GB-Bedford: External soil stack replacement and associated works

Award

Buyers

Value

£39,312

Classifications

  • Repair and maintenance services

Tags

  • award

Submission Deadline

2 years ago

Published

2 years ago

Description

External Soil Stack Replacements & Associated Works

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

New Critical Pager System

Hywel Dda University Health Board are seeking to appoint a supplier to implement a paging solution across its four main sites. The contract duration will be for an initial three (3) year period with an option to extend for a further two (2) years. The agreement must include the initial supply and installation of any infrastructure relating to the paging solution as well as full service, maintenance, support, and training for the duration of the contract. The solution must meet the following key objectives, • Easy to manage. • ‘Light touch’ so that the team do not have to use it every day for it to remain operational. • Allow for Disaster Recovery (DR) on a singular site, i.e., two different paging infrastructure controlling locations on the same site. A Primary and a Secondary independent of one another with the facility to remotely invoke a switchover to the secondary location and also to remotely switch back to the Primary location. • Allow for Business Contingency (BC), i.e., allow a remote switchboard full access to manage a paging solution on an alternative site. For example, PPH Switchboard being able to fully manage the BGH Switchboard and handle the MET calls for BGH if so required and vice versa. All 4 main sites should have full operational access to the other three sites within the Health Board, i.e., beside local operational use, BGH also has full operational control of GGH, PPH & WGH, GGH has full operational control of BGH, PPH & WGH, etc. • HDUHB staff must be able to fully implement DR & BC without the need of the supplier unless there is an unplanned issue preventing the activation of DR/BC. • HDUHB staff must have the facility to be able to produce Ad Hoc reports on defined Key Performance Indicators (KPIs), e.g., how many MET calls have been raised in the last month or over a specified period.

Katy Reed

Published 20 minutes from now
Open

10000000

VTN for the placement of the In Service Support of Queen Elizabeth Carrier (QEC) Tactical Air Navigation (TACAN) and High Resolution Direction Finder (HRDF) equipment The United Kingdom Ministry of Defence (the “Authority”) intends to place a support solution with Thales UK (the “Company”) for the In-Service Support, including maintenance, repair and replacement component spares for the Tactical Air Navigation (TACAN) and High Resolution Direction Finder (HRDF) equipment. The term of the support is envisaged to be nine years. The anticipated value of the support will be circa £5 million (Five Million Pounds Sterling). Equipment items included in the scope of the proposed support are: Tactical Air Navigation (TACAN) High Resolution Direction Finder (HRDF) The reasons for placing the requirement with Thales UK are: TACAN & HRDF equipment performs the essential functions as aids to Air Traffic Controllers for the Air Traffic management of aircraft in proximity to the ship, or fixed wing recovery of aircraft during attempts to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. In respect of TACAN & HRDF equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. In respect of the TACAN & HRDF equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with Air Traffic Management and Fixed wing Recovery of aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. In respect of the TACAN & HRDF equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained. There is a need to mitigate obsolescence issues within the TACAN equipment on the current antenna and components within the beacon transponder. The current OEM has identified the solution where there is an intent to embody, whereby any interoperability issues of other ships fitted equipment will be mitigated based on using the existing OEM of the equipment.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Procurement Team

[email protected]

3301000272

Timeline complete

Publish
Bid
Evaluate
Award
Complete