. For further details please see tender document within the document set.

Status: Open
Published Date: 22/08/2023
Closing Date: 27/09/2023
Value: £640,000
Monitoring of Radioactivity in Air and Rainwater - This is a service requirement for a programme of monitoring of radioactivity in airborne particulates, total deposition and rainwater. This monitoring programme was established by the United Kingdom Atomic Energy Authority (UKAEA) in the 1950s and has produced one of the World's longest running and most comprehensive data sets on atmospheric concentrations of artificial radionuclides. The programme was formed as part of the UK Government's arrangements for meeting its obligations under Article 35 of the Euratom Treaty to monitor radioactivity in air, soil and water. Since withdrawal from the Euratom Treaty the UK's position is that it will maintain standards of radioactivity monitoring, hence the programme is still required. The programme also provides information to be published in the Radioactivity in Food and the Environment report and provides supplementary data to the UK's Environment Agencies on the exposure of the public to radiation. Contract Term This is a 4 year and 6 month service contract with the option to extend twice for 2 years each, taking the total potential contract length to 8 years and 6 months. It covers sampling and analysis for calendar years (2024-2027 in the initial period and potentially to the end of 2031). The additional 6 months covers any handover at the beginning and the analysis and reporting that lags the sampling by 4 months. 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=a078d000007v2BCAAY&searchStr=&sortStr=Recently+Published&page=1&filters=&County=

Status: Awarded
Published Date: 21/08/2023
Closing Date: 17/05/2023
Value: £44,499
STEP AC LOSS MODELLING - This procurement is for alternating current (AC) loss modelling for superconducting cables and coil sets in the Tokamak confinement system. The scope will include the numerical calculation of AC losses in the existing concept designs for the central solenoid (CS), toroidal field (TF) limbs and poloidal field (PF) coils and their electromagnetic interaction with plasma operation. Also, the impact of passive structures on AC losses needs to be assessed.

Status: Awarded
Published Date: 17/08/2023
Closing Date: 01/06/2023
Value: £64,000
Drugs & Alcohol Testing Services - The Police & Crime Commissioner for Warwickshire has awarded a contract for drug and alcohol testing devices and associated services. This was a direct award via NHS SBS Drugs of Abuse & Point of Care Testing Services 10241 Lots 1, 2, 6 & 7.

Status: Open
Published Date: 16/08/2023
Closing Date: Unknown
Value: neg.
Examination, Testing & Certification of Lifting Equipment, Pressure Vessels, Local Exhaust Ventilation Systems, General Ventilation Systems and Crane Maintenance and Minor Remedials, Installations & Purchases of Lifting Equipment - The scope is for Examination, Testing & Certification of Lifting Equipment, Pressure Vessels, Local Exhaust Ventilation Systems and General Ventilation Systems, Crane Maintenance and Minor Remedials, Installations & Purchases of Lifting Equipment. Anglian Water has approximately 39,000 assets that need to be tested every 6 or 12 months, plus remedial works that need to be carried out on some of these assets.

Status: Awarded
Published Date: 11/08/2023
Closing Date: 01/01/2023
Value: £180,000
2023-016 Cyber Regulations - NIS Inspections - Ofgem require support to carry out and/or support the inspection of OES in the Downstream Gas and Electricity sector, ensuring OES' compliance or to gain assurance that OES are complying against their obligations with the NIS Regulations and any The Authority framework(s) and guidance. Conducting assessments of compliance with the NIS Regulations by inspecting OES through a variety of methods such as (but not limited to) reviewing, checking, investigating, demonstrating, testing, evidencing, verifying and/or validating of OES technology (networks and information systems), resilience and security controls (physical, cyber, procedural and personnel), people and/or processes. This may include validating evidence, such as (but not limited to); self-assessments, improvement plans, progression, security and risk management, to provide assessment of OES compliance with their obligations under the NIS Regulations (10) and (11).

Status: Awarded
Published Date: 11/08/2023
Closing Date: 11/07/2022
Value: £25,650
CPU 6381 GPR Beechdale Road - CPU 6381 GPR Beechdale Road