Replacement of telephony solution with an externally hosted solution. To include contact centre system and soft phone solution.
Using CCS Framework RM6116.
The EastNet partnership was set up to procure a managed Wide Area Network (WAN) and additional core services to help support that WAN.
The partnership is made up of over 500 predominantly MPLS circuits utilising carriers' national network via a managed supplier integrator. The partnership is made up of the following organisations around Cambridgeshire, Northamptonshire, and Buckinghamshire.
The Cambridgeshire Waste Collection Authorities collect dry mixed recycling from domestic and commercial premises across Cambridgeshire. This tender is to provide suitably located and permitted transfer stations for accepting the delivery, weighing, storage and bulking for onward transport, of this mixed dry recycling. The onward transport is an element of a separate procurement. This transport will be coordinated such that materials are moved from each transfer site at a suitable frequency.\r
\r
The RECAP Councils have worked collaboratively for many years in the delivery of DMR across Cambridgeshire. That collaboration continues for this procurement. The procurement itself is being conducted as a single procurement, but with the award of contract being in the form of separate Lots, as described in more detail in this ITT. The Lots are presented as alternative Lots (by reference to size), to enable the Councils to seek the broadest possible market response. ?This means that an award will not be made for every Lot. This is described in more detail in 'Lotting Guidance' within the ITT.\r
\r
The RECAP Councils will make the decision collectively as to which Lots to award and to which bidders. Following award, the ensuing contracts will either be concluded with an individual Council or a number of them, depending upon which Lots have been chosen as the best value for money.\r
\r
Notwithstanding, the separate Contracts, the Councils are committed to sharing the per tonne costs equally across Cambridgeshire and to manage the contracts on a collective basis. They have committed to concluding an Inter Authority Agreement (IAA) to facilitate this arrangement. ?The joint contract management arrangements will be reflected in each of the contracts, but otherwise, the IAA not be affect the contractual position of each successful bidder, whose rights and obligations will be governed solely by the Contract it has with the individual Council or number of Councils, as the case may be.\r
\r
The Authorities look to secure this Bulking Service in a set of individual locations across Cambridgeshire with suitable proximity to existing collections and/or depots with the aim of reducing unnecessary travel.\r
\r
For the avoidance of doubt, bids are welcome from contractors who can provide one or more sites with capacity in any one or more of the geographical areas identified in the specification. As such the Authorities welcome bids for any one or more or all the lots available.\r
\r
Potential Providers will need to register an account via the Procontract Portal at https://procontract.due-north.com/Register before being able to view the full tender details.\r
\r
In order to access the tender documentation, click Find Opportunities then on the drop-down menu, filter by Cambridgeshire Public Services by clicking on Update to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.
Cambridge City Council, East Cambridgeshire District Council, Fenland District Council, Huntingdonshire District Council, Peterborough City Council, and South Cambridgeshire District CouncilWAC-377057
The Cambridgeshire Waste Collection Authorities ("the Authorities") collect dry mixed recycling from domestic and commercial premises across Cambridgeshire. This tender is for the transportation/receipt, sorting and onward sale/re-processing of commingled dry recyclable materials.\r
\r
The RECAP Councils have worked collaboratively for many years in the delivery of DMR across Cambridgeshire. That collaboration continues for this procurement. The procurement itself is being conducted as a single procurement, but with the award of contract being in the form of separate Lots, as described in more detail in the ITT. The Lots are presented as alternative Lots (by reference to size), to enable the Councils to seek the broadest possible market response. ?This means that an award will not be made for every Lot. This is described in more detail in 'Lotting Guidance' of the ITT.\r
\r
The RECAP Councils will make the decision collectively as to which Lots to award and to which bidders. Following award, the ensuing contracts will either be concluded with an individual Council or a number of them, depending upon which Lots have been chosen as the best value for money. The number and size of the Lots has been determined to enable the Authorities to receive the maximum number of responses from the market taking account of the size of the different Lots and the needs of the different Authorities. Contractors should note that the Lots are presented in varied Lot Sizes which are to ensure processing capacity is secured for all RECAP Partners. The dry mixed recyclables will come from any one of the district and unitary authorities within the Cambridgeshire and Peterborough area. This may mean that certain Lots will not have an award of contract made in respect of them, because better value alternatives exist in the award of alternative Lots. As a result, we would request that contractors bid for as many lots as they are interested in whilst also sharing the maximum capacity available at your MRF.\r
\r
For the avoidance of doubt, bids are welcome from contractors who can provide one or more processing sites with capacity and can collect from transfer facilities expected to be within a 10 mile radius of each local authority in this procurement. These transfer locations are the subject of a separate procurement. There is a map in Appendix 5 showing the location of the depots. As such the Authorities welcome bids for any one or more or all the Lots available. Contractors are not limited in the number of Lots they are able to bid for, although the Authorities will carry out the assessment of Contractors' financial standing and technical ability by reference to the number of Lots bid for and which meet the Authorities selection criteria to enable a contract to be awarded in accordance with the provisions of this ITT. \r
\r
Additional information:
Potential Providers will need to register an account via the "Procontract Portal" at https://procontract.due-north.com/Register before being able to view the full tender details. In order to access the tender documentation, click "Find Opportunities", then on the drop-down menu, filter by "Cambridgeshire Public Services" by clicking on "Update" to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.
Cambridge City Council, East Cambridgeshire District Council, Fenland District Council, Huntingdonshire District Council, Peterborough City Council, and South Cambridgeshire District CouncilWAC-370113
Fenland District Council (FDC / Council / Overseeing Organisation) wishes to appoint a suitably qualified and experienced specialist contractor to undertake Electrical and where required Structural Testing of its Streetlight assets within the District of Fenland, Cambridgeshire. Importantly the contractor will need to demonstrate experience of Inventory data verification works.\r
\r
Therefore, in addition to the bulk testing work, the Overseeing Organisation also requires some fields of its inventory data either to be collected or verified to include ordnance survey national grid locations. In relation to the latter, the contractor will be required to collect Easting and Northing data for each asset during the inspection works using visual pin pointing methods rather than GPS due to the undependability of mobile satellites in rural locations. It is essential that the contractor has suitable and reliable mobile mapping software to undertake this task during the site inspection works and that the required data collection\r
can be presented upon completion to the Overseeing Organisation in the required format. The Overseeing Organisation will provide the contractor with a copy of its asset inventory with the data fields to be collected or verified highlighted.\r
\r
Tender Return Deadline 13th June 2024 12 noon. To register and view documents see:\r
https://procontract.due-north.com/Procurer/Advert/View?advertId=ed6e223a-6713-ef11-812b-005056b64545&fromAdvertEvent=True\r
The proposed scheme primarily comprises of:-\r
\r
• Minor site clearance, removal and disposal of existing trees, shrubs and soft landscaped areas.\r
\r
• Kerbing to the perimeter and minor re-alignment to facilitate improved operation and vehicle movements.\r
\r
• Removal, disposal and replacement of drainage channels and asphalt speed humps.\r
\r
• Installation of linear drainage channels, connecting into the existing SW outfall system.\r
\r
• Removal and disposal of the existing Surface and Binder Courses (where required) by cold milling /planning.\r
\r
• Installation of a new subbase and binder/regulating courses in specific areas, depending upon planning operations.\r
\r
• Installation of new Surface Course.\r
\r
• Installation of new thermoplastic road markings and signage\r
\r
• The provision and installation of new ducting, and duct boxes, including any associated reinstatements.\r
\r
• The installation and wiring of new street lights, together with UKPN service connection.\r
\r
Tender available until the 10th June 2024, Tender Deadline is Thursday 13th June 12 noon. \r
See following link to access documents: https://procontract.due-north.com/Procurer/Advert/View?advertId=0991c9bc-1a06-ef11-812b-005056b64545&fromAdvertEvent=True\r
The District Council/Overseeing Organisation manages and maintains approximately 1661 streetlight assets. The majority of the lighting stock is owned by the District Council, but 633 streetlights are managed by the Council on behalf of seven Parish Council's, and Clarion Housing Association for which services are recharged. The District Council/Overseeing Organisation seeks to appoint a streetlight services contractor who shall be responsible for providing the inspection, maintenance, repair, modification, replacement, and upgrade of streetlight assets managed by the Council within the Fenland District in Cambridgeshire. \r
The contract shall include for the rectification of faults, lamp, lantern, and luminaire replacement (where applicable), lantern/luminaire bowl/lens cleaning, and streetlight replacement and/or upgrade works resulting from ad-hoc knock downs and structural or component failure and capital programmed projects. The contractor will be required to liaise with the local energy provider and relevant land/property owners on behalf of the Overseeing Organisation to co-ordinate disconnections, service transfers and new connectivity works for the modification, replacement, or installation of new lighting apparatus. Routine maintenance and fault attendance shall be undertaken Monday to Friday within 14 days with emergency attendance within 3 hours also to be provided when required which shall extend to out of hours and weekends. Programmed or reactive maintenance works shall be reported through to the contractor who shall attend faults either on a priority or time related basis. It is anticipated that the contract will commence on or around 04 November 2024 and will end on 03 November 2027. The duration of the contract shall be for three years with an optional two one-year extensions to 2029 subject to agreement by both parties and contractor performance over the first three years. The contract is based on undertaking routine and reactive maintenance using a schedule of rates (Priced Schedule), whereby the Overseeing Organisation pays only for the work that is undertaken by the contractor during programmed maintenance visits, or reactive attendance. The contractor shall be responsible for maintaining an up-to-date streetlight asset inventory with entries made routinely following any site attendance, routine maintenance or replacement works. An option to extend the streetlight repairs and maintenance works contract to other District Councils within Cambridgeshire may wish to be explored during the contract per period, having a shared service provider. However, this option does not currently form part of the tender document pricing and would only be considered should this approach be deemed acceptable and financially beneficial to all parties. \r
\r
Tender Return Deadline Monday 02 September 2pm\r
Link to ITT:\r
https://procontract.due-north.com/Procurer/Advert/View?advertId=1d4a874a-e34f-ef11-812d-005056b64545&fromAdvertEvent=True\r
\r
\r
The purpose of this quotation document is to assist Fenland District Council to appoint a suitably qualified and experienced Principal Contractor to undertake a Mechanical and Electrical refurbishment of a Council owned and operated Sewage Treatment Works at Ramsey Road, Pondersbridge, Cambridgeshire, PE26 2TW.
Outline scope of works include:-
• A thorough mechanical and electrical overhaul of the Sequential Batch Reactor (SBR) STW, noting that the intelligent PLC control panel (LOGO) has been recently replaced.
• Supply and install, on metal work bench above the concrete floor, 2Nr Becker DT4.25 K compressors including all new air delivery pipework, hoses and fittings as required.
• Replace 1Nr mixing/aerator attached to a concrete base in holding tank and 14Nr diffusers attached to fixed frame of UPVC pipework in reactor tank.
• Carefully remove existing holding tank delivery infrastructure. Supply and install 2Nr appropriately sized Grundfos or Flygt submersible pumps, with Autocoupling kits, heavy duty 1.5" dia stainless steel rails, 50mm MDPE pipework, 2Nr non-return valves, allowing for all fixtures and fittings as required.
• Carefully remove existing reactor tank discharge infrastructure, supply and install 2Nr Grundfos Unilift KP350 pumps and high quality 50mm flexible discharge pipework to discharge collection chamber. Existing flexible pipework has gone very stiff.
• Design and construct a new above ground collection chamber arrangement, with the facility to catch RAG should it be required. Details to be provided by Contractor as part of quotation return.
• Install 150mm dia duct between holding tank and proposed discharge collection chamber to take 2Nr flexible discharge pipework. Relay concrete slabs to line and level. Details to be provided by Contractor as part of quotation return.
• Remove existing Siemens level detection infrastructure, supply and install 1Nr Pulsar Ultrasonic Ultra 5 level controller on existing timber back board and 2Nr dB6 ultrasonic transducers to both tanks, all appropriately wired back into PLC control panel.
Further project information can be found on the contract drawings including details of site location, local site conditions and constraints etc, can be found in the client prepared CDM Pre-Construction Health & Safety Information Document.
Please contact Kevin Gove (KGove@Fenland.gov.uk) for documentation by 12am Thursday 11th October 2024
Fenland District Council is seeking an experienced VOIDS cleaning contractor for the cleaning of various homelessness and refugee properties. The council encourages local SMEs to bid for its opportunities.\r
\r
The purpose of the Void cleaning is to ensure a consistent approach is applied to all\r
current 48 void properties\r
\r
The void standard is a minimum standard required to let a dwelling and has the core\r
principles of safety, security and cleanliness.\r
\r
Please register your interest using the Proactis portal. Expressions of are open till 11th November 2024. Tender returns to be submitted by the portal no later than 12 noon Friday 22nd November 2024.\r
\r
https://procontract.due-north.com/Procurer/Advert/View?advertId=117b8e28-2095-ef11-8132-005056b64545&fromAdvertEvent=True
This contract is for the building of a public toilet block in march Cambridgeshire. The new building will be the final enhancement to the March Town Regeneration scheme.\r
\r
Expressions of Interest by : 14th November 2024\r
\r
TENDER RETURN DEADLINE BY :WEDNESDAY 27TH NOVEMBER 2024 @ 12 NOON\r
\r
To view tender documents please click link below :\r
\r
https://procontract.due-north.com/Procurer/Advert/View?advertId=cf37ea71-128a-ef11-8130-005056b64545&fromAdvertEvent=True
The Council considers that the award of the contract to UNIT4 is permitted by Regulation 32(2)(c) of the Public Contract Regulations 2015 (PCR). Regulation 32 of the PCR allows contracting authorities to award a public contract by a negotiated procedure without prior publication in specified circumstances. Regulation 32(2)(c) allows the award of a public contract by negotiated procedure without prior publication for reasons of extreme urgency brought about by events unforeseeable by the contracting authority, where the time limits for the open or restricted procedures or competitive procedures with negotiation cannot be complied with. UNIT4 gave notice that it would unilaterally withdraw its on premise software support from31st December 2024 and the Council considers that it has insufficient time to conduct market testing, performing a full scoping and specification exercise, carrying out an adequate procurement exercise and implementing a new cloud based solution. This is one of the Council's most fundamental and strategic software systems and the Council cannot risk operating on an unsupported finance system. Accordingly, the award of a contract to UNIT4 pursuant to Regulation 32(2)(c) is necessary, for reasons of extreme urgency, to enable the Council to ensure that it has business continuity and maintains statutory compliance. The Council has awarded a contract to UNIT4 for the minimum necessary period offered by UNIT4 and the Council will therefore be able in that time to review its potential options and carry out a procurement exercise.