Talk to us 01204 238 046

Utilities & telecoms tenders

In the UK, there are 11 water and sewerage companies (plus 6 water-only), 4 Gas Distribution Networks (GDNs), 7 major District Network Operators (DNOs), and a number of smaller buyers subject to Utilities Contracts Regulations (2016). As such, there is no shortage of opportunities in this critical industry. Contracts are often cyclical, aligned to the regulatory periods and providing opportunities for long-term contracts with high contract values attracting stiff competition. This also means that incumbents can be harder to displace and so putting together a polished proposal of a high standard is essential.

Get in touch with
our experts

Adobe Stock 504875222 WEB

View utilities & telecoms tenders available now!

Whilst there are lots of contract opportunities available, it can be highly competitive and therefore difficult to find tender opportunities suitable for you, and then win the bid and fulfil the contract. This is where we can help! Sign up for our tender pipeline to view live utilities & telecoms tenders.

Get bid support

How to approach a utilities tender

Strategy
Get a clear understanding of the requirements

Evidence a clear understanding of the client's requirements, this is often forgotten about. It's not all about you, it's how your services can benefit the client and meet their objectives.

Review
Show how you visualise reporting

Discuss and show how you visualise the reporting and measurement to work. Quality standards are important in this industry, so what does success look like? - Service Level Agreements (SLA's) work really well here.

Winner
Mention your successes and experience

Ensure you mention and include any accreditations, awards, testimonials or other forms of evidence to prove your experience.

Sustainability
Show your sustainability

Sustainability is a key focus alongside the increasing need for businesses to be more environmentally friendly. You should address this in your tender.

Social values
Highlight your social values

As with all sectors, social value is also highly important. You should make reference to this and be clear about how you can give back to the local community.

Waving
Organise a site visit

Site visits can provide extensive value, for both you and the client. Further to this think about what you can highlight to show your skill, and potential downfall of the incumbent.

I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
Eastern Region Ecological Advisory Services Framework
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this Notice will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This Notice does not constitute a call for competition to procure any services, supplies or works mentioned in this Notice and Network Rail will not accept any proposals offered in response to this Notice. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any Notice event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016, as updated from time to time. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice issued does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement.

Value:
Published: 2024-04-10
Deadline:
2024-04-10
Bus Substitution Framework (Railway Closures)
UK Belfast Translink

Additional Info. Suppliers reading this notice should understand that - . 1. This notice is to advise of an upcoming procurement exercise and does not indicate the start of a procurement exercise. 2. This document is not a tender specification nor request for quotation. . 3. Please note, progress in the project will be subject to the availability and timing of funding.. If this requirement is given financial approval, it will be tendered under the Utilities Contracts. Regulations 2016. Any documents, discussions, presentations, demonstrations, or clarifications submitted for this PIN Notice will not be considered as any part of the. tender exercise. If Translink does decide to proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process. 4. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be construed as implying a commitment by. Translink to place any Contract, now or in the future with any participating supplier in respect of the requirement under consideration. 5. Translink takes no responsibility for any actions or decisions taken, costs incurred, or commitments made by interested parties in responding to this notice.

Value:
Published: 2024-03-21
Deadline:
2024-03-21
Market Engagement Event: TransPennine Route Upgrade, Project W2BC, ES5-8 Civils and Station Strategy, Market Engagement Event
UK London Network Rail Infrastructure Ltd

Network Rail is committed to ensuring fairness, openness, and transparency. In addition, we encourage the participation of Small Medium Enterprises, commonly known as SMEs. All information provided on Network Rail's current thinking as part of the market engagement exercise (including the contents of this notice and the Request for Information) should be considered indicative in nature and no overall decision on the delivery model has yet been made. The market engagement exercise is not a formal request for expressions of interest. Participation or non-participation in this exercise will not confer any advantage or disadvantage on any person in respect of any future competitive procurement process. However, the results of the market engagement exercise (including written responses and any clarification questions or meetings) may be used to shape and refine the delivery model before any formal competitive procurement process is launched. Respondents should note that information provided in response to the market engagement exercise may (at Network Rail's discretion) be disclosed by Network Rail to its directly appointed advisers and consultants (all of whom are subject to obligations of confidentiality as part of their appointment). The information provided in responses may also be disclosed, in a suitably summarised and anonymised form, to other stakeholders and to other interested persons. Notwithstanding that, where any response (or any part of it) is genuinely commercially sensitive, the respondent should make this clear, and Network Rail will not include that in any wider publication (beyond its directly appointed advisers and consultants). Network Rail is not obliged to respond to any correspondence related to the market engagement exercise. Direct or indirect canvassing of Network Rail (or any person connected with it) by any person concerning the market engagement exercise, or any attempt to procure information outside of the defined process is discouraged and may (in certain circumstances) require the disqualification of the relevant person(s) from participation in any future competitive procurement process. Any costs of participation in this market engagement exercise will be borne by the respondent. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. All information provided by Network Rail during this market engagement exercise is at an early stage of development, is not intended by Network Rail to create any contract or other commitment and is not intended by Network Rail to be otherwise relied on by any person to any extent. Network Rail shall have no liability for any losses incurred by any person as a result any such reliance. As a reminder, this is not a call for competition.

Value:
Published: 2024-03-19
Deadline:
2024-03-19
Heavy-Duty Vehicle Electric Charging Solutions
UK Belfast Translink

Suppliers registering their interest in participating in this exercise should note that:. . 1. This Notice is to initiate a market engagement and information gathering exercise and does not indicate the start of a procurement exercise. It is instead intended to act as an informal market research document providing a brief synopsis of Translink’s future requirements. This document is not intended to provide a definitive list of requirements. . 2. We intend to invite interested suppliers to present to a range of Translink personnel and discuss Heavy-Duty Vehicle Electric Charging Solutions each can offer.. . 3. This document is not a tender specification nor request for quotation. Translink is merely investigating market opportunities at this stage without entering into any contractual or financial commitments.. . 4. Please note, progress in the project will be subject to the availability and timing of funding. If this requirement is given financial approval, it will be tendered under the Utilities Contracts Regulations 2016. Any documents, discussions, presentations, demonstrations, or clarifications submitted for this Market Research will not be considered as any part of the tender exercise. If Translink does decide to proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process.. . 5. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be construed as implying a commitment by Translink to place any Contract, now or in the future with any participating supplier in respect of the requirement under consideration.. . 6. Translink takes no responsibility for any actions or decisions taken, costs incurred, or commitments made by interested parties in responding to this notice or by being involved in any subsequent discussions in this market engagement and information gathering exercise.. . 7. At this stage it is not possible to give an accurate timeframe for this requirement..

Value:
Published: 2024-03-13
Deadline:
2024-03-13
Eastern Region Examinations Contract: Structures Framework
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this Notice will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This Notice does not constitute a call for competition to procure any services, supplies or works mentioned in this Notice and Network Rail will not accept any proposals offered in response to this Notice. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any Notice event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016, as updated from time to time. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice issued does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement.

Value:
Published: 2024-03-07
Deadline:
2024-03-07
GB-London Borough of Barnet: Provision of West Hendon Playing Fields (WHPF) Utility Survey
United Kingdom UK-London: Tree-maintenance services. London Borough of Barnet

London Borough of Barnet has recently conducted a design contest to enable the progression of proposed public realm/landscape works at West Hendon Playing Fields. This has identified the requirement for the provision of utilities surveys to inform the design proposals and minimise risk of damaging existing services. The purpose of these surveys is to establish and record the location, type and dimension of the features listed in Survey Requirements. This is a fixed price contract. Full details are within the tender documents which can be accessed from Barnet's portal www.barnetsourcing.co.uk Should you experience technical difficulties with the portal please email support@curtisfitchglobal.com explaining these and they will be able to assist Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Value: 50000
Published: 2024-03-04
Deadline:
50000 2024-03-04
Local Bus Service 9
UK Huntingdon Cambridgeshire & Peterborough Combined Authority

The Cambridgeshire and Peterborough Combined Authority has decided to use the accelerated open procedure for this project in accordance with the requirements of Regulation 45 of The Utilities Contracts Regulations 2016.

Value:
Published: 2024-03-01
Deadline: 2024-03-15
2024-03-01 2024-03-15
Waste Removal and Recycling Services
UK York Northern Trains Limited (NTL

The key requirement of this procurement is to establish a Framework Agreement with a single economic operator that will enable Northern Trains Limited (NTL) (and SE Trains Limited (SETL), London North Eastern Railway Limited (LNER), TransPennine Trains Limited (TPE) and other Affiliates, who are listed on the Contract Notice) to enter into respective Call-Off Contracts under the Framework Agreement in relation to the supply of Waste Removal and Recycling Services as may be required by the NTL and the Affiliates. Northern Trains Limited (‘NTL’) will be the awarding entity on this Framework. NTL and the Affiliates may (at their discretion) enter into a Call-Off Contract with the Contractor at the conclusion of the procurement process. There is no obligation from any Utility to enter into any Call-Off Contract under this Framework Agreement. The Framework will be let for an initial period of 4 (four) years with 2 (two) optional renewal terms. Each Renewal Term shall be a period of 2 (two) years. The estimated total value of the Framework is £60,000,000 across its whole duration (8 years). This value has been estimated across all 9 (nine) Utilities mentioned on this notice, who may wish to enter into Call-Off Contracts with the winning Bidder. Estimated annual values for NTL, LNER, SETL and TPE are outlined in the tender documents. Waste Removal and Recycling Services will require a provision of Non-Hazardous, Hazardous and Confidential Waste to NTL and the Affiliates, who are based across the UK.

Value: 60000000
Published: 2024-02-16
Deadline: 2024-03-18
60000000 2024-02-16 2024-03-18
AVL and Telematics
UK Belfast Translink

Suppliers registering their interest in participating in this exercise should note that:. . 1. This Notice is to initiate a market engagement and information gathering exercise and does not indicate the start of a procurement exercise. It is instead intended to act as an informal market research document providing a brief synopsis of Translink’s future requirements. This document is not intended to provide a definitive list of requirements. . 2. We intend to invite interested suppliers to present to a range of Translink personnel and discuss the range of AVL and telematics solutions each can offer.. . 3. This document is not a tender specification nor request for quotation. Translink is merely investigating market opportunities at this stage without entering into any contractual or financial commitments.. . 4. Please note, progress in the project will be subject to the availability and timing of funding. If this requirement is given financial approval, it will be tendered under the Utilities Contracts Regulations 2016. Any documents, discussions, presentations, demonstrations, or clarifications submitted for this Market Research will not be considered as any part of the tender exercise. If Translink does decide to proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process.. . 5. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be construed as implying a commitment by Translink to place any Contract, now or in the future with any participating supplier in respect of the requirement under consideration.. . 6. Translink takes no responsibility for any actions or decisions taken, costs incurred, or commitments made by interested parties in responding to this notice or by being involved in any subsequent discussions in this market engagement and information gathering exercise.. . 7. At this stage it is not possible to give an accurate timeframe for this requirement.. .

Value:
Published: 2024-02-16
Deadline:
2024-02-16
Energy (Utilities) Management and Supply for Void (including Temporary Accommodation) Properties
UK Stirling Stirling Council

Stirling Council requires a single Supplier to deliver a Preferred Energy Supplier Partnership Service to all void houses including temporary accommodation. Itis the Councils intention to award a contract to a single Supplier for the entire Council domestic void stock. The number of voids in the scheme is likely to vary throughout the Contract term, dependent upon the uptake of lets, demand for housing and the size of the housing portfolio.

Value:
Published: 2024-02-14
Deadline: 2024-03-15
2024-02-14 2024-03-15
Minor Building Works including new build, fit outs, retrofitting, Civils, M&E
UK Perth SSE plc

The works include but are not limited to below ground (civils), utilities, services, foundations etc... External works including car parking, hard and soft landscaping, drainage modifications and street and building lighting. Above ground may include structural steel, concrete, walls, internal fit out including partitions, ceilings, floors and all associated finishes. Glazed screens and partitions. Meeting and welfare facilities including toilets, showering rooms, drying rooms and mess facilities. Mechanical and electrical services and associated connections to existing live systems. External facades, cladding and roofing repairs/replacement may also be included.Included also are works that have been captured as part of the Planned Maintenance Schedules for the various operational depots and offices across the UK. Works would typically cover repairs to internal and external fabric, building finishes and external areas of the buildings.Procurement routes will be mainly traditional or design and build.

Value:
Published: 2024-02-02
Deadline: 2024-03-01
2024-02-02 2024-03-01
GD3 Gas Mains Replacement and Reinstatement
UK NEWPORT WALES & WEST UTILITIES LIMITED

Please note the the tender will be run via our procurement portal, Bravo, which requires suppliers to be registered to participate. Failure to register will result in the supplier not being able to participate in the procurement event. After registration, suppliers must request access to the tender documents by e-mailing robin.coomber@wwutilities.co.uk; Please include your registration details on the e-mail as these will be required to provide access to the procurement documentation. A GD3 Mains Replacement and Reinstatement Pre-Qualification session is planned for mid-February. The 2 hour session will be held online via MS Teams. Wales and West Utilities will provide some context to the procurement exercise and provide a walkthrough of the procurement documents. There will be a supplier Q&A at the end of the session. Further details will be published via the Bravo portal in due course. Suppliers who have registered to participate in this procurement exercise will be invited to this event.

Value:
Published: 2024-02-02
Deadline:
2024-02-02
Website Services – Lot 2 Website Hosting Services
UK York Northern Trains Limtied

Northern Trains (NTL) has chosen to run the procurement under the negotiated procedure with a prior call for competition under Regulation 47 of the Utilities Contract Regulations 2016.

Value: 320000
Published: 2024-01-23
Deadline: 2024-02-22
320000 2024-01-23 2024-02-22
Regional Nominations Platform 2.0
UK LONDON NATIONAL GRID INTERCONNECTORS LIMITED

Electronic invoicing details will be outlined in the PQQ documentation. This joint procurement exercise is being led by National Grid Interconnectors Limited for and on behalf of itself and RTE Reseau de Transport d'electricite, Nemo Link Limited, National Grid IFA2 Limited, National Grid Viking Link Limited, National Grid North Sea Link Limited (NSL), and Energinet Systemansvar A/S. As National Grid's interconnector business is run by National Grid Ventures (NGV) which operates outside of National Grid's core regulated transmission businesses in the UK, it is not subject to the Utilities Contracts Regulations 2016 (UCR 2016). However, for the purposes of this joint procurement with the above contracting entities, the procurement is being conducted in accordance with the principles of the UCR 2016 and the EU Utilities Directive 2014/25/EU so as to ensure compliance with relevant national public procurement law in French and Denmark. All PQQ and RFP responses must be submitted in English. All communication (before, during and after the procurement) must be made in English.

Value:
Published: 2024-01-23
Deadline:
2024-01-23
Brampton Manor Academy Outsourced Catering Services
UK London BRAMPTON MANOR TRUST

The proposed contract will be for the outsourced provision of catering services to Brampton Manor Academy. It is the Academy’s expectation that the Bidder shall be responsible for the operation of the catering function including employment and management of staff, the TUPE and management of existing staff, supply of food, consumables, vehicles for food transportation and light equipment and preparing and serving appropriate meals. The Academy will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities.The Bidder shall establish effective management and operational level communication systems at all levels regarding the catering service with the Academy. The Bidder will also be responsible for all legal, and health and safety requirements in delivering the services.The Bidder will provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with the Government’s current and future minimum nutritional and food- based standards for the educational sector. Meals should reflect growth in healthy eating trends, promote uptake, and comply with the Ofsted guidance for catering.The Bidder shall establish effective management and operational level communication systems at all levels regarding the catering service with customers that include: School management, parents, and pupils. In addition, the contactor will also be responsible for all legal and health and safety & food safety requirements in delivering the catering services.

Value: 4000000
Published: 2024-01-20
Deadline: 2024-03-04
4000000 2024-01-20 2024-03-04
WP3960 - Regeneration Strategic Advisor
UK Walsall Walsall Council

The Council are seeking framework partners to provide a range of services to take schemes through the various feasibility and development stages leading up to the point of securing funding, appointment of a developer and/or detailed design and implementation. It is noted that the Council has limited land ownership and therefore the work will require collaboration with private landowners and key stakeholders. The level and spectrum of pre-development work required for projects will vary and some may only require limited input.The framework will contain a maximum of three (3) multi-disciplinary teams to provide services across a range of regeneration, planning, property, and technical areas. Each multi-disciplinary team / framework partner will be required to provide the following skills and expertise: Project and programme management Property and commercial, including valuations, appraisals, acquisitions/ CPO, market intelligence, and economic guidance Delivery models and approaches Development options, feasibility, and pre-development Development funding and financing Cost consultants Business case development including benefit cost ratios and cash flows Concept plans, capacity layouts and master planning Planning and planning policy guidance Inward investment, marketing, and branding Architectural Consulting engineer(s) e.g. remediation, flood risk, transport & highways, utilities, civils, drainage Environmental consultants e.g. noise, air quality, ecology, heritage conservation, arboriculture. The expected contract value for known work is £500k per annum, however with additional projects, potential opportunities to secure external funding and possible use across other areas of the Council this could be significantly exceeded. Possibly up to total contract value of £10 million. The Council is looking to appoint a maximum of three (3) multidisciplinary teams /framework partners for this Contract. It is expected that each framework partner will be managed by an identified Lead Consultant. However, the use of specialist sub-consultants may be required to assist with the delivery of the commission to provide the full spectrum of skills and services (unless the services can be provided in-house by the Lead Consultant). The Lead Consultant should therefore have the ability to bring in and contract with sub-consultants required for the commission.The Council will in the main at its discretion award a direct call-off for each particular project to the supplier that it considers the most suitable for that specific assignment, however where the Council considers it appropriate it will run a mini-competition between suppliers on the Framework in order to achieve the best outcome.

Value: 10000000
Published: 2024-01-19
Deadline: 2024-02-19
10000000 2024-01-19 2024-02-19
Sample Courier and Internal Post Distribution Services
UK Reading Thames Water Utilities Limited

Thames Water Utilities Ltd is seeking to award a contract to a sole supplier with the capabilities to provide refrigerated collection and delivery of clean water and sewage samples from company sites throughout the Thames Water operating area delivering to the dedicated laboratory in Reading, Berkshire, UK. Included within this service is the collection, sorting and delivery of internal post and parcels to the Thames Water sites.There are approximately 51 sites requiring visitation, these being sample collection points, post collection and delivery points. 6 sites are to be visited for sample collection only at weekends and Bank Holidays.The full schedule of visitation times will be made available in the tender documents.Samples need to be transported under secure refrigerated (between 2 and 8 degrees Celsius ) conditions, with a clear chain of custody, to the Thames Water laboratory in Reading, Berkshire, UK.The capability for Ad-Hoc collections from a list of up to 15 sites and delivery to Thames Water laboratory in Reading, at any time is required.There is also a requirement to make pre-booked deliveries to or from anywhere in the UK following notification by 13:00 the day before.

Value: 6700000
Published: 2023-12-21
Deadline: 2024-01-12
6700000 2023-12-21 2024-01-12
Supply of Maintenance Services for the CL4 Laboratory Suite
UK London Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security

Scope to be undertaken by the Maintenance Contractor covering the routine scheduled maintenance activities as well as the provision of reactive maintenance/support covering equipment, machinery, plant, structural fabric and services for the CL4 Laboratory Suite<br/><br/>Emergency Callout<br/>The selected Maintenance Contractor must also be able to supply an emergency call-out service including the following:<br/><br/>• A continuous 24/7 telephone service available 365 days/year with a 4-hour response.<br/>• Attendance on site, if required, within 48 hours.<br/><br/>CL4 Planned Maintenance Requirements<br/>The CL4 Laboratory Suite comprises a number of Sub-systems:<br/><br/>• Facility Fabric, Including Laboratory and Shower Room<br/>• Biosafety Cabinet Line<br/>• Autoclave<br/>• Effluent Treatment Plant<br/>• HVAC System<br/>• Alarms & Safety Systems<br/>• Safety Instrumented Systems<br/>• Utilities<br/>• UPS<br/>• Steam pipework<br/>• Electrical systems<br/><br/>Typical Maintenance Frequency<br/>Planned maintenance activities will be 6 monthly. This frequency is based upon manufacturers and industry wide data which determine the anticipated life of the component under assessment and this data is used to determine frequency of service/replacement. A Safety Integrity Level (SIL) assessment and verification has been carried out following an initial LOPA assessment to identify safety critical components and systems within the CL4 Laboratory

Value: 1500000
Published: 2023-12-15
Deadline: 2024-01-22
1500000 2023-12-15 2024-01-22
Chapelton Phase 4A, Moray Place North - Utilities Package
UK Edinburgh Places for People Developments Ltd

Multi-service utilities associated with the next phase of a masterplan at Chapelton. Construction consists primarily of individual residential units.

Value: 70000
Published: 2023-12-05
Deadline: 2024-01-01
70000 2023-12-05 2024-01-01
Property & Asset Management System
UK Yate South Gloucestershire Council

Key features of the new solution required by SGC are detailed below:Computer Aided Facilities Management (CAFM) – Helpdesk, planned/preventative maintenance (PPM), reactive maintenance, orders & invoicing, contract & performance, inspection programmes, leases, cleaning, security, mobile working and a full FM portal access solution (Soft & Hard FM).Health & Safety – Assessments, asbestos management, contract & management for H&S, registers, mandatory regulations, statutory requirements and to include Fire Safety.Estates and Asset Management – Estate/Asset Management, title information e.g. land registry and deeds, Sites/Asset Registers, surveys, CAD/GIS, case management, occupancy management, condition reports, valuations, generation of reports, compliance information, financial information, tenancy data, asset/insurance valuations and property record drawings/maps.Intelligent Workplaces – Energy/Occupancy management, IoT.Data and Analytics – Dashboards, monitors, drawings, maps, reporting, finance and case/resource management.Data Integration – an open, secure, documented API which allows us to integrate with multiple systems e.g., Energy and Utilities database, corporate finance, procurement system and mapping functions.System Requirements – export data, upload data, migrate data, user roles / permissions, easy reporting functions, provide clear/extensive search capabilities, ensure data is secure and cannot be deleted accidentally (full control on deletions required)

Value:
Published: 2023-11-26
Deadline: 2024-01-02
2023-11-26 2024-01-02
DMNH 034 – Oswestry Innovation Park – Service Roads and Utilities
UK Shrewsbury Shropshire Council

Shropshire Council wishes to appoint a main contractor to construct up to and including surface course level for three roads, namely, Road 1 / Spine Road, Road 2 and Road 3 at land off Mile End Roundabout, Oswestry, Shropshire – The Oswestry Innovation Park. Road 1 (Main / Spine Road) is circa 280m in length, Road 2 is circa 165m in length and Road 3 is circa 245m in length.The works shall include the construction of the proposed pedestrian and cyclist connectivity, including a shared use footway cycleway between Shrewsbury Road Oswestry, the Oswestry pedestrian bridge (currently under construction) and the OIP. The main contractor shall be required to undertake the installation of all associated street lighting / electrical works, for the above. Including all necessary coordination with the electricity supplier / Distribution Network Operator (DNO), who provides the supply. In addition, the main contractor shall be required to complete associated earthworks, drainage and service ducts, road pavements, kerbs, footways, cycleways and paved areas street lighting, traffic signs, road lighting columns and associated electrical works, landscape and ecology and utilities.The hybrid planning application which includes the spine road (road 1) may be found here: https://pa.shropshire.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=QPX8UBTDLIF00Shropshire Council intends to appoint a main contractor following a restricted procedure process in accordance with The Public Contract Regulations 2015. Shropshire Council intends to invite 5 (five) Candidates to tender who have passed all “pass / fail” questions, have not been excluded for failing to score 3 (three) marks or more for each scored question and have the highest weighted scores. All other Candidates will be excluded from the process. In the event fewer than 5 (five) Candidates submit a PQQ response then all Candidates who have submitted a response will be invited to submit a tender subject to each remaining Candidate: (1) passing all “pass / fail” questions; and (2) not being excluded from the selection process by Shropshire Council as a result of receiving a score of 0 marks, 1 mark or 2 marks in respect of 1 (one), or more of the scored questions.

Value: 6500000
Published: 2023-11-24
Deadline: 2023-12-22
6500000 2023-11-24 2023-12-22
Bro Tathan Utilities
UK Llandudno Junction Llywodraeth Cymru / Welsh Government

The Welsh Government have a requirement for a supplier to undertake construction work to deliver a new site wide water and electricity network at the Bro Tathan site. The water network will be adopted by DCWW and the electricity network will be adopted by NGED. The work also includes diversionary works to other services including foul water drainage, surface water drainage, ducting works and other facilitating works. The project includes the construction of two raised platforms using site won material from the trench construction.

Value:
Published: 2023-11-23
Deadline: 2024-02-02
2023-11-23 2024-02-02
Website Services - Lot 1 Website Maintenance, Support and Development
UK York Northern Trains Limited (NTL)

Northern Trains (NTL) has chosen to run the procurement under the negotiated procedure with a prior call for competition under Regulation 47 of the Utilities Contract Regulations 2016.

Value: 3040000
Published: 2023-11-23
Deadline: 2023-12-22
3040000 2023-11-23 2023-12-22
Supply of Service Buses
UK Belfast Translink

It is the intention of Translink to invite suitably interested Economic Operators to present in Belfast during Quarter 1 2024 (days, dates and times to be confirmed)... . Suppliers should contact David Lowry at david.lowry@translink.co.uk to register their interest.. Suppliers registering their interest in participating in this exercise should note that:. . 1. This Notice is to initiate a market engagement and information gathering exercise and does not indicate the start of a procurement exercise. It is instead intended to act as an informal market research document providing a brief synopsis of Translinks’ future requirements. This document is not intended to provide a definitive list of requirements.. . 2. We intend to invite interested suppliers to discuss the Supply of Single and Double deck buses. 3. This document is not a tender specification nor request for quotation. Translink is merely investigating market opportunities at this stage. without entering into any contractual or financial commitments.. . 4. Please note, progress in the project will be subject to the availability and timing of funding. If this requirement is given financial approval, it will be tendered under the Utilities Contracts Regulations 2016. Any documents, discussions, presentations, demonstrations, or clarifications submitted for this Market Research will not be considered as any part of the tender exercise. If Translink does decide to proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process.. . 5. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be construed as implying a commitment by Translink to place any Contract, now or in the future with any participating supplier in respect of the requirement under consideration.. . 6. Translink takes no responsibility for any actions or decisions taken, costs incurred or commitments made by interested parties in responding to this notice or by being involved in any subsequent discussions in this market engagement and information gathering exercise.. . 7. At this stage it is not possible to give an accurate timeframe for this requirement.

Value:
Published: 2023-11-16
Deadline:
2023-11-16
W&W Reactive & Minor Works (RMW) Framework
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this PIN will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016.

Value:
Published: 2023-11-09
Deadline:
2023-11-09
Immingham Green Energy Terminal (IGET)
UK London Associated British Ports

Immingham Green Energy Terminal (IGET) will be a multi-user bulk liquid green energy terminal to support the import of green ammonia (NH3) from Neom in Saudi Arabia to be converted to green hydrogen. This will assist with decarbonizing the UK’s transport sector and the import of Carbon Dioxide (CO2) to facilitate carbon capture storage, both of which will assist ABP’s transition towards Net Zero. The proposed terminal is to be operated by ABP as a common user facility, providing port capacity for multiple customers. The Proposed Development would occupy an area of approximately 102.52 hectares. ABP is responsible for the development and operation of the marine facilities to meet the infrastructure needs.The marine side the scope comprises:· A jetty, consisting of an approach trestle, approximately 1.2km in length, leading to a single berth [formerly proposed as up to two berths], including a loading platform and berthing and mooring dolphins with link walkways; · Topside infrastructure on the jetty for the handling of bulk liquids, including loading arms and pipelines. ABP is looking to appoint a lead contractor or consortium to undertake the construction of IGET and associated marine infrastructure works at the Port of Immingham. The overall procurement requirement can be broken down into the following areas: • Jetty Structure – an open piled jetty approach trestle, approximately 1.1km of deck on (up to 219, 1.2m) steel tubular piles.• Jetty Berth - the single berth is comprised of a loading platform, 2 no. breasting dolphins and 8 no. mooring dolphins with associated fenders and walkways. The jetty head would involve the installation of (up to 178) 1.5m dia. piles to support the jetty head structures and 2 no. monopiles (maximum dia. 2.3m) to provide fendering suitable for small vessels. • Dredging of the required area - A capital dredge of approximately 4,000m3 (based on the latest available site-specific geotechnical and geophysical information)• Drainage, Utilities, Security and Fire Design - The construction of lighting infrastructure, utilities (electrical systems, firewater systems including pumps and pipework, communications systems, security systems) and drainage• New Access Road - a corridor between the new jetty and Laporte Road which would support a jetty access road, a jetty access ramp, pipe-racks, as well as security gates and buildings, a power distribution building and associated utilities.For further information, please see documents supplied for examination on the National Infrastructure Planning website, here: Immingham Green Energy Terminal | National Infrastructure Planning (planninginspectorate.gov.uk) Due to the conservative nature of the current design, we have applied an estimated value range to this project. Significant effort is being made to further the Developed Design for the project, to refine the design and introduce value engineering opportunities – hence, a target cost approach to the Project. The estimated value of this project is between £140m and £170m.

Value: 140000000
Published: 2023-11-02
Deadline:
140000000 2023-11-02
PROC 23-2187 Provision of Fully Hosted Energy Management Monitoring, and Utilities Bureau
UK Glasgow Scottish Police Authority

The service must include the following but is not limited to ongoing utility bill validation, liaising with utility companies, scanning invoices and a complete monitoring and targeting software system capable of generating financial and environmental reports that is accessed by the client via a website with a secure login. The range of services may be amended at any time by mutual consent between the Contractor and the SPA.

Value:
Published: 2023-11-01
Deadline: 2023-11-30
2023-11-01 2023-11-30
PROC 23-2187 Provision of Fully Hosted Energy Management Monitoring, and Utilities Bureau
UK Glasgow Scottish Police Authority

The Scottish Police Authority (SPA) is seeking to appoint a suitably experienced and qualified Contractor for the provision of an online energy management software system and a full energy bureau service.Contractors applying for this contract must be capable of supplying and maintaining a Fully Hosted Energy Management Monitoring and Targeting System, complete with a Utilities Bureau Service.

Value:
Published: 2023-10-30
Deadline: 2023-11-30
2023-10-30 2023-11-30
Facilities Management Services
UK Falkirk Forth Valley College

The College is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) services at the College's campuses in Falkirk, Stirling and Alloa.The College's existing portfolio is as follows:Falkirk Campus, January 2020, 21,703 sq.m, Single Building comprises ground & first floor, Total Hours of operation per annum is 3300, Energy Saving Features are Rainwater harvesting system, solar panels, mix of natural ventilation, mechanical ventilation and naturally ventilated, energy piles, gas heating, underfloor heating, LED lighting, chill beams, BREEAM “Very Good‟ rating, EPC Rating B (as at December 2019). Operational Hours are 6.30am to 5.30 pm (Mon, Wed, Fri), 6am to 9pm (Tues Thurs, during term times)Alloa Campus, Opened in August 2011, 5,786 sq.m, Single Building comprises Lower Ground (Floor 0), Ground (Floor 1) and First Floor (Floor 2), Total hours of operation per annum – 2750, Energy Saving Features include Rainwater harvesting system, solar thermal water heating, predominately naturally ventilated, gas heating, underfloor heating. BREEAM “Excellent‟ rating. EPC Rating B (at July 2011). Operational Hours are 7am to 6.00 pm (Mon - Fri during Term Time)Stirling Campus, Opened March 2012, 7,989 sq.m, Single Building comprises Ground Floor and First Floor, Total Hours of operation per annum are 3050. Energy Saving Features include Rainwater harvesting system, solar Thermal water heating, predominately naturally ventilated, gas heating, underfloor heating. BREEAM "Excellent" rating. EPC Rating C (at April 2022). Operational Hours are 7am to 6.00 pm (Mon, Wed, Fri), 7am to 9pm (Tues Thurs, all year)The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including:Facilities Management Helpdesk; including the maintenance of the asset recordsAsset Information ModelBuilding Information Modelling (support and maintenance)Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system)Lighting Management System - manage and maintain (Falkirk Campus – Zumtobel)Planned & Reactive Building Fabric & Building Services Maintenance, PPMS, and Statutory MaintenanceGrounds Maintenance (Hard and Soft)Pest ControlEnergy & Utilities MonitoringCleaningWaste ManagementOther related services as requiredIt is the College's view that Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) shall relate to this Contract.The College recognises the values of, and supports actions to, enable a well-motivated and dedicated workforce both in its own organisation and in those of its clients and suppliers. The College supports the implementation of Fair Work First. The College is an accredited employer under the Scottish Living Wage scheme https://scottishlivingwage.org/ and that requires all staff employed on their premises to receive remuneration payments that at least conform with the current Real Living Wage of 12.00GBP per hour. Please refer to the Instruction to Bidders Document for more information.Furthermore, the College wishes to ensure that its key suppliers and contractors are committed to equality and diversity within their workforce and supply chain. This includes non-discriminatory behaviour and compliance with the Modern Slavery Act 2015.The College expects that the Contractor shall ensure that payment of sub-contractors and all supply chain partners is made promptly, in accordance with relevant legislation.

Value: 13500000
Published: 2023-10-29
Deadline: 2023-11-28
13500000 2023-10-29 2023-11-28
Facilities Management Services
UK Falkirk Forth Valley College

The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including:Facilities Management Helpdesk; including the maintenance of the asset recordsAsset Information ModelBuilding Information Modelling (support and maintenance)Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system)Lighting Management System - manage and maintain (Falkirk Campus – Zumtobel)Planned & Reactive Building Fabric & Building Services Maintenance, Planned Preventative Maintenance Schedule , and Statutory MaintenanceGrounds Maintenance (Hard and Soft)Pest ControlEnergy & Utilities MonitoringCleaningWaste ManagementOther related services as required

Value: 13500000
Published: 2023-10-27
Deadline: 2023-11-28
13500000 2023-10-27 2023-11-28
DE 5073010 Appointment Of A Main Contractor For Integrated College, Dungannon
UK Dungannon Integrated College Dungannon Board of Governors

The Project Is For The Construction Of The New Build Integrated College Dungannon. The New School Is To Be Constructed On The Existing School Site Extended To Include Additional Sports Pitches and Ancillary Accommodation. The RIBA 5 construction period is estimated at 34-38 months (inclusive of RIBA 4 Technical Design for the design and build element). An NEC4 ECC Option A Form of Contract will be used for this contract. The scope of the project will include the provision of the following: Design and build element for the provision of a new modular village and enabling works phase including: Permanent retaining structures and other external works, New temporary modular village (c.2,500m2), external and ancillary works, intended to accommodate the school staff and pupils for the duration of the new build construction (including decant phases both into and out of). This includes relocation and upgrade of a number of existing mobiles within the Site, Decommissioning, dismantling, relocation and delivery offsite of temporary modular village following completion and decant into the new build. Construction of a new post primary school including: Significant phasing works, including all works within a live educational environment, in close proximity to residential areas, Decant of the School into the temporary modular village ,Phased demolition of the existing accommodation, New build (c.11,000m2), inclusive of education, school meals, learning support, circulation and social spaces, Refurbishment and extension of the existing sports hall, Provision of NIE cable alteration and new substation works, including remote switch room, External works, hardstanding, landscaping (hard and soft), infrastructure, utilities, roads and other ancillary works, Provision of new southern sports pitches including access road and a new maintenance/toilet block, associated hardstanding, landscaping (hard and soft), infrastructure, utilities, roads and other ancillary works, Provision of localised Contractor design elements.

Value: 28000000
Published: 2023-10-25
Deadline: 2023-12-07
28000000 2023-10-25 2023-12-07
Prior Information Notice - Xlinks Morocco-UK Power Project: Project Management Contract
UK Billericay Xlinks First Limited

Xlinks does not consider itself a utility for the purposes of the Utilities Contracts Regulations 2016 and any national implementing legislation. Xlinks is publishing this notice on the UK e-notification service in order to attract competition . The publication of this notice should be interpreted as an intention by Xlinks to apply the procedures of the Utilities Contracts Regulations 2016 to this procurement or to publish any further information on this procurement through the UK e-notification service. For more information about this opportunity and to register to participate, please contact Xlinks through the Contact provided above. To view this notice, please click here:

Value:
Published: 2023-10-21
Deadline:
2023-10-21
PURCH2285 Provision Of Framework Agreement For Banking Services
UK Glasgow University of Glasgow

PURCH2285 Provision Of Framework Agreement For Banking Services For The Period Of 3 Years With The Option To Extend For Two Periods Of 12 Months Each.The University of Glasgow (“the University”) is seeking to develop efficient and cost-effective banking arrangements which will be capable of meeting future market and technological changes, and which will meet, and often exceed, user expectations. It is looking for relationships with an organisation in which it can be confident will fulfil all of the University’s current and future banking requirements. It is important that any potential banking partner can add value through an effective dedicated corporate support team backed up by a proactive education sector specialist relationship director. Note for the purposes of this tender the “University” does not include the following wholly owned subsidiaries – GU Holdings Ltd, Kelvin Nanotechnology Ltd, GU Heritage Retail Ltd, UOG Utilities Supply Company Ltd, Uglasgow Singapore and other related entities - GUSA (Glasgow University Sports Association) and The University of Glasgow Trust, including any regular philanthropic income donated to the University directly. The University does, however, reserve the right to move the aforementioned banking activities to the successful provider at a later date if required.Please refer to PURCH2285 - Schedule 2 Section 1 - Specification.

Value:
Published: 2023-09-29
Deadline: 2023-10-30
2023-09-29 2023-10-30
Bishopton Primary Classroom Block
UK Paisley Renfrewshire Council

2. The Project is for a full ‘turnkey’ solution to design and construct on site, a new permanent building to accommodate 2 no. Primary school classrooms and associated cloakroom, storage and toilet facilities for pupils and staff. Services to the new building are to be linked to the existing main school building. Works also include all associated civils and utilities works and installation of external learning canopies. The building will replace an existing modular classroom block at the same location within the school playground, which is to be demolished. Staged Building Warrant applications will also be required.

Value:
Published: 2023-09-20
Deadline: 2023-10-18
2023-09-20 2023-10-18
Gateline Supply and Maintenance Agreement
UK York NORTHERN TRAINS LIMITED

Northern Trains Limited (NTL), the "Utility", a Train Operating Company (TOC) that operates passenger rail services across the North of England, is undertaking this procurement process on behalf of a number of "Contracting Utilities" including Train Operating Companies in Great Britain, Network Rail, and a number of Local Transport Authorities. The requirement comprises a framework agreement for the supply and maintenance of Gateline Infrastructure that will enable members of the travelling public to access rail services at stations and other designated locations. The services include: a)Supply of New Gateline infrastructure, including the mechanical components required to control passenger access to designated areas; bank-card readers that possess the necessary certification for compliant use; ITSO card and bar-code readers; b)Installation and Commissioning Services - of Gateline Infrastructure including any required sourcing and supply arrangements, planning, permissions, civils works, connection to all systems and networks, testing and commissioning compliant with all rail industry and other required compliance requirements and standards. An option to decommission Gateline Infrastructure is included within these services; c)The option for Upgrades to existing Gateline components - as may be required so that existing infrastructure or components may be updated and improved to reflect latest functionality and standards; d)Maintenance and Operation - including Device Management to enable the operation of both new and updated Gateline Infrastructure to effective operational levels, providing an acceptable level of service to the public; and e)Demonstrable delivery of Social Value The key objective of the procurement is to establish a framework agreement with a single economic operator that will enable NTL "the Utility" (and the other Contracting Utilities listed on this notice) to enter into their own respective Agreements under the framework following conclusion of the procurement exercise. The nature of the Gateline Supply and Maintenance Agreement is that both supply, works and services will be 'called-off' by the Utility and Contracting Utilities in accordance with their specific requirements following contract award and in accordance with a 'call-off' procedure that will be subject to negotiation during the procurement process. The value of the Gateline Supply and Maintenance Agreement will therefore depend upon the level of subscription to the framework, however the estimated value is based upon supply and commissioning of 500 Gateline Infrastructure components and their operation and maintenance over the initial contract term and two extension periods. Northern Trains (NTL) has chosen to run the procurement under the negotiated procedure with a prior call for competition under Regulation 47 of the Utilities Contract Regulations 2016. Given the subject matter of the framework agreement and the exceptional circumstances that apply in respect of award of a contract to single economic operator and proprietary nature of maintenance and operation obligations, the term of the agreement will exceed 8 years as set out in Clause 51(3) of the Utilities Contracts Regulations 2016. The contract term for the Gateline Supply and Maintenance Agreement is consequently a five-year initial term with two options for further 5-year extensions.

Value: 50000000
Published: 2023-09-14
Deadline: 2023-10-24
50000000 2023-09-14 2023-10-24
Gateline Supply and Maintenance Agreement
UK York Northern Trains Limited

In addition to Northern Trains Ltd the participating Contracting Utilities to this agreement are: Official name Greater Man chester Combined Authority (GMCA) Postal address: Tootal Buildings, 56 Oxford Street, Manchester M1 6EU Country United Kingdom (UK) - ------------------- Official name Transport for the North Postal address: Ground Floor, West Gate, Grace Street Town Leeds Postal code LS1 2RP Country United Kingdom (UK) - ------------------- Official name: South Yorkshire Mayoral Combined Authority Postal address: 11 Broad Street West Town Sheffield Postal code S1 2BQ Country United Kingdom (UK) - ------------------- Official name Liverpool City Region Combined Authority Postal address: 1 Mann Island, Liverpool L3 1BP, UK. Country United Kingdom (UK) - ------------------- Official name: Tyne and Wear Passenger Transport Executive Postal address: Nexus House, St James' Boulevard Town Newcastle upon Tyne Postal code NE1 4AX Country United Kingdom (UK) - ------------------- Official name: Transport for West Midlands (West Midlands Combined Authority) Postal address: Centro House, 16 Summer Lane Town Birmingham Postal code B19 3SD Country United Kingdom (UK) - ------------------- Official name: West Yorkshire Combined Authority Postal address: Wellington House, 40-50 Wellington Street Town Leeds Postal code LS1 2DE Country United Kingdom (UK) - ------------------- Official name: Trenitalia c2c Limited Postal address: 7th Floor, Centennium House, 100 Lower Thames Street, London, EC3R 6DL. Country United Kingdom (UK) - ------------------- Official name: First Trenitalia West Coast Rail Limited Postal address: 8th Floor The Point, 37 North Wharf Road, London, United Kingdom, W2 1AF Country United Kingdom (UK) - ------------------- Official name: The Chiltern Railway Company Limited Postal address: 1 Admiral Way, Doxford International Business Park, Sunderland SR3 3XP. Country United Kingdom (UK) - ------------------- Official name: Abellio East Midlands Limited Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG. Country United Kingdom (UK) - ------------------- Official name: Govia Thameslink Railway Ltd Postal address: 3rd Floor, 41-51 Grey Street, Newcastle upon Tyne, NE1 6EE Country United Kingdom (UK) - ------------------- Official name: First Greater Western Limited Postal address: Milford House, 1 Milford Street, Swindon, SN1 1HL. Country United Kingdom (UK) - ------------------- Official name: Abellio East Anglia Ltd Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG. Country United Kingdom (UK) - ------------------- Official name: Heathrow Express Operating Company Limited. Postal address: The Compass Centre, Nelson Road, Hounslow, Middlesex, TW6 2GW Country United Kingdom (UK) - ------------------ Official name: London North Eastern Railway Limited. Postal address: West Offices, Station Rise, York,YO1 6GA Country United Kingdom (UK) - ------------------ Official name: West Midlands Trains Ltd Postal address: 2nd Floor St Andrew's House, 18-20 St Andrew Street, London, EC4A 3AG Country United Kingdom (UK) - ------------------- Official name: MerseyRail Electrics 2002 Postal address: 9th Floor Rail House, Lord Nelson Street, Liverpool, L1 1JF Country United Kingdom (UK) - ------------------- Official name: ScotRail Trains Ltd Postal address: Atrium Court, 50 Waterloo Street, Glasgow, Scotland, G2 6HQ Country United Kingdom (UK) - ------------------- Official name: First MTR South Western Trains Limited Postal address: 8th Floor The Point, 37 North Wharf Road, London, United Kingdom, W2 1AF Country United Kingdom (UK) - ------------------- Official name: SE Trains Limited Postal address: Second Floor, 4 More London Riverside, London SE1 2AU Country United Kingdom (UK) - ------------------- Official name: Govia Thameslink Railway Ltd. Postal address: 3rd Floor, 41-51 Grey Street, Newcastle upon Tyne, NE1 6EE. Country United Kingdom (UK) - ------------------ Official name: Transpennine Trains Limited Postal address: Great Minster House, 2nd Floor Franchise Resilience And Mobilisation Team, 33 Horseferry Road, London, England, SW1P 4DR Country United Kingdom (UK) - ------------------- Official name: Transport for Wales Ltd Postal address: 3 Llys Cadwyn, Pontypridd, CF37 4TH. Country United Kingdom (UK) - ------------------- Official name: Eurostar International Ltd Postal address: 6th Floor, Kings Place, 90 York Way, London, England, N1 9AG Country United Kingdom (UK) - ------------------- Official name: Network Rail Limited Postal address: Waterloo General Office, London, United Kingdom, SE1 8SW Country United Kingdom (UK) ------------------- To view this notice, please click here:

Value:
Published: 2023-09-13
Deadline:
2023-09-13
Unmanned Aerial Systems Framework
UK London Network Rail Infrastructure Ltd

Requests for further information and any questions or clarifications in respect of this RFI should be addressed to Graham.Holbrook@networkrail.co.uk Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-09-08
Deadline:
2023-09-08
PRJ-1286: Take Home and Settle service and Handyperson service
UK London NHS North East London ICB

Objectives of Take Home and Settle Service.The objective of the service is to aid individuals who are either not appropriate for admission fromA&E or need assistance to leave hospital by providing short-term practical support.Aims of Handyperson Service• Promote people’s independence by enabling them to stay in their homes in security, safetyand comfort for longer by carrying out simple repairs and adaptations as preventative andremedial measures.• Enhance the effectiveness of health and social care provision through the delivery of oftenvery simple and very low-cost interventions which often have a clear link with fallsprevention.• Helps to reduce hazards for vulnerable, disabled and older people, especially hazards thatare assessed to possess higher possibilities or likelihood of causing injuries or ill health.Objectives of the Handyperson Service• The service that will help vulnerable, disabled, and older people to live safely andindependently in their own homes by assisting with small repairs and minor adaptations tothe home.Service description and care pathway Take Home and Settle Service.The Service shall work closely with partners to deliver an integrated whole system approach toachieving the outcomes for patients and the overall Health and Social Care system.In order to deliver a responsive service to support the discharge of patients from Hospitals listed atcore Take Home and Settle Staff will be based within these hospitals and will participate indaily discharge meetings. The service will facilitate discharge by linking with other delivery partnerswhere possible (e.g. Integrated Community Equipment Service, Telehealth) to help reduce delays.After the referral is accepted, a needs assessment and risk assessment will be completed, andthen a support plan developed with the service user. Copies of both will be given to the serviceuser.The assessment should take place within 2 hours of referral and the service user should bedischarged within the same day. It is acknowledged that some delays may sit with the hospital.The Service shall offer the required amount of support (according to each boroughs criteria),incorporating pre and post discharge activities including:• Home safety checks• Practical Support• Signposting to other services• Handyperson serviceThe support provided will be regularly reviewed with the service user to ensure it continues to meettheir needs.Home safety checksThe Provider will undertake a home hazard risk assessment to determine the environment is safefor the service user to return home.Practical Support• Check utilities are connected and turn on heating• Obtain any immediate shopping• Collect fresh clothes from patients’ homes prior to discharge• Meet patient on the ward and travel home together, staying with the service user until thedomiciliary care agency arrive (if required)• Collect prescriptions and assist with medication self-management• Prepare a light snack/meal preparation• Light housekeeping/domestic services e.g. tidying up, changing bedding, laundry etc...• Support in attending appointments e.g. outpatients etc.• Phone calls or visits for a regular check-in and companionship• Form-filling/paperwork• Any other appropriate tasks benefiting and enabling the person remain in their own home.Handyperson ServiceThe service will include the following tasks:• Set-up of micro-environment• Removal or repositioning of furniture• Making safe walkway within the home• Checking property for trip hazards e.g. trailing wires, removal or tacking down of rugs,carpets and repair to torn flooring and re

Value:
Published: 2023-08-30
Deadline: 2023-09-26
2023-08-30 2023-09-26
Provision of Helicopter Services to Deliver Aerial Survey Work
UK London Network Rail Infrastructure Ltd

Further information covering the anticipated technical specifications for this requirement is available on request and it is strongly suggested that interested parties consider these requirements. The Information covers: Aircraft Requirements and Availability Pilot Availability and Competence Profile Sensors, Camera Equipment and Systems Provision of Personal Protective Equipment Provision of Information Technology Flight Bases and Facilities requirements Requests for further information and any questions or clarifications in respect of this RFI should be addressed to Graham.Holbrook@networkrail.co.uk Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-08-25
Deadline:
2023-08-25
Drainage Clearance and Surveys Framework
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this Notice will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This Notice does not constitute a call for competition to procure any services, supplies or works mentioned in this Notice and Network Rail will not accept any proposals offered in response to this Notice. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any Notice event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016, as updated from time to time. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice issued does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement.

Value:
Published: 2023-08-24
Deadline:
2023-08-24
Upgrade of Train and Bus WiFi
UK Belfast Translink

Suppliers registering their interest in participating in this exercise should note that:. . 1. This Notice is to initiate a market engagement and information gathering exercise and does not indicate the start of a procurement exercise. It is instead intended to act as an informal market research document providing a brief synopsis of Translinks’ future requirements. This document is not intended to provide a definitive list of requirements. . 2. We intend to invite interested suppliers to present to a range of Translink personnel to discuss the range of WiFi solutions each can offer.. . 3. This document is not a tender specification nor request for quotation. Translink is merely investigating market opportunities at this stage without entering into any contractual or financial commitments.. . 4. Please note, progress in the project will be subject to the availability and timing of funding. If this requirement is given financial approval, it will be tendered under the Utilities Contracts Regulations 2016. Any documents, discussions, presentations, demonstrations, or clarifications submitted for this Market Research will not be considered as any part of the tender exercise. If Translink does decide to proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process.. . 5. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be construed as implying a commitment by Translink to place any Contract, now or in the future with any participating supplier in respect of the requirement under consideration.. . 6. Translink takes no responsibility for any actions or decisions taken, costs incurred, or commitments made by interested parties in responding to this notice or by being involved in any subsequent discussions in this market engagement and information gathering exercise.. . 7. At this stage it is not possible to give an accurate timeframe for this requirement.. . .

Value:
Published: 2023-08-14
Deadline:
2023-08-14
Traction Power Modelling - Request for Interest
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this Notice will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This Notice does not constitute a call for competition to procure any services, supplies or works mentioned in this Notice and Network Rail will not accept any proposals offered in response to this Notice. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any Notice event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016, as updated from time to time.

Value:
Published: 2023-08-11
Deadline:
2023-08-11
Supply of Ballast Cleaning Ancillary Machinery
UK Belfast Translink

Anticipated contract value of up to £30m is forecast for this requirement. (please note, these figures are for guidance only). Suppliers registering their interest in participating in this exercise should note that: 1. This Notice is to initiate a market engagement and. information gathering exercise and does not indicate the start of a procurement exercise. It is instead intended to act as an informal.. market research document providing a brief synopsis of Translinks’ future requirements. This document is not intended to provide a. definitive list of requirements. 2. This document is not a tender specification nor request for quotation.. Translink is merely investigating market opportunities at this stage without entering into any contractual or financial commitments. 3.. Please note, progress in the project will be subject to the availability and timing of funding. If this requirement is given financial approval,. it will be tendered under the Utilities Contracts Regulations 2016. Any documents, discussions, presentations, demonstrations, or. clarifications submitted for. this Market Research will not be considered as any part of the tender exercise. If Translink does decide to. proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process.. 4. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be. construed as implying a commitment by Translink to place any Contract, now or in the future with any participating supplier in respect. of the requirement under. Consideration. 5. Translink takes no responsibility for any actions or decisions taken, costs incurred or. commitments made by interested parties in responding to this notice or by being involved in any subsequent discussions in this market. engagement and information gathering exercise. 6. At this stage it is not possible to give an accurate timeframe for this requirement..

Value:
Published: 2023-07-28
Deadline:
2023-07-28
Instrumented Rail Clamp System Requirements. Wales & Western Region
UK London Network Rail Infrastructure Ltd

Please note that any content received via response to this PIN will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out in accordance with the provisions of the Utilities Contracts Regulations 2016.

Value:
Published: 2023-07-24
Deadline:
2023-07-24
Eastern Region Level Crossing Lift and Replace Framework
UK London Network Rail Infrastructure Ltd

Please note this activity and any communication from it will cease immediately should a formal competition be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Charlotte.davis@networkrail.co.uk. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-07-21
Deadline:
2023-07-21
Training Content Library
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to this PIN. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Should you wish to respond to this RFI please complete the attached document titled “Digital Content Library RFI Submission Template”, which can be accessed via the link and instructions below: Follow the following link - https://networkrail.bravosolution.co.uk/web/login.html From the welcome screen, access the “View Current Opportunities” link and select “Digital Content Library - Request for Information (RFI)". Click on the attachment – “Digital Content Library RFI Submission Template”. Supplier responses should be completed through responding to questions within this provided excel document. Once completed, please send your excel submission document via email as attachment to tom.weatherley@networkrail.co.uk with the email subject "Digital Content Library RFI Submission". The response deadline for this RFI is Wednesday 27th July 2023. Any questions or clarifications in respect of this RFI should be addressed to tom.weatherley@networkrail.co.uk. Network Rail would like to thank you in advance, should you wish to respond to this Request for Information.

Value:
Published: 2023-07-13
Deadline:
2023-07-13
Leverburgh Housing Development
UK Isle of Lewis Hebridean Housing Partnership Ltd

HHP require suitably qualified and experienced contractors to provide Design and Build (D&B) services for the delivery of the LeverburghHousing Development, Leverburgh, Isle of Harris. The appointed Contractor will be responsible for constructing the 12 house developmentas per the existing CNES Planning Permission, reference 23/00113/PPD, with associated parking, road, street lighting, drainage, SUDSbasin, utilities, site services, footpaths, site works, and landscaping. The contract will be delivered over two phases of 6 houses. Thecontractor’s proposal must also include for all other development costs, including statutory and professional fees.Standard house type superstructure drawings are provided as part of the tendering package. It is the responsibility of the Contractor todesign appropriate substructures to suit each house type, to design suitable mechanical and electrical equipment within each of theproperties in accordance with HHP’s specification and to obtain a building warrant for the development. No substantial alterations to housetype designs will be accepted.

Value:
Published: 2023-07-11
Deadline: 2023-08-11
2023-07-11 2023-08-11
Temple Island - Remediation, fill and utilities enabling works
UK BRISTOL Bristol City Council

Value:
Published: 2023-07-07
Deadline:
2023-07-07
Strategic Resource Options: Programme Partners (PP) Framework
UK Reading Thames Water Utilities Limited

II.2.4) Description of the procurement:(nature and quantity of works, supplies or services or indication of needs and requirements; for supplies only - state whether tenders are requested for purchase, lease, rental, hire purchase or any combination of those)Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Programme Partners (PP) Framework TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/TWUL intends to establish a PP Framework primarily to support its SRO Program. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This procurement is for the PP Framework only and relates to Phase 1 of the procurement strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice.The successful tenderers will interface with several other partners that will be procured separately to support the SRO Programme as it develops. TWUL are looking for leading expertise within the key disciplines outlined below to accelerate the delivery and management of this high-profile programme. The PP will need to demonstrate extensive experience in programme management to enable it to support and management across the SRO portfolio which will include large complex infrastructure schemes being progressed under the current UK planning environment. The PP role includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting Clients and managing programmes of work (in this case the delivery of large pipelines, reservoirs, water recycling and transfer facilities). Furthermore, the PP will need to provide programme management and controls expertise to oversee and advise up all aspects of preliminary design and the pre application engagement with the Planning Inspectorate and to assist with the development / management of planning applications (likely to be a Development Consent Order (DCO)) including assisting with stakeholder engagement and all elements of the pre consultation and planning application processes. The PP framework agreement will be awarded under the NEC4 Professional Services Contract Option E with amendments. Provision will be made in the call-off contracts for utilisation of Option A, C and E. TWUL intends to award the first work package from the PP framework agreement immediately following the appointment of framework suppliers. It is our intention that appointment as a Programme Partner to one or multiple SRO projects will be for the duration of that particular scheme. This approach is due to the complexity and phasing of projects within the SRO programme. The risk of disruption and inefficiency that would be caused through multiple handovers between Programme Partners during a project is high and would be sub optimal for TWUL. Our intention is that the parties to the framework compete for the role of Programme Partner via an initial mini competition and that subject to the successful party's performance, capability and capacity, it will remain the Programme Partner for the scope of services that was competed.Sufficient information will be included in the mini-competition tender pack to enable bidders to prepare solutions for the potential services that may be required by TWUL. The scope of initial mini competitions will be construed widely to enable our approach and all parties wishing to compete will have the appropriate opportunity to seek clarification on the breadth, depth and

Value: 150000000
Published: 2023-07-06
Deadline: 2023-08-11
150000000 2023-07-06 2023-08-11
Pre-Market Engagement: Isolations & Associated Services
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Olivia.Carroll2@networkrail.co.uk Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-07-05
Deadline:
2023-07-05
Pre-Market Engagement: Isolations & Associated Services
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Olivia.Carroll2@networkrail.co.uk Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-07-05
Deadline:
2023-07-05
Pre-Market Engagement: Isolations & Associated Services
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Olivia.Carroll2@networkrail.co.uk Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-07-05
Deadline:
2023-07-05
Data Loggers
UK London Network Rail Infrastructure Ltd

Responding to this PIN is an excellent opportunity to engage, share relevant information and provide each other with feedback. Should you wish to respond, please complete the attached document titled “Data Loggers - RFI Submission Template”, this can be accessed via the link and instructions below: 1. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html 2. From the welcome screen, access the “View Current Opportunities” link and select “Data Loggers". 3. Click on the attachment – “Data Loggers - RFI Submission Template”. Supplier should be responding to questions in the excel document. 4. Once completed please send your RFI Submission Template via email to aggie.kozlowska@networkrail.co.uk with the email subject "Data Loggers RFI". The response deadline for this RFI is the 1st of August 2023. Any questions or clarifications in respect of this RFI should be addressed to aggie.kozlowska@networkrail.co.uk Network Rail would like to thank you in advance should you wish to respond to this Request for Information. Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016.

Value:
Published: 2023-07-04
Deadline:
2023-07-04
Strategic Resource Options: Technical Partners (TP) Framework
UK Reading Thames Water Utilities Limited

Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Technical Partners (TP) Framework TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/TWUL intends to establish a TP framework primarily to support its SRO program. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This procurement is for the TP Framework only and relates to Phase 1 of the strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice.The successful tenderers will interface with several other partners that will be procured separately to support the SRO Programme as it develops. TWUL are looking for leading expertise within the key disciplines outlined below to accelerate the delivery of this high-profile programme. The TP will need to demonstrate extensive experience in the development and support the delivery of large complex infrastructure schemes in the current UK planning environment. This includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting the delivery of large pipelines, reservoirs, water recycling and transfer facilities. Furthermore, the TP will need to provide technical expertise to manage all aspects of preliminary design and managing the pre application engagement with the Planning Inspectorate and develop/manage the planning application (likely to be a Development Consent Order (DCO)) including stakeholder engagement and all elements of the pre consultation and planning application processes. The TP framework agreement will be awarded under the NEC4 Professional Services Contract Option E with amendments. Provision will be made in the call-off contracts for utilisation of Option A, C and E. TWUL intends to award the first work package from the TP framework agreement immediately following the appointment of framework suppliers. It is our intention that appointment as a technical partner to one or multiple SRO projects will be for the duration of that particular project. This approach is due to the complexity and phasing of projects within the SRO programme. The risk of disruption and inefficiency that would be caused through multiple handovers between Technical Partners during a project is high and would be sub optimal for TWUL. Our intention is that the parties to the framework compete for the role of TP for a specific project via an initial mini competition and that subject to performance, capability and capacity, the successful party will be the technical partner for the duration of the particular project.Sufficient information will be included in the mini-competition tender pack to enable bidders to prepare solutions for the potential services that may be required by TWUL. The scope of initial mini competitions will be construed widely to enable our approach and all parties wishing to compete will have the appropriate opportunity to seek clarification on the breadth, depth and operation of the resulting call off contract(s). The duration of the TP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful TP at call-off will cover the development phase into the mobilisation of the future Delivery Partner(s) in the detailed design and construction phase.The TP framework scope is likely to comprise of, but is not limited to, the following high level service categories:• General Technical Partner Suppo

Value: 300000000
Published: 2023-07-01
Deadline: 2023-07-28
300000000 2023-07-01 2023-07-28
DfI TRAM T-1129 Term Contract for Minor Improvement Works
UK Belfast Department for Infrastructure

Term Contract for Minor Improvement Works - the works to be undertaken under this Contract may include, but not be limited to, the following principal work activities which are provided by way of example: A. Delivery of Temporary Traffic Management as part of associated civil works on a live trafficked Public Road (as defined by the Roads (NI) Order 1993) B. Drainage and service duct Installation C. Earthworks D. Pavement construction and surfacing E. Footway construction and refurbishment F. Fencing and Wall construction G. Working with Services / Utilities H. Cycleway construction I. Traffic signal junction upgrade J. Road Restraint Systems Further ancillary works may be asked of the successful Economic Operator, IN THE FOLLOWING CONTRACT AREAS MIE1 Belfast / Lisburn and Castlereagh, MIN2 Mid and East Antrim / Antrim and Newtownabbey, MIW3 Fermanagh and Omagh, MIS2 Newry, Mourne and Down / Ards and North Down, MIW1 Mid Ulster, MIN1 Causeway Coast and Glens, MIS1 Armagh City, Banbridge and Craigavon, MIW2 Derry City and Strabane.

Value: 114000
Published: 2023-06-30
Deadline: 2023-08-10
114000 2023-06-30 2023-08-10
Provision of Consultant Marine, Civil Engineering and Technical Services at Sullom Voe Harbour Area, Shetland
UK Lerwick Shetland Islands Council (Utilities)

A Restricted Procedure is being followed in accordance with the Utilities Contracts (Scotland) Regulations 2016.

Value:
Published: 2023-06-22
Deadline: 2023-07-24
2023-06-22 2023-07-24
Local bus contracts 50, 56 and 66
UK Huntingdon Cambridgeshire & Peterborough Combined Authority

The Cambridgeshire and Peterborough Combined Authority has decided to use the accelerated open procedure for this project in accordance with the requirements of Regulation 45 of The Utilities Contracts Regulations 2016.

Value:
Published: 2023-06-20
Deadline: 2023-07-04
2023-06-20 2023-07-04
The Installation and Hire of Large Output Generators for Temporary Power Supplies Framework
UK London Network Rail Infrastructure Ltd

Please note this activity and any communication from it will cease immediately should a formal competition be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Charlotte.davis@networkrail.co.uk. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-06-14
Deadline:
2023-06-14
Market Engagement Event: Northern Powerhouse Rail / Integrated Rail Plan Development & Design Services Framework
UK London Network Rail Infrastructure Ltd

Network Rail is committed to ensuring fairness, openness, and transparency. In addition, we encourage the participation of Small Medium Enterprises, commonly known as SMEs. All information provided on Network Rail's current thinking as part of the market engagement exercise (including the contents of this notice and the Request for Information) should be considered indicative in nature and no overall decision on the delivery model has yet been made. The market engagement exercise is not a formal request for expressions of interest. Participation or non-participation in this exercise will not confer any advantage or disadvantage on any person in respect of any future competitive procurement process. However, the results of the market engagement exercise (including written responses and any clarification questions or meetings) may be used to shape and refine the delivery model before any formal competitive procurement process is launched. Respondents should note that information provided in response to the market engagement exercise may (at Network Rail's discretion) be disclosed by Network Rail to its directly appointed advisers and consultants (all of whom are subject to obligations of confidentiality as part of their appointment). The information provided in responses may also be disclosed, in a suitably summarised and anonymised form, to other stakeholders and to other interested persons. Notwithstanding that, where any response (or any part of it) is genuinely commercially sensitive, the respondent should make this clear, and Network Rail will not include that in any wider publication (beyond its directly appointed advisers and consultants). Network Rail is not obliged to respond to any correspondence related to the market engagement exercise. Direct or indirect canvassing of Network Rail (or any person connected with it) by any person concerning the market engagement exercise, or any attempt to procure information outside of the defined process is discouraged and may (in certain circumstances) require the disqualification of the relevant person(s) from participation in any future competitive procurement process. Any costs of participation in this market engagement exercise will be borne by the respondent. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. All information provided by Network Rail during this market engagement exercise is at an early stage of development, is not intended by Network Rail to create any contract or other commitment and is not intended by Network Rail to be otherwise relied on by any person to any extent. Network Rail shall have no liability for any losses incurred by any person as a result any such reliance. As a reminder, this is not a call for competition.

Value:
Published: 2023-06-13
Deadline:
2023-06-13
Entity in Charge of Maintenance Certification (ECM)
UK Belfast Translink

Suppliers registering their interest in participating in this exercise should note that:. 1. This. Notice is to initiate a market engagement and information gathering exercise and does not. indicate the start of a procurement exercise. It is instead intended to act as an informal. market research document providing a brief synopsis of Translinks’ future requirements. This. document is not intended to provide a definitive list of requirements.. . 2. We intend to invite. interested suppliers to discuss Entity in Charge of Maintenance Certification .. . 3. This document is not a tender. specification nor request for quotation. Translink is merely investigating market. opportunities at this stage. without entering into any contractual or financial commitments... . 4. Please note, progress in the project will be subject to the availability and timing of funding.. If this requirement is given financial approval, it will be tendered under the Utilities Contracts. Regulations 2016. Any documents, discussions, presentations, demonstrations, or. clarifications submitted for this Market Research will not be considered as any part of the. tender exercise. If Translink does decide to proceed with a competitive tender process, a. separate detailed tender specification document will be produced as part of that process.. . 5.. Nothing in this advertisement or any other documents or information provided by Translink. or any of its advisers or agents is to be construed as implying a commitment by Translink to. place any Contract, now or in the future with any participating supplier in respect of the. requirement under consideration.. . 6. Translink takes no responsibility for any actions or. decisions taken, costs incurred or commitments made by interested parties in responding to. this notice or by being involved in any subsequent discussions in this market engagement. and information gathering exercise.. 7. At this stage it is not possible to give an accurate. timeframe for this requirement.... . Interested suppliers are requested to email their contact details to naomi.orr@translink.co.uk NO LATER THAN on 3pm Friday 23 June 2023

Value:
Published: 2023-06-09
Deadline:
2023-06-09
The Great Grid Upgrade Partnership
UK LONDON NATIONAL GRID ELECTRICITY TRANSMISSION PLC

Interested persons should access the procurement documents and must complete and submit the PQQ by the deadline stated IV.2.2 to be eligible to be shortlisted and invited to tender. The shortlisting rules are set out in the PQQ. Please email SIProcurement@nationalgrid.com if you do not have existing ARIBA access. The procurement documents (see I.3) also include a partner guide (summarising the opportunity) and a contract principles paper (describing the Enterprise Agreement and including a scope summary): these will be made available when a signed confidentiality agreement has been returned. All financial values stated in this notice are calculated using current prices plus assumed inflation based on RPI forecast rates to 2032. All of these values are estimates only and the final outturn values will depend on the precise works and services required to be delivered, the means of delivery, the way in which programme and project risks materialise, the actual rates of inflation up to completion of the programme, and other factors. Details of the scale of this opportunity are also set out in the previous notices (see IV.2.1). The precise details of each identified project, including specific location, route, form of electricity network infrastructure (such as OHL or underground cable), construction methodology, and any associated mitigation or enhancement schemes are indicative and remain to be confirmed. The final project details are subject to NGET obtaining all necessary consents (such as any required DCO, Electricity Act 1989 consent or planning permission), the requirements of those consents, and the terms of any necessary land rights to be secured by NGET to enable project delivery. NGET gives no commitment as to the basis on which any necessary consents or land rights will be applied for, or obtained. In January 2023, NGET conducted a pre-procurement market engagement exercise through which feedback was sought from the market in respect of its proposals. Interested organisations submitted written responses to questions contained in a market engagement document. This exercise was advertised in the notices detailed in IV.2.1. Anyone participating in this procurement process does so at its own risk and shall bear its own costs, whether or not the process proceeds as anticipated, or at all. Subject to the fuller terms of the procurement documents, NGET reserves the right (in its sole and absolute discretion and without liability to any person): (i) not to accept the highest scoring, or any, bid(s); (ii) to cancel the procurement process or any lot or other part of it at any time; (iii) not to award a contract in any lot or at all; and (iv) to make changes to the content and structure of the procurement process at any time. The Great Grid Upgrade Partnership constitutes a single programme to achieve National Grid's Great Grid Upgrade (https://www.nationalgrid.com/the-great-grid-upgrade). It is currently anticipated that this programme will be delivered by the Enterprise Partners through the Enterprise Agreement and the call-off contracts awarded under it, and the full scope of that is included in the scope advertised by this notice. However, and without limiting that, the works and services awarded to Enterprise Partner(s) may extend beyond that to involve additional works and services, through the award of further contracts in reliance on the procedure in Regulation 50(1)(f) of the Utilities Contracts Regulations 2016 and/or any successor provision in the new Procurement Act, when enacted, concerning direct awards for additional or repeat works or services. Any contracts for new works or services consisting in the repetition of similar works or services will conform to the Great Grid Upgrade programme and / or a particular project for which packages are called-off under the Great Grid Upgrade Partnership. The Enterprise Agreement may be awarded by, or novated to, a member of the National Grid group other than NGET.

Value:
Published: 2023-05-30
Deadline:
2023-05-30
tNCEA Underground Utilities Searches 23/24
UK London NATURAL ENGLAND (Defra Network eTendering Portal)

The Natural Capital & Ecosystem Assessment (NCEA) programme is a transformative programme to understand the extent, condition and change over time of environmental assets across England's land and water environments, supporting the government’s ambition to improve the environment within a generation.<br/>One component of NCEA is the England Ecosystem Survey (EES) which aims to assess the current state of vegetation, habitats, landscapes, and soils in England and to monitor long-term changes. Utilities searches will be required to ensure safety of all surveyors and protection of underground assets on each EES monad when carrying out soil surveys.<br/>The supplier shall carry out desktop utility record searches for underground and overhead utilities for up to 1,760 sites, c. 4.3ha each. Utilities searches to include, but not be limited to, oil and gas, water, sewer, electric, BT, virgin media, other cable and fibre, and independent utilities. Desk-based to be presented as reports with accompanying composite pdf drawings (one drawing with all utilities per site), and an ESRI shapefile of digitised utilities within the site.<br/>Additionally, the contractor will be expected to project manage the delivery of the desk-based studies, ensuring milestones and timescales are achieved.

Value:
Published: 2023-05-20
Deadline:
2023-05-20
tNCEA Underground Utilities Searches 23/24
UK London NATURAL ENGLAND (Defra Network eTendering Portal)

Value:
Published: 2023-05-19
Deadline:
2023-05-19
tNCEA Underground Utilities Searches 23/24
UK London NATURAL ENGLAND (Defra Network eTendering Portal)

Value:
Published: 2023-05-19
Deadline:
2023-05-19
tNCEA Underground Utilities Searches 23/24
UK London NATURAL ENGLAND (Defra Network eTendering Portal)

Value:
Published: 2023-05-19
Deadline:
2023-05-19
tNCEA Underground Utilities Searches 23/24
UK London NATURAL ENGLAND (Defra Network eTendering Portal)

Value:
Published: 2023-05-19
Deadline:
2023-05-19
Cambridge City Council - Green Business Programme
UK Cambridge Cambridge City Council

The Green Business Programme is a partnership project led by Cambridge City Council, Huntingdonshire District Council and South Cambridgeshire District Council, part funded by the UK Government through the UK Shared Prosperity Fund (UK-SPF) and overseen by the Cambridgeshire and Peterborough Combined Authority (CPCA). Climate change is a key priority for all three councils and our work to help reduce greenhouse gas emissions includes engaging and supporting local businesses on sustainability.Objectives of the Green Business Programme1. To support local SMEs to improve productivity and sustainability by reducing their carbon footprint, increasing efficiencies, lowering utilities costs and meeting customer and employee expectations on sustainability.2. To enable SMEs to feel empowered and confident to reduce the carbon footprint of their operations, to understand which activities to prioritise to have a higher impact on reducing their carbon footprint, to embed sustainability into business operations and integrate climate change into decision making and where relevant, introduce technologies which are new to their firm, following the Green Business Programme.3. To deliver the specific SPF related minimum outputs and outcomes4. To foster the development of new businesses offering carbon reduction solutions to businesses and consumers via a start-up programme.

Value: 688000
Published: 2023-05-19
Deadline: 2023-06-19
688000 2023-05-19 2023-06-19
tNCEA Underground Utilities Searches 23/24
UK London NATURAL ENGLAND (Defra Network eTendering Portal)

Value:
Published: 2023-05-19
Deadline:
2023-05-19
Maintenance Services for Leachate Collection & Treatment Systems
UK Preston Lancashire County Council

Lancashire County Council (The Authority) is inviting tenders for the provision of maintenance services for the Authority's leachate collection and treatment systems. The Authority operates eight waste landfill sites throughout the county of Lancashire. The leachate collection and treatment systems at each site are designed to collect and/or collect and treat leachate prior to its discharge to foul sewer. Leachate is the liquid that drains or "leaches" from a landfill and is an unavoidable product of landfill. The liquid will have passed through materials and extracted solutes, suspended solids or any other component of the material through which it has passed. The Authority has a responsibility to ensure the leachate is collected and treated prior to its safe disposal into foul sewer to avoid pollution.The performance of the Council's landfill drainage treatment systems is regulated by United Utilities Plc and the Environment Agency. The Authority has a responsibility to manage closed landfill sites as well as enforcing environmental standards, as per various legislative requirements such as Environmental Protection Act 1990, Environmental Permitting Regulations 2016 and Water Industry Act 1991. Therefore it is important that the systems designed to achieve these responsibilities are effectively cleaned and maintained. The Services involve pipe work and sewer jetting, leachate sump and tank cleaning, lagoon cleaning and additional services as requested by the Authority from time to time. Additional services includes scope for out-of-hours work although in practice this is a rarity. Please view the procurement documents for further information about service requirements.

Value: 270000
Published: 2023-05-13
Deadline: 2023-06-14
270000 2023-05-13 2023-06-14
Playground equipment
UK Frome Frome Town Council

The Play Area in the Old Showfield is Frome’s largest public play space, but due to a combination of unusually wet ground conditions, the materials used and the age of the play structures, nearly all the play installations have now been retired.Frome Town Council are looking for an experienced and reputable Play Company to support the redevelopment of the play offer on the site. See link for locationhttps://goo.gl/maps/thNuC8xXB5Y3mcRCAThe development will consider the recommendations from the Frome Play Strategy https://www.frometowncouncil.gov.uk/wp-content/uploads/2022/02/Play-Strategy-for-Frome-2021-2025.pdf.Our aim is to create a highly engaging play destination that surprises and inspires. We are encouraging play responses that are bold and innovative that focus on the play outcomes and experiences rather than delivering specific play equipment items.Key principles from this strategy include:Ensuring inclusivity - play options included that promote access for allEncourage a sense of safe and social space, promoting permission to play and belongingNurture incidental playProvoke innovation and adventureOffers variety and a range of risks and challengeAs additional context to inform the design process we have a summary of the views of users of the play area gained from a series of Community Engagement sessions in the summer of 2022 - see supporting document: https://www.frometowncouncil.gov.uk/wp-content/uploads/2023/03/Old-Showfield-engagement-findings.pdfThe references to individual play items are again a guide helping to inform thoughts about play experiences rather than literal suggestions for named play installations.In addition to the play installations the scope of the tender includes undertaking the necessary investigations, design and ground works to address the pooling of water, through site reprofiling (design of the surfacing and sub-base) to eliminate a bottom bowl and providing run-off through standard land drains. Additional information providing a topographical survey and information on underground utilities will be provided as part of the package of information for tendering. The full scope of the works will be explained at an on-site briefing meeting on 27 April to be held at 11am at the Play Area.Due to the high soil moisture content, play installations should consider the need for longevity, low maintenance and avoidance of rot (minimising/excluding use of wood structurally especially in ground, though wood cladding is an attractive and viable option)The successful tenderer shall ensure that all equipment and surface finishes meet the necessary safety and play equipment standards. They will provide details of warranty and maintenance offered as part of the proposals.The successful tenderer shall also obtain all necessary statutory approvals that may be required.The tender will include for the removal and disposal of all existing equipment, surfacing and other waste materials and installation of new equipment to include surfacing and making good as required. The site is located in the middle of a public park and consideration should be given to protection of the site and works during the construction and installation of the drainage, equipment and surfacing.The awarded company will work closely with Frome Town Councils Officers, the council’s Employers’ Agents overseeing the works, and the Council Rangers.

Value: 150000
Published: 2023-05-05
Deadline: 2023-06-16
150000 2023-05-05 2023-06-16
Supply of Fabricated Parts
UK Belfast Translink

Suppliers registering their interest in participating in this exercise should note that:. 1. This Notice is to initiate a market engagement and information gathering exercise and does not indicate the start of a procurement exercise. It is instead intended to act as an informal market research document providing a brief synopsis of Translinks’ future requirements. This document is not intended to provide a definitive list of requirements.. 2. We intend to invite interested suppliers to discuss Supply of Fabricated Parts.. 3. This document is not a tender specification nor request for quotation. Translink is merely investigating market opportunities at this stage. without entering into any contractual or financial commitments.. 4. Please note, progress in the project will be subject to the availability and timing of funding. If this requirement is given financial approval, it will be tendered under the Utilities Contracts Regulations 2016. Any documents, discussions, presentations, demonstrations, or clarifications submitted for this Market Research will not be considered as any part of the tender exercise. If Translink does decide to proceed with a competitive tender process, a separate detailed tender specification document will be produced as part of that process.. 5. Nothing in this advertisement or any other documents or information provided by Translink or any of its advisers or agents is to be construed as implying a commitment by Translink to place any Contract, now or in the future with any participating supplier in respect of the requirement under consideration.. 6. Translink takes no responsibility for any actions or decisions taken, costs incurred or commitments made by interested parties in responding to this notice or by being involved in any subsequent discussions in this market engagement and information gathering exercise.. 7. At this stage it is not possible to give an accurate timeframe for this requirement..

Value:
Published: 2023-04-27
Deadline:
2023-04-27
Bus Driver Facilities Framework
UK LONDON Transport for London

This is a competitive procurement for the award of a Framework Agreement to a single supplier for the manufacture and supply of toilet cabins for bus drivers (hereafter called Bus Driver Facilities or BDFs) on the London bus network. The cabins will be manufactured to a TfL owned design with design modifications provided by the supplier. Note that installation of the BDFs shall be carried out by TfL's highway maintenance contractors.The procurement is being conducted pursuant to the Restricted Procedure of the Utilities Contracts Regulations 201 ("UCR 2016"). At the end of this procurement process, TfL may choose to award a Framework Agreement with a Supplier. The Framework Agreement which Transport for London awards will be to the bidder who submitted the most economically advantageous tender.TfL intends to select up to four prospective suppliers to go forward to receive the Invitation To Tender (ITT) as further described in the Tender documents. The evaluation will award the Framework Agreement to the supplier with the Most Economically Advantageous Tender (MEAT), a combination of technical, financial, environmental and health and safety criteria. The award of the contract will be in Autumn 2023. On appointment, it is envisaged that a defined period for a design process will be required to allow the contractor to create a prototype BDF to replicate the current design, incorporate any improvements or updates in order to meet current regulatory standards.The supplier will also be expected to be engaged and contribute material for planning permissions for permanent units in certain locations, providing the necessary visualisations, plans and material descriptions of the unit as required. The designs will be submitted to TfL Engineering for review and assurance at a series of agreed dates. The periods for review and reply are defined by a TfL standard for this process which undergoes review by subject matter experts for each part of the design - structural, architectural, mechanical and electrical, public health, clean water supply and distribution and waste-water sewer connection as well as design of the streetscape elements, civils foundations and highway safety aspects. TfL have a series of standards to which reference will be made. These will also define the processes of assurance and review and set the required timescales.Tender documents will be provided electronically via TfL's e-tendering portal SAP Ariba.Responses should be submitted electronically via TfL's e- tendering portal SAP Ariba.Interested Suppliers / Tenderers are to register with SAP Ariba via TfL's Supplier self-registration link, in order to participate in the tender process,https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL.SAP Ariba Supplier Registration Help Page:https://help.sap.com/docs/ARIBA_NETWORK_SUPPLIERS/ddd75910f67b4212b1c83f9d68cd2f01/de32f3eaf0181014be26e0d2a68be9ef.html.If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.ukNB: ONCE REGISTERED, TENDERERS MUST SEND THEIR REGISTRATION DETAILS TO THE CONTACT EMAIL IN SECTION 1 OF THIS NOTICE IN ORDER TO BE INVITED TO TENDER FOR THE OPPORTUNITY.Tenderers must also click 'Intend to Bid' in order to fully register against the contract opportunity.TfL will not be liable to any person for any costs whatsoever incurred in the preparation of bids or in otherwise responding to the Invitation to Tender (ITT).The contract value stated on this notice is an estimate range based on forecast purchase volumes and does not represent a promise or any guarantee to those amounts.

Value: 4500000
Published: 2023-04-26
Deadline: 2023-05-29
4500000 2023-04-26 2023-05-29
Provision of Wholesale Electricity Market Forecasting Software
UK BELFAST Utility Regulator

Since 1st November 2007 the Utility Regulator of Northern Ireland (UREGNI) and the Commission for Regulation of Utilities (CRU) together referred to as the Regulatory Authorities or RAs, have jointly regulated the all-Island wholesale electricity market known as the Single Electricity Market (SEM) covering both Northern Ireland and the Republic of Ireland. The decision-making body which governs the market is the SEM Committee (SEMC).The Contracting Authorities require modelling software that has an ability to forecast wholesale electricity prices and generator schedules which range from scenario analysis to directly setting forward contracts prices and volumes. The modelling software output can be vital for informing policy decisions through detailed analysis.Please refer to the RFT for further details, including:A non-exhaustive list of the Contracting Authorities functions that will require wholesale electricity forecasting;Functional Specification;Non Functional Specification;Functional Questions;Invoicing Arrangements;Service Levels andKey Performance Indicators.

Value: 1500000
Published: 2023-04-22
Deadline: 2023-05-18
1500000 2023-04-22 2023-05-18
Pre-Market Engagement: Network Rail Digital Footfall Solution
UK London Network Rail Infrastructure Ltd

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Any questions or clarifications in respect of this RFI should be addressed to Charlotte.Green2@networkrail.co.uk. Network Rail would like to thank you in advance should you wish to respond to this Request for Information.

Value:
Published: 2023-04-18
Deadline:
2023-04-18
2022-2023-112 - HRB Measured Surveys
UK London Metropolitan Housing Trust

Services for ALL Lots are the same:MTVH is seeking to appoint suitable providers for surveys/scan to BIM on our in-scope buildings. The survey is to capture the buildings and their immediate surroundings, services and utilities as defined in the Specification, with an option to include photogrammetry an associated services. The surveys shall provide suitable detail to capture all relevant assets and allow the addition of subsequent scan data, to comply with our building information requirements.

Value: 900000
Published: 2023-04-06
Deadline: 2023-04-27
900000 2023-04-06 2023-04-27
Pan TfL Design, Manufacture & Supply of Uniforms
UK LONDON Transport for London

TfL is conducting a call for competition with the aim of establishing a single-supplier Framework Agreement which will be awarded under Directive 2014/25/EU (utilities) on the award of Public Sector contracts, as implemented in the UK by the Utilities Contracts Regulations 2016 (UCR). The procedure that will be used will be the negotiated procedure with a prior call for competition (regulation 47 UCR). This is for a 5-year Framework Agreement with a further option to extend for up to 2-years.

Value: 22200000
Published: 2023-04-05
Deadline: 2023-05-05
22200000 2023-04-05 2023-05-05
2223-0305 Barnard Park Improvements
UK London Islington Council

The works:The project comprises 3no. core sections within a 3.6ha site including: (1) the removal of 2no. existing buildings and replacing them with a new-build community hub; (2) extensive hard and soft landscaping works; and (3) replacing the 11-a-side Redgra pitch with a 9-a-side 3G pitch and associated retaining walls.Section (1) 2no. existing buildings in the park (the Park keeper’s building with associated toilets, and the One O’Clock Club building) are to be demolished. They are to be replaced with a new-build community hub building. The community hub building will be a multiuse space incorporating an early years centre, kitchen facilities, park keeper’s office, toilets, kiosk/servery and facilities for the all-weather pitch. The planning permission in place requires the new building to achieve BREEAM ‘Very Good’ status, as per planning condition no 19. The planning permission also requires Secure by Design (SBD) status to be achieved.Section (2) The landscaping works comprise extensive hard and soft landscaping, particularly to the centre of the park and at the various entrances. Following removal of the existing Redgra pitch, regrading and changing to levels is proposed, forming a new grass area for informal recreation and sports use and the construction of an outdoors gym area. Various adjustments are to be made to many of the park entrances. Works will also improve pathways and circulation and include new park furniture, signage, and information boards. There will be improvements to the biodiversity and ecology through new planting throughout.Section (3) relating to the pitch works have been procured separately by the Employer Direct and are due to finish on site prior to the commencement of the main sections of work (sections (1) and (2)).Key project considerations to note are as follows:• The park is to be partially open throughout with works sections and phasing to be managed to enable completed or non-working areas to be accessed by park users.• Works are to be fully designed by consultant team with isolated specific elements contractors design.• Full Planning permission has been granted for the works. Planning conditions are to be discharged between the contractor, client, and consultant team.• BREEAM Very Good is required to be achieved with several credits being the responsibility of the contractor to achieve through evidence by following stipulated processes.• Building control approval is via Islington Building Control service with notice already issued.• New utilities supplies will require to be brought into the site under the management and supervision of the main contractor.• The site is extensively populated with trees, the majority of which are being retained; nine existing trees will be removed to enable the works. Working in close coordination with an Arboriculturist will be necessary.The design intent of the proposed works (for information only) can be accessed from the Planning Portal. Please search the planning ref. P2021/3658/FUL: https://www.islington.gov.uk/planning/applications/commentForm of contract will be based upon the JCT Intermediate Building Contract with Contractors Design 2016 edition (JCT ICD 2016).The requirement:The Council seeks a contractor that can demonstrate a proven robust experience of projects of this nature. We envisage that the most complex and challenging parts of the project will be the landscaping and the coordination of the different elements of the scheme.

Value: 2882880
Published: 2023-04-01
Deadline: 2023-05-02
2882880 2023-04-01 2023-05-02
City Quays Gardens
UK BELFAST Belfast Harbour Commissioners

City Quays Gardens is a public realm improvement scheme to create formal gardens area including erection of 'gateway nest' and 'swinging seat' features and seating; artwork trail; lawn areas; shared pedestrian and access routes; public plazas; promenade along Clarendon Dock; improvements to and widening of footpaths at Corporation Square; extensions of taxi bays, relocation of Belfast Bike and bicycle shelters and stands, realignment of the road; and relocation of listed railings fronting Corporation Square.This is a voluntary notice, for the avoidance of any doubt this procurement process does not fall within the scope of the Utilities Contracts Regulations 2016

Value: 3500000
Published: 2023-03-24
Deadline: 2023-04-24
3500000 2023-03-24 2023-04-24
Digitisation of Training Technology
UK London Network Rail Infrastructure Limited

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following UK procurement regulations. The Periodic Indicative Notice is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. Should you wish to respond to this RFI please complete the attached document titled “Digitisation of Training Technology – RFI Submission Template”, this can be accessed via the link and instructions below. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html From the welcome screen, access the “View Current Opportunities” link and select “Digitisation of Training Technology ". Click on the attachment – “Digitisation of Training Technology – RFI Submission Template” Supplier responses should be responding to questions with excel document, as well as preparing a demonstration/presentation of their capabilities that can be shared within scheduled workshop Once completed please send your excel submission document via email as attachment to sonia.diosee@networkrail.co.uk with the email subject "Digitisation of Training Technology RFI". The response deadline for this RFI is 14th April 2023. Suppliers who respond to this request for information who meet our requirements will be provided with the opportunity to demonstrate their solution to the Network Rail project team via Microsoft Teams within a 2 weeks’ period from 24th April 2023, the session will be held for an hour with approximately 30 mins for questions.​ The RFI demonstration meeting is exploratory only and does not form part of a competitive tender exercise. All discussion and related RFI demonstration collateral shall not be shared with any third parties; The meeting will be recorded and only shared with those individuals who form part of the project team. This will be for audit purposes and to share with any of the project team unable to make the demonstration. If you do not wish for your demo to be recorded, then please make this known to procurement in advance. Any questions or clarifications in respect of this RFI should be addressed to sonia.diosee@networkrail.co.uk. Network Rail would like to thank you in advance should you wish to respond to this Request for Information

Value:
Published: 2023-03-24
Deadline:
2023-03-24
Temple Island - Remediation, fill and utilities enabling works
UK BRISTOL Bristol City Council

Value:
Published: 2023-03-17
Deadline:
2023-03-17
SIEM / SOAR / TIP Technologies (Global)
UK LONDON NATIONAL GRID UK LIMITED

Indicative Tender Timelines To support the resource and planning of interested parties National Grid has outlined an indicative timetable below. Please note this is not binding and subject to change. 1. PIN Issued: Wednesday 15th March 2023 2. PIN Closed: Friday 7th April 2023 3. PQQ Issued: Monday 17th April 2023 4. PQQ Closed: Friday 5th May 2023 5. RFP Issued: Monday 15th May 2023 6. RFP Closed: Friday 9th June 2023 7. Contract Award: Friday 15th September 2023 Pre-request to be eligible to participate In order to participate in this tender, you must be registered on the Achilles UVDB system. UVDB is used to pre-qualify our suppliers to ensure they meet the minimum legal and regulatory requirements in order to contract with National Grid . UVDB is the utility industry pre-qualification system used by the utilities sector in the UK to manage risk within the supply chain and comply with EU regulations. Joining UVDB as a supplier provides your organisation with an opportunity to showcase your capabilities and access multiple contract opportunities by completing a single pre-qualification questionnaire (PQQ). UVDB is used by many utility buyer organisations. If you are already registered with UVDB you only need to ensure that you are registered under UVDB code 1.5.8.17 Software - (Safety, Health, Environment, and Security) If you are not currently registered this can be done by registering at: https://www.achilles.com/community/uvdb/ You will then need to register under UVDB code 1.5.8.17 Software - (Safety, Health, Environment, and Security) If you require any further information regarding this registration, please contact: Samuel Lloyd-Jones (samuel.lloydjones@achilles.com) who can support any issues with completion of your registration process on Achilles ahead of the qualification event commencing in mid April 2023. Further to the enclosed PIN, please indicate your expression of interest and confirmation of which Lot you would be interested in ( please note this is just for information purposes and will not exclude you from any lots in the future ) also confirm that you are or will be registering on Achilles UVDB against code 1.5.8.17 Software - (Safety, Health, Environment, and Security). emailing: cora.russell@nationalgrid.com

Value:
Published: 2023-03-15
Deadline:
2023-03-15
Adversary Simulation (Red / Purple Team Exercises)
UK LONDON NATIONAL GRID UK LIMITED

We use the Achilles Utilities Vendor Database (UVDB) when compiling lists of potential suppliers for our goods and services requirements. For the majority of our purchases, it is a condition of supplying to National Grid that suppliers are registered on the UVDB. We expect to release the PQQ on Achilles at the beginning of April 2023. Please ensure you are registered on Achilles and visible under the UVDB code: 2.1.23 Cyber Security Consulting or Services in order to participate in this tender. The PQQ will not be available to suppliers who are not registered on Achilles under this code. More information can be found at: https://www.nationalgrid.com/suppliers/new-suppliers https://www.achilles.com/community/uvdb/

Value:
Published: 2023-03-14
Deadline:
2023-03-14
Marine Subsea Survey DPS
UK Glasgow SSE plc

Scottish Hydro Electric Transmission PLC (“SHET”) is inviting interested parties to apply to join the Sub Sea Marine Survey Dynamic Purchasing System (DPS) which is being issued by SHET in connection with the DPS procurement process conducted in accordance with the Utilities Contracts (Scotland) Regulations 2016 in relation to HVDC Projects. SHET is seeking to appoint a number of specialists Subsea Marine Survey companies to the DPS who can offer some or all of the required services & equipment that goes into subsea marine surveying. Project Background "The British Energy Security Strategy set out the Government's ambition to connect up to 50GW of offshore generation to the electricity network by 2030. In response to this Ofgem have outlined a new Accelerated Strategic Transmission Investment (ASTI) framework. This sets out a streamlined approach to the regulatory approval and funding process to facilitate accelerated delivery by transmission owners. To support this ambition SHET are proposing to set up a Dynamic Purchasing System (DPS) for expected and future marine surveys. The project surveys SHET are looking to award through this DPS include: 1. Spittal to Peterhead 2GW HVDC Link - c. 200 km offshore cable route, landfall locations not yet determined 2. Beauly to Arnish 1.8GW HVDC Link - c. 75 km offshore cable, landfall locations Dundonnel, South of Ullapool and Arnish, Lewis These survey scopes are planned for execution in 2023. Offshore Grid - an offshore network of at least 3 cable routes connecting offshore platforms. The routes for these are to be determined but provisional distances are: 3. Fiddes to an offshore platform E1a location c. 100 km 4. Offshore Platform E1a to Offshore platform R4_1 c. 275 km 5. Offshore Platform R4_1 to Creyke Beck c. 200 km These survey scopes are planned for execution in 2024. Further survey scopes are expected with a minimum of 650km of geophysical and geotechnical survey being planned by SHET in support of the Holistic Network Design (HND). The lengths and co-ordinates will be confirmed in Stage 2 of the DPS process and upon the Company issuing an RFP/Call Off Scope of Work Documents to all suppliers appointed to the DPS. The DPS process is to establish market capability to carry out the required works within the time period indicated. It is SHET's intent to follow up Stage 1 of the DPS Application process with Stage 2 which is a tendering process with a view to award a Marine Seabed Survey contract for each project based on a detailed RFP/Call Off process. The survey scope of work covers geophysical, geotechnical, UXO, topographic and environmental sampling & testing. This DPS application sets out the information which is required by the SHET Evaluation Team in order to assess the suitability of potential Applicants in terms of their: • Knowledge and past experience on similar projects. • Available Resources and Capabilities. • Organisation, Economic, Legal and Financial standing; and • Health, Safety and Environment Standards. • Management and Quality Systems.

Value: 120000000
Published: 2023-03-14
Deadline: 2031-03-14
120000000 2023-03-14 2031-03-14
Transport and Infrastructure Research & Development (R&D) Partner
UK COVENTRY Coventry City Council

Coventry City Council ("the Council") has opted to run a Competitive procedure with negotiation under the Utilities Contracts Regulations 2016 and is seeking to appoint a framework of Research & Development (R&D) partners.Coventry City Council ("the Council") has been and will continue to develop the living and working environment within Coventry through a series of programmes that improve the transport infrastructure to attract inward investment and drive the transition from fossil fuel transport to sustainable transportation solutions.One key project in this drive for modal shift is the Coventry Very Light Rail (VLR) project. This project is to develop a VLR product that can be manufactured predominantly in the West Midlands that will drive modal shift within small to medium size urban environments, consistent with many cities within the UK where a standard tram system would not be economically feasible. This system will be a low capital cost for installation and will be environmentally clean at the point of use, which will have a positive impact on air quality, this modal shift is designed to reduce congestion, and as a result, open up the city for investment especially along the route.The approach that the Council has taken to achieve the ambition outlined above is one of innovation and development. This framework of R&D Partners is to develop relationships with organisations that can support all phases of product development from ideation through to market ready product. It is understood that any R&D Partner will need to be able to exercise a support framework of subcontractors and suppliers to achieve the service offering of the full technology development cycle.By setting out the why, what and how of the Council's expectations, this document is intended to describe the relational foundation on which the Council and R&D Partners will team up to achieve those objectives.The Council is seeking R&D partners that provide services that include, but are not limited to:• Project management and cost control• Innovation funding, and the development and identification of funding streams• Ideation - investigation of current technologies and new developments• Analysis and testing• Prototyping• Subcontractor management• Market readiness and business case development including whole life analysis• Design for manufacture, assembly, value engineering• Product life (FATS, SATS, Durability etc.) testing and industry approvals• Very low volume, low volume manufacturing strategy development.• Technical contract specification• Strategic stakeholder engagement• Technical expertise in support of field trails of products and the application of products toward developing the technology readiness levels• Development of digital analysis and data models.• Development of products through the technology readiness levels.• Operation and maintenance of products / components during tests and or development phases.• Activities required to gain industry approval including (included but not restricted to) policy development, case for safety documentation and approval.• Presenting and supporting the council at industry and public forums.This contract will not be split into Lots, but it is recognised that a partner would require the capability to exercise the use of contracts, subcontracts and suppliers to support the contract requirements.

Value: 35000000
Published: 2023-02-21
Deadline: 2023-03-31
35000000 2023-02-21 2023-03-31
Utility Management Software
UK Glasgow Glasgow City Council

Supply of an energy management bureau service including a monitoring and targeting (M&T) system and bill validation for multi-utilities at multiple sites across the Council.

Value: 350000
Published: 2023-02-18
Deadline: 2023-03-21
350000 2023-02-18 2023-03-21
Utility Management Software
UK Glasgow Glasgow City Council

Supply of an energy management bureau service including a monitoring and targeting (M&T) system and bill validation for multi-utilities at multiple sites across the Council.

Value: 350000
Published: 2023-02-17
Deadline: 2023-03-21
350000 2023-02-17 2023-03-21
Infrastructure Delivery Partnership (IDP)
UK Seascale Sellafield Limited

The scope of the Strategic Partner is summarised below (further detailed information can be found in the procurement documentation):• Provides strategic front-end definition• Portfolio management of programmes, projects and tasks to maximise benefit• Infrastructure planning (land, utilities, transport, accommodation) to inform and support the Sellafield Ltd Masterplan• Undertakes feasibility studies and initial engineering design, this will require Delivery Partner and Sellafield Ltd subject matter expert input• Undertakes benchmarking and should-cost modelling on costs and schedules• Production of business cases.• Provides input into commissioning strategies and embedding capabilities into business as usual• Supports portfolio planning and optimisation• Undertakes stakeholder engagement• Sustainability - energy modelling, carbon analysis• Data management controls, security, governance, retrievals and business continuity• Drive innovation through the Portfolio• Knowledge transfer - facilitation, LFE capture, dissemination, obtaining and complying with ISO44001 in the IDP environment• Gathering, documenting and sharing pre-construction informationThe value stated at II.1.5.1 is the upper value range for the lot, further information on the value ranges can be found in the procurement documentation. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months (9 years) with an option to extend by a further 72 months (6 years) either in a single extension or multiple smaller extensions.

Value: 3440000000
Published: 2023-02-11
Deadline: 2023-03-10
3440000000 2023-02-11 2023-03-10
TfL Renewable Corporate Power Purchase Agreement ('PPA Comet')
UK LONDON London Underground Limited

TfL is seeking to enter into a PPA, 'PPA Comet', with a renewable generator. TfL will purchase the power generated by the renewable facility (or an agreed percentage of the power generated reflecting TfL's output requirement (i.e. 80-200 GWh per annum)) for the duration of the supply period (i.e. 15 years) as well as the associated environmental attributes and benefits.The contract structure will be a 'pay-as-produced' sleeved ('physical') PPA for the supply of wind power or solar power only, with TfL's existing utility supplier (or such other licensedsupplier that TfL may appoint from time to time) providing the sleeving services.TfL is conducting a Negotiated Procedure with prior call for competition under the Utilities Contracts Regulations, and therefore some change to the published PPA may be expected. Potential areas of negotiation, and the process for conducting it, are included in the full suite of tender documents.As indicated in its press release of 19 March 2021, the GLA is exploring collaborative GLA Group new-build PPA procurements, along with the separate development of a long-term asset financing solution to be made available to bidders for those PPAs. The GLA also intends to make a tranche of long-term asset financing available to bidders for this TfL PPA, subject to due diligence. The GLA financing solution, and the GLA Group new-build PPA procurements, are separate from and independent of this TfL PPA procurement. Whether or not bidders take up the GLA financing offer will be solely for bidders to determine and no preference will be given in the evaluation of PPA bids to submissions from bidders who have taken up this offer. TfL has no information on the GLA financing offer; interested potential suppliers should contact PPAfinance@londontreasury.org.

Value:
Published: 2023-02-09
Deadline: 2023-03-21
2023-02-09 2023-03-21
SCC MH Employee Benefits
UK Reigate Surrey County Council

Lot 1 consists of three categories of discount and benefits requirements:1. Goods & Services BenefitsProvision of a range of discounts from retailers, service and hospitality providers, including major ‘brand name’ business, in areas such as: groceries; fashion; home technology; travel, attractions and days out; utilities; gifts; theatre and cinema tickets. Employees will be able to access discounted rates via the Employee Benefits portal and pay the Supplier directly, and access savings in a variety of ways including cashback.2. Health & Wellbeing BenefitsProvision of a range of healthcare plans, health screening plans, private/mutual medical plans, cancer insurance plans, personal accident plans. Employees will be able to access discounted rates via the Employee Benefits portal and pay the Supplier directly.3. Salary Sacrifice SchemesProvision of a range of salary sacrifice/tax efficient schemes, which as a minimum must include a cycle to work scheme. Employees will be able to access discounted rates via the Employee Benefits portal and pay the Supplier directly.

Value:
Published: 2023-02-07
Deadline: 2023-03-08
2023-02-07 2023-03-08
ID4435678 UREGNI - Legal Services Framework 2023
UK BELFAST The Northern Ireland Authority for Utility Regulation

The Northern Ireland Authority for Utility Regulation (Utility Regulator, also referred to as UR) is seeking to put in place a framework for legal advice to support the in-house team. The framework will comprise of two lots. • Lot 1 (UK wide): Energy/Water/Utilities Specialist Legal Expertise. General utilities law expertise (covers covering major utilities law specialisms – covering finance/regulatory law, European law, public law, and competition law as key examples) • Lot 2 (Northern Ireland): Northern Ireland specific related areas of law to include but not limited to property law, employment law, litigation (to include pre action protocol matters). Tenderers may bid for admission to one or both of the lots depending on their own specialism. It is currently the intention that a maximum of three Contractors will be appointed under each lot on a ranked basis. Tenderers should refer to the document titled “ID 4435678 Specification” for more details on the services required.

Value: 300000
Published: 2023-02-04
Deadline: 2023-03-07
300000 2023-02-04 2023-03-07
North Felixstowe Garden Neighbourhood Design Team
UK Lowestoft East Suffolk Council

East Suffolk Council (ESC) is looking to appoint a Design Team to develop a comprehensive, sitewide outline planning application for all of the North Felixstowe Garden Neighbourhood (NFGN) land allocation, which commits all landowners and developers to the overarching approach for development and infrastructure in a proportional and equitable manner. The services required have been allocated to separate lots on the basis that ESC expects to enter into direct appointments for each:• Lot 1 - Master-planning, Landscape Design, EIA Scoping and Coordination• Lot 2 – Town Planning• Lot 3 – Transportation and Highways• Lot 4 – Drainage and Flood Risk • Lot 5 – Utilities• Lot 6 - Cost ConsultantEach Lot will be scored separately on its own merit and suppliers are welcome to bid for as many of the lots as they would like however a Part B needs to be completed for each lot separately.

Value: 700000
Published: 2023-02-01
Deadline: 2023-03-07
700000 2023-02-01 2023-03-07
Rail Welding Services for the Glasgow Subway
UK Glasgow Strathclyde Partnership for Transport (Utilities)

Single Stage accelerated open procedureAccelerated Open Procedure15 days for “state of urgency duly substantiatedSection 43 utilities - (5) Where a state of urgency duly substantiated by a utility renders it impracticable to apply the minimum time limit8 year framework as permitted under the Utilities directive (Regulation 49).

Value: 800000
Published: 2023-01-28
Deadline: 2023-02-17
800000 2023-01-28 2023-02-17
NAC/5115 Enabling Works in Relation to Ardrossan North Shore Development
UK Irvine North Ayrshire Council

North Ayrshire Council requires the construction of enabling infrastructure works to facilitate the development of the former industrial Ardrossan North Shore site. These works include construction of a coastal revetment, coastal pathway, utilities, drainage, earthworks, and road infrastructure.These works are fundamental to the wider Ardrossan Regeneration Masterplan and will facilitate the subsequent construction of an educational campus as well as further residential and commercial development.Works are currently estimated to commence in late August 2023 with completion in May 2024.The contract will be awarded using the model form contract New Engineering Contract (NEC) – NEC4 ECC Option A with employer amendmentsAn overview of the Scheme is as described by the outline design documents in the following folders on Public Contracts Scotland Tender (PCS-T).3. Enabling Works PQQ Package4. Drawings5. Planning Decision NoticeDetailed design drawings and specifications will be contained within the ITT stage.Please see below proposed timetable for the project:PQQ Publication (Stage 1): 23rd January 2023PQQ Return Deadline: 24th February 2023PQQ Evaluation Complete: 10th March 2023Invitation to Tender (ITT) Publication (Stage 2): 13th March 2023ITT Return Deadline: 14th April 2023ITT Evaluation: 17th April 2023 – 12th May 2023Contract Award: 16th June 2023Contract Commencement: 28th August 2023Construction Period: 9 months from commencement

Value: 29021000
Published: 2023-01-24
Deadline: 2023-02-24
29021000 2023-01-24 2023-02-24
NAC/5115 Enabling Works in Relation to Ardrossan North Shore Development
UK Irvine North Ayrshire Council

North Ayrshire Council requires the construction of enabling infrastructure works to facilitate the development of the former industrial Ardrossan North Shore site. These works include construction of a coastal revetment, coastal pathway, utilities, drainage, earthworks, and road infrastructure.These works are fundamental to the wider Ardrossan Regeneration Masterplan and will facilitate the subsequent construction of an educational campus as well as further residential and commercial development.Works are currently estimated to commence in late August 2023 with completion in May 2024.

Value: 29021000
Published: 2023-01-23
Deadline: 2023-02-24
29021000 2023-01-23 2023-02-24
RSPB Loch Lomond Nature Discovery Hub
UK Edinburgh RSPB Scotland

Proposed development of the RSPB’s site at Loch Lomond, comprising an operational building with staff accommodation, public WC’s, visitor engagement zones, footpath expansion, and car parking along with all necessary utilities connections and building services.

Value:
Published: 2023-01-19
Deadline: 2023-02-20
2023-01-19 2023-02-20
IA2926 Framework Agreement for Asbestos Surveys and Air Monitoring
UK Stafford Staffordshire County Council

This lot is for the provision of refurbishment and demolition asbestos surveys, management surveys and air monitoring including emergency response, four stage clearance testing and ad-hoc bulk sampling for asbestos materials in commercial propertiesPlease note where there is any reference to a specific “branded” name of a product, service, and accreditation etc. the County Council welcomes the provision of a fully equivalent substitute.From the Commencement Date and for the full Term (including extensions) of the Framework Agreement and Customer contracts, Providers shall ensure that they are members of a 3rd party accrediting body (e.g., Constructionline at a ‘Silver’ level of membership, or equivalent): -• which continually and successfully fulfils the requirements of assessing the Provider against the Core modules (C1 to C4 inclusive) of the latest Publicly Available Specification (‘PAS’) 91 pre-qualification and be able to evidence independent re-validation of these modules when requested annually by the Customer and• must allow the facility for Providers to upload their insurance certificates and the accrediting bodies must provide the service to validate these on a rolling basis.Where the accrediting body requires a membership based on category or type of work, the Provider must be aligned to the category of work under this Framework Agreement.From the Commencement Date and for the full Term (including extensions) of the Framework Agreement and Customer contracts, all Providers shall be accredited and hold a current and valid health and safety accreditation (e.g., CHAS or equivalent) in line with the SSIP core criteria and be able to evidence independent re-validation of these modules when requested annually by the Customer.County Council customers may utilise its services under the Local Authorities (Goods and Services) (Public Bodies) Order 1975. Staffordshire Authority may allow this Agreement to be used by or on behalf of other UK public sector non-profit bodies. These will include Central Government Departments and their Agencies, NHS Bodies, Local Authorities, Police and Emergency Services, and Metropolitan/District Authority’s Educational Establishments, Utilities, Registered Charities, Universities/Colleges, Police, Fire and a large number of charitable organisations.

Value: 1500000
Published: 2023-01-14
Deadline: 2023-02-14
1500000 2023-01-14 2023-02-14
Digital Directorate Cyber Security Partner
UK Glasgow Scottish Water

Scottish Water is seeking the procurement of a cybersecurity partner with strong heritage in security and cyber services to provide a comprehensive cyber-security managed service and delivery of cybersecurity projects. The chosen partner will lead the proactive assessment and prevention of cybersecurity risk, lead the response and management of cyber-security emergencies, and deliver complex transformative cybersecurity projects. Any prospective tenderer should hold an extensive record of successful project delivery of security improvement projects in addition to long term proven experience of delivering end to end cyber services within the UK utilities market, particularly in the water industry. You must provide Advanced Threat Centre (ATC) services from a Security Operations Centre (SOC) located onshore within the UK. The prospective partner should have proven expert competency in technology and subject areas such as: •Managed Detection Response (MDR) services •Software defined networking (SD-WAN) •Network Segregation and intrusion detection •SOAR •Identity and access management solutions including: oPrivileged Access Management (PAM) oZero Trust Model oUser End Behaviour Analytics (UEBA) •IT and OT Convergence •Security of IoT Devices and Programmable Logic Controllers •Next-gen firewall appliances •Microsoft E5 security products and wider Microsoft security product portfolio •Advanced Threat Protection tools •Threat-intelligence services •Secure network access to remote sites •Secure remote access services •NIS – working knowledge and consultancy Such a partner will be providing assurance and operating to our ISO27001 and Cyber Security Plus certified scope, whilst offering risk reduction knowledge and experience, training, and awareness, delivering a positive impact to our end-users and working hand in hand with the accountable Scottish Water security management function. Working collaboratively with Scottish Water they will be delivering security improvement projects to enhance security capabilities, optimise costs and add value in addition to bringing or developing new innovative technologies to address the convergence of IT and OT security. Further services detail: Scottish Water seeks an industry leading service delivery model associated with our security services, a blend of both traditional managed detection and response services (MDR) and managed security services (MSS). A model that improves threat detection, incident response, continuous-monitoring capabilities, and management of our security posture. The Services will be aligned to Scottish Water’s requirements to protect, detect, and respond: Protect - Services designed to protect Scottish Water from cyber threats and/or attacks including the following managed services: •Firewall Managed Service •E-mail Security Managed Service •Web Security Managed Service •Endpoint Protection Managed Service •Secure segregated network services (IT and OT) Detect - Services designed to detect cyber threats and/or attacks before they impact Scottish Water’s business including the following managed services: •Firewall Assurance Service •Security Information and Event Management (“SIEM”) as a Service •Threat Intelligence Managed Service •Vulnerability scanning Respond - Services designed to respond effectively and efficiently to cyber threats and/or attacks including: •Cyber threat incident response •Governance (security service management) Cybersecurity project delivery services – services designed to be called off using Work Orders for specified activities. Project delivery services include portfolio management, programme and project management, and delivery activities. Procurement services – of hardware and software related to Cybersecurity and management of third party providers of tools (as applicable) Cybersecurity awareness and training – The partner should demonstrate a holistic understanding of cybersecurity including human-factors; part of their proposition should be

Value: 50000000
Published: 2023-01-13
Deadline: 2023-02-10
50000000 2023-01-13 2023-02-10
Statutory and Regulatory Audit and Related Services
UK London Bazalgette Tunnel Limited (trading as Tideway)

(1) Additional information concerning this Contract Notice and the Contracting Entity (Section I): economic operators should note that words and expressions in this Contract Notice with an initial capital letter shall have the meanings given in the ITT. All additional information relating to information provided in this Contract Notice is available in the ITT. Further information on (i) the procurement is available at https://tideway.bravosolution.co.uk and (ii) the Thames Tideway Tunnel project is available on www.tideway.london (2) Additional information concerning the Contracting Entity and the procedure (Section I and Section IV): On 24.8.2015 Ofwat granted Bazalgette Tunnel Limited a project licence to carry out all activities described in the project specification notice apart from those activities that Thames Water is to carry out under the preparatory work notice. Bazalgette Tunnel Limited is not a utility for the purpose of the Utilities Contracts Regulations 2016 ('UCR 2016') and accordingly the UCR 2016 do not apply to this procurement. However Bazalgette Tunnel Limited is required pursuant to the procurement regime in the Water Industry (Specified Infrastructure Projects) (English Undertakers) Regulations 2013 ('SIP Regulations') to tender certain contracts and certain categories of contracts in accordance with a modified regime set out in the SIP Regulations ('modified UCR 2016'). More information concerning the Project Licence is available at: http://www.ofwat.gov.uk/regulated-companies/improving-regulation/thames-tideway/ Information on the SIP Regulations and more information on the modified UCR 2016 is available at: http://www.legislation.gov.uk/ (3) Additional information concerning (II.2.5) (Award criteria) - Tideway intends to award the Contract to the economic operators with the most economically advantageous tender. Details of the award criteria and methodology for identifying the most economically advantageous tender is set out in the procurement documents. (4) Additional information concerning conflicts of interest - Applicants are referred to the ITT document (volume 1 of the ITT) and specifically section 36 for further information relating to the Contracting Entity's approach to conflicts of interest. (5) Tideway reserves the right in its absolute discretion to abandon, terminate or suspend the award process at any time. Further: a. Tideway does not bind itself to enter into any contract arising out of the procedures envisaged by this contract notice; b. no contractual rights express or implied arise out of this contract notice or the procedures envisaged by it; c. Tideway reserves the right to vary its requirements and the procedure relating to the conduct of the award process; and d. Tenderers shall be fully responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and the ITT. Tideway will not be responsible for or liable to anyTenderer for any cost incurred by such Tenderer in responding to this Contract Notice or Tender.

Value:
Published: 2023-01-03
Deadline:
2023-01-03
www.sse.com
UK Perth SSE plc

• Annual turnover in excess of £100m• Being a 1st Tier MRO provider • Delivering an end-to-end e-procurement process to support the delivery our digital procurement aspirations, namely: a fast, efficient and intuitive customer experience. Cutting admin, improving accuracy and eliminating ordering/invoicing errors. o Must have technological solution for order placement via field-based apps via mobile/tablet as well as office-based order placement. o Must have established punchout/portal capability which can interface with Oracle applications.• A proven track record of transforming large scale business operations, preferably in the Utilities Sector is required.• An appropriate operational footprint to serve a broad geography across the UK with a best-in-class service level.• Develop management information which will ultimately elevate the maturity of the category. • Core business categories must include (at least); Chemicals, Industrial Gases, Oils & Lubricants, Hand Tools, Power & Petrol Tools, HV Equipment, Fasteners & Fixings, Adhesives & Sealants, Electrical & Electronic Components, Batteries & Chargers, Overhead Line Equipment, Bearings, Mechanical Equipment, Abrasive Products. PPE and Workwear.Please contact chris.sharkey@sse.com (Senior Category Manager) to formally notify your interest. As a pre-requisite you must provide evidence of capability as detailed above.

Value:
Published: 2022-12-16
Deadline:
2022-12-16
Supply of Coal to HMP Risley
UK London Ministry of Justice

The Ministry of Justice (MOJ) has one site (HMP Risley) which uses industrialsingles washed coal to provide heating and hot water to site.Estimated consumption is 1500 tonnes per annum. The contract will be awarded for a maximum period of up to three years.Suppliers are requested to confirm their intention to submit a response to the MOJ Utilities team at the address provided in I.1 Names and addresses. The authority will respond by adding suppliers to the Invitation To Tender via the Ministry of Justice eSourcing System.

Value: 2900000
Published: 2022-12-01
Deadline: 2022-12-02
2900000 2022-12-01 2022-12-02
Your Alerts:
Comms WEB

Why choose Thornton & Lowe?

We have a fantastic track record and depth of experience in this sector, having delivered winning tenders to and/or for utilities organisations including:

  • Water/Wastewater (Severn Trent Water, Hafren Drfrdwy, United Utilities, Thames Water, Scottish Water, South West Water, Anglian Water, Wessex Water, Northumbrian Water, Yorkshire Water and Welsh Water)
  • Gas (Various GDNs including Wales and West Utilities, Cadent Gas and SGN)
  • Electricity (DNOs including SSE, Electricity North West and National Grid)
  • Telecomms (BT, CityFibre)

This experience also covers a range of services including consultancy and professional services, network infrastructure maintenance, civils, network transformation, network intelligence, waste management and grounds maintenance. With the flexibility that can be offered by some utilities clients in formatting, our bid creative design support could also be the winning difference that sets you apart.

Start winning bids!

Case study

Sapphire Utility Solutions

“We have been really impressed with Tom Daniel and his bid team, the structure that they’ve set out for all of our bid work; creating templates, organising corporate documents to be produced with Thornton & Lowe’s designer and massively increasing the quality of our written content and overall aesthetic.

We’ve now been successful in securing over £50m of new projects through Thornton & Lowe in 2020/21, with much more in the pipeline!

To read more about the support we have provided Sapphire Utility Solutions, click here.

Push your business to the next level!
Win more government contracts!

Get bid support

Made by Statuo